Professional Documents
Culture Documents
Tamil Nadu Housing Board: Two Cover System
Tamil Nadu Housing Board: Two Cover System
SUPERINTENDING ENGINEER
Special Project Circle-I
NO: 493,Anna Salai, Nandanam,
Chennai-600035, Tamil Nadu.
Phone No:044-24353544
e.mail : sespc1@ gmail.com
TENDER DOCUMENTS
FOR
CONSTRUCTION OF TOWER 1 (2BF+ GF+ 20 FLOORS), TOWER 2
(2BF+ GF+ 16 FLOORS), TOWER 3 (2BF+ GF+ 15 FLOORS), AND
SKYBRIDGE FOR TAMIL NADU COMMERCE HUB (TNCH) AT
NANDANAM, ANNA SALAI, CHENNAI, TAMIL NADU
VOLUME 1
AND ANNEXURES
January, 2021
SUPERINTENDING ENGINEER
Special Project Circle-I
NO: 493,Anna Salai, Nandanam,
Chennai-600035, Tamil Nadu.
Phone No:044-24353544
e.mail : sespc1@ gmail.com
1 2 3 4
Last date for receipt of tender 18.02.2021 upto 3.00 pm., Date of Opening of tender 18.02.2021 at
3.30 pm., Date of available of tender document from 29.01.2021 to 17.02.2021 until 5.00 pm. Cost of
Tender Document Rs. 15,750/- including GST.
CONDITIONS FOR ISSUE OF TENDER DOCUMENTS:
1. The Contractors registered ( the registration certificate should be reclassified and renewed
up to date) under class-I in TNHB, PWD, TNPHC, TNSCB and other Government/ Quasi
Government Departments with appropriate monitory limit are eligible to participate in the
tender.
2. Further particulars and tender documents can be had from the Office of the Superintending
Engineer, Special Project Circle-I, Tamil Nadu Housing Board, Anna Salai, Nandanam,
Chennai-35.
3. The Tender schedule can also be downloaded from the website www.tenders.tn.gov.in at
free of cost. If there are any corrections/ omissions in the tenderer will be noticed in the
website only.
Superintending Engineer
Special Project Circle-I.
No. 493, Anna Salai
TNHB, Nandanam,
Chennai – 600 035.
TENDER DOCUMENTS
FIDIC Conditions of Contract for Construction for Building and Engineering Works
Volume 2 designed by the Employer (2017 Edition);
Sr. No. Name of the Works Construction of Tower 1 (2BF+ GF+ 20 Floors),
Tower 2 (2BF+ GF+ 16 Floors), Tower 3 (2BF+
GF+ 15 Floors), And Skybridge For Tamil Nadu
Commerce Hub (TNCH) at Nandanam, Anna
Salai, Chennai, Tamil Nadu
5. Approximate value of Project 486.50 Crore (Rupees Four Eighty Six crores and
cost including GST Fifty Lakhs)
1
This amount may be subject to increase in terms of ITB 32.5 in case of seriously unbalanced or front loaded
Tender
6. Time, Date & Place of Pre-Bid Date & Time: on 04.02.2021 at 1100 Hrs IST.
Meeting Venue: Office of the Superintending Engineer,
Special Project Circle, Tamil Nadu Housing
Board, Head Office 493, Anna Salai,
Nandanam, Chennai-600035, India
11. Date & Time of opening of Technical 18.02.2021 at 15:30 Hrs IST
Bids
At the office of the Superintending
Engineer, Special Project Circle I, Tamil
Nadu Housing Board, Head Office 493,
Anna Salai, Nandanam, Chennai-600035,
India.
12. Date & Time of opening of Financial This shall be intimated in due course.
Bids
13. Contact Person(s) for seeking The Superintending Engineer, Special
clarifications on the Tender Project Circle - I,
Document
Tamil Nadu Housing Board (TNHB), Head
Office 493, Anna Salai, Nandanam, Chennai-
600035, India
Email : sespc1@gmail.com
14. Last Date of Tender validity 150 (one hundred and fifty) days from the due
Date for Submission of Tender
ITB
DESCRIPTION INSTRUCTIONS TO TENDERERS
NO.
A. General
1. Background and
o The State of Tamil Nadu is one of the leading states in most of the
Project Brief
growth parameters and Chennai (formerly Madras) is its vibrant
capital. The Government of Tamil Nadu (GoTN) is striving hard to
decongest the residential areas, improve accessibility by introducing
multi-modal transits and upscale the Central Business District (CBD)
as the core commerce hub of Chennai. As a preliminary strategy, the
GoTN has proposed to develop Tamil Nadu Commerce Hub in the
arterial road Anna Salai in prime locations, belonging to Tamil Nadu
Housing Board (TNHB). It is intended to develop 3 (three) iconic
towers with a Cable Stay Pedestrian Skybridge connecting Two
Towers, which shall be first of their kind in the CBD. It is expected
that this development would be a forerunner for many such
developments for future and strengthen the CBD by not only
transforming the arterial road Anna Salai but will provide easy
accessibility to large business houses coupled with employment
opportunities across sectors.
o The proposed state of the art Tamil Nadu Commerce Hub
development, with all modern amenities including advance
technological infrastructure, full-fledged parking, will be categorized
as investment Grade A/A+ commercial space and is likely to attract
cornerstone business, large BFSI, IT/ITES companies and many such
players.
o The 3 (three) iconic towers shall be designed to provide the concept of
space on modular floor space arrangement ranging from large floor
plates to small floor plates to co-working areas, features to meet
international standards for Grade A/A+ buildings like LEED Rating,
etc. As the proposed development is being considered in the Transit
Oriented Development (TOD), it can achieve a higher FSI (4.875) as
to what would not have been otherwise possible (3.25). Tamil Nadu
Commerce Hub is being developed at two prime locations in the
arterial road Anna Salai, Chennai. The overall development is planned
for 4.99 Acres of land.
o Land Parcel 1 comprises of : EVR PERIYAR BUILDING +
TNHB HQ BUILDING Site with 3.13 Acres of total area
o Development of EVR Site is on 1.41 Acres and TNHB HQ
BUILDING is on 1.72 Acres.
o Two separate blocks are proposed, one on EVR PERIYAR Site and the
other on TNHB Site, connected with 10.9 m wide curved double
height pedestrian sky bridge with a vertical clearance of about 13.3 m
from the finished Road Level of Anna Salai.
2. Scope of Tender
2.1. Tamil Nadu Housing Board (TNHB) on behalf of the Tamil Nadu
Commerce Hub Limited (TNCHL) having its office at [Anna Salai,
Nandanam] (the “Employer”) invites Tenders for the Works as
detailed in the NIT. The Tenderers shall submit Tenders for the
Works on item rate basis wherein the Tenderers are required to quote
rate for each individual items of work on the basis of Bill of
quantities (BOQ) provided by the Employer as a part of the Tender
Documents and to be submitted in hard copy to the Office of Tender
Inviting Authority. The Time for Completion of the Project is 36
(thirty-six) months starting from the Commencement Date (as
defined in Vol. 2) by which date the Successful Tenderer is expected
to complete all the Works and hand them over to the Employer. In
the event, the Successful Tenderer/ Contractor completes the entire
Works in accordance with the requirements set forth in the Tender
Documents (Vol. 1 to 7) before the Time for Completion, the
Contractor shall be entitled to claim Incentive for Early Completion
(Bonus) from the Employer in accordance with the provisions set
forth in Vol. 2 – Particular Conditions.
2.2. The Tenders are being invited on item rate basis. However, payment
for work done by the Contractor shall be made based on the
measurements of works completed by the Contractor in terms of the
Tender Documents subject to compliance with the requirements,
specifications, drawings, Quality Assurance system, Occupational
Health, Safety and Environmental Plan (OHS&E), etc. The Defects
Notification Period (DNP) is 24 (twenty four) months. The
Successful Tenderer/ Contractor shall obtain a LEED Platinum
rating for all the towers comprising the Project. The name, number
3. Eligible 3.1. The contracting entities registered (the registration certificate should
Tenderers be re-classified and renewed up to date) under Class-1 in PWD,
TNPHC, TNSCB, and other Government/Quasi Government
Department with appropriate monetary limit are eligible to
participate in the Tender.
3.2. This Tender Document is only open to such registered contracting
entities who fulfil the eligibility criteria and requirements as noted in
this Section of the Tender Documents. For the purpose of this
Tender Document, a Tenderer may be a single entity or a Joint
Venture (“JV”). However, no Tenderer applying individually or as a
member of a JV, as the case may be, can be member of another
Tenderer. The term “Tenderer”, which expression shall, unless
repugnant to the context, include the members of the JV. The
registration of Lead Partner of “JV” as per 3.1 above is essential.
3.3. A Tenderer may be a private entity, a government-owned entity
(subject to sub-clause 3.5 below) or a combination of such entities in
the form of a JV under a JV Agreement executed in the form as
prescribed under Form ELI-1.3. In the case of a JV, all members of
the JV shall be jointly and severally liable for the performance of the
whole Contract in accordance with the terms and conditions
provided therein. The JV shall nominate a Representative who shall
have the authority to conduct all business for and on behalf of any
and all the members of the JV during the Tendering Process and, in
the event the JV is awarded the Contract, during the execution of the
Contract.
3.4. The number of partner or members in a JV are limited to the number
specified in the Bid Data Sheet (BDS).
3.5. The Tenderers that are government enterprises may participate only
if they are registered as per Clause 3.1 above and can additionally
establish that they (i) are legally and financially autonomous; (ii)
operate under commercial law; and (iii) are not dependent/ related
agencies of either TNIDB and TNHB or the Employer. To be
eligible, a government-enterprise shall establish to the TNHB or the
Employer satisfaction, through all relevant documents, including its
charter documents and other information, which TNHB or the
Employer may request, that it: (i) is a legal entity separate from the
government; (ii) does not currently receive any substantial subsidies
or budget support; (iii) operates like any commercial enterprise, and,
inter alia, is not obliged to pass on its surplus to the government, can
acquire rights and liabilities, borrow funds and be liable for
repayment of its debts, and can be declared is not tendering for a
contract to be awarded by the department or agency of the
government which under their applicable laws or regulations is the
reporting or supervisory authority of the enterprise or has the ability
to exercise influence or control over the enterprise or institution.
3.6. The Tenderer should not have been blacklisted or de-registered by
4. Conflict of
4.1. A Tenderer and/ or proposed Subcontractor may be considered to
Interest
have a conflict of interest for the purpose of this Tendering Process,
if the Tenderer and/ or the proposed Subcontractor, as the case may
be :
(i) directly or indirectly controls, is controlled by or is under
common control with another Tenderer; or
5. Corrupt and
5.1. The Employer requires compliance with its policy as well as
Fraudulent
applicable laws in regard to corrupt and fraudulent practices.
Practices
5.2. In order to prevent any corrupt and fraudulent practices, Tenderers
shall permit and shall cause its agents (where declared or not),
Subcontractors, sub-consultants, service providers, suppliers, and
personnel, to permit the Employer to inspect all accounts, records
and other documents relating to Tender submission, and contract
performance (in the case of award), and to have them audited by
auditors appointed by the Employer.
6. Eligible
6.1. The Tenderer shall submit the list of construction plant and
Materials,
equipment owned by him or proposed to be hired by him as per the
Equipment, and
list provided in “Form-EQU-1” of this Tender Document. Apart
Services
from the list of equipment mentioned in the table, the Successful
Tenderer/ Contractor may enlist any additional plant and equipment
that he may anticipate to use during the execution of Works.
6.2. The Tenderer shall establish a well-furnished site laboratory at its
own cost. The laboratory shall have all equipment’s required for
conducting necessary tests at site. The suggestive list of equipment
Requirements
o Part 2 : OHS&E-Safety and
Health Guidance
o Part 3 : OHS&E-Environmental
Guidance & Procedural
Requirements
7.2. The Invitation for Tenders issued by the Employer is not part of the
Tender Documents.
7.3. The Tender Accepting Authority is not responsible for the
completeness of the Tender Documents, responses to requests for
clarification, the minutes of the Pre-Bid Meeting (if any), accordance
with ITB 8 or addenda to the Tender Documents in accordance with
ITB 9.
7.4. The Tenderer is expected to examine all instructions, forms, terms,
and specifications in the Tender Documents and to furnish with its
8. Clarification of
8.1. A prospective Tenderer requiring any clarification on the Tender
Tender
Documents shall contact the Tender Inviting Authority in writing at
Documents, Site
the address indicated in the BDS or raise its inquiries during the Pre-
Visit, Pre-Bid
Bid Meeting. The Tender Inviting Authority will respond in writing
Meeting
to any request for clarification, provided that such request is received
no later than 3 (three) days after the Pre-Bid Meeting, in hard
copies or Email. The Tender Inviting Authority shall upload its
response on the Procurement Portal www.tenders.tn.gov.in. Should
the Tender Inviting Authority deem it necessary to amend the Tender
Document as a result of a request for clarification, it shall do so
following the procedure under ITB 9.
8.2. The Tenderers are advised to visit and examine the Site of Works
and its surroundings and obtain for themselves on their own
responsibility all information that may be necessary for preparing the
Tender and entering into a contract for construction of the Works, if
awarded. The costs of visiting the Site shall be at the Tenderer’s own
expense.
8.3. The Tenderer and any of its personnel or agents will be granted
permission by the TNHB to enter upon its premises and lands for the
purpose of such visit, but only upon the express condition that the
Tenderer, its personnel, and agents will release and indemnify the
TNHB and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.
8.4. It shall be deemed that the Tenderer has undertaken a visit to the Site
of Works and is aware of the site conditions and all other relevant
matters, prior to the submission of its Tender and has taken into
account all the factors that may affect its Tender or in preparing his
offer.
8.5. The Tenderer’s designated representative is invited to attend a Pre-
Bid Meeting, if provided for in the BDS. The purpose of the meeting
will be to clarify issues and to answer questions on any matter that
may be raised at that stage.
8.6. The Tenderer is requested to submit any questions in writing, to
reach the Tender Inviting Authority in hard copies or Email. The
queries can be submitted latest upto 3 (three) days after the Pre-Bid
Meeting.
8.7. The purpose of the Pre-Bid Meeting will be to clarify issues and to
answer questions on any matter that may be raised at that stage. The
queries for the Pre-Bid Meeting can be submitted through hard
copies /e-mail to the Tender Inviting Authority at its address and
email mentioned in the BDS.
9. Amendment to
9.1. At any time prior to the deadline for submission of Tender, the
the Tender
Tender Inviting Authority may amend the Tender Documents by
Documents
issuing addenda and/or corrigenda.
9.2. Any addendum and /or corrigendum issued shall be part of the
Tender Document will be published in writing on the Procurement
Portal (www.tenders.tn.gov.in).
9.3. To give prospective Tenderers reasonable time in which to take an
addendum and/ or corrigendum into account in preparing their
tenders, the Tender Inviting Authority may, at its discretion, extend
the Tender Submission Date.
C. Preparation of Tenders
10. Only One
10.1 No Tenderer shall submit more than 1 (one) Tender for the Project. A
Tender
Tenderer tendering individually or as a member of a JV shall not be
entitled to submit another Tender either individually or as a member of
any JV, as the case may be. The Tenderer who submits or participates
in more than 1 (one) Tender will cause all the Tenders of that particular
Tenderer to be considered non-responsive.
11. Cost of
11.1 The Tenderer shall bear all costs associated with the preparation and
Tendering
submission of its Tender, and the Tender Accepting Authority shall in
no case be responsible or liable for those costs, regardless of the
conduct or outcome of the Tendering Process.
12. Language of
12.1 The Tender, as well as all correspondence and documents relating to
Tender
the Tender exchanged by the Tenderer and the Tender Inviting
Authority, shall be written in English language. Supporting documents
and printed literature that are part of the Tender may be in another
language provided they are accompanied by an accurate translation
duly certified and attested as true translation by an official translator of
the relevant passages in English language, in which case, for purposes
13. Documents
The Tenderer shall, on or before the Tender Submission Date, submit
Comprising the
Tender at the office of Tender Inviting Authority comprising of the
Tender
following:
(i) Part –1: which shall be named “Technical Bid”
(ii) Part – 2: which shall be named “Financial Bid”
Part -1 : Technical Bid
Part – 1 shall be named as “Technical Bid” and shall contain the
following documents executed in original (physical form). The
Tenderer shall prepare 1 (one) original set of the Technical Bid and 1
(one) photocopy set. Both Sets shall be hard bound .The original set
of the Tender shall be typed or written in indelible ink and shall be
signed by a person duly authorized to sign the Tender on behalf of the
Tenderer and shall be continuously paginated with an index of the
content of the Technical Bid. Any amendments such as
interlineations, erasures, or overwriting shall be valid only if they are
signed or initialled by the person signing the Tender. Any Tender
received as loose sheets shall be treated as non-responsive. Following
documents shall be submitted during submission of Technical Bid:
i. Tender Security for the amount specified under BDS
(in a separate envelope within the Technical Bid
envelope);
ii. Proof of registration in PWD, TNPHC, TNSCB,
and other Government/
Quasi Government Department
iii. Form ELI-1 : Technical Bid Submission Letter
along with:
(a) Tenderer’s Information in Form ELI-1.1;
(b) The Tenderer, in case is a JV, shall submit
Tenderer’s JV Information in Form ELI-1.2;
(c) The Tenderer, in case of a JV, shall submit a
Joint Venture Agreement (JV Agreement)
in the form as prescribed under Form ELI-
1.3, along with the documentary evidence
confirming the authority on the persons
executing the Joint Venture Agreement;
(d) The Tenderer shall submit a Power of
Attorney authorizing the signatory of the
Tender, in form as prescribed under Form
ELI-1.4 along with copy of documentary
evidence confirming authority on the
persons issuing the Power of Attorney for
such actions;
(e) The Tenderer, in case of a JV, shall submit a
Power of Attorney by the JV Member
14. Alternative
14.1. Tenderers wishing to offer technical alternatives as value
Tenders
engineering in terms of time and cost to the requirements of the
Tender Documents must first price the Employer’s design as
described in the Tender Documents and shall further provide all
information necessary for a complete evaluation of the alternative by
the Tender Scrutiny Committee, including drawings, design
calculations, technical specifications, breakdown of prices, and
proposed construction methodology and other relevant details. Only
the technical alternatives, if any, of the lowest evaluated Tenderer
conforming to the basic technical requirements shall be considered
by the Tender Scrutiny Committee.
16. Currencies of
16.1. The unit rates and the prices and total Bid Price shall be quoted by
Tender and
the Tenderer entirely in Indian Rupees.
Payment
16.2. All the payment by the Employer under the Contract shall be in
Indian Rupees.
17. Documents
17.1. The Tenderer shall furnish a Technical Proposal in accordance with
comprising
ITB including a statement of work methods, equipment, personnel,
Technical
schedule and any other information as stipulated in Section IV –
Proposal
Tendering Forms, in sufficient detail to demonstrate the adequacy of
the Tenderer’s proposal to meet the work requirements and the
completion time.
18. Period of
18.1. Tenders shall remain valid for a period of 150 (one hundred and
Validity of
fifty) days (“Tender Validity Period”) after the Tender Submission
Tenders
Date prescribed herein. A Tender valid for a shorter period shall be
rejected by the Tender Scrutiny Committee as non-responsive.
18.2. In exceptional circumstances, prior to the expiration of the Tender
Validity Period, the Tender Inviting Authority may request
Tenderers to extend the period of validity of their Tenders without
any financial implication. The request and the responses shall be
made in writing. In this case, the validity of the Tender Security
shall be extended accordingly i.e. it shall be valid for 28 (twenty
eight) days beyond the extended date of the Tender Validity Period.
18.3. A Tenderer may refuse the request without getting the Tender
Security forfeited. A Tenderer granting the request shall not be
required or permitted to modify its Tender.
22. Submission of 22.1. The Tenderers, who intend to participate in the Tendering Process,
Tenders shall submit their Tenders to the Office of Tender Inviting
Authority. Tenderers, in advance, should get ready the Tender
Documents to be submitted as indicated and they should be in the
prescribed format.
22.2. After downloading/ getting the tender schedules, the Tenderers
should go through them carefully and then submit the documents as
required, otherwise, the Tender will be rejected. Tenderers shall take
into account the corrigendum, if any in order to keep himself
updated before submitting the Tenders The Tender Inviting
Authority shall not be responsible in any way whatsoever for
notifying the Tenderer about the same.
22.3. Tenders must be submitted no later than the date and time indicated
in the Tender Document (the “Tender Submission Date”). The
Tender Accepting Authority may, at its discretion, extend the Tender
Submission Date by amending the Tender Document, by way of
issuing relevant addendum/ corrigendum to this effect, in which case
all rights and obligations of the Tender Accepting Authority and
Tenderers subject to the previous Tender Submission Date shall
thereafter be subject to the Tender Submission Date as extended.
22.4. The Tender Accepting Authority is not responsible for any sort of
delay or the difficulty faced in the submission of Tender by the
Tenderers.
22.5. The Tenderers are requested to note that they shall necessarily
submit their Financial Bids comprising Letter of Tender and Bill of
Quantities in the format provided and no other format is acceptable.
22.6. The rates have to be entered in the specified place given in the
(BoQ.).
26. Deviations,
26.1. During the evaluation of Tenders, the following definitions apply:
Reservations,
and Omissions a) “Deviation” is a departure from the requirements specified in the
Tendering Documents;
b) “Reservation” is the setting of limiting conditions or withholding
from complete acceptance of the requirements specified in the
Tendering Documents; and
c) “Omission” is the failure to submit part or all of the information or
documentation required in the Tendering Documents.
27. Determination
27.1. The Tender Scrutiny Committee’s determination of a Tender’s
of
responsiveness is to be based on the contents of the Tender itself.
Responsiveness
27.2. A substantially responsive Tender is one that meets the requirements
of the Tendering Documents without material deviation, reservation,
or omission. A material deviation, reservation, or omission is one
that, if accepted, would:
affect in any substantial way the scope, quality, or performance
of the Works specified in the Contract; or
limit in any substantial way, inconsistent with the Tendering
Documents, the Tender Scrutiny Committee’s rights or the
Tenderer’s obligations under the proposed Contract; or
if rectified, would unfairly affect the competitive position of
other Tenderers presenting substantially responsive Tenders.
27.3. The Tender Scrutiny Committee shall examine the technical aspects
of the Tender submitted in accordance with the requirements set forth
in the Tender Document particularly Part-1 : Technical Bid in ITB 13
without any material deviation, reservation or omission.
27.4. If a Tender is not substantially responsive to the requirements of the
Tender Document, it shall be rejected by the Tender Scrutiny
Committee and may not subsequently be made responsive by
correction of the material deviation, reservation, or omission. Only
responsive Tenders shall be taken up for evaluation.
28. Non-material
28.1. If a Tender is substantially responsive, the Tender Scrutiny
Non-
Committee may waive any non-material non-conformities in the
conformities
Tender.
28.2. Provided that a Tender is substantially responsive, the Tender
Accepting Authority upon insistence of the Tender Scrutiny
Committee, may request the Tenderer to submit the necessary
information or documentation, within a reasonable period of time, to
rectify non-material non-conformities in the Tender related to
documentation requirements. Requesting information or
documentation on such non-conformities shall not be related to any
aspect of the price of the Tender. Failure of the Tenderer to comply
29. Correction of
Arithmetical
29.1. Provided that the Tender is substantially responsive, the Tender
Errors
Scrutiny Committee shall correct arithmetical errors on the following
basis:
a) if there is a discrepancy between the unit price and the total price
that is obtained by multiplying the unit price and quantity, the
unit price shall prevail and the total price shall be corrected,
unless in the opinion of the Tender Scrutiny Committee there is
an obvious misplacement of the decimal point in the unit price,
in which case the total price as quoted shall govern and the unit
price shall be corrected;
b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected; and
c) if there is a discrepancy between words and figures, the amount
which is lower shall prevail.
29.2. Tenderers shall be requested to accept correction of arithmetical
errors. Failure to accept the correction in accordance with ITB 29.1,
shall result in the rejection of the Tender.
30. Evaluation of
30.1. General Evaluation
the Technical
Bids The Tender Scrutiny Committee will evaluate only such Tenders
which have been found to be substantially responsive in terms of
ITB 27, to determine whether each Technical submission:
(a) provides all the Technical documentation and in the format
required along with prescribed supporting documents/ proofs;
(b) is the only one submitted by the Tenderer;
(c) has been properly signed by the authorized signatory;
(d) has not been subject to any omissions or changes to the text
issued by the Tender Inviting Authority;
(e) it contains a valid Tender Security as prescribed under the ITB;
A “NO” answer to any of the above items shall be considered as
non-compliant, and the Tender Scrutiny Committee reserves the
right to disqualify the Tender.
1.6 of this Tender Document and upload the same along with the
copies of the supporting documents towards proof of the credentials
of the proposed Subcontractors, duly attested by the authorized
signatory of the Tenderer. The Tenderer shall propose the names of
at least 1 (one) and up to a maximum of 3 (three) proposed
Subcontractors for each specialized work at the time of submission
of Tender.
The Tender Scrutiny Committee shall evaluate the credentials of the
proposed Subcontractor to assess their suitability for the specialized
works in pursuance of the conditions as mentioned under ITB 1.4 of
Section III. However, in case none of the submitted names of
proposed Sub-Contractor is found suitable by the Tender Scrutiny
Committee, then, if requested by the Tender Scrutiny Committee in
writing, the Tenderer shall be required to replace it with another
proposed Subcontractor and provide its credentials in the above
Form-ELI-1.6 to the Tender Scrutiny Committee for approval.
31.3. The Successful Tenderer shall under no circumstances assign the
specialized works or any part of it to another agency other than the
proposed Subcontractor(s) approved at the tendering stage and
subsequently incorporated in the Contract Schedules, accordingly.
31.4. The Tenderer shall execute a pre-tender Memorandum of
Understanding (“MOU”) with the proposed Subcontractor as per the
format prescribed under Form-ELI-1.9 on Non-Judicial Stamp paper
of appropriate value. The duly executed MOU shall be submitted as
the part of the Tender Submission along with documentary proof in
support of the Minimum Qualification Criteria prescribed under
Section III for such proposed Subcontractor. Failure to provide pre-
tender MOU and/ or documentary proof in support of the Minimum
Qualification Criteria by any Tenderer shall make the Tender liable
to be rejected and the Tenderer shall have no claims whatsoever on
this account. It is to be noted that the Tenderer shall execute a
separate MOU with each proposed Specialized Subcontractor. The
Subcontractor, if found suitable as per the Minimum Qualifying
Criteria for the Subcontractors as set out under Section III, shall not
be changed by the Contractor after being awarded the Project.
31.5. If any proposed Subcontractor is found ineligible or its credentials
are found not satisfactory to carry out the particular specialized work
for which it is being proposed as Subcontractor, the Tender Scrutiny
Committee may request the Tenderer to propose an acceptable
replacement. Upon receipt of such request, the Tenderer shall be
bound to provide the particulars and credentials of another suitable
agency as Subcontractor in the Form-ELI-1.6 within the time
allowed by the Tender Scrutiny Committee.
31.6. Notwithstanding, anything specified above, the Tenderer shall not
propose the name of the Subcontractor which belongs to a country
which shares as land border with India unless such proposed
Subcontractor is registered with the Competent Authority under
Order (Public Procurement No. 1) issued by the Ministry of Finance,
Department of Expenditure Public Procurement Division vide F. No.
6/18/2019-PPD, dated 23rd July 2020.
31.7. The terms and conditions of subcontracts and the payments that have
to be made to the proposed Subcontractors shall be the sole
responsibility of the Contractor. Provided however, the Contractor
shall ensure that no provision of such subcontracts are in conflict
with the provisions of the Tender Document. A proposed
Subcontractor may participate in more than 1 (one) Tender, but only
in that capacity. The proposed Subcontractor shall be responsible to
engage construction workers registered with the Construction
Workers Welfare Board as required under the Building and other
Construction Workers [Regulation of Employment and Conditions
of Service) Act, 1996 and also comply with all applicable labour
laws while executing work at the Project Site.
32. Confidentiality
32.1. Information relating to the evaluation of Tender and
recommendation of Contract award shall not be disclosed to
Tenderers or any other persons not officially concerned with the
Tendering Process until information on Contract award is
communicated to all Tenderers in accordance with ITB 41.3.
32.2. Any attempt by a Tenderer to influence the Employer in the
evaluation of the Tenders or Contract award decisions may result in
the rejection of its Tender.
33. Clarification on
33.1. To assist in the examination, evaluation, and comparison of the
Technical Bids
Technical Bids, and qualification of the Tendering, the Tender
Inviting Authority may, at its discretion, ask any Tenderer for a
clarification of its Technical Bid, given a reasonable time for a
response. Any clarification submitted by a Tenderer that is not in
response to a request by the Tender Inviting Authority shall not be
considered. The Tender Inviting Authority’s request for clarification
and the response shall be in writing. No change, including any
voluntary increase or decrease, in the prices or substance of the
Tender shall be sought, offered, or permitted. If a Tenderer does not
provide clarifications of its Tender by the date and time set in
Employer’s request for clarification, its Tender may be rejected.
35. Comparison of
35.1. The Tender Scrutiny Committee shall compare the evaluated prices
Tenders
of all technically qualified Tenders established in accordance with
ITB 30 & 34 to determine the lowest evaluated Tender. The Tender
Scrutiny Committee shall prepare a detailed evaluation report of the
evaluated Price Bids which shall be considered by the Tender
Accepting Authority before taking a final decision on the same.
36. Qualifications,
36.1. The Financial Bids shall contain no qualifications, conditions or
Conditions or
remarks, which are not priced, as these shall not be considered as
Remarks
part of the Financial Bids. If the Tenderer inserts any qualifications,
conditions or remarks these must be priced to enable unconditional
withdrawal. Any other factors of administrative nature as the Tender
Scrutiny Committee may consider to have a significant impact on
Contract execution, price and payments may be considered as
noncompliant, and the Tender Scrutiny Committee reserves the right
to disqualify such Tender
Tenderer from the first stage and the Tenderer with higher
experience shall be adjudged the lowest evaluated Tenderer; or
(b) by asking the two Tenderer to provide their best and final offer
of the Financial Bid in a sealed cover and the Tenderer offering
the most advantageous financial bid shall be adjudged the lowest
evaluated Tenderer; and
In case, a tie still persists after the procedure contained in clause (a)
or (b) above, the Successful Tenderer shall be identified by draw of
lots, which shall be conducted, with prior notice, in the presence of
the tied Tenderer or their representatives who choose to be present.
38. Speculative
38.1. The Tender Accepting Authority may reject a Tender, if it has
Tenders
determined that the Financial Bid in combination with other
constituent elements of the Tender is abnormally low or abnormally
high in relation to the subject matter of the procurement and raises
concerns with such authority as to the ability of the Tenderer to
perform the Contract.
38.2. Before arriving at a determination under ITB 38.1, the Tender
Accepting Authority may in writing seek such other information
from the Tenderer as it considers relevant.
38.3. The decision of the Tender Accepting Authority to reject a
submission in accordance with this ITB 38 and the reasons for that
decision, and all communications with the Tenderer shall be
included in the record of the tender proceedings.
38.4. The decision of the Tender Accepting Authority and the reasons
therefor shall be promptly communicated to the Tenderer concerned.
39. Negotiations
39.1. The Tender Accepting Authority shall cause an objective evaluation
with the lowest
of the Financial Bids taking into consideration the filled up Bill of
evaluated
Quantities as submitted by the lowest evaluated tenderer and the
Tenderer
prevailing market rate for procurement of such BOQ items to carry
out a comparative analysis. If the Tender Accepting Authority
decides that the price quoted by the lowest evaluated Tenderer is
higher with reference to the prevailing market rate or the schedule of
rates, the Tender Accepting Authority may negotiate for a reduction
of price with that lowest evaluated Tenderer.
39.2. Based on the outcome of such negotiations, the Tender Accepting
Authority may accept or reject the Financial Bid of the lowest
evaluated Tenderer. If the Tender Accepting Authority proposes to
accept the Financial Bid of the lowest evaluated Tenderer, the
Tender Accepting Authority shall pass orders accepting the tender
together with reasons for such acceptance (the “Successful
Tenderer”).
39.3. Any Tenderer aggrieved by the order passed by the Tender
Accepting Authority may appeal against the decision of the Tender
Accepting Authority in pursuance of the Tamil Nadu Transparency
in Tenders Act, 1998.
39.4. In case the negotiations with the lowest evaluated Tenderer shall fail,
the Tender Accepting Authority may, in its sole discretion, call upon
the next lowest evaluated Tenderer for negotiations or annul the
Tendering Process or take any other decision as considered
appropriate in the matter with proper justification thereof.
39.5. In case the negotiations with the next lowest evaluated Tenderer
shall be successful, then the Tender Accepting Authority shall pass
orders accepting the tender together with reasons for such
acceptance and the said Tenderer shall be declared as the Successful
Tenderer.
40. Tender
40.1. The Tender Accepting Authority reserves the right to accept or reject
Accepting
any Tender and to annul the Tendering Process and reject all
Authority’s
Tenders at any time prior to award of the Contract, without incurring
Right to Accept
any liability to the Tenderers. In case of annulment, the respective
Any Tender,
Tender Securities of the Tenderers shall be promptly returned.
and to Reject
Any or All
Tenders
E. Award of Contract
41. Award Criteria
41.1. Subject to ITB 40.1, the Employer (TNCHL) shall award the
Contract to the Tenderer who has been determined to be the lowest
evaluated Tenderer and provided that the Tenderer is determined to
be qualified to perform the Contract satisfactorily.
42. Notification of
42.1. Prior to the expiration of the period of Tender Validity, the
Award
Employer (TNCHL) shall notify the Successful Tenderer, in writing,
that its Tender has been accepted. The notification letter (hereinafter
and in the Conditions of Contract and Contract Forms called the
“Letter of Acceptance”) shall specify the sum that the Employer
will pay the Contractor in consideration of the execution and
completion of the Works (hereinafter and in the Conditions of
Contract and Contract Forms called the “Contract Price”). At the
same time, the Employer (TNCHL) shall also notify all other
Tenderers of the results identifying the Tender and name of the
Successful Bidder and the Price it offered.
42.2. Until a formal contract is prepared and executed, the Letter of
Acceptance shall constitute a binding Contract.
42.3. The Employer (TNCHL) shall promptly respond in writing to any
unsuccessful Tenderer who, after issuance of notification of award
requests in writing the grounds on which its Tender was not
selected.
42.4. After the issuance of the Letter of Acceptance but prior to execution
of the Contract Agreement, the Successful Tenderer shall be
required to execute the Integrity Pact before signing the Contract
Agreement in the format as provided under Contract Form-3. This
Integrity Pact shall be executed on plain paper by the Successful
Tenderer with the Employer. In case the Successful Tenderer is a
JV, all the JV Members shall be required to sign the Integrity Pact.
43. Signing of
43.1. Upon execution of the Integrity Pact, , the Successful Tenderer will
Contract
be required to execute the Contract Agreement with the Employer in
the form specified in the Tendering Documents with such
modifications as may be considered necessary at the time of
finalization of the Contract.
43.2. Within 7 (seven) days of receipt of the Contract Agreement, the
Successful Tenderer shall sign, date, and return it to Employer in the
format prescribed.
44. Performance
44.1. Within 14 (fourteen) days of the receipt of Letter of Acceptance, the
Security
Successful Tenderer shall furnish the Performance Security in
favour of the Employer in accordance with the General Conditions,
using for that purpose the Performance Security Form included in
Section IV (Contract Forms).
44.2. The Performance Security shall be for 5% (five percent) of the
Contract Price or for a higher amount as determined by the Tender
Scrutiny Committee in terms of ITB 33.5 in case of seriously
unbalanced or front loaded Tender of the Successful Tenderer, and
shall remain valid for a period of 70 (seventy) days beyond the date
of completion of all contractual obligations of the Successful
Tenderer/ Contractor, including Defect Notification Period as per the
General Conditions.
44.3. Failure of the Successful Tenderer to submit the above- mentioned
Performance Security or sign the Contract Agreement shall
constitute sufficient grounds for the annulment of the award and
forfeiture of the Tender Security. Further, the Employer and/or
Tender Accepting Authority shall be free to deal with the Project in
any manner at their sole discretion.
A. General
ITB 1.1. Name of the Project is: Construction of Tower 1 (2BF+ GF+ 20 Floors), Tower 2
(2BF+ GF+ 16 Floors), Tower 3 (2BF+ GF+ 15 Floors), and SKYBRIDGE for Tamil
Nadu Commerce Hub (TNCH) at Nandanam, Anna Salai, Chennai, Tamil Nadu.
ITB 2.1 The number of the Invitation for Tenders is : Tender No. SE/SPC-1/ 07/ 2020-
2021
ITB 2.1 The Employer is: Tamil Nadu Commerce Hub Limited
ITB 2.1 The name of the Tender is : Construction of Tower 1 (2BF+ GF+ 20 Floors), Tower 2
(2BF+ GF+ 16 Floors), Tower 3 (2BF+ GF+ 15 Floors), and SKYBRIDGE for Tamil
Nadu Commerce Hub (TNCH) at Nandanam, Anna Salai, Chennai, Tamil Nadu
The identification number of the Tender is: SE/SPC-1/ 07/ 2020-2021
ITB 3.3 Maximum number of members in the JV shall be: 2 (two) – One Lead Member and
one JV Partner.
ITB 8.1 For clarification purposes , the address of the Tender Inviting Authority is:
Attention: Superintending Engineer, Special Project Circle-I
Tamil Nadu Housing Board,493, Anna Salai, Nandanam,
Chennai – 600035, Tamil Nadu, India
Telephone: 044-24353544
E-mail address: sespc1@gmail.com
ITB 8.1 Office of Tender Inviting Authority / Procurement Portal www.tenders.tn.gov.in
ITB 8.5 A Pre-Bid meeting shall take place at the following date, time and place:
Date: 04.02.2021
Time: 11:00 Hrs IST
Place: Superintending Engineer , Special Project Circle-I
NO: 493,Anna Salai, Nandanam, Chennai-600035, Tamil Nadu.
ITB 8.7 The Pre-Bid Queries shall be required to be addressed to the following:
Attention: Superintending Engineer, Special Project Circle-I
Tamil Nadu Housing Board,493, Anna Salai, Nandanam, Chennai – 600035, Tamil
Nadu, India
Telephone: 044-24353544
E-mail address: sespc1@gmail.com
C. Preparation of Tenders
ITB 19.1 The amount of Tender Security shall be : INR 2.45 Crores (Rupees Two Crores Forty
Five Lakhs only)
D. Opening and Evaluation
ITB 25.1 The Technical Bid opening shall take place at:
Tamil Nadu Housing Board,493, Anna Salai,
Nandanam, Chennai – 600035, Tamil Nadu, India
Date: 18.02.2021 at 15:30 Hrs IST
The Tender shall be evaluated by Tender Scrutiny Committee to be constituted by the
Tender Accepting Authority.
This Section contains all the criteria that the Tender Scrutiny Committee shall use to evaluate
Tenders and qualify Tenderers. In accordance with the Instruction to Tenderers, no other factors,
methods or criteria shall be used. The Tenderer shall provide all the information requested in the
forms included in Section IV, Tendering Forms.
Wherever a Tenderer is required to state a monetary amount, Tenderer should indicate the INR
equivalent using the rate of exchange determined as follows:
For construction turnover or financial data required for each year - Exchange rate
shall be the daily representative exchange rate published by the IMF prevailing
on the last day of the respective calendar year (in which the amounts for that year is
to be converted).
Value of single contract - Exchange rate which shall be the daily representative
exchange rate published by the IMF prevailing on the date of the contract.
Any error in determining the exchange rates in the Tender may be corrected by the
Tender Scrutiny Committee.
(i) General Work Experience: The Contractors registered (the registration certificate should be
reclassified and renewed up to date) under class-I in TNHB, PWD, TNPHC, TNSCB and
other Government/ Quasi Government Departments with appropriate monitory limit are
eligible to participate in the Tendering Process, provided it meets all the requirements as set
out below.
(ii) The Tenderer should have been in the business of civil engineering construction works for the
last 10 (ten) years or more ending last day of month previous to the one in which Tenders are
invited.
(iii) The Tenderer, in case of JV, both the members of the JV should have been in the business of
civil engineering construction works for the last 10 (ten) years or more ending last day of
month previous to the one in which Tenders are invited. The JV Leader shall be registered
(the registration certificate should be reclassified and renewed up to date) under class-I in
TNHB, PWD, TNPHC, TNSCB and other Government/ Quasi Government Departments with
appropriate monitory limit.
The Tenderer should possess experience of having successfully completed during the last 7
(seven) years ending last day of month previous to the one in which Tenders are invited; the
Works completed up to 28 (twenty eight) days before the date of submission of Tenders shall
also be considered:
(a) One similar work costing not less than the amount equal to INR 300 Crores. In case the
Tenderer is a JV, the JV Leader should fulfil this requirement and JV Member should have at
least one similar work of INR 175 Crores.
OR
(b) Two similar work costing not less than the amount equal to INR 150 Crores each. In case the
Tenderer is a JV, the JV Leader should fulfil this requirement and JV Member should have at
least one similar work of INR 95 Crores.
The term “similar work” shall mean a work pertaining to completion of construction of any
high rise building of Minimum Configuration – 2 Basements + Ground Floor + 15 Floors for
Commercial/Residential cum Commercial/ iIstitutional/ Office/ Hospitality use for any public
or private entity, in RCC and prestressed concrete with finishing works, Façade, Structural
Glazing, Site Development Works, Internal and External Services including Electrical,
Mechanical, Plumbing, Fire Fighting, LV, Landscaping, Solar, Central Air-conditioning, STP
and BMS Complete under one Contract. Such similar work(s) should have been undertaken
for the Central Government Department/ State Government Department/ Central Autonomous
Body/ State Autonomous Body/ Central Public Sector Undertaking/ State Public Sector
Undertaking/ City Development Authority/ Municipal Corporation of City formed under any
(v) The Tenderer should have successfully completed in last 7 (seven) years at least 1 (one)
multi-storeyed certified green building – GRIHA/ LEED/ Equivalent- Office/
Commercial/Residential cum Commercial/ Hospitality projects, having a minimum area of 5
(five) lakh sq.ft. and minimum 45 Metre height. In case of a JV, any one member can meet
above eligibility requirement. The proof of certification shall be submitted.
(vi) The Tenderer should have successfully completed/ substantially completed (erection of
structure 100% completed) in last 7 (seven) years ,two separate projects of Cable Stay Bridge
of minimum 50 m length. Foot over Bridges shall not be considered as eligible experience. In
case of a JV, any one member of the JV can fulfil this requirement.
(vii) The Tenderer should have successfully completed in last 7 (seven) years at least two separate
projects of Basement of a high-rise building construction project with Diaphragm wall
measuring minimum 20 m deep and 150 m long. In case of a JV, any one member can fulfil
this experience.
(viii) The similar works of each member, if done in Joint Venture, will be taken as per the
percentage participation of such member in the Joint Venture.
(ix) Any Tenderer while submitting Tender can use the work experience of :
(a) its parent company provided, such parent company should hold at least 51% (fifty one
percent) shareholding in the Tenderer company;
(b) its subsidiary company provided the parent company holds at least 51% (fifty one
percent) shareholding in the subsidiary company.
Further, in case of a company/ firm formed after merger and/ or acquisition of other
companies/ firms, past experience and other antecedents of the merged/ acquired companies/
firms will be considered for qualification of such company/ firm provided such company/
firm continues to own the requisite assets and resources of the merged/ acquired companies/
firms relevant to the claimed experience.
In case the Tenderer who has used the work experience of its parent company is selected as
the Successful Tenderer, it shall submit a Parent Company Guarantee in the format as
provided under Contract Form 5 as provided under Section IV.
(x) In case of work experience outside India : In case the work experience is for the work
executed outside India, the completion/ experience certificate should be attested by the Indian
Embassy/ Consulate/ High Commission in the country where the project is located. Further, in
the event of submission of completion/ experience certificate by the Tenderer in a language
other than English, the English translation of the same shall be duly authenticated by
Chamber of Commerce of the country where such certificate is issued and attested by the
Indian Embassy/ Consulate/ High Commission in that country.
(xi) Tenderers shall note that the value of executed works shall be brought to the current level by
enhancing the value of actual work done at simple rate of 5% (five per cent) per annum
calculated from the date of completion of the work to the date ending last day of month
(i) The average annual financial Turnover for last 3 (three) financial years preceding the Tender
Submission Date shall be at least INR 245 Crores, from Building construction and its
associated works. The requisite Turnover shall be duly certified by a Chartered Accountant
with his seal/ signatures and registration number.
(ii) Evidence of solvency of the Tenderer in the form of a Bank Solvency Certificate issued from
a Scheduled Commercial Bank in India for a minimum of INR 245 Crores. The certificate
should have been issued within the period of 1 (one) month prior to the original Tender
Submission Date.
(iii) Evidence of Liquid Assets or access to line(s) of credit and availability of other financial
resources facilities for meeting the initial cash flow requirements for this project (INR 95
Crores), certified by a Scheduled Bank/ Nationalized Bank (not more than 1(one) month old)
to be attached in original.
(iv) The Tenderer are required to submit certificate by a Chartered Accountant/ Statutory Auditor
with his seal/ signatures and registration number, as per the format under FIN 3.1 and FIN 3.2
along with certified pages of summarized Balance Sheet (Audited) and also pages of
summarized Profit & Loss Account (Audited) for last 3 (three) years preceding Tender
Submission Date.
(v) Tenderer should be an assesse of Income Tax and attested copy of Income Tax Clearance
certificate of last three year should be enclosed along with their requisition.
(vi) In case of the Tenderer being a JV, the Financial Strength criteria shall be met jointly by the
JV leader and the other JV Member in the percentage ratio of 60:40.
A= Maximum value of civil engineering works executed in any one year during the last
five years (updated at the current price level), taking into account the completed as
well as works in progress.
B= Value (updated at the current price level) of the existing commitments and ongoing
works to be completed in the next ‘N’ years.
Tenderer will only qualify if its available bid capacity is more than INR 730 Crores. In case
of the Tenderer being a JV, the available bid capacity will be applied for each of the two
members to the extent of its proposed participation in the execution of the Works.
Subject to the provisions of the ITB 31, the Tenderer who proposes to subcontract the
execution of specialized works, if awarded the Project, to a proposed Subcontractor shall
provide only the specific experience of subcontractors for specialized works as specified in
ITB 30. The general experience and financial resources of the proposed Subcontractors shall
not be added to those of the Tenderer for purposes of qualification of the Tenderer or vice
versa. Specialized works covered in the Contract shall be undertaken by the proposed
Subcontractor on approval of the Employer after adopting the procedures given below:
(i) Names of upto 3 (three) proposed Subcontractors for each specialized work may be
proposed by the Tenderer at the time of submission of Tender itself along with the
details of scope, experience, financial standing etc. The Tender Scrutiny Committee
will have the right to call for additional information as may be required to assess
the capability of the proposed Subcontractors or even to inspect their previous
works for fully satisfying themselves on the performance of the proposed
Subcontractors.
(ii) Based on the assessment of the Tender Scrutiny Committee, if any proposed
Subcontractor is found ineligible or its credentials are found not satisfactory to
carry out the specialized works, the Tender Scrutiny Committee may request the
Tenderer to propose an acceptable substitute. The Tenderer upon receiving such
request shall within the time allocated by the Tender Scrutiny Committee provide
the requisite information and documents in Form ELI 1.6 along with the supporting
documents in respect of a new/ substitute agency/ies for consideration of the
Tender Scrutiny Committee.
(iii) The Contractor may propose Subcontractors for each discipline of specialized
works who meet the required Minimum Qualification Criteria as specified below :
The Proposed Subcontractor(s) should not have incurred any losses in more than 2 (two)
financial years during the last 5 (five) financial years ending 31st March, 2020.
The scope of work of the Proposed Subcontractor for Health Monitoring System for
Skybridge shall be to carry out the instrumentation and recording of measurement
(deflections, vibrations, natural frequency etc.) using necessary instrumentation like Linear
Potentiometer, Laser Distance meter, Data Acquisition system, Data Filtration software,
etc. during the Defects Notification Period under the Contract.
The Tenderer should furnish evidence towards possessing adequate equipment resources and
manpower as specified in Clauses 3 and 4 below, to complete the works within the scheduled
period. The Tenderer shall assure, fill and submit the appropriate Forms and supporting
documents, educational certificates, qualification certificates etc. duly signed as prescribed in
this document.Based on the assessment of the Tender Scrutiny Committee, if any Member is
found ineligible or equipment details are found not satisfactory, the Tender Scrutiny
Committee may request the Tenderer to propose an acceptable substitute. The Tenderer upon
receiving such request shall within the time allocated by the Tender Scrutiny Committee
provide the requisite information and documents in relevant forms along with the supporting
documents in respect of a new/ substitute Manpower and / or Equipment for consideration of
the Tender Scrutiny Committee. Failure to provide the relevant details shall lead to rejection
of Tender.
1.2 Conflict of Interest No conflicts of interest Must meet Must meet Must meet Must meet Letter of Bid
in accordance with requirement requirement requirement requirement
ITB 4
1.3 Government Meets conditions of ITB Must meet Must meet Must meet Must meet Forms ELI –
Owned Entity 3.1 requirement requirement requirement requirement 1.1 and 1.2,
with
attachments
4. Experience
4.1 General Experience (i) The Contractors Must meet N/A Must meet N/A Form EXP – 1.1,
registered (the requirement requirement 1.2
registration
certificate should
be reclassified and
renewed up to
date) under class-I
in TNHB, PWD,
TNPHC, TNSCB
and other
Government/ Quasi
Government
Departments with
appropriate
monitory limit.
OR
Where,
A= Maximum value
of civil engineering
works executed in any
one year during the last
five years (updated at
the current price level),
taking into account the
completed as well as
works in progress.
M = Multiplier
Factor @ 1.5
N= Number of years
prescribed for
completion of the
Works.
B= Value (updated
at the current price level)
The Tenderer must demonstrate that it will have a suitably qualified Contractor’s
Representative and suitably qualified (and in adequate numbers) Key Personnel, as
described below:
Minimum Requirements
Designation
Min no. General Experience
S.No of Key Min Qualification
required Level Specific Experience
Personnel
The Tenderer shall provide details of the Contractor’s Representative and Key Personnel and such other
Key Personnel which the Tenderer considers required for performing the Contract, together with their
academic qualifications and work experience. The Tenderer shall complete the relevant Forms PER-1 and
PER-2 in Section IV, Tendering Forms.
The Tenderer must demonstrate that it has access to the key equipment listed hereafter:
3. 50 T Crane (Crawler) 3
5. Hydraulic Grab 3
31. Excavator-1 m3 2
34. Dumper 6
The Tenderer shall provide further details of proposed items of equipment using Form EQU-1,
2 in Section IV, Tendering Forms.
(a) Similar Works Experience as per sr. no. (iv) of eligibility 10 marks
criteria (3 marks to be mandatorily scored by each Tenderer)
(c) Cable Stay bridge as per sr. no. (vi) of eligibility criteria 8 marks
(2 marks to be mandatorily scored by each Tenderer)
Short-listing of Tenderers: The Tenderers who shall score 60 (sixty) marks or above and provided
that the Tenderer scores minimum mandatory marks specified in respect of General Work
Experience, different categories of the Particular Work Experience, Financial Strength, Key
Personnel and Technical Proposal shall be pre-qualified and short-listed for Financial Bid opening.
CONTRACT FORMS
To: Date:
Superintending Engineer – Special Project Circle -1
Tamil Nadu Housing Board,
Head Office at 493, Anna Salai
Nandanam, Chennai-600035
We, the undersigned, offer to execute in conformity with the Tender Documents for
Construction of Tower 1 (2BF+ GF+ 20 Floors), Tower 2 (2BF+ GF+ 16 Floors), Tower 3 (2BF+
GF+ 15 Floors), and SKYBRIDGE for Tamil Nadu Commerce Hub (TNCH) at Nandanam,
Anna Salai, Chennai, Tamil Nadu, the following Works, viz:
In signing this letter, and in submitting our Tender, we also confirm that:
(a) our Tender shall be valid for the period stated in the Tender Documents or any extension
thereof and it shall remain binding upon us and may be accepted at any time before the
expiration of that period;
(b) a Tender Security has been submitted in the terms of the Tender Document and proof of the
same is attached herewith;
(c) if our Tender is accepted, we commit to furnishing a Performance Security for the requisite
amount and within the time as specified in the Tender Documents;
(d) we shall furnish a Parent Company Guarantee (if applicable) within the time, for the requisite
amount and in the form specified in the Tender Documents;
(e) we have examined and have no reservations to the Tender Document, issued by you on [insert
date]; including Addendum to Tender Document No(s) [state numbers] , issued in accordance
with the Instructions to the Tenderers;
(f) we are submitting this Tender as a sole Tenderer;
or
we are submitting this Tender as the members of a Joint Venture (JV), comprising the
following members;
(g) we, including as applicable any JV Member, declare that we are not associated, nor have
been associated in the past, directly or indirectly, with a consultant or any other entity that
has prepared the design, specifications and other documents in accordance with the Tender
Document;
Signature:
Name:
In the capacity of: Duly authorised to sign the Tender for and on behalf of the Tenderer
Date: ________________
Tenderer's name
Address:_
Telephone/Fax numbers:
E-mail address:
Classification of Registration
Name and Address of Bankers
Name : ---------------------------------------------------
Address : -----------------------------------------------------------------------
Organization chart showing the structure of the company including names and positions of directors and
key personnel to be attached
Date: ___________
Tenderer’s JV name:
JV Member’s name:
Address:
Telephone/Fax numbers:
E-mail address:
1. Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above.
In case of a Government-owned enterprise or institution, documents establishing legal and financial
autonomy, operation in accordance with commercial law, and absence of dependent status.
A Registration Certificate duly reclassified and renewed up to date registration under class-I in
TNHB, PWD, TNPHC, TNSCB and other Government/ Quasi Government Departments with
appropriate monitory limit.
2. Included are the organizational chart, a list of Board of Directors/ partners and the beneficial
ownership.
The Members of the Joint Venture shall provide a Joint Venture Agreement for Joint Venture
participation and which includes at least the following (the “JV Agreement”):
M/s [] {Insert Name of JV leader}, having its registered office at (hereinafter referred to
as “JV Leader”), is the JV Leader of the JV and will nominate the Authorized Representative of the
JV on First Part;
And
M/s [] {Insert Name of Member}having its registered office at [] (hereinafter referred to as “JV
Member”), shall act in the capacity of a Member of the JV on the Other Part.
The expressions of “JV Leader” and “JV Member” shall wherever the context permits, mean and
include their respective legal representatives, successor interest and assigns and shall collectively be
referred to as the “Parties” and individually as the “Party”.
WHEREAS:
(1) The following documents shall be deemed to form and be read and construed as an integral
part of this Joint Venture Agreement:
a) Tender Document issued by the Tender Inviting Authority.
b) Any Addenda to the Tender Document issued by the Tender Inviting Authority.
c) The Tender submitted on our behalf jointly by the Authorized Representative from
the JV Leader.
(2) The “Parties” have studied the Tender Document and have agreed to participate in submitting
a “Tender” jointly.
Designation: []
Address: []
(4) In the event of the above Authorized Representative being replaced by or dissociating
with/leaving the JV Leader, the JV Leader shall immediately appoint another of its employee
as its Authorized Representative duly with the consent of other JV Members. During any
such period when the JV Leader is not able to have an Authorized Representative, the
………………. of the JV Leader will be considered to be the Authorized Representative for
the purpose of this Tender and subsequent Contract (if awarded).
(5) We undertake that the distribution of responsibilities and scope of work in execution of Work
and the percentage participation amongst various Members of the JV for the subject work
shall be as under:
In case a Party fails or delays to perform its obligations either partially or totally, it shall be
responsible for all the outcomes concerned, and upon such conditions the other Party shall be
obliged to take measures to perform well all the obligations under the Contract with the
Employer.
(11) Validity
This JV Agreement shall remain in force till one of the following occurs, unless by mutual
consent, the Parties agree in writing to extend the validity for a further period:
(b) Cancellation/shelving of the Project by the Employer for any reasons prior to award
of the Contract;
(c) Successful execution of the Contract and settlement of all/any dispute and claims
between the Employer and the Contractor.
(13) Notices
The names, addresses and fax numbers of the Authorized Representatives of the other
Members of the JV to which notices may be given in writing by fax confirmed by registered
mail or commercial courier shall be as follows:
(a) [Name] [Designation] [Address] [Ph. No., Fax No., E-mail ID]
(b) [Name] [Designation] [Address] [Ph. No., Fax No., E-mail ID]
(14) The Parties to this JV Agreement agree that in the event the Project gets awarded to the JV
then the Parties shall get this JV Agreement shall get registered.
Each Party represents to the other Parties as of the date of this JV Agreement that:
(a) such Party is duly organised, validly existing and in good standing under the laws of
its incorporation and has all requisite power and authority to enter into this JV
Agreement;
(b) the execution, delivery and performance by such Party of this JV Agreement has been
authorised by all necessary and appropriate corporate or governmental action and a
copy of the extract of the charter documents and board resolution/ power of attorney
in favour of the person executing this JV Agreement for the delegation of power and
authority to execute this Agreement on behalf of the JV Member is annexed to this
Agreement, and will not, to the best of its knowledge:
(16) Miscellaneous
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
1.
2.
(Notarised)
Notes:
This JV Agreement shall be executed in English and according to the applicable laws of India, taking
into accounts the notes stated below:
(1) In the case of an existing JV, a certified copy of Joint Venture Agreement shall be furnished.
(2) The mode of execution should be in accordance with the procedure, if any, laid down by the
applicable laws of India and the charter documents of the executants(s) and when it is so
required, the same should be under common seal affixed in accordance with the required
procedure.
(3) Whenever required, the Tenderer should submit for verification the extract of the charter
documents and the shareholder resolution in favour of the person executing this document on
behalf of the Tenderer.
(4) For a required document executed and issued overseas, the document will also have to be
legalized by the Indian Embassy in the Tenderer’s country and notarized in the jurisdiction
where it is being issued. However, documents provided by Tenderers from countries that have
signed the Hague Legislation Convention 1961 are not required to be legalized by the Indian
Embassy, if they carry a conforming Apostille certificate.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall
always be deemed to have been done by us.
…………………………..
(Signature, name, designation and address of Executant)
Witness
Witness1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:
(Notarised)
Accepted
……………………………
(Signature)
(Name, Title and Address of the Attorney)
Notes:
This Power of Attorney shall be executed according to the applicable laws and in English in
the Tenderer’s country, taking into account the notes stated below:
(1) The mode of execution should be in accordance with the procedure, if any, laid down by the
applicable law in the Tenderer’s country and the charter documents of the executants(s) and
when it is so required, the same should be under common seal affixed in accordance with the
required procedure.
(2) Whenever required, the Tenderer should submit for verification the extract of the charter
documents and the shareholders’/ partners’ resolution in favour of the person executing this
document on behalf of the Tenderer.
(3) For a required document executed and issued overseas, the document will also have to be
legalised by the Indian Embassy in the Tenderer’s country and notarized in the jurisdiction
where it is being issued. However, documents provided by Tenderers from countries that have
signed the Hague Legislation Convention 1961 are not required to be legalized by the Indian
Embassy, if they carry a conforming Apostille certificate.
Whereas the Tamil Nadu Housing Board (“TNHB”) on behalf of [Tamil Nadu Commerce Hub
Limited] (the “Employer”) has invited Tenders from the prospective Tenderers for carrying out the
Works for the “Construction of Tower 1 (2BF+ GF+ 20 Floors), Tower 2 (2BF+ GF+ 16 Floors),
Tower 3 (2BF+ GF+ 15 Floors), and SKYBRIDGE for Tamil Nadu Commerce Hub (TNCH) at
Nandanam, Anna Salai, Chennai, Tamil Nadu. India”.
Role
Name of JV Members Country of Incorporation [i.e. JV leader / Qualifying
Shareholder/ Others (please specify]
And Whereas, it is necessary for the Members of the JV to designate one of the members as the JV
leader with all necessary power and authority to do for and on behalf of the JV, all acts, deeds and things
as may be necessary in connection with the JV’s Tender for the Works.
We, [JV Member] having our registered office at [address] do hereby irrevocably designate, nominate,
constitute, appoint and authorize M/s [JV leader] having its registered office at [address] being one of the
Members of the JV, as the JV leader and true and lawful attorney of the JV (hereinafter referred to as the
“Attorney”) and hereby irrevocably authorize the Attorney (with power to sub-delegate to its authorized
signatory) to conduct all business for and on behalf of the JV and anyone of us during the Tendering
Process and, in the event the JV is awarded the Works, during the execution of such Works, and in
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by
this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the
powers hereby conferred shall and shall always be deemed to have been done by us/JV.
(Executant)
Witness1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:
(Notarised)
Accepted
………………………………..
Notes:
This Power of Attorney shall be executed according to the applicable laws and in English in the
Tenderer’s country, taking into account the notes stated below:
Note:
1. Supporting Documentary evidence for each and every information provided in the format shall be
enclosed along with photographs.
2. Tenderer to add rows / sheets if required to provide information.
3. Separate sheets to be enclosed for each Subcontractor and for each specialized work.
4. Subcontractor to submit copy of work order, bill of quantities, bill wise details of payment
received certified by C.A./ Statutory Auditor, T.D.S certificates for all payments received and
copy of final / last bill paid by client shall also be submitted for the Works Experience submitted
Date: …………………...
Place: …………...……..
Dated : []
…………………………….
(Signature of the authorized signatory)
The Tenderer shall be required to submit Technical Proposal in its Tender containing inter alia the
following:
The Tenderers shall be free to present the above mentioned in any manner whatsoever to satisfy the
conditions of the Tender Documents.
MEMORANDUM OF UNDERSTANDING
This Memorandum of Understanding (the “MoU”) is made on the ______day of ________, 20___ (the
“Effective Date”) at ______________.
BETWEEN
[insert name of the Tenderer (in case of Single Entity)/ JV leader (in case of Joint Venture)], a
[proprietorship/ partnership/ company/ limited liability partnership] duly registered under the provisions
of the [insert the relevant statute], having its registered office/ office at [insert address], acting through
its [insert name and address of the Authorized Signatory] (hereinafter referred to as the “Tenderer”
which expression shall unless repugnant to the context or meaning thereof, mean and include its
successors and assigns) of the First Part;
AND
[insert name of the entity which shall be the Proposed Subcontractor], a [proprietorship/ partnership/
company/ limited liability partnership] duly registered under the provisions of the [insert the relevant
statute], having its registered office/ office at [insert address], acting through its [insert name and
address of the Authorized Signatory] (hereinafter referred to as the “Proposed Subcontractor” which
expression shall unless repugnant to the context or meaning thereof, mean and include its successors and
assigns) of the Second Part;
Each of the aforesaid shall hereinafter be referred to individually as a “Party” and collectively as
“Parties”.
WHEREAS the Tenderer {as a part of the Joint Venture/ Joint Venture comprising of M/s………….&
M/s……………} is desirous to submit its Tender in pursuance of the Tender Documents dated []
(“Tender Documents”) issued by Tamil Nadu Housing Board (“TNHB”) on behalf of Tamil Nadu
Commerce Hub Limited (the “Employer”), regarding “Construction of Tower 1 (2BF+ GF+ 20
Floors), Tower 2 (2BF+ GF+ 16 Floors), Tower 3 (2BF+ GF+ 15 Floors), and SKYBRIDGE for
Tamil Nadu Commerce Hub (TNCH) at Nandanam, Anna Salai, Chennai, Tamil Nadu. India ”
(the “Project”).
AND WHEREAS in terms of the provisions of the Tender Documents, the Tenderer is required to have
a technical tie-up with an agency possessing the requisite technical experience to execute the work
pertaining to […………………….]2 (the “Subcontracted Work”) who shall act as the Proposed
2
Give details of the specialized works prescribed as per Tender Documents for which the Subcontractor shall be
AND WHEREAS in order to have the aforesaid technical tie-up arrangement, the Tenderer has
approached the Proposed Subcontractor which possesses the requisite technical experience to execute the
proposed Subcontracted Work.
AND WHEREAS the Proposed Subcontractor has confirmed that it has read through and examined the
contents of the Tender Documents in respect of the Project, the work proposed to be subcontracted and
the detailed terms and conditions pertaining to proposed Subcontractor in the Tender Documents.
AND WHEREAS the Proposed Subcontractor has represented that it possess the requisite technical
experience to execute the proposed Subcontracted Work and has as such expressed its desire and
willingness to extend support to the Tenderer to use its technical credentials and if the Project is awarded
to the Tenderer, then to execute the Subcontracted Work as a Subcontractor in terms of the Tender
Documents.
AND WHEREAS the Tenderer and the Proposed Subcontractor desire to set forth the terms and
conditions of such arrangement through this MoU.
NOW THEREFORE in consideration of the mutual covenants herein contained, the Parties hereto
agree as follows:
1. INTERPRETATION
1.1 Any reference to a statutory provision shall be deemed to include a reference to any statutory
amendment, modification or re-enactment of it as applicable in the State of Tamil Nadu, India.
1.2 Any reference to Tenderer and the Proposed Subcontractor shall, if appropriate, include its
authorized representative(s).
1.3 The terms which appear in the capitalized form and not defined herein this MoU but appearing
as defined terms in the Tender Documents shall have the same meaning as attributable to them
under the Tender Documents.
2. TERM
If the Tenderer is declared as the Successful Tenderer and subsequently appointed as the
Contractor, then the Term of this MoU shall be reckoned from the Effective Date till the
execution of the formal Subcontract (as per the draft format approved by the Engineer) between
the Parties and if the Tenderer stands disqualified during the Tendering Process then this MoU
shall stand terminated upon such disqualification of the Tenderer.
3.1 The Scope of Work of the Subcontractor shall be as per the requirements set out under Tender
Documents.
3.2 The Proposed Subcontractor shall allow the Tenderer to use its technical credentials for the
fulfilment of the criteria as set out under the Tender Documents for the tendering purposes and
for the said purpose, the Proposed Subcontractor certifies that the credentials provided by it
along with supporting documentary proofs are true and correct. Further, in case, the Tenderer is
declared as the Successful Tenderer and subsequently appointed as the Contractor, then the
Successful Tenderer/ Contractor shall enter into a formal contractual arrangement with the
Proposed Subcontractor in accordance with the terms and conditions of this MoU and those
contained under the Conditions of Contract, to execute the Subcontracted Works as per the
Scope of Work specified in this MoU.3 The Contractor shall ensure that the Proposed
Subcontractor does not back out of this obligation. The Contractor shall get the format of the
Subcontract approved from the Engineer and shall thereafter provide the copy of the executed
Subcontract (as per the draft approved by the Engineer) to the Engineer for its reference and
record.
3.3 The Proposed Subcontractor shall be liable for execution of the Subcontracted Work as per the
scope of work specified in Annexure I and also, during the Defects Notification Period as
specified in the Tender Documents.4
4. REPRESENTATIONS AND WARRANTIES BY THE PROPOSED SUBCONTRACTOR
3 In case of the Proposed Subcontractor for Post Tensioning Works, the Subcontract to be executed between the
Successful Tenderer and the Proposed Subcontractor, shall essentially contain a condition that all the Structural
drawings/ Framing plans to be prepared by such Subcontractor shall be in conformity with the concrete formwork
sizes which are mentioned in the Tender Documents and each of the Structural drawings/ Framing plans issued with
the Tender are stamped and signed by both the Successful Tenderer and the said Proposed Subcontractor and
submitted with the MoU.
4 In case of the Proposed Subcontractor for executing the Health Monitoring System of Skybridge, the term of the
Subcontract shall be during the Defects Notification Period under the Contract.
*[Tenderers may further expand this Clause to add any additional role designated to their
Proposed Subcontractor as per their mutual understanding].
5. CONSIDERATION
The aspects regarding the consideration to be payable to the Proposed Subcontractor and other
commercial aspects have been agreed between the Parties separately and financial implication
on account of the same shall be included in the Bill of Quantities to be filled and and submitted
as part of the Tender submission of the Tenderer.
6. NOTICES
All notices, requests, demands or other communication required or permitted to be given under
this MoU and the provisions contained herein shall be in writing in English language and are
effective upon delivery to the other Party (whether by mail, fax, personal delivery or otherwise)
at the address, and marked to the attention of the person, indicated below:
Kind Attention
Address:
E-mail address:
Mobile no:
Kind Attention
Address:
E-mail address:
Mobile no:
The provisions of this MoU shall be construed in accordance with the laws of India and the
courts at [insert the place] shall have the exclusive jurisdiction over matters arising out of or
relating to this MoU.
5
This shall be applicable for the Subcontractor which belongs to a country which shares a land border with India.
8. COUNTERPARTS
The MoU may be executed in 2 (two) or more counterparts, any one of which shall be deemed
the original without reference to the others.
IN WITNESS WHEREOF, the Parties to this MoU have caused their respective duly authorized
representatives to execute this MoU on the day and year first above written:
_________________________
_________________________
Witnesses
1.____________________
2.____________________
Non-Performed Contracts in accordance with Section III, Evaluation Criteria and Qualifications
Contract non-performance did not occur since 1stJanuary [insert year] specified in Section III, Evaluation
Criteria and Qualifications, Sub-Factor2.1.
Contract(s) not performed since 1stJanuary [insert year] specified in Section III, Evaluation Criteria and
Qualifications, requirement2.1
Contract Identification:
Name of Employer:
Address of Employer:
Reason(s) for nonperformance:
Pending Litigation, in accordance with Section III, Evaluation Criteria and Qualifications
No pending litigation in accordance with Section III, Evaluation Criteria and Qualifications.
Pending litigation in accordance with Section III, Evaluation Criteria and Qualifications, as indicated
below.
Note:
The amount in dispute is required to be supported with a certificate issued by the Statutory Auditor of the
Tenderer/ member of the JV certifying the aforesaid amount(s) in dispute.
Relevant works carried out during last 7 (seven) years, ending last day of month previous
to the one in which Tenders are invited.
NAME OF THETENDERER:
PARTICULARS DETAILS
d) Methods/ Technology
e) Other characteristics
Employer’s Address:
Telephone / Fax
number: E Mail
Date: ………………….
Note :
1. In case of the JV, the above Form needs to be submitted by all JV Members.
2. The Tenderers are required to submit the details of each project separately.
3. Work Experience, even if meeting the required value, but gained as working as a Sub- Contractor
shall not be considered.
4. The value of executed works shall be brought to current costing level by enhancing the actual value of
work at simple rate of 5% per annum for Indian Rupees; calculated from the date of completion to
last date of receipt of applications for tenders
5. If the qualifying work(s) were done by claiming Tenderer in a Joint Venture (JV), then the value of
work as per their percentage participation in such shall be considered.
6. Copy of completion certificates issued from client clearly indicating the nature / scope of work, actual
date of completion and actual completion cost for such work should be submitted “Form EXP-1.2 –
Completion Certificate”. The offers submitted without this documentary proof shall not be evaluated.
7. In case the work is executed for private client, copy of work order, bill of quantities, bill wise details
of payment received certified by C.A., T.D.S certificates for all payments received and copy of final /
last bill paid by client shall also be submitted.. Copy of completion certificates issued from client
clearly indicating the nature / scope of work, actual date of completion and actual completion cost for
such work should be submitted
8. The actual site coloured photographs (in sufficient nos.) for clear understanding of the project shall
be submitted for each project specified in the above form.
[The following table shall be filled in for the Tenderer and for each member of a JV]
3. Agreement No.
5 Date of Start
6. Date of completion
9. Performance Report
[The following table shall be filled in for the Tenderer and for each member of a JV]
4. Employer’s Address:
9. Built-Up Area
Note: Attach copies of work order and completion certificate issued by the Employer/ Owner.
6
Copy of the LEED certificate issued to be attached.
[The following table shall be filled in for the Tenderer and for each member of a JV]
4. Employer’s Address:
6. Date of Commencement
7. Date of Completion
Note: Attach copies of work order and completion certificate issued by the Employer/ Owner.
[The following table shall be filled in for the Tenderer and for each member of a JV]
4. Employer’s Address:
6. Date of Commencement
7. Date of Completion
Note: Attach copies of work order and completion certificate issued by the Employer/ Owner.
Tenderer’s Name:[]
Date: []
1. Financial Data
Type of Financial information in Historic information for previous 3 (three) years,
(currency)
(amount in INR equivalent)
Liquidity ( = 2-4 )
Return on Equity
2. Sources of Finance
Specify sources of finance to meet the cash flow requirements on works currently in progress and for
future contract commitments.
3. Financial documents
The Tenderer and its parties shall provide copies of financial statements for 3 years including all
related notes, income statements complying with the following conditions:
(a) Reflect the financial situation of the Tenderer or in case of JV member, and not an
affiliated entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.
(e) In case audited balance sheet of the last financial year is not made available by the
Tenderer, he has to submit an affidavit certifying that “the balance sheet has actually
not been audited so far”. In such a case the financial data of previous”3 (three)”
audited financial years will be taken into consideration for evaluation.
(f) Historic financial statements shall be audited by Statutory Auditor of the
Company/Firm under their seal & stamp and shall be strictly based on Audited Annual
Financial result of the relevant period(s). No statements for partial periods will be
accepted. All statements must be complete including all notes to the financial
statements.
(g) If audited balance sheet of any year other than the last year is not submitted, the
Tender may be considered as non- responsive.
(h) Where work is undertaken by a group, only that portion of the contract which is
undertaken by the concerned applicant/ member should be indicated and the
remaining done by the other members of the group be excluded. This is to be
substantiated with documentary evidence.
(i) The Tenderers shall submit the attested copies of latest Income Tax Clearance
certificate for the last 3 financial years in its Technical Bid.
Name:………………………
Designation:………………………
[The following table shall be filled in for the Tenderer and for each member of a JV]
Financial Resources
Name:………………………
Designation:………………………
[The following Certificate shall be filled in for the Tenderer and for each member of a JV]
This is to certify that to the best of our knowledge and information that [name of the Tenderer/ JV
Member], having their registered office at [insert the address] are a customer of our bank and are/ is
respectable and can be treated as good for any engagement upto a limit of INR ……………….
This certificate is issued without any guarantee or responsibility on the bank or any of its officers.
Note :
1. TNHB or any Central / State Government Department or Central / State Autonomous Body or
Central/ State Public Sector Undertaking or any Other Government entity or local body/ multilateral
funding agencies like World Bank, Asian Development Bank, Japan International Cooperation
Agency etc. have not suspended / debarred/ blacklisted (either permanently or temporarily) us from
participating in any tender or doing any business, as on last date of submission of the Tender.
2. No Contract executed either individually or in a JV by us, have been rescinded / terminated by any
Central / State Government Department or Central / State Autonomous Body or Central / State Public
Sector Undertaking or any Other Government entity or local body after award during previous 5 (five)
years from the Tender Submission Date due to non-performance.
3. We also agree that if there is any misrepresentation of facts with regards to this undertaking, the same
will be considered as “fraudulent practice” and Employer will have the right to:
• not evaluate our Tender or consider the Tender for award of Contract and forfeit the our
Tender Security; or
• If the Contract has been awarded, to terminate the Contract, forfeit our Performance Security
and/ or take appropriate legal actions depending on the stage of notice of the ‘fraudulent
practice’.
Place: ……………….
Date:………………..
BANK CERTIFICATE
This is to certify that M/s [insert the name of the Tenderer] is a reputed company with a good financial
standing.
If the contract for the Project/Work, namely “[insert the name of the Project]” is awarded to the above firm,
we shall be able to provide overdraft/credit facilities to the extent of INR …………… to meet their working
capital requirements for executing the above contract.
To: Date:
Project: Construction Of Tower 1 (2BF+ GF+ 20 Floors), Tower 2 (2BF+ GF+ 16 Floors),
Tower 3 (2BF+ GF+ 15 Floors), And Skybridge For Tamil Nadu Commerce Hub
(TNCH) At Nandanam, Anna Salai, Chennai, Tamil Nadu We, the undersigned, declare
that:
(a) We have examined the Conditions of Contract, Employer’s Requirements (Specification),
Construction Specifications, Tender Drawings, Pricing Documents-Bill of Quantities,
Reference Documents, the Contract Data, Special Provisions and Addenda Nos
____________ for the above named Project and have no reservations in respect to the same;
(b) We offer to execute and complete the Works and remedy defects therein, in conformity with
the Tender Documents;
(c) The total price of our Tender, excluding any discounts offered in item (d) below is,
INR______ (amount in figures) (amount in words) which is inclusive of all taxes, duties,
levies charges etc.;
(d) The discounts offered and methodology for their application are:
i) The discounts offered are: []
ii) The exact method of calculations to determine the net price after application of
discounts is as follows: []
(e) We agree to abide by this offer and the rates filled up in the attached Bill of Quantities until
_________ (date)7 and it shall remain binding upon us and may be accepted at any time
before that date.
(f) If this offer is accepted, we will provide the specified Performance Security, execute the
Contract, commence the Works on the Commencement Date, and complete the Works in
accordance with the above- named documents within the Time for Completion.
(g) Unless and until a Contract Agreement is prepared and executed this Letter of Tender
(including attached filled up Bill of Quantities), together with your written acceptance
thereof, shall constitute a binding contract between us.
(h) We understand that you are not bound to accept the lowest or any tender you may receive.
Signature____________________ in the capacity of ______________ duly authorised to sign Tenders for and
on behalf of ______________
Address: ________
Date: _______
7
Tenderers to specify a date which is 150 days after the Tender Submission Date.
1. We, …... (name of the Tenderer) hereby confirm to deploy on Site the minimum technical manpower
as detailed below (the “Key Personnel”). The figures indicated below are the minimum number of
Key Personnel required which are to be deployed as per the minimum level of supervision and
qualification/experience of site-staff as per the approved Staffing Schedule.
2. We also confirm to deploy manpower over and above the minimum numbers indicated below, as per
the work requirements with the prior approval of the Engineer and/ or as instructed by the Engineer
from time to time.
1. Project Manager
2. Planning Engineer
3. Billing Engineer
5. Civil Engineer
6. Architect Engineer
7. Quality Assurance
Manager
9. Structural Execution
Engineer
3. We also confirm that the duration of the deployment of the Key Personnel shall be as per the approved
Staffing Schedule and project requirement as instructed by the Engineer.
4. We also agree that the performance of Key Personnel deployed will be evaluated periodically by the
Engineer during the contract period. In case the performance of any of the Key Personnel is not
satisfactory, we undertake to replace them with a suitable substitute personnel immediately as per
directions of the Engineer in accordance with the manner specified in the Conditions of Contract.
5. The detailed CVs of the above named Key Personnel are enclosed. The TDS certificates/ Form 16 /
EPF details or employment letter confirming that all the above Key Personnel are permanent
employees of our organization/ firm is also enclosed.
Date : …………………..
Note :
The Key Personnel specified in S.No. 1, 2, 4, 7, 9, 11,13 16 & 17 of table above shall be compulsorily
deployed full time on Site throughout the Contract period. The Contractor shall submit Staffing
Schedule/ manpower deployment schedule incorporating the compulsory requirement and other
requirements from time to time for approval by the Engineer.
The following penalty rates are applicable per month for each position, if, the personnel are not
deployed for more than 15 days at any time at the project site.
Rate of penalty per person -Per Month -Per Position per person
1. Positions requiring Post Graduate Engineer/ Masters Engineer above 15 years’ experience –
INR 2,50,000.00 per month
2. Graduate Engineer above 15 years’ experience – INR 1,50,000.00 per month
3. Graduate Engineer between 10-15 years experience – INR 1,25,000.00 per month
4. Graduate Engineer between 7-10 years experience – INR 1,00,000.00 per month
5. Graduate Engineer between 5-7 years experience – INR 75,000.00 per month
6. All others – INR 50,000.00 per month
Note:
1. The Contractor shall submit a certificate of employment of the Key Personnel (in the
form of copy of Form -16 or CPF / EPF deduction issued to the Engineers employed
by him) along with every milestone payment Statement/ final Statement in the terms of
Conditions of Contract and shall produce evidence of regular physical availability of
such engineers on the above project if at any times so required by the Engineer.
Date : …………………..
[The Tenderer shall provide adequate information to demonstrate clearly that it has the capability to
meet the requirements for the key equipment. A separate Form shall be prepared for each item of
equipment listed, or for alternative equipment proposed by the Tenderer.]
Item of Equipment
Provide the following information for equipment not owned by the Tenderer:
Address of owner
Fax Telex
Date : …………………..
Place :…………..………
Equipment’s for conducting necessary tests shall be provided and installed at site in the well- furnished
site laboratory by the agency at his own cost. The following laboratory equipment should be in general or
as and when required to be set up at the site laboratory in accordance with the instructions of the Engineer
under the Conditions of Contract:
2. Slump cone with base steel plate, tamping rod, steel scale, scoop 10
4. Le-chatelier Apparatus 1
10. Soil Core Cutter(Complete set with Hammer-1 Nos & Cutter dolly-3Nos) 5
13. Pumps and pressure gauges for hydraulic testing of pressure pipes 2
15. GI Set of sieves of 450mm internal dia for coarse aggregate [100mm, 3
80mm, 63mm, 40mm; 20mm; 16mm; 25mm,12.5mm;10mm; 4.75mm ;
2.36mm with lid and pan]
16. Brass Set of sieves of 200mm internal dia for fine aggregate [4.75mm; 3
2.36mm; 1.18mm; 600 microns; 300 microns; 150 microns; 90microns; 75
microns ; 45microns with lid and pan]
17. Sieve Brushes and sieve shaker capable of 200mm and 300mm dia sieves, 5
motorbed with timing switch assembly
37. Spatula 100mm & 20mm with long blade wooden handle 12
39. Digital pH Meter, 0.01 PH High Accuracy and Range between 0-14pH 6
41. Digital paint thickness meter for steel 500 microns Range 3
53. Dial type spring balance preferable with zero correction knob capacity 2
100 kgs. reading to ½ kg.
55. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm 2each
57. Measuring cylinder TPX or Poly propylene capacity 1000ml, 500 ml, 250 3each
ml, 100 ml, 50ml,20ml,
58. Pyrex, corning or Borosil beakers with cover capacity 500 ml, 20 ml, 50 ml 3 each
81. Wheel Barrow Bucket Type 80 Litres Heavy Duty Front 2 Tyre wheel and 12
Back 2 stand type with Handle
85. Building Settlement marker, Ground Settlement marker, Crack meter, Tilt As required
meter, stand Pipe Piezometer, Inclinometer, Optical Survey Target, Strain for
Gauge, Vibration Monitoring Instrumentati
on
Monitoring
86. Any other equipment for site tests as outlined in BIS codes and as directed -
by the Engineer.
Note:
The above requirement of Site laboratory and testing materials / equipment is minimum and
indicative. However contractor shall provide at site all those equipment and testing facilities
necessarily required to achieve the desired quality aspects as per the satisfaction of the Engineer
and successful completion of the work.
CONTRACT FORMS
The Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]
The Beneficiary (the “Tender Inviting Authority”) _________________ [insert name and address of
the Beneficiary]
(a) the Tenderer has, without the Beneficiary’s agreement, withdrawn his/her Tender after the latest time
specified for its submission and before the expiry of its period of validity or any extended date provided
by the Tenderer, or
(b) the Beneficiary has awarded the Contract to the Tenderer and it has failed to sign the Contract
Agreement in terms of the Instruction to Tenderers, or
(c) the Beneficiary has awarded the Contract to the Tenderer and it has failed to furnish Performance
Security in terms of the Instruction to Tenderer, or
(d) the Tenderer has not submitted the Parent Company Guarantee (if applicable), or
(e) The Tenderer has refuse to accept the arithmetic corrections proposed as per ITB 29 or
(f) The Tenderer withdraws the submitted Bid as per ITB 24.4
Any demand for payment must contain the Beneficiary’s signature(s). The authenticated demand and
statement must be received by us at the following office [insert address of office] on or before
The party liable for the payment of any charges: ___________________[insert the name of the party].
Date: ____________________
(1)
Whether one or more signatories for the bank are required will depend on the bank and/or
applicable law.
Date: []
To:
This is to notify you that your Tender dated [insert date] for the execution of the Works for [Construction
of Tower 1 (2BF+ GF+ 20 Floors), Tower 2 (2BF+ GF+ 16 Floors), Tower 3 (2BF+ GF+ 15 Floors), and
SKYBRIDGE for Tamil Nadu Commerce Hub (TNCH) at Nandanam, Anna Salai, Chennai, Tamil Nadu.
at Nandanam, Anna Salai, Chennai, Tamil Nadu, India] for the Contract Price of INR [] [insert amount
in figures and words] as corrected and modified in accordance with the Instructions to Tenderers, has
been accepted and approved by the Tamil Nadu Housing Board.
i. accept in writing the Letter of Acceptance (LOA) within 7 (seven) working days of its issuance
pursuant to ITB 41;
ii. furnish a Performance Security in the form of an unconditional and irrevocable Bank Guarantee
in the form set out under Section IV (Contract Forms) of the Tender dated [], for the amount of
INR [] [insert amount in figures and words] in favour of [], within 14 (fourteen) days of
receipt of this LOA in accordance with ITB 43;
iii. sign the Contract within 28 (twenty eight) days of receipt of this LOA, in accordance with ITB
42; and
iv. sign an Integrity Pact with the Employer as per the format prescribed Section IV of Volume 1 of
the Tender Documents within [] days.
You may proceed with the execution of the Works only upon completion of the above tasks. You may
also please note that this LOA shall constitute the formation of this Contract which shall become binding
upon you.
So in view of the above, you are requested to sign a copy of this LOA and return to us, acknowledging the
acceptance of this LOA.
Signed
Date:
8
In case the Successful Tenderer is a JV, then the LoA shall be addressed to both the JV Members.
BETWEEN
Tamil Nadu Commerce Hub Limited, having its [insert address], acting through Managing Director
(hereinafter referred to as the “Principal/Owner” which expression shall, unless repugnant to the context
or meaning thereof, include its administrators, successors and assigns), of the One Part;
AND
{Name and address of the Successful Tenderer/ JV leader of the Successful Tenderer if it is a JV},
(hereinafter referred to as the “Successful Tenderer” and which expression shall unless repugnant to be
meaning or context thereof include its successors and permitted assigns.)
Both the “Principal/ Owner” and “Successful Tenderer” shall be individually referred to as Party and
collectively as “Parties”.
Preamble
WHEREAS, the Principal through the Tamil Nadu Housing Board had floated the Tender {NIT
No……….dated…………………..} (hereinafter referred to as “Tender”) and intends to award, under
laid down organizational procedure, contract/s for Construction of Tower 1 (2BF+ GF+ 20 Floors),
Tower 2 (2BF+ GF+ 16 Floors), Tower 3 (2BF+ GF+ 15 Floors), and SKYBRIDGE for Tamil Nadu
Commerce Hub (TNCH) at Nandanam, Anna Salai, Chennai, Tamil Nadu. India (hereinafter referred to
as the “Contract”).
AND WHEREAS the Principal values full compliance with all relevant laws of the land, rules of land,
regulations, economic use of resources and of fairness/ transparency in its relations with its Successful
Tenderer.
AND WHEREAS to meet the purpose aforesaid, both the Parties have agreed to enter into this Integrity
Pact (hereafter referred to as “Integrity Pact” or “Pact”) the terms and conditions of which shall also be
read as integral part and parcel of the Tender documents and contract between the Parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the Parties hereby
agree as follows and this Pact witnesses as under:
(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe
the following principles:
(a) No employee of the Principal, personally or through family members, will in connection
with the Tender for, or the execution of a Contract, demand, take a promise for or accept,
The Successful Tenderer commit himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Tendering Process and
during the Contract execution.
(a) The Successful Tenderer will not, directly or through any other person or firm, offer, promise or
give to any of the Principal’s employees involved in the Tendering Process or the execution of the
Contract or to any third person any material or other benefit which he/she is not legally entitled
to, in order to obtain in exchange any advantage of any kind whatsoever during the Tendering
Process or during the execution of the Contract.
(b) The Successful Tenderer will not enter with other Successful Tenderers into any undisclosed
agreement or understanding, whether formal or informal.
(c) This applies in particular to prices, specifications, certifications, subsidiary contract, submission
or non-submission or bids or any other actions to restrict competitiveness or to introduce
cartelization in the Tendering Process.
(d) The Successful Tenderer will not commit any offence under the relevant IPC/PC Act and other
Statutory Acts; further the Successful Tenderer will not use improperly, for purposes of
completion or personal gain, or pass on to others, any information or document provided by the
Principal as part of the business relationship, regarding plans, technical proposals and business
details, including information contained or transmitted electronically.
(e) The Successful Tenderer of foreign origin shall disclose the name and address of the Agents/
Representatives in India, if any. Similarly, the Successful Tenderer of Indian Nationality shall
furnish the name and address of the foreign principle, if any.
(f) The Successful Tenderer will, when presenting his bid, disclose any and all payments he has
made, is committed to or intends to make to agents, brokers or any other intermediaries in
(1) If the Successful Tenderer, before award or during execution has committed a transgression
through a violation of any provision of Article 2, above or in any other form such as to put his
reliability or credibility in question, the Principal is entitled to disqualify the Successful Tenderer
from the Tendering Process.
(2) If the Successful Tenderer has committed a transgression through a violation of Article-2 such as
to put his reliability or credibility into question, the Principal shall be entitled to exclude
including blacklist and put on holiday the Successful Tenderer for any future tenders/ contract
award process. The imposition and duration of the exclusion will be determined by the severity of
the transgression. The severity will be determined by the Principal taking into consideration the
full facts and circumstances of each case particularly taking into account the number of
transgressions, the position of the transgressors within the company hierarchy of the Successful
Tenderer and the amount of the damage. The exclusion will be imposed for a maximum of 3
years.
(3) A transgression is considered to have occurred if the Principal after due consideration of the
available evidence concludes that “On the basis of facts available there are no material doubts”.
(4) The Successful Tenderer with its free consent and without any influence agrees and undertakes to
respect and uphold the Principal’s absolute rights to resort to and impose such exclusion and
further accepts and undertakes not to challenge or question such exclusion on any ground,
including the lack of any hearing before the decision to resort to such exclusion is taken. This
undertaking is given freely and after obtaining independent legal advice.
(5) The decision of the Principal to the effect that a breach of the provisions of this Integrity Pact has
been committed by the Successful Tenderer shall be final and binding on the Successful
Tenderer, however, the Successful Tenderer can approach IEM(s) appointed for the purpose of
this Pact.
(6) On occurrence of any sanctions/ disqualification etc. arising out from violation of integrity pact,
the Successful Tenderer shall not be entitled for any compensation on this account.
(7) Subject to full satisfaction of the Principal, the exclusion of the Successful Tenderer could be
revoked by the Principal if the Successful Tenderer can prove that he has restored/ recouped the
damage caused by him and has installed a suitable corruption prevention system in his
organization.
Article – 4: Compensation for Damages
(1) The Successful Tenderer declares that no previous transgressions occurred in the last 3 years
immediately before signing of this Integrity Pact with any other Company in any country
conforming to the anti-corruption/ Transparency International (TI) approach or with any other
Public Sector Enterprise/ Undertaking in India or any Government Department in India that could
justify his exclusion from the Tendering Process.
(2) If the Successful Tenderer makes incorrect statement on this subject, he can be disqualified from
the Tendering Process or action for his exclusion can be taken as mentioned under Article-3
above for transgressions of Article-2 and shall be liable for compensation for damages as per
Article-4 above.
Article – 6: Criminal charges against violating Successful Tenderer
(1) The Principal has appointed Mr./ Ms. [] as Independent External Monitor (herein after referred
to as “Monitor”) for this Pact. The task of the Monitor is to review independently and
objectively, whether and to what extent the parties comply with the obligations under this Pact.
(2) The Monitor is not subject to instructions by the representatives of the Parties and performs his
functions neutrally and independently. He reports to the Managing Director, Tamil Nadu
Commerce Hub Limited.
(3) The Successful Tenderer accepts that the Monitor has the right to access without restriction to all
project documentation of the Principal including that provided by the Successful Tenderer. The
Successful Tenderer will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same is
applicable to Subcontractors. The Monitor is under contractual obligation to treat the information
and documents of the Successful Tenderer with confidentiality.
(4) The Principal will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
This Pact begins when both Parties have legally signed. It expires for the Contractor 12 months after his
Defect Notification Period is over or 12 months after his last payment under the Contract whichever is
later and for all other unsuccessful Successful Tenderers 6 months after this Contract has been awarded. If
any claim is made/ lodged during his time, the same shall be binding and continue to be valid despite the
lapse of this pact as specified above, unless it is discharged/ determined by Managing Director, Tamil
Nadu Housing Board.
(1) This Pact is subject to Indian Law. Place of performance and jurisdiction is the Registered Office
of the Principal, i.e. Chennai.
(2) Changes and supplements as well as termination notices need to be made in writing.
(3) If the Tender is in a partnership or a consortium Joint Venture member, this Pact must be signed
by all JV Members.
(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement remains valid. In this case, the Parties will strive to come to an agreement to their
original intentions.
(5) Any disputes/ differences arising between the parties with regard to term of this Pact, any action
taken by the Principal in accordance with this Pact or interpretation thereof shall not be subject to
any Arbitration.
(6) The actions stipulated in this Integrity Pact are without prejudice to any other legal action that
may follow in accordance with the provision of the extent law in force relating to any civil or
criminal proceedings.
(Office Seal )
…………………………………………………
Place________
Date_________
JV Partner}
BETWEEN
Tamil Nadu Commerce Hub Limited,[insert address of the Employer] acting through [] (hereinafter
“the Employer” which expression unless repugnant to the context includes its successors, representatives
and assigns), of the One Part;
AND
[name & address of the Contractor]9acting through [] (hereinafter the “Contractor” which expression
unless repugnant to the context includes its successors, legal heirs, representatives and permitted assigns),
of the Other Part:
The Employer and Contractor are hereinafter referred to individually as a Party and collectively as the
Parties
WHEREAS the Employer through Tamil Nadu Housing Board (TNHB) invited e-Tenders for the
“Construction of Tower 1 (2BF+ GF+ 20 Floors), Tower 2 (2BF+ GF+ 16 Floors), Tower 3 (2BF+
GF+ 15 Floors), and SKYBRIDGE for Tamil Nadu Commerce Hub (TNCH) at Nandanam, Anna
Salai, Chennai, Tamil Nadu. , India” (hereinafter the “Project” or “Works”]vide Tender No……..
dated ………..
AND WHEREAS pursuant to receipt of -Tenders and their evaluation thereof, the TNHB has accepted
the Tender of the Contractor for the execution and completion of the Works, the remedying of any defects
therein, for the Accepted Contract Amount of INR -------- (in Words)
AND WHEREAS Letter of Acceptance bearing no. [] dated [] has been issued by the TNHB and in
pursuance of the same, the Contractor has furnished a Performance Security in the form of an
unconditional and irrevocable Bank Guarantee bearing no………….. dated …………..from
…………….Bank, for an amount of INR………. (amount in words and figures) in favour of []
AND WHEREAS the Contractor has also executed the Integrity Pact with the Employer, in the format
prescribed.
1. In this Agreement, words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement. The documents forming the Contract Agreement shall be interpreted in the following
order of priority :
9
In case of JV, mention names of both the Members.
(c) the Contractor’s Tender including completed appendices and forms to the Tender;
(k) any other document listed in the Particular Conditions forming part of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
IN WITNESS whereof the Parties hereto have caused this Agreement to be executed in
accordance with the laws of India on the day, month and year specified above.
for and on behalf of the Employer for and on behalf the Contractor
in the presence of in the presence of
Witnesses :
1…………………………….. 2…………………………
Name,
Signature,
Address,
Date
The Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]
Name of Contract/ Contract No.: [insert reference number or other information identifying the contract
between the Applicant and the Beneficiary on which the guarantee is based]
10
In case Tenderer is JV, then the Performance Security BG shall be furnished by the JV from the bank account of
the JV
NOTES:
(i) The bank guarantee should contain the name, designation and code number of the
officer(s) signing the guarantee.
(ii) The address, telephone number and other details of the head office of the Bank as well as
of issuing branch should be mentioned on the covering letter of the issuing Bank.
If the Contractor fails to so perform his/her obligations and liabilities and comply with the Contract, we
will indemnify the Employer against and from all damages, losses and expenses (including legal fees and
expenses) which arise from any such failure for which the Contractor is liable to the Employer under the
Contract. This guarantee shall come into full force and effect when the Contract comes into full force and
effect. If the Contract does not come into full force and effect within a year of the date of this guarantee,
or if you demonstrate that you do not intend to enter into the Contract with the Contractor, this guarantee
shall be void and ineffective. This guarantee shall continue in full force and effect until all the
Contractor’s obligations and liabilities under the Contract have been discharged, when this guarantee shall
expire and shall be returned to us, and our liability hereunder shall be discharged absolutely. This
guarantee shall apply and be supplemental to the Contract as amended or varied by the Employer and the
Contractor from time to time. We hereby authorise them to agree any such amendment or variation, the
due performance of which and compliance with which by the Contractor are likewise guaranteed
hereunder.
Our obligations and liabilities under this guarantee shall not be discharged by any allowance of time or
other indulgence whatsoever by the Employer to the Contractor, or by any variation or suspension of the
works to be executed under the Contract, or by any amendments to the Contract or to the constitution of
the Contractor or the Employer, or by any other matters, whether with or without our knowledge or
consent. This guarantee shall be governed by the law of the same country (or other jurisdiction) as that
which governs the Contract and any dispute under this guarantee shall be finally settled under the
provisions of the Arbitration and Conciliation Act, 1996 by one or more arbitrators appointed in
accordance with the said Act. We confirm that the benefit of this guarantee may be assigned subject only
to the provisions for assignment of the Contract.
AFFIDAVIT
a) Managers :
b) Engineers :
c) Diploma Holders :
d) Skilled workers :
4) Any of our contract was not terminated for the past five years.
5) If any information given is found to be concealed at a later date, the contract will be terminated
forthwith without prejudice to the rights thereon consequent on termination and the bidder will be black
listed.
6) I / We agree for debarring from tendering for one year if any facts are suppressed by us.
SIGNATURE SIGNATURE OF NOTARY PUBLIC
SEAL
Signed by:
(name) ____________________
(signature) __________________
(name) ____________________
(signature) __________________
Date: __________________________________
(1) Whether one or more signatories for the bank are required will depend on the bank and/or
applicable law.
TENDER DOCUMENTS
FOR
VOLUME 2
CONDITIONS OF CONTRACT
January, 2021
SUPERINTENDING ENGINEER
Special Project Circle-I
NO: 493,Anna Salai, Nandanam,
Chennai-600035, Tamil Nadu.
Phone No:044-24353544
E.mail : sespc1@ gmail.com
TENDER DOCUMENTS
TABLE OF CONTENTS
VOLUME 2
The Conditions of Contract are the “General Conditions” which form part of the “Conditions of Contract
for Construction for Building and Engineering Works Designed by the Employer (“Red book”) Second
edition 2017” published by the Federation Internationale Des Ingenieurs – Conseils (FIDIC) and the
following “Particular Conditions” which comprise of the Employer’s COPA and the amendments and
additions to such General Conditions.
The clauses of these conditions shall be considered valid and binding in relation to the present Contract,
insofar as they are relevant and within the Laws of India.
An original copy of the above FIDIC publication i.e. “Conditions of Contract for Building and
Engineering Works Designed by the Employer” must be obtained from FIDIC.
International Federation of Consulting Engineers (FIDIC)
FIDIC Bookshop – Box- 311 – CH – 1215 Geneva 15 Switzerland
Fax: +41 22 799 49 054
Telephone: +41 22 799 49 01
E-mail: fidic@fidic.org
www.fidic.org
FIDIC code: ISBN13: 978-2-88432-084-9
Tenderers are deemed to be in possession of their own copy of the above document at the Tender Stage
and to be fully aware of and have understood the contents therein.
The following Particular Conditions shall supplement the GC. Whenever there is a conflict, the
provisions herein shall prevail over those in the General Conditions.
Name of the Project: Construction of Tower 1 (2BF+ GF+ 20 Floors), Tower 2 (2BF+ GF+ 16
Floors), Tower 3 (2BF+ GF+ 15 Floors), and Skybridge for Tamil Nadu Commerce Hub (TNCH)
at Nandanam, Anna Salai, Chennai, Tamil Nadu
The Contract Data hereunder pertains to some specific, but in no way exhaustive, information on the
Project/ Work(s). The Tenderers are required to study and account for this data in conjunction to General
Conditions (Vol. 2). Whenever there is a conflict, the provisions herein shall prevail over those in the
General Conditions.
Further, where the Employer has not provided any information and details as required to be given in
the Contract Data, it denotes that the fall-back provisions to be found in some of the Sub-clauses in the
General Conditions will automatically take effect.
2.1 After receiving the Letter of Access to Site shall be granted as per the
Acceptance, the Contractor shall be Handing over schedule in Schedule 1 of this
given right of access to all or part of the document
Site within:
2.4 Employer’s financial arrangements: Employer has made adequate financial
arrangement for availability of sufficient
funds for the Works
4.2 Performance Security (as percentages 5% (five percent) of the Accepted Contract
of the Accepted Contract Amount in Amount in Indian Rupees (INR)
Currencies):
percent:
currency:
4.7.2 period for notification of errors in the 28 (twenty eight) days
items of reference
4.19 period of payment for temporary Not Applicable
utilities
4.20 number of additional paper copies of 3(three)
progress reports
4.24 Details of Milestones Refer Schedule 4
5.1(a) Maximum allowable accumulated 20% (twenty percent) of the Accepted
value of work subcontracted (as a Contract Amount
percentage of the Accepted Contract
Amount)
5.1(b) Parts of the Works for which Other than the specialized works as
subcontracting is not permitted: mentioned below, subcontracting for any
other part of Works is not permitted :
(i) Post Tensioning works; Stay Cables
(ii) Façade Works;
(iii) Diaphragm Wall;
(iv) Water Proofing;
(v) Health Monitoring System for
Skybridge.
6.5 normal working hours on the Site From 8:00 AM to 6:00 PM on all working
days. During Emergency and exceptional
cases, Clause SP 64 of Particular Conditions
will prevail
7.3 normal working hours for Inspection From 8:00 AM to 6:00 PM on all working
days. During Emergency and exceptional
cases, Clause SP 64 of Particular Conditions
will prevail
8.3 number of additional paper copies of 2 (two).
programmes
The programme shall be given in the MS
Project/ Primavera software.
8.8 Delay Damages payable for each day of Refer Annexure ‘A’
delay
8.8 maximum amount of Delay Damages 10% (ten percent) of the Accepted Contract
Amount
8.14 percentage of Incentive for early Incentive (Bonus) for early completion of
completion. work by not less than 10% (ten percent) of
contract period will be paid at 1% (one
percent) on the value of actual quantum of
works executed at Accepted Contract
Amount.
12.2 Method of Measurement As per BOQ
13.4(b)(ii) percentage rate to be applied to Not Applicable
Provisional Sums for overhead charges
and profit
14.2 Total amount of Advance Payment (as 10% (ten percent) of the Accepted Contract
a percentage of the Accepted Contract Amount, with interest in two installments -
Amount) 5% after execution of agreement and 5% for
machinery and equipment reached at site.
The same will be against submission of Bank
Guarantee as per format in Volume -1,
Section IV- Form -8
14.2 Currency or currencies of the Advance INR
Payment
14.2.3 Percentage deduction for the Deduction shall commence in the next
repayment of the Advance Payment interim payment following that in which the
total of all such payments to the Contractor
have reached 10% of the Accepted Contract
Amount and shall be made on pro-rata basis
at the rate of 5% (Five Percent) of
Mobilization Advance Payment, from all
interim payments until such time as the loan
together with interest at the rate specified
Local
Foreign
14.15(c) currencies and proportions for payment INR
of Delay Damages
14.15(f) rates of exchange Not Applicable
17.2(d) forces of nature, the risks of which are Nil
allocated to the Contractor
19.1 permitted deductible limits:
insurance required for the Works As per Rules and guidelines of GoI and
GoTN
insurance required for Goods As per Rules and guidelines of GoI and
GoTN
insurance required for injury to persons
As per Rules and guidelines of GoI and
GoTN
insurance required for damage to As per Rules and guidelines of GoI and
property GoTN
insurance required for injury to As per Rules and guidelines of GoI and
employees GoTN
19.2.1(iv) list of Exceptional Risks which shall Riot, commotion or disorder by persons
not be excluded from the insurance other than the Contractor’s Personnel and
cover for the Works other employees of the Contractor and
Subcontractors;
strike or lockout not solely involving the
Contractor’s Personnel and other
employees of the Contractor and
Subcontractors;
encountering munitions of war, explosive
material, ionizing radiation or
contamination by radio-activity, except as
may be attributable to the Contractor’s use
of such munitions, explosives, radiation or
radio-activity
19.2.3 (a) Amount of insurance required for At least an amount equal to 1% (one percent)
liability for the breach of Professional of the Accepted Contract Amount.
Duty
19.2.3 Period of insurance required for Up to end of DNP.
liability for breach of professional duty
19.2.4 amount of insurance required for injury At least an amount equal to 5% (five percent)
to persons and damage to property of Accepted Contract Amount
19.2.6 other insurances required by Laws and - Contractor’s All Risk Policy for the
by local practice (give details) full amount of the Accepted Contract
Amount;
- Workmen Compensation Policy;
The provisions to be found in the Special Provisions (Special Provisions-Part-B) take precedence
over the equivalent provisions found under the same Sub-Clause number(s) in the General
Conditions, and the provisions of the Contract Data (Special Provisions- Part-A) take precedence
over the Special Provisions (Special Provisions-Part-B)
Special
Provisions GC Clause No. Special Provision
(SP) No.
SP 1 The term “Advance Payment” has been referred to as the
Advance Payment “Mobilization Advance” in these Conditions.
Special
Provisions GC Clause No. Special Provision
(SP) No.
accordance with the Contract. The term Drawings include the
Good for Construction Drawings issued to the Contractor and
the Shop Drawings prepared by the Contractor and submitted
to the Engineer for Review and approval in accordance with
the Tender Documents.
Special
Provisions GC Clause No. Special Provision
(SP) No.
testing & inspection, approval of Materials & Plant, technical
requirements & specifications including LEED requirements
required to be met by the Contractor for obtaining LEED
Platinum Green Building rating for the completed towers,
safety code, environment management & quality assurance
system to be followed, etc.
Special
Provisions GC Clause No. Special Provision
(SP) No.
customs duties, value added tax, sales tax, local taxes,
cess and any impost or surcharge of like nature (whether
Central, State or local) on the Goods, Materials,
equipment and services incorporated in and forming part
of the Works charged, levied or imposed by any
Government instrumentality, but excluding any interest,
penalties and other sums in relation thereto imposed on
any account whatsoever. For the avoidance of doubt,
Taxes shall not include taxes on corporate income;
Special
Provisions GC Clause No. Special Provision
(SP) No.
Special
Provisions GC Clause No. Special Provision
(SP) No.
describing the ambiguity or discrepancy. After receiving such
Notice, or if the Engineer finds an ambiguity or discrepancy
in the documents, the Engineer shall issue the necessary
clarification or instruction.
Special
Provisions GC Clause No. Special Provision
(SP) No.
necessary Drawing or instruction is not issued to the
Contractor within 28(twenty eight) days before he requires
the same. The Notice shall include details of the necessary
Drawing or instruction, details of why and by when it should
be issued, and details of the nature and amount of the delay
or disruption likely to be suffered if it is late.
Special
Provisions GC Clause No. Special Provision
(SP) No.
The Contractor shall hand over a database of facility
information compliant with the most current version of the
COBIE (Construction Operations Building Info Exchange)
standard, with links to:
Special
Provisions GC Clause No. Special Provision
(SP) No.
Objection Certificate (NOC), if required.
Special
Provisions GC Clause No. Special Provision
(SP) No.
Special
Provisions GC Clause No. Special Provision
(SP) No.
Representative The Engineer shall obtain the consent of the Employer before
appointing or replacing an Engineer’s Representative.
Special
Provisions GC Clause No. Special Provision
(SP) No.
performance and other relevant details.
SP 40 4.1 First sentence of para one of Sub-clause 4.1 is replaced as
Contractor’s General follows :
Obligations
The Contractor shall execute the Works in accordance with
the Contract read with the provisions of Employers
Requirements, Drawings, Specification and instructions of
the Engineer and shall remedy any defects in the Works.
Special
Provisions GC Clause No. Special Provision
(SP) No.
(viii) the Contractor shall provide facilities for the Employer’s
Personnel as stated in the Specification;
(ix) the Contractor shall set up Connected Data Environment
for Ease in Coordination and Monitoring and Control as
stated in the specification;
(x) the Contractor shall carry out the Building Envelope
Commissioning and Building Life Cycle Assessment
and comply with all LEED requirements as stated in the
Specification.
Special
Provisions GC Clause No. Special Provision
(SP) No.
The Contractor shall pay royalty if applicable and obtain all
necessary permits for procurement of sand, stones,
aggregates, etc. as required from local authorities.
Special
Provisions GC Clause No. Special Provision
(SP) No.
In the event the Contractor fails to provide the Performance
Security within 14 (fourteen) days from the date of issue of
the LOA, it may seek an extension of time for providing the
performance security for a period not exceeding a further 15
(fifteen) days, duly extending Bid Security accordingly, on
payment of damages for such extended period in a sum
calculated at the rate of 0.005% of the Accepted Contract
Amount, for each day until the Performance Security is
provided. In case of extension of time for submission of
Performance Security in terms of this Sub-clause 4.2.3 (a),
the time period for execution of the Contract shall also stand
extended and the same shall be signed only upon the
Contractor furnishing the Performance Security in
accordance with Sub-clause 4.2 [Performance Security].
Special
Provisions GC Clause No. Special Provision
(SP) No.
Upon such encashment and appropriation from the
Performance Security, the Contractor shall, within 30 (thirty)
days thereof, replenish, in case of partial appropriation, to its
original level the Performance Security, and in case of
appropriation of the entire Performance Security provide a
fresh Performance Security, as the case may be, and the
Contractor shall, within the time so granted, replenish or
furnish fresh Performance Security as aforesaid failing which
the Employer shall be entitled to terminate the Contract in
accordance with Sub-Clause 15.2 [Termination for
Contractor’s Default].
Special
Provisions GC Clause No. Special Provision
(SP) No.
& 3D BIM, in accordance with the manner specified in
Specification. Along with the hard copies, the Contractor
shall submit soft -copies of all drawings on CD in PDF and
AUTOCAD.
Special
Provisions GC Clause No. Special Provision
(SP) No.
other similar document required under applicable health and
safety regulations and Laws.
Special
Provisions GC Clause No. Special Provision
(SP) No.
entitle the Engineer to withhold the value of this compliance
or obligation from the payment of the Contractor for the
relevant Milestone in terms of Sub-clause 14.6.2 until such
compliance or obligation has been performed.
Special
Provisions GC Clause No. Special Provision
(SP) No.
traffic disruptions as a result of construction activities by
identifying strategies for traffic management on the roads and
neighborhoods impacted by the construction activities. Such
Traffic Management Plan shall be submitted to the Engineer
for its no objection and to the relevant authorities for their
approval. The Contractor shall implement the Traffic
Management Plan throughout the period of the Contract and
shall comply strictly with the approved plan during the
construction of the Works. Further, if any reinstatement of
public roads and footpaths is required due to damage caused
on account of Contractor’s Works, then the same shall be
done in the manner specified in Specification.
Special
Provisions GC Clause No. Special Provision
(SP) No.
or obligation has been performed.
Special
Provisions GC Clause No. Special Provision
(SP) No.
Contract, except for any minor outstanding work
and defects (as shall be listed in the Milestone
Certificate); or
Special
Provisions GC Clause No. Special Provision
(SP) No.
deliberate default or reckless misconduct by the
Contractor.
SP 59 5.1 Replace sub-para (ii) of Para three of Sub-clause 5.1 as
Subcontracting follows :
Special
Provisions GC Clause No. Special Provision
(SP) No.
decision of the Employer in identifying and selection of
Subcontractor shall be final and Tendering on the Contractor.
If during execution, the performance of any such
Subcontractor/ Nominated Subcontractor is found to be
unsatisfactory, the Employer shall reserve the right to order
termination of such Subcontractor/ Nominated Subcontractor
and nominate alternative agency to continue the works. The
Contractor shall comply with such instructions promptly and
effectively.
In Sub-Clause 5.2.2, the following modifications are
applicable :
Objection to Nomination
Special
Provisions GC Clause No. Special Provision
(SP) No.
Contractor to collect the Employer’s notice from such retired
employee and submit the same back to the Engineer.
Special
Provisions GC Clause No. Special Provision
(SP) No.
Welfare Cess Act, 1996. Any failure to fulfill these
requirements shall attract levy of appropriate penalty by the
Employer arising out of the resultant non-execution of the
Work.
Special
Provisions GC Clause No. Special Provision
(SP) No.
aforesaid within seven days after the same shall have been
demanded, the Employer shall be entitled to recover the
amount from any moneys due or accruing to the Contractor
under this or any other Contract with the Employer.
(d) the work under multiple shifts outside the normal working
hours is notified to the Engineer with seven (7) days prior
notice, subject to prior necessary permissions obtained from
local authorities, if required. Provided however, where night
working is permitted by the Engineer, subject to obtaining of
prior approval by the Contractor from the competent
authority within the local administration, to facilitate the
Contractor’s Work operations, temporary lighting equipment
as per a layout issued with a notice from the Engineer, shall
be provided, installed, maintained for the duration of the
Contract and removed after completion of work by and at the
expense of the Contractor.
Special
Provisions GC Clause No. Special Provision
(SP) No.
The Contractor shall be responsible for food, water, boarding
and lodging, etc. for the Contractor’s Personnel deployed at
Site in accordance with applicable Laws and standard
industry practice without any liability of the Employer.
Special
Provisions GC Clause No. Special Provision
(SP) No.
conditions stipulated for obtaining LEED Platinum Rating for
the Works. Specification enumerates certain conditions and
requirements which are indicative and not exhaustive; the
Contractor is bound to follow the same while executing the
work while ensuring pollution free environment at the Site of
construction.
Special
Provisions GC Clause No. Special Provision
(SP) No.
arrangements and shall provide all facilities as the Engineer
may require for collecting, and preparing the required number
of samples for such tests at such time and to such place or
places as may be directed by the Engineer and bear all
charges and cost of testing unless specifically provided for
otherwise elsewhere in the Contract or Specification. The
Engineer or his authorized representative shall at all times
have access to the works and to all workshops and places
where work is being prepared or from where Materials,
manufactured articles or machinery are being obtained for the
works and the contractor shall afford every facility and every
assistance in obtaining the right to such access.
SP 69 Clause 7.3 Following paras are added below last para of Sub-clause
Inspection 7.3 :
Special
Provisions GC Clause No. Special Provision
(SP) No.
Further, balancing of all air and water systems and all tests as
called for in the Specifications shall be carried out by the
Contractor through a specialist group, in accordance with the
Specification and codal provisions/ ASHRAE (American
Society of Heating, Refrigerating and Air-Conditioning
Engineers) Guide lines and/or prevalent standards. It includes
test of major equipment such as Chillers, Cooling Towers,
pumps, equipment, AHUs, panels etc. at factory.
Performance test shall consist of 3 days of 10 (ten) hours each
operation of system for each season.
Special
Provisions GC Clause No. Special Provision
(SP) No.
SP 72 8.1 Para one of Sub-clause 8.1 is replaced as follows:
Commencement of
Works The Engineer shall give a Notice to the Contractor stating the
Commencement Date which shall be 7 (seven) days after the
date of execution of the Contract.
Special
Provisions GC Clause No. Special Provision
(SP) No.
purpose of these Conditions shall mean adverse climatic
conditions at the Site which are Unforeseeable and not have
occurred in last 50 (Fifty) years at location of the Site;
Special
Provisions GC Clause No. Special Provision
(SP) No.
(c) if such suspension is necessary for the proper execution
of the Works, or by reason of weather conditions, or by
some default on the part of the Contractor; and/ or
(d) necessary for the safety of Works, or any part thereof,
or necessary for the safety of adjoining property, or
safety of the general public, or workmen, or those who
have to be at the Site, or to ensure safety, or to avoid
disruption to traffic and utilities, or to permit fast repairs
and restoration of any damaged utilities.
Special
Provisions GC Clause No. Special Provision
(SP) No.
Assistance during If the Works include the Plant that comprises (in whole or in
DNP part) new or innovative technology in the Country or at the
Employer’s location, the Contractor to provide supervisory
assistance to the Employer’s permanent operating personnel
in the operation and maintenance of the Plant during the DNP
of the Works.
Special
Provisions GC Clause No. Special Provision
(SP) No.
It is agreed between the Parties, that checking and/ or test
checking the measurements of any item of Work in the
measurement book and/ or its payment in the interim, on
account of final bill shall not be considered as conclusive
evidence as to the sufficiency of any Work or material to
which it relates nor shall it relieve the Contractor from
liabilities from any over measurement or defects noticed till
completion of the DNP.
Special
Provisions GC Clause No. Special Provision
(SP) No.
SP 87 13.3.2 Last para of Sub-clause 13.3.2 is replaced as follows :
Variation by Request
for Proposal The Contractor shall not be entitled for any Cost for
submitting the proposal.
Special
Provisions GC Clause No. Special Provision
(SP) No.
release the amount of Mobilization Advance within 30
days of certification by the Engineer that the following
conditions have been duly complied with and fulfilled :
(i) execution of the Contract by the parties thereto; (ii)
furnishing by the Contractor of any further security in
accordance with relevant condition; and (iii) furnishing
by the Contractor of the Mobilization Advance Bank
Guarantee from Scheduled Bank in the prescribed
format (Contract Form No. 8) acceptable to the
Engineer for an amount equal to Mobilization Advance
amount plus interest amount as specified by the
Employer valid for the period of the Contract, towards
the installment of the Mobilization Advance.
Special
Provisions GC Clause No. Special Provision
(SP) No.
Mobilization Advance, it shall become due to the
Employer and recovered in one lump-sum payment
from the immediate next work bill of the Contractor and
no further loan/ Mobilization Advance will be
considered thereafter.
v. The interest on the amounts paid as Mobilization
Advance is chargeable from the date the amount is paid.
However, if completion is delayed by circumstances
beyond control of the Contractor for which an extension
has been granted by the Engineer the interest charges on
such advances shall be waived for the period of
extension.
vi. The value of Bank Guarantee for the Mobilization
Advance given to the Contractor can be progressively
reduced by the amount repaid by the Contractor as
certified by the Engineer.
vii. A form of Bank Guarantee acceptable to Employer is
indicated (Form 8 – Volume -1). The Mobilization
Advance shall be used by the Contractor exclusively for
mobilization expenditures, including the acquisition of
constructional plant, in connection with this work.
SP 91 14.3 Add the following proviso at the end of Clause 14.3 :
Application of Interim
Payment
Maximum one Interim payment Statement Request shall be
made by the Contractor every month. Minimum value of IPC
per month shall be INR10 Crores for which the Employer
shall make the payment.
Special
Provisions GC Clause No. Special Provision
(SP) No.
(d) if the Contractor fails to comply with the requirements of
Sub-clause 4.8 [Health and Safety Manual] or the
OHS&E Plan, Sub-clause 4.9 [Quality Management and
Compliance Verification System], and EMP under Sub-
clause 4.18 [Protection of the Environment], the value of
this work or obligation may be withheld from the
relevant Milestone payment until such work or obligation
has been performed. In this event, the Engineer shall
promptly give a Notice to the Contractor describing the
failure and with detailed supporting particulars of the
value withheld.
Special
Provisions GC Clause No. Special Provision
(SP) No.
SP 100 18.5 Sub-paras (d) and (e) of sub-clause 18.5 are deleted.
Optional Termination
SP 101 19.2 New Sub-clause 19.2.7 is added as follows:
Insurance to be
provided Evidence of Insurance Cover:
by the Contractor
(i) All insurances obtained by the Contractor in accordance
with this Clause 19 shall be maintained with insurers on
terms consistent thereof. Within 21 days from
Commencement date, the Contractor shall furnish to the
Employer notarised true copies of the certificate(s) of
insurance, copies of insurance policies and premia
payment receipts in respect of such insurance, and no
such insurance shall be cancelled, modified, or allowed
to expire or lapse until completion of all obligations by
the Contractor under the Contract. The Contractor shall
produce to the Employer the insurance policies in force
and the receipts for payment of the current premia.
SP 102 20.1 The words “within a reasonable time” in the last para of
Claims Sub-clause 20.1 is replaced “within a period of 28(twenty
eight) days”.
Special
Provisions GC Clause No. Special Provision
(SP) No.
Parties shall consult both these members and shall agree the
third member, who shall be appointed to act as chairperson.
Special
Provisions GC Clause No. Special Provision
(SP) No.
SP 104 21.2 Sub-para (d) of para one and entire para two of Sub-
Failure to Appoint clause 21.2 is deleted
DAAB Member(s)
SP 105 21.3 Sub-clause 21.3 is replaced with the following provision :
Avoidance of Disputes
to be replaced with Conciliation
“Conciliation”
Before referring the Dispute to DAB, either Party may require
such dispute to be referred to the CEO/ MD of the Tamil
Nadu Commerce Hub Limited, who shall act as ‘the
Conciliator’ for amicable settlement of Dispute by way of
conciliation. The Conciliator shall within 7 days from the
date of reference of Dispute to him, shall call a meeting of the
Parties to discuss and attempt to amicably resolve the
Dispute. If the Dispute is not amicably settled by way of
conciliation within a period of 15 days of the meeting or the
Dispute is not resolved as evidenced by the signing of the
written terms of settlement within 30 days of such reference
or such longer period as mutually agreed by the Parties and
approved by the Conciliator, either Party may refer the
Dispute to DAB.
Special
Provisions GC Clause No. Special Provision
(SP) No.
The Arbitrators shall make a reasoned award (the “Award”).
Any Award made in any arbitration shall be final and binding
on the Parties as from the date it is made, and the Contractor
and Employer shall agree and undertake to carry out such
Award without delay.
SCHEDULES
SCHEDULE-1
SCHEDULE OF HANDING OVER OF SITES
The Project Sites shall be handed over to the Contractor as per the following handing over
schedule:
SCHEDULE-2
PERFORMANCE SECURITY BANK GUARANTEE
(refer to Sub-clause 4.2)
SCHEDULE-3
OTHER SCHEDULE
(refer to Sub-clause 12.3)
Any item of work for which no rate or price is specified in the Priced Bill of Quantities (Schedule
1), the following shall apply :
(i) At the first instance, the rate applicable for the item as per the Schedule of Rates (SoR) of
the Department of Public Works, Government of Tamil Nadu applicable at the relevant
time shall be referred to and applied.
(ii) The Analysis of Rates shall be done as per the Standard Data or Analysis of Rates of State
PWD or Standard Data or Analysis of Rates of CPWD with Rates as per the Schedule of
Rates (SoR) of the Department of Public Works, Government of Tamil Nadu applicable at
the relevant time shall be referred to and applied.
(iii) If the item is not available in the Schedule of Rates (SoR) of the Department of Public
Works, Government of Tamil Nadu, then the rate shall be derived by the Engineer from the
reasonable cost of executing the work, taking account of any other relevant matters based
on the quotations procured from 3 (three) vendors/ sources in the market in respect of the
rate for the procurement of the item, cost of labour, erection, commissioning charges, profit,
overheads and all applicable taxes.
(iv) For all Extra Item rates derived from Market rates, the Contractor shall submit the Paid Tax
invoices to substantiate the payment made on account of the extra item. Variation between
the Derived Rate of extra item from Market Rate and Paid Tax Invoice shall be not more
than 5% which shall be accounted as the Contractor’s overheads and profits.
SCHEDULE-4
MILE STONE SCHEDULE
(refer to Sub-clause 14.4)
Tower 1
KD-A4 Construction of D-Wall for 100% area including piling work. 300 days
KD-A9 Excavation till Basement -1 level (50% Tower area and 50% Non- 245 days
tower area)
KD-A10 Casting of Basement-1 slab (50% Tower area and 50% Non-tower 265 days
area)
KD-A11 Excavation till Basement -2A level (50% Tower area and 50% 280 days
Non-tower area)
KD-A12 Casting of Basement-2A slab (50% Tower area and 50% Non- 300 days
tower area)
KD-A13 Excavation till Pile raft level (50% Tower area and 50% Non- 320 days
tower area)
KD-A14 Construction of Pile raft (50% Tower area and 50% Non-tower 350 days
area)
KD-A15 Construction of Shear walls, all internal walls, and building 450 days
columns up to Ground floor slab (50% Tower area and 50% Non-
tower area)
KD-A16 Ground Floor Construction (Next 40% Non-tower area or 375 days
approximately 35 m length)
KD-A17 Excavation till Basement -1 level (40% Tower area and 40% Non- 390 days
tower area)
KD-A18 Casting of Basement-1 slab (40% Tower area and 40% Non-tower 420 days
area)
KD-A19 Excavation till Basement -2A level (40% Tower area and 40% 440 days
Non-tower area)
KD-A20 Casting of Basement-2A slab (40% Tower area and 40% Non- 460 days
tower area)
KD-A21 Excavation till Pile raft level (50% Tower area and 50% Non- 480 days
tower area)
KD-A22 Construction of Pile raft (50% Tower area and 50% Non-tower 510 days
area)
KD-A23 Construction of Shear walls, all internal walls, and building 560 days
columns up to Ground Floor slab including balance slab of B2A
and B1 - all areas except construction cut outs
KD-A46 Construction of Mumty & Machine Room Roof Slab, Water Tanks 1010 days
and complete Structure works of main building
Tower 2
KD-B2 Site cleaning and Barricading and enabling works, Site Survey, 60 days
Site Verification, Establishment of Benchmarks, Geotechnical
Investigations and Executing Initial Pile Load Pull Out Tests and
Providing Results
Structural Works
KD-B3 Construction of D-Wall for 50% area including piling work. 200 days
KD-B4 Construction of D-Wall for 100% area including piling work. 400 days
KD-B40 Construction of Mumty & Machine Room Roof Slab, Water 1010 days
Tanks and complete Structure works of main building
KD-B43 Internal Finishing Basement, Ground till 5th Floor 700 days
* The area occupied by TNEB substation (approximate 12% of the Site Area) shall be handed over to
the Contractor, after around 365 days of the Commencement date. The Contractor to prepare the
Construction Plan accordingly.
Tower 3
KD-C2 Site cleaning and Barricading and enabling works, Site 60 days
Survey, Site Verification, Establishment of Benchmarks,
Geotechnical Investigations and Executing Initial Pile
Load Pull Out Tests and Providing Results
Structural Works
KD-C3 Construction of D-Wall for 50% area including piling 200 days
work.
KD-C4 Construction of D-Wall for 100% area including piling 400 days
work.
KD-C5 Completion of Piles - 50% 210 days
KD-C6 Completion Piles - 100% 450 days
KD-C7 Pile integrity Test on all piles and Pile dynamic load on 500 days
1% of piles and any rectification required
KD-C8 Ground Floor Construction (Tower area* plus 33% Non- 230 days
tower area
KD-C9 Excavation till Basement -1 level (50% Tower area* and 245 days
50% Non-tower area)
KD-C10 Casting of Basement-1 slab (50% Tower area* and 50% 265 days
Non-tower area)
KD-C11 Excavation till Basement -2A level (50% Tower area* 280 days
and 50% Non-tower area)
KD-C12 Casting of Basement-2A slab (50% Tower area* and 300 days
50% Non-tower area)
KD-C13 Excavation till Pile raft level (50% Tower area* and 50% 320 days
Non-tower area)
KD-C14 Construction of Pile raft (50% Tower area* and 50% 350 days
Non-tower area)
KD-C15 Construction of Shear walls, all internal walls, and 390 days
building columns up to Ground floor slab (50% Tower*
area and 50% Non-tower area)
KD-C16 Ground Floor Construction (Next 40% Non-tower area or 375 days
approximately 35 m length)
KD-C17 Excavation till Basement -1 level (40% Tower area* and 390 days
40% Non-tower area)
KD-C18 Casting of Basement-1 slab (40% Tower area* and 40% 420 days
Non-tower area)
KD-C19 Excavation till Basement -2A level (40% Tower area* 440 days
and 40% Non-tower area)
KD-C20 Casting of Basement-2A slab (40% Tower area* and 460 days
40% Non-tower area)
KD-C21 Excavation till Pile raft level (50% Tower area * and 480 days
50% Non-tower area)
KD-C22 Construction of Pile raft (50% Tower area* and 50% 510 days
Non-tower area)
KD-C23 Construction of Shear walls, all internal walls, and 560 days
building columns up to Ground Floor slab including
balance slab of B2A and B1 and B1 A and Ground Floor
- all areas except construction cut outs*
KD-C42 Internal Finishing Basement, Ground till 5th Floor 700 days
* The area occupied by TUFIDCO/TNPFC building shall be handed over to the Contractor, after
around 90 days of the Commencement date. The Contractor to prepare the Construction Plan
accordingly.
Sky Bridge
Structural Works
SCHEDULE-5
SCHEDULE OF COST INDEXATION
(refer to Sub-clause 13.7)
Payment as per the Contract shall be subject to adjustment in accordance with the following Price
Adjustment Formula, based on Reserve Bank of India indices, and other terms given herein, to provide
for adjustment in the market rates of inputs like labour, materials and fuel / energy during the currency
of the Contract :
V = Vl + Vs + Vc + Vf + Vm +Vo
Where,
Vl Adjustment on account of labour component - increase or decrease in the cost of work during
the month under consideration due to changes in rates for Labour
0.85 x p x R x (I – Io) / Io
Vs Adjustment on account of Steel component - increase or decrease in the cost of work during the
month under consideration due to changes in rates for Steel
Vm Adjustment on account of Machinery and Machine Tools - increase or decrease in the cost of
work during the month under consideration due to changes in rates for Machinery and Machine Tools
Vom Adjustment on account of Other materials - increase or decrease in the cost of work during the
month under consideration due to changes in rates for labour
t Cost Coefficient of other Machinery and Machine Tools to the Total Cost =0.10
R Gross value of the work done by the Contractor during the subject month, after excluding any
specific payments to be made to the in-house design consultants and other fixed costs like Team
deployed on the Project, Soil investigations, Pile Tests, CDE costs, Building Envelope
Commissioning, Life Cycle Assessment, Instrumentation and Monitoring engaged by the
Contractor, which shall be indicated by the Contractor alongwith the Bid.
Io Consumer Price Index for Industrial workers, published in the Reserve Bank of India Bulletin, as
applicable to Chennai area for the month in which the Tender was opened.
I Average of monthly Consumer Price Index for Industrial workers published in the Reserve Bank of
India Bulletins as applicable to Chennai area for the period of work under consideration.
X sail (a) Price of SAIL (20mm dia bar) for the month in which the Tender was opened.
X sail (b) Price of SAIL (20mm dia bar) for the bill month
Wco Whole Sale Price Index (Averages) for Cement as published in the RBI Bulletin, for the month
in which the Tender was opened.
Wc Average of the monthly Whole Sale Price Index (Averages) for Cement as published in the RBI
Bulletins, for the period of work under consideration.
Wfo The average official Retail Price of High Speed Diesel (HSD) at the existing consumer firms of
IOC at Chennai, for the month in which the Tender was opened.
Wf The average official Retail Price of High Speed Diesel (HSD) at the existing consumer firms of
IOC at Chennai, last day of the work under consideration. Wmo The all India average
wholesale price index for heavy machinery and parts for the month in which the Tender was opened,
as published by the Ministry of Industrial Development, Government of India, New Delhi. Wm The
all India average wholesale price index for heavy machinery and parts for the last day of the month
under consideration, as published by the Ministry of Industrial Development, Government of India,
New Delhi Womo Whole Sale Price Index (Averages) for other materials as published in the RBI
Bulletin, for the month in which the Tender was opened.
Wom Average of the monthly Whole Sale Price Index (Averages) for other materials as published in
I In the case of the first Interim Payment Certificate, IPC, the period from the Commencement
date to the date of measurement of the first statement.
II In the case of second and subsequent Interim Payment Certificate and Final Payment
Certificate, the Period from the date of measurement for previous statement to the date of measurement
of that statement.
Note: The responsibility for arranging copies of the RBI Bulletins, to be delivered to the Engineer on a
monthly basis, shall rest with the Contractor.
• Adjustments on account of Price Adjustments may increase (in which case an additional
amount shall be paid to the Contractor), or decrease the payment due to the Contractor. Adjustment on
account of Price Adjustment shall be calculated separately, for each period, between two successive
dates of measurements for statements and paid along with each statement.
• After verifying the statement, the Engineer shall certify the adjustment amount along with the
IPC.
Where the final Price Indices are not available in the Reserve Bank of India Bulletins, while making
payment towards interim statements, payment towards Price Adjustment will be made on provisional
basis based on the indices available, to be adjusted in subsequent statements as and when the final
Indices figures become available.
SCHEDULE-6
SCHEDULE OF KEY PERSONNEL
(refer to Sub-clause 6.12)
1 Project Manager
2 Planning Engineer
3
Billing Engineer
4 Civil Engineer
5 Civil Engineer
6
Architect Engineer
Quality Assurance Manager
7
Material cum Quality Control Engineer
8
9 Structural Execution Engineer
10 Electrical Engineer
11 MEP Engineer
12
Mechanical Engineer
13
Safety Engineer
14
Environment Specialist
15 Land Surveyor
16 BIM Expert
Note
The Key Personnel Specified in Sr. No. 1, 2, 4, 7, 8, 9, 11, 13, 16 & 17 of the aforesaid table shall be
compulsorily deployed throughout the Contract period. The Contractor shall submit Staffing schedule
incorporating the compulsory requirement and other requirements from time to time for approval by
the Engineer.
SCHEDULE-7
PENALTY RATES FOR NON-DEPLOYMENT OF TECHNICAL MANPOWER
(refer to Sub-clause 6.12)
The following penalty rates are applicable per month for each position if the personnel are not
deployed at any time from the Commencement Date at the Site.
1. Positions requiring Post Graduate Engineer/ Masters Engineer above 15 years’ experience
– INR2,50,000.00 per month
2. Graduate Engineer above 15 years’ experience – INR1,50,000.00 per month
3. Graduate Engineer between 10-15 years’ experience – INR1,25,000.00 per month
4. Graduate Engineer between 7-10 years’ experience – INR1,00,000.00 per month
5. Graduate Engineer between 5-7 years’ experience – INR75,000.00 per month
6. All others – INR 50,000.00 per month
Note:
1. The Contractor shall submit a certificate of employment of the Key Personnel (in the form of
copy of Form -16 or CPF / EPF deduction issued to the Engineers employed by him) along with
every Statement in terms of Sub-clause 14.3 of the Conditions of Contract and shall produce
evidence of regular physical availability of such engineers on the Site as per the Staffing
Schedule and/ or as instructed by the Engineer.
2. The Contractor has maintain attendance system at site as specified by the Engineer. All Key
Personnel and other technical personnel of the Contractor to record their attendance every
morning and evening. The attendance statement to be submitted to Engineer every week or as
instructed by the Engineer.
3. The manpower Specified in Sr. No. 1, 2, 4, 7, 9, 11, 13 16 & 17 of table in Schedule-6 shall be
compulsorily deployed throughout the Contract period. The Contractor shall submit Staffing
Schedule/ manpower deployment schedule from time to time for approval by the Engineer. Any
deficiency in deployment of compulsory positions for full duration at site and for others as per
approved Staffing schedule/ manpower deployment schedule shall be penalized as per the
above penalty amount.
SCHEDULE-8
To be added before signing of the Contract providing list of the Subcontractors as approved by the
Employer
Annexure A
KD-A19 Excavation till Basement -2A level (40% Tower 440 days
area and 40% Non-tower area)
Casting of Basement-2A slab (40% Tower area
KD-A20 460 days
and 40% Non-tower area)
Excavation till Pile raft level (50% Tower area
KD-A21 480 days
and 50% Non-tower area)
Construction of Pile raft (50% Tower area and
KD-A22 510 days
50% Non-tower area)
Construction of Shear walls, all internal walls, For 0-28 days: INR
and building columns up to Ground Floor slab 50000/day
KD-A23 560 days
including balance slab of B2A and B1 - all areas
except construction cut outs For 29-59 days: INR
KD-A24 Construction of First Floor Slab 585 days 75000/day
KD-A25 Construction of Second Floor Slab 610 days
KD-A26 Construction of Third Floor Slab 630 days Above 60 days: INR
150000/day
KD-A27 Construction of Fourth Floor Slab 650 days
KD-A28 Construction of Fifth Floor Slab 670 days
KD-A29 Construction of Sixth Floor Slab 690 days
KD-A30 Construction of Seventh Floor Slab 710 days
KD-A31 Construction of Eighth Floor Slab 730 days
KD-A33 Construction of Ninth Floor Slab 750 days
KD-A34 Construction of Tenth Floor Slab 770 days
KD-A35 Construction of Eleventh Floor Slab 790 days
KD-A36 Construction of Twelfth Floor Slab 810 days
KD-A37 Construction of Thirteenth Floor Slab 830 days
KD-A38 Construction of Fourteenth Floor Slab 850 days For 0-28 days: INR
KD-A39 Construction of Fifteenth Floor Slab 870 days 50000/day
KD-A40 Construction of Sixteenth Floor Slab 890 days
KD-A41 Construction of Seventeenth Floor Slab 910 days For 29-59 days: INR
KD-A42 Construction of Eighteenth Floor Slab 930 days 75000/day
KD-A43 Construction of Nineteenth Floor Slab 950 days
KD-A44 Construction of Twentieth Floor Slab 970 days Above 60 days: INR
KD-A45 Construction of Terrace Floor & Machine Room 990 days 150000/day
Slab
For 0-28 days: INR
150000/day
Construction of Mumty & Machine Room Roof For 29-59 days: INR
KD-A46 Slab, Water Tanks and complete Structure works 1010 days 175000/day
of main building
Above 60 days: INR
250000/day
KD-A47 Façade, Canopies, External Finishing 1070 days For 0-28 days: INR
KD-A48 150000/day
KD-A49 Internal Finishing Basement, Ground till 5th Floor 700 days For 0-28 days: INR
50000/day
KD-A50 Internal Finishing 6th till 11th Floor 830 days
KD-A51 Internal Finishing 12th till 15th Floor 900 days For 29-59 days: INR
75000/day
KD-A52 Internal Finishing 15th till 20th Floor 1000 days Above 60 days: INR
150000/day
KD-A53 Complete finishing, fittings and fixtures 1050 days For 0-28 days: INR
200000/day
Note: The confirmation of the achievement of Milestone shall be subject to the issuing of Milestone
Certificate by the Engineer.
KD-B19 Excavation till Basement -2A level (40% Tower 440 days
area* and 40% Non-tower area)
Casting of Basement-2A slab (40% Tower area*
KD-B20 460 days
and 40% Non-tower area)
Excavation till Pile raft level (50% Tower area *
KD-B21 480 days
and 50% Non-tower area)
Construction of Pile raft (50% Tower area* and
KD-B22 510 days
50% Non-tower area)
Construction of Shear walls, all internal walls,
and building columns up to Ground Floor slab
KD-B23 including balance slab of B2A and B1 and B1 A 560 days For 0-28 days: INR
and Ground Floor - all areas except construction 50000/day
cut outs*
KD-b24 Construction of First Floor Slab 585 days For 29-59 days: INR
KD-b25 Construction of Second Floor Slab 610 days 75000/day
KD-b26 Construction of Third Floor Slab 630 days
KD-b27 Construction of Fourth Floor Slab 650 days Above 60 days: INR
150000/day
KD-B28 Construction of Fifth Floor Slab 670 days
KD-B29 Construction of Sixth Floor Slab 690 days
KD-B30 Construction of Seventh Floor Slab 710 days
KD-B31 Construction of Eighth Floor Slab 730 days
KD-B32 Construction of Ninth Floor Slab 750 days
KD-B33 Construction of Tenth Floor Slab 770 days
KD-B34 Construction of Eleventh Floor Slab 790 days
KD-B35 Construction of Twelfth Floor Slab 810 days
KD-B36 Construction of Thirteenth Floor Slab 830 days
KD-B37 Construction of Fourteenth Floor Slab 850 days
KD-B38 Construction of Fifteenth Floor Slab 870 days
KD-B39 Construction of Sixteenth Floor Slab 890 days
For 0-28 days: INR
150000/day
Construction of Mumty & Machine Room Roof For 29-59 days: INR
KD-B40 Slab, Water Tanks and complete Structure works 1010 days 175000/day
of main building
Above 60 days: INR
250000/day
KD-B41 Façade, Canopies, External Finishing 1070 days For 0-28 days: INR
150000/day
KD-B43 Internal Finishing Basement, Ground till 5th Floor 700 days For 0-28 days: INR
50000/day
KD-B44 Internal Finishing 6th till 11th Floor 830 days
KD-B45 Internal Finishing 12th till 16th Floor 1000 days For 29-59 days: INR
75000/day
KD-B46 Complete finishing, fittings and fixtures 1050 days For 0-28 days: INR
200000/day
Note: The confirmation of the achievement of Milestone shall be subject to the issuing of Milestone
Certificate by the Engineer.
* The area occupied by TNEB substation (approximate 12% of the Site Area) shall be handed over to
the Contractor, after around 365 days of the Commencement date. The Contractor to prepare the
Construction Plan accordingly.
KD-C19 Excavation till Basement -2A level (40% Tower 440 days
area* and 40% Non-tower area)
Casting of Basement-2A slab (40% Tower area*
KD-C20 460 days
and 40% Non-tower area)
Excavation till Pile raft level (50% Tower area *
KD-C21 480 days
and 50% Non-tower area)
Construction of Pile raft (50% Tower area* and
KD-C22 510 days
50% Non-tower area)
Construction of Shear walls, all internal walls,
and building columns up to Ground Floor slab For 0-28 days: INR
KD-C23 including balance slab of B2A and B1 and B1 A 560 days 50000/day
and Ground Floor - all areas except construction
cut outs* For 29-59 days: INR
KD-C24 Construction of First Floor Slab 585 days 75000/day
KD-C25 Construction of Second Floor Slab 610 days
KD-C26 Construction of Third Floor Slab 630 days Above 60 days: INR
KD-C27 Construction of Fourth Floor Slab 650 days 150000/day
KD-C28 Construction of Fifth Floor Slab 670 days
KD-C29 Construction of Sixth Floor Slab 690 days
KD-C30 Construction of Seventh Floor Slab 710 days
KD-C31 Construction of Eighth Floor Slab 730 days
KD-C32 Construction of Ninth Floor Slab 750 days
KD-C33 Construction of Tenth Floor Slab 770 days
KD-C34 Construction of Eleventh Floor Slab 790 days
KD-C35 Construction of Twelfth Floor Slab 810 days
KD-C36 Construction of Thirteenth Floor Slab 830 days
KD-C37 Construction of Fourteenth Floor Slab 850 days
KD-C38 Construction of Fifteenth Floor Slab 870 days
For 0-28 days: INR
150000/day
Construction of Mumty & Machine Room Roof For 29-59 days: INR
KD-C39 Slab, Water Tanks and complete Structure works 1010 days 175000/day
of main building
Above 60 days: INR
250000/day
KD-C40 Façade, Canopies, External Finishing 1070 days For 0-28 days: INR
150000/day
KD-C42 Internal Finishing Basement, Ground till 5th Floor 700 days For 0-28 days: INR
50000/day
KD-C43 Internal Finishing 6th till 11th Floor 830 days
For 29-59 days: INR
KD-C44 Internal Finishing 12th till 16th Floor 1000 days 75000/day
KD-C45 Complete finishing, fittings and fixtures 1050 days For 0-28 days: INR
200000/day
Note: The confirmation of the achievement of Milestone shall be subject to the issuing of Milestone
Certificate by the Engineer.
* The area occupied by TUFIDCO/TNPFC building shall be handed over to the Contractor, after
around 90 days of the Commencement date. The Contractor to prepare the Construction Plan
accordingly.
KD-D6 Complete finishing, fittings and fixtures 1050 days For 0-28 days: INR
200000/day
Note: The confirmation of the achievement of Milestone shall be subject to the issuing of Milestone
Certificate by the Engineer.
TENDER DOCUMENTS
FOR
CONSTRUCTION OF TOWER 1 (2BF+ GF+ 20 FLOORS), TOWER 2
(2BF+ GF+ 16 FLOORS), TOWER 3 (2BF+ GF+ 15 FLOORS), AND
SKYBRIDGE FOR TAMIL NADU COMMERCE HUB (TNCH) AT
NANDANAM, ANNA SALAI, CHENNAI, TAMIL NADU
VOLUME 3
EMPLOYER’S REQUIREMENT
SUPERINTENDING ENGINEER
Special Project Circle-I
NO: 493,Anna Salai, Nandanam,
Chennai-600035, Tamil Nadu.
Phone No:044-24353544
e.mail : sespc1@ gmail.com
2
TABLE OF CONTENTS
1. Introduction ................................................................................................. 70
2. Purpose & Scope........................................................................................... 71
3. Objective ...................................................................................................... 72
4. Definitions & Abbreviations .......................................................................... 72
5. Responsibilities ............................................................................................. 74
6. Site Environmental Plan ............................................................................... 75
7. Contractor’s Method Statement .................................................................... 75
8. Environmental Performance Reviews ............................................................ 75
9. Environmental Friendly Construction Practices............................................. 76
9.1 Containment of Air Pollution ........................................................................ 76
8. Housekeeping ............................................................................................... 87
10. Landscape and Aesthetics ............................................................................. 89
11. Energy Management ..................................................................................... 91
12. Traffic Management ..................................................................................... 91
13. Archaeological and Historic resources ........................................................... 92
14. Environmental Monitoring – General ............................................................ 92
15. Air Monitoring ............................................................................................. 95
16. Noise Monitoring .......................................................................................... 96
17. Environmental Site Inspection..................................................................... 101
18. Environmental Audits ................................................................................. 101
19. Reporting System ....................................................................................... 102
20. Complaint Response Process ....................................................................... 103
21. Completion of the EMA Programme ........................................................... 103
22. Disaster / Risk Assessment and management Plan ........................................ 104
SECTION IX - QUALITY MANAGEMENT PLAN ..........................................118
1. Quality System Definitions .......................................................................... 118
2. Introduction ............................................................................................... 118
3. Quality Management Systems ..................................................................... 119
4. Quality Management Systems Documentation ............................................. 120
5. Quality Management System Requirements ................................................. 121
6. Types of Quality Plans ................................................................................ 121
7. Format Of Quality Plans ............................................................................. 122
8. Quality Plan ............................................................................................... 122
9. Quality Audit, Reviews And Updates ........................................................... 125
10. Method Statements ..................................................................................... 125
11. Inspection And Test Plans ........................................................................... 126
12. Quality Personnel ....................................................................................... 126
13. Quality control Engineers and Quality Assurance Manager ......................... 127
14. Materials Technicians: ................................................................................ 127
15. Staffing Levels: ........................................................................................... 127
16. The Quality Plan......................................................................................... 127
GRADE A/A+ commercial office spaces of International Standards with highest quality,
aesthetically best-looking buildings with the best construction technology and shall
possess high quality building infrastructure. The commercial office spaces shall be
professionally managed with Compete Building Management System.
LEED Platinum Green Building– The proposed Development shall be certified for
LEED Platinum category from USGBC, which is the top-level certification and shall be
taken under LEED BD+C for Building under Core and Shell Development, Version LEED
Version 4.
Premium FSI - The proposed Development is planned to achieve maximum FSI (4.875).
Mechanical Parking in Basement – The proposed Development shall have 2 / 3 level
mechanical stack parking in basements in addition to regular parking on surface and
basements.
Building Information Modelling (BIM) - The Project shall be developed in BIM and
complete construction scheduling & monitoring, budget controlling and planning, updation
during development of as-built Drawings shall be done in construction stage and shall be
further used for Facility Management for Operation and Maintenance.
3. Project Details
The Project is to be developed on three Sites in close vicinity.
One location belongs to TNHB (3.13 acres) consisting of TNHB HQ (Tower 1) Site (1.72
Acres) and EVR Periyar (Tower 2) site (1.41 Acres). Other location held by TNSCB/
TUFIDCO & TNPFC consisting of TNSCB (Tower 3) site (1.86 Acres), at distance of approx.
750 mts. from EVR PERIYAR site.
Land Parcel 1 consists of two blocks at TNHB HQ (Tower 1) site and EVR Periyar (Tower 2)
and it belongs to Tamil Nadu Housing Board.
Land Parcel 2 consists of one block at TNSCB (Tower 3) site and it belongs to TNSCB/
TUFIDCO & TNPFC.
TNHB HQ (Tower 1) and EVR Periyar (Tower 2) site has a total site area of 3.13 acres on
either side of Anna Salai Road on front. The entry and exit to the EVR Periyar (Tower 2) site
is from South West side of the plot from the left carriageway of the Anna Salai road. The entry
to TNHB HQ (Tower 1) site is from North West of the plot from right carriageway of Anna
Salai road.
The TNHB HQ Building (Tower 1) comprises core and shell commercial building, which
consists of two Basements (with one intermediate floor for two wheeler parking) + Ground +
20 Floors + Terrace Floor. The basements floors are mainly for the parking along with services
areas. The ground floor is mainly for Entrance Lobby and Commercial / Retail spaces and all
services areas. 6m wide ramp for access to basement of the building for parking is provided in
rear side of the building. The typical floors are office spaces and third floor is for Amenities
like Food Courts, Restaurants, Gymnasiums, Business Centre, Crèche, etc. .
This High-Rise Building is around 81 m from finished ground level to terrace TOS with
ground floor height of 4.80m and floor height of 3.9m from 1st floor to 4th floor and 3.75 m for
upper floors and 2 basements with the height of each basement around 6.00m.
The EVR Periyar Building (Tower 2) comprises of core and shell commercial building, which
consists of two Basements (with 2 intermediate floors for two wheeler parking) + Ground + 16
Floors + Terrace Floor. The basements floors are mainly for the parking along with services
areas. The ground floor is mainly for Entrance Lobby to the building, Commercial/Retail areas
along with all services areas. 6m wide ramp for access to basement of the building for parking
is provided in rear side of the building. . The typical floors are office spaces and third floor is
for Amenities like Food Courts, Restaurants, Gymnasiums, Business Centre, Crèche, etc..
This High-Rise Building is around 66 m from finished ground level to terrace TOS with
ground floor height of 4.8 m and typical floor to floor height of 3.9m from 1st floor to 4th floor
and 3.75 m for upper floors and 2 basements with the height of each basement around 6.00m.
The Sky Bridge - The EVR and TNHB buildings are connected by a single span cable stayed
sky bridge spanning across Anna Salai Road. The bridge is of double story height from 3rd
floor to 5th floor with clear height of 13.2m above finished ground level. The average curved
span length of the bridge is approx. 96 m. The sky bridge will be used for pedestrian
movement.
TNSCB (Tower 3) site has a site area of 1.86 acres with Anna Salai Road on front of the plot.
The entry and exit to the TNSCB (Tower 3) site is from South West side of the plot from the
left carriageway of the Anna Salai road.
The TNSCB (Tower 3) comprises core and shell commercial building, which consists of two
Basements (with 2 intermediate floors for two wheeler parking) + Ground + 15 Floors +
Terrace Floor. The basements floors are mainly for the parking along with services areas. The
ground floor is mainly for Entrance Lobby to the building, Commercial/Retail areas along with
all services areas. There is a 6m wide ramp for access to basement of the building for parking.
The typical floors are office spaces.
This High Rise Building is around 61.65 m from finished ground level to terrace TOS with
ground floor height of 4.8 m and typical floor to floor height of 3.75m and 2 basements with the
height of each basement around 6.00m.
The extent of land proposed to be taken as part of the development along with the uses
and configuration are as follows:
The minor demolition and slicing works of existing structures, roads, utilities and other
services etc. as necessary for the execution of the Works.
Site clearance, including tree felling, tree transplanting and the fencing, barricading and
securing of the site areas and work areas.
Relocation, protection, Temporary support, diversion and reinstatement of utilities to the
satisfaction of the concerned utility authority. Protection and maintenance of trees, shrubs,
green & other surfaces as instructed by the Engineer.
Soil/material filling and compacting up to finished ground level as per the Good for
Construction Drawings, Source of filling material to be identified by Contractor prior to
tender submission and the same to be included in presentation of methodology and other
relevant documents. No excuse of delay on account of non-availability of filling material
shall be considered during the construction.
Site levelling / terracing within the limits as shown in the drawings or as directed by the
Engineer.
Disposal of debris, excavated materials, etc. as per the instructions of the Engineer.
Sufficient number of dewatering system and drainage pump arrangements needs to be
provided at all work sites.
Pumping out rainwater/ underground water from foundations, excavations and drainage of
surface water from work site.
All scaffolding, shoring, centering, shuttering works, etc.
Running and maintenance of all construction plants and equipment, tools and tackles, etc.
All temporary / enabling works such as approach road to the site, water supply, drainage
and sewerage, power supply including diesel generator set, temporary offices for
Contractor and Engineer, stores, construction yard, canteens, toilet blocks, labour camp,
fencing, shoring, shuttering etc.
All building internal and external services including power, ventilation and lighting, fire
protection, plumbing, sewage, drainage, HVAC, BMS, etc.
Supply, delivery, installation and functional testing of earthing pits and embedded earthing
cables.
Temporary ventilation, water supply, sewage, air conditioning, plumbing and lighting at
site during construction, and ancillary structures etc.
Water proofing of all underground structures and roof of above ground structures as per
construction specifications.
Drainage channels, sumps, pipes and pumps, if any.
Installation of embedded pipes for water, sewage and drainage works.
Design of enabling works such as foundations for Gantries, Cranes, Chiller plants, Diesel
Generator sets and exhaust shafts, HSD yard, fire pumps, and other works related with site
set up etc. to perform the execution of permanent works.
Setting up of on site testing laboratory and tie up with third party / NABL accredited
testing laboratories for off-site tests.
Site development works including boundary wall, gates, pavers, roads, footpaths etc.
Preconstruction – conducting Building condition survey of surrounding structures, static
underground tunnels etc.
The Contractor shall be responsible for obtaining relevant certificates or clearances,
licenses, permits from local civic authorities as required from time to time for execution of
the Works. NOCs from relevant authorities for commissioning of Lifts, Electrical
installations, HSD Yard, etc to be taken before handing over.
Testing of water, soil and concrete and other materials as required.
Installation, monitoring and reporting of instrumentation of Diaphragm wall and other
construction works for settlement and required checks.
Traffic management, temporary and permanent car parking, temporary and permanent
drop off zones, restoration of road pavement, drains and footpaths and road facilities.
Management of road traffic (by deploying necessary required Traffic Marshals), road
works, including diversion of roads and footpaths, during construction and erection of
skybridge etc. during construction period.
Construction of all buildings and cable stayed Sky Bridge with Pylons.
Architectural works including finishes, façade etc.
All building services including power, lighting, lifts, air conditioning, ventilation,
extraction, fire protection, solar panels etc., to all buildings as per Drawings and
Specification
Water, sewers, storm water drainage works, rain-water storage tanks and reinstatement of
all drainage systems. Design and construction of sewage and water treatment works, rain
water harvesting.
HVAC system including Fire detection, Fire alarm and suppression system and all other
control and safety services
Integrated Building Management Systems
All driveways, trees, greeneries, landscaping, etc.
Management and coordination process with other Contractors/Stakeholders in interface
Providing list of recommended operating and maintenance spares and consumables for
minimum two years of operations or as specified in the specifications or Contract ,
whichever is for longer period.
Execution of any other works as stated in Annexures, Technical Specifications and
approved Good For Construction Drawings issued from time to time.
Undertaking for health monitoring , instrumentation and recording of measurements ,
deflection, vibration, natural frequencies etc for skybridge for 2 years from the
commencement of defect notification period.
This document describes the General Scope of Works to be carried by the Contractor. The
Employer has also endeavored to delineate the scope of the Works to be carried out by the
Contractor in this section. Such descriptions are not intended to be comprehensive and the
Contractor shall be deemed to carry out the Works that are inferable as being necessary to
accomplish the works set forth as part of the Project.
Complete scope of Works should be read in conjunction with all the Volumes of the Tender
Documents, the Contract, the Technical specifications, Employers Requirement and the
Drawings, which are the part of the Tender Document. However, the Contractor should carry
out its own due diligence of the Site and scope of work, prior to submitting its Tender.
The Works shall be carried out by the Contractor according to the Good for Construction
Drawings and Specification approved by the Engineer. The Contractor shall construct to meet
the stipulated performance and quality requirements of the Contract and to the approval of the
Engineer. Approval by the Engineer shall not relieve the Contractor of any of his
responsibilities under the Contract.
All equipment and components shall be accommodated within the locations, space and
dimensions indicated in the Drawings; any changes required shall be suggested by the
Contractor and submitted for approval of the Engineer in accordance with the provisions of the
Contract (Volume 2). No changes shall be done without the approval of Engineer.
All sections of the Tender Documents and Tender Drawings shall complement each other. Any
discrepancy between various documents shall be studied and implemented as best for the
Project and as per decision of Engineer, without any cost implication.
If there is any variation in Design and Specifications or between Tender Documents / Drawings
and any of the statutory/standard requirement (as per Good Industry Practice), then higher
standard of specification from either of them shall be implemented under approval with the
Engineer. Nothing extra shall be payable on any account to the Contractor.
It shall be responsibility of the Contractor to ensure quality is achieved for the Project and that
all works are carried out in full compliance with the Employer’s requirements, within the
stipulated time period and as per the Milestones set-forth in the Contract.
It shall be responsibility of the Contractor to ensure implementation of Occupational Health,
Safety & Environment (OSHE) provisions as laid down in the various sections of the Tender
Document, in addition to the best OSHE practices of the industry.
The following works of MEP shall be in Scope of Contractor but not limited to the
following:
The buildings shall be combination of Air Conditioned and Non-Air Conditioned areas
including Interiors of common areas and SkyBridge as per Drawings, related Infrastructure
works like Roads, Pavements, Drains, External & Internal Electrification including Sub-Station,
IT & Telecom, Lift, Fire Fighting System, Water Supply, Sewerage System, Drainage System,
Water Treatment Plant, Sewage Treatment Plant, Landscaping/ Horticulture Development, Rain
Water Harvesting, Building Management System, Security, Solar etc. and any other services
required to make the building fully operational shall be in the scope of the Contractor.
The scope of MEP works in brief is provided below, but the scope includes all other
requirements stipulated in various Sections of the Tender Document including Annexures :
a) Existing utility mapping and validation along with all relevant details.
b) Preparation of conceptual diversion plans as might be required (temporary or permanent)
for carrying out works as per the master plan.
c) Utility-wise relocation or diversions.
d) Commissioning and installation of all MEP services eg. Plumbing, Electrical (Internal &
External both), Solar PV system, Air Conditioning, IT, Telecom, PA System, , Firefighting,
Lift, Water Supply System including Water Treatment Plant, Drainage & Sewerage
System including disposals, Rain Water Harvesting and BMS services etc. with all
dimensions and such other features required for services. The building and site
infrastructure works including all its services shall comply with various codal provisions
as per latest relevant Codes etc.
e) Commissioning and installation of Solar PV system. The Energy generated from Solar
shall be used on site and excess generation will be connected to the State Grid.
f) Rain Water harvesting system
g) Design and Construction of STP, WTP, Grey Water Treatment Plant etc.
h) Commissioning and installation of Automatic fire protection and detection system as per
drawings. The sprinkler system is required in MTB building as per codal requirements.
i) Low voltage power distribution system: Bus bay, cable, conduit, raceway, etc;
j) Low Voltage switchboards: Main, sub-main, distribution boards, load center, etc.
k) Lighting system: Interior, exterior, sign illumination, exit & fire exit, Emergency Lighting,
road lighting, signages etc.
l) Small power system: Socket outlet, RCD, safety switches, power supply for mechanical
equipment; charging sockets.
m) Earthing and bonding system.
n) Data, server, Security Systems, Gas lines as required.
o) Water supply in site and building and storage tanks including supply, installation and
testing of pumps including sump pumps and pipes for drainage/sewerage.
p) Plumbing and other specialized services as described in technical specifications and as
specified in the schedule of quantities and/or shown on the plumbing drawings.
q) Sanitary installations shall include the following: -
- Sanitary Fixtures & Fittings
- Soil, Waste, Vent, Rainwater Pipes & Fittings
- Water Supply System
to a log of design changes to be able to easily understand object or area change history. This
will be tied into the substantiation of design change, described below:
5D/ Quantity Extraction/ Substantiation of Design Change: The Contractor shall extract
material quantities from the Project BIM to establish a baseline measure of materials required
for the Project to track Construction progress against, as well as to substantiate claims/
Variation for remedial/ additional work as a result of design changes.
Integration with Project Program/schedule: The Contractor shall Illustrate the construction
progress using the Project BIM model in a form acceptable to the Engineer to be submitted by
the Contractor with monthly applications for progress payments. The model animation will be
able to illustrate the current state of construction of all modeled elements.
The Contractor shall link the Project BIM model to the approved construction programme on a
“zone” basis – not by individual task or element.
The divisions of tasks model by zone to be got approved from the Engineer by the Contractor.
The Contractor will further update it to LOD 500 (for As Built and Facility Management
– Operation and Maintenance) - The Project BIM model handed over by the Contractor upon
completion of the project must be developed to reflect all As-Built conditions, defined as LOD
500 by the American Institute of Architects (AIA) and successfully re-installed in the
Employer’s database through Engineer in a form which is readable by the the Engineer and the
Employer.
The Contractor shall hand over final versions of all native Project BIM models (RVT), all
composite models (NWD), IFC models (industry foundation class), as well as native versions
of any additional databases developed to update or administer the BIM processes.
The Contractor shall ensure that any additional databases utilized by them are handed over in a
form which is readable by the Employer. The format of this handover (i.e. external drives,
cloud-based delivery, set up on a web server, etc) shall be determined by the Engineer.
The Contractor shall hand over a database of facility information compliant with the most
current version of the COBIE (Construction Operations Building Info Exchange) standard, with
links to:
Project BIM Objects (via a unique ID in both a native and IFC environment)
Physical asset tags (QR Codes on rooms/spaces, movable assets, commissioned
equipment, etc).
All relevant handover documents (warranties, O&M Manuals, commissioning reports,
plans, product submittals, etc).
The Contractor shall establish work flows during the construction process to capture and
link all the required handover information. This workflows needs to be submitted to the
Engineer for approval at the beginning of the project (at the same time as the Project BIM
Plan) and will be audited by the Engineer at regular intervals for compliance.
Production of as-built drawings from BIM-LoD 500 Model.
As-built quantities to be produced from BIM-LoD 500 models according to Engineer’s
cost control system.
8. TECHNOLOGY INFRASTRUCTURE
The Contractor shall provide legal software – as per Volume 2. for monitoring the BIM
model and checking the same. The software shall be licensed software and same as being
used by the Contractor.
The Contractor shall appoint full time BIM Expert in each discipline of Architecture,
Structure and MEP as per Clause 3 Section III Volume 1 who shall be available on site full
time for the whole duration of the Project.
The BIM Expert of Contractor to provide project models to the Engineer in the following
formats regularly.
All native RVT files (in Revit or Open Building Designer 2016 format)
One comprehensive NWD (in Navisworks 2016 format)
The BIM Expert of Contractor to develop the Project models in a Revit or Open Building
Designer Building Suite and ensure they are uploaded or otherwise incorporated as part of
the Project BIM.
Autodesk Navisworks 2016 or latest version will be used as the common collaboration
platform for the project, regardless of the model authoring software used or as approved by
the Engineer.
9. PROJECT BIM PLAN
Contractor to submit a comprehensive Project BIM Plan for approval within (7) calendar days
of commencement date. The Project BIM Plan approval must be obtained by the Contractor
before any shop drawings will be approved for construction. The Project BIM plan shall
include, but be not limited to, the following items:
Identification of the Contractor proposed Project BIM team, including names, job titles
description of responsibilities and contact information in order that the Employer may set
up an interview at execution stage.
Submit a statement/diagram which details how the Contractor’s BIM team will interact
with all other departments (i.e. – logistics, commercial, design, on-site construction team,
etc.). The Contractor’s BIM team is the “hub” of all project information, and Contractor
shall ensure they are tied into all other team activities to allow them to effectively
incorporate and distribute project information accurately and timely.
The Project BIM Plan shall also convey the following –
9.1 Detailed strategy statements, diagrams, tables, etc. to describe the following:
Management of the risk for the Project BIM Model and responsibility summaries.
Project BIM integration with subcontractors including detailed, visual workflows to
describe how teams and models will interact.
Workflows the BIM team will follow to ensure coordination of separate disciplines before
the submission of shop drawings for approval, including Clash detection analysis and
Virtual walkthroughs
Drawing reviews, including quality assurance checks of the information against the BIM
information.
Linking the Project BIM model to the comprehensive construction program (in Microsoft
Project or compatible export, in a Navisworks / approved environment to illustrate planned
vs. actual progress)
Project BIM model development and security to ensure it accurately reflects quantities for
procurement, installation, and justification of additional fees required for
remedial/additional work to accommodate Engineer instructed design change.
Process and methodology for information input for as-built conditions
Comprehensive Project BIM model list with names, disciplines, areas, etc.
Detailed Project BIM model development plans, including: Model linking strategy;
Model ownership strategy
Methodology for providing and incorporating within Project BIM model a database of
facility information compliant with the most current version of • COBIE (Construction
Operations Building Info Exchange) Standard.
9.2 BIM REPORTING DELIVERABLES
The BIM team shall be responsible for providing weekly reports on Project BIM
development progress, including but not limited to the following:
i. Model QA/QC Reports
ii. Work In Progress (WIP) model development against approved model
iii. development plan
iv. Schedule of Completed Inputs, including:
RFI’s
Change Requests
Value Engineering Changes
Site Conditions
As-Built Information
v. Schedule of Planned Inputs / Updates for the upcoming month
vi. Clash Detection Reports
vii. Substantiation of Progress/Schedule Linking Reports
viii. Weekly/Bi-Weekly submissions of coordinated Navisworks-BIM model and IFC data files
extracted from Revit or Open Building Designer.
10. Project Monitoring and Common Data Environment (CDE) :-
The Contractor is required to deploy proven cloud based Common Data Environment (CDE).
The CDE system should cover all the stakeholders. The CDE should be fully featured
enterprise information management solution to effectively, efficiently and accurately capture,
manage, control, retrieve, distribute and archive information in context across the enterprise
throughout the lifecycle of the project and into operations. One of the major component of CDE
is Project Information Model (PIM) meeting the definitions of PAS, 1192-2-2014, PAS1192-3-
2014 Standards and BS 1192: 2007 or IS 19560 or IS 19560-1.
a) The CDE is going to be single source of information, used to collect, manage and
disseminate all relevant project documents / models (both graphical - CAD and non-
graphical - NONCAD) for multi-disciplinary engineering teams in a managed process
Contractor’s Team, Subcontractors, Engineer, Design Consultant and Employer,
b) The software shall have the following capabilities –
i. Document Management/ Document Control - Document and data control will be
undertaken within the CDE, and all Contractors will be required to work within it.
ii. Search and Query -The system shall support a Quick Search type search enabling users
to find information objects by Name or Number. Advanced searches should allow the
user to define metadata specific searches.
iii. Version Management -System should manage all the revisions and versions of a
document. System should display latest document by default. All the documents, design
note, drawing shall be arranged in a sequential order of revisions. Any user should be
able to access.
iv. Status of documents - A status must be systematically associated with all documents
based on the life cycle of documents.
v. Reporting - The system should have a configurable reporting module and provide a
simple to use interface.
vi. Transmittals/Submittals - A formal method of distributing information to people within
all stakeholders associated with project.
vii. Model Review and collaboration
viii. Project Information Management (PIM)
ix. RFI/Technical Queries
c) The Contractor shall install the Visual construction management system and software
for visual planning and simulation based on SYNCHRO technology framework which
shall include Synchro Pro and Synchro Workgroup Project (SWP) or equivalent. The
schedule shall be added to 3D BIM model and 4D models to be generated and updated
through the 4D-coordination software.
d) The Contractor shall provide the resident staff at all sites for preparations, updation,
monitoring of these softwares and activities. The Contractor shall ensure that the complete
project monitoring system is in place within one month of commencement.
e) Necessary training and support to Employees and their representatives to be provided.
Contractor to submit MOU with the service provider of these solutions during bid
submission.
11. Testing Laboratory
The Contractor’s scope includes setting up a Testing Laboratory at site equipped with the
apparatus needed for day to day testing of construction materials and works executed during
construction period as directed by the Engineer.
12. Bye-Laws and Regulations –
The work shall be carried out to the satisfaction of the Engineer and in accordance with the
Specifications and all applicable norms, codes, standards, statutory authorities and latest Indian
and International Standards and codes.
It shall also comply with the requirements of Regulations of the Local Electric Supply
Authority, Local Electricity Rules and Regulations, CEIG, Chief Fire Officer, Pollution control,
Civil Aviation Authority of India , Directorate of Explosives and any other byelaws/ statutory
authorities.
13. Fees and Permits
The Contractor shall be responsible for obtaining relevant certificates or clearances,
licenses, permits from statutory authorities/ local civic authorities etc as required
from time to time for execution of the Works and all necessary fees shall be paid by
the Contractor. .
NOCs from relevant authorities for commissioning of Lifts, Electrical installations,
HSD Yard, etc to be taken before handing over. The statutory fees required shall be
reimbursed by the Employer on submission of receipt.
14. Shop Drawings
The Contractor Scope includes preparation and submission for approval of all shop drawings
based on design duly approved by Engineer, Tender documents, GFC drawings and site
measurement. The Contractor shall furnish for the approval of the Engineer, three (03) sets of
detailed Shop Drawings and technical submittals of all equipment and material as giving
following minimum information. Any additional information required by the Engineer shall be
provided by the Contractor including the following:
(a) Manufacturer’s GA drawings for all high side and low side equipment with their
foundation details.
(b) Technical submittals / datasheets for all items to be procured.
(c) Samples should be submitted for approval as per the requirements of Engineer, and
technical requirement, at least one month prior to procurement requirement.
(d) Coordinated shop drawings for all services with structure and architectural , finishing,
façade and other disciplines drawings as instructed by Engineer.
The shop drawings shall contain all information required to complete the Project as per
specifications and as required by the Engineer. These drawings shall contain details of
construction, size, arrangement, operating clearances, performance characteristics and capacity
of all items of equipment.
Each item of equipment/material proposed shall be a standard catalogue product of an
established manufacturer strictly from the List of Approved Manufacturers/Makes. The
Contractor shall take the approval of the Engineer before finalising any of the material
/equipment and the Engineer shall be at liberty to choose from any of the Approved Makes/
Manufacturers. In case of non-availability of the material/ equipment from the approved makes
of list, the Contractor shall submit minimum three equivalent alternatives and take prior
approval for the same from the Engineer.
No material or equipment may be ordered, delivered or installed at the Site until the Contractor
has in his possession, the approved Shop Drawing for the particular material/ equipment/
installation.
Shop Drawings shall be submitted for approval four weeks in advance of planned procurement /
order placement or delivery and installation (whichever is earlier) of any material/equipment to
give Engineer ample time for scrutiny. No claims for extension of time shall be acceptable due
to his failure to produce Shop Drawings at the right time, in accordance with the approved
programme.
Manufacturers drawings, catalogues, pamphlets and other documents submitted for approval
shall be provided in required no. of sets (four) as stated elsewhere in tender document. Each
item in each set shall be properly labelled, indicating the specific services for which material or
equipment is to be used, giving reference to the governing section and clause number and
clearly identifying in ink the items and the operating characteristics. Data of general nature
shall not be accepted.
15. Integrated Building Management System (IBMS)
The complete building system should be compatible and integrated with IBMS system. The
scope shall include all equipment and systems to be integrated with the Integrated Building
Management System.
16. Accessibility
The Contractor shall provide and conform the sufficiency of the size of the shaft openings,
clearances in wall cavities and suspended ceilings for proper installation of all ducting, piping,
cabling etc. His failure to communicate insufficiency of any of the above, shall constitute his
acceptance of sufficiency of the same.
The Contractor shall locate all equipment which must be serviced, operated or maintained in
fully accessible positions. Access panel shall be standardized for each piece of equipment /
device /accessory etc. and shall be clearly nomenclated /marked.
The exact location and size of all access panels, required for each concealed control or other
devices requiring attendance, shall be finalized and communicated well in advance for
sufficient time. Failing this, the Contractor shall make all the necessary repairs and changes at
his own expense.
Contractor shall also be responsible to assess the route, transport restrictions (road widths etc.),
restrictions due to roads, bridges etc. to bring large/ heavy equipment safely to site and place
them on foundation. Similarly, road widths, turning radius available within the Project site to
transport equipment into the site as well as provisions to facilitate removal of the same
including crane/ trailer movement etc. shall be assessed by the Contractor and suitably
incorporated in to the logistics plan, shop drawings etc.
17. Materials and Equipment
All materials and equipment’s shall conform to the relevant IS Codes and shall be of the
approved make and design. Makes shall be strictly in conformity with list of approved
manufacturers as per technical specifications.
All materials to be used in construction shall be subject to approval of Engineer. The Contractor
shall apply sufficiently in advance with samples of the materials including the supporting test
results from the approved laboratory and other documentary evidence from the manufacturer
wherever applicable and indicating the types of materials and their respective sources. The
delivery of materials at site shall commence only after the approval of the quality, grading and
sources of the materials by the Engineer.
The quality of all materials once approved shall be maintained throughout the period of
construction.
Any material brought to site which, in the opinion of the Engineer is damaged, contaminated,
deteriorated or does not comply with the requirement of this specification shall be rejected. The
Contractor at his own cost shall remove from site any and all such rejected material within the
time specified by Engineer.
The Contractor shall be responsible for the safe custody of all materials and shall insure them
against theft or damage in handling or storage etc. A list of items of materials and equipment,
together with a sample of each shall be submitted to the Engineer thirty (30) days in advance to
the commencement of the related activity.
Any item which is proposed as a substitute, the Contractor shall state the credit, if any, to the
Engineer. All changes and substitutions shall be requested in writing and approvals obtained in
writing from the Engineer. In the event the substitution is approved, the same shall be dealt in
accordance with the Schedule 3 of Volume 2 of the Tender document.
18. Quiet Operation and Vibration Isolation
All equipment shall operate under all conditions of load without any sound or vibration which
is objectionable in the opinion of the Engineer. In case of rotating machinery sound or vibration
noticeable outside the room in which it is installed, or annoyingly noticeable inside its own
room, shall be considered objectionable. Such conditions shall be corrected by the Contractor at
his own expense. The Contractor shall guarantee that the equipment installed shall maintain the
desired Noise Criteria (NC) levels.
19. Manufacturer’s Instructions
Where manufacturer has furnished specific instructions, relating to the material and equipment
used in this project, covering points not specifically mentioned in these documents,
manufacturer’s instructions shall be followed in that case.
20. Tool and Tackles
The Contractor shall provide and install all necessary ladders, scaffolding, tools, plants, tackles,
all transport for Labour and materials necessary for the proper execution and completion of the
work to the satisfaction of the Engineer.
21. As-Built Drawings
Upon completion of the work and prior to taking over certificate, the Contractor shall submit to
the Engineer three sets of layouts drawings - As Built Drawings in progressive manner for
individual systems drawn at approved scale indicating the complete system as installed.
Drawings shall be prepared on AUTO-CAD (latest version) & 3D BIM. Along with the hard
copies, the Contractor shall submit soft -copies of all Drawings on CD in PDF and AUTOCAD.
These drawings must be provided but not limited to:
(a) Complete Building Architecture, Finishes, Façade, External Site development, Structure &
Services Drawings.
Cost of all expenses relating to performance witness test and factory inspection shall be in
scope of the Contractor.
In case, the tests are required to be held on Goods/ Equipment which are out of the project city
or country, then all travelling, boarding and lodging expenses for maximum of four (4) persons
of Engineer, Employer and Design Consultant shall also be borne by the Contractor.
requirements set forth in General Conditions and Particular Conditions (Volume 2) along
with giving the status of individual activities within their organization such as planning,
procurement and execution along with manpower engaged, Sub-Contractors engaged and
their performance and other relevant details.
26. Interaction with the Employer/ Stakeholders
(a) During the entire period of Work execution, the Contractor shall also interact continuously
with the Engineer and provide any clarification as regards the methods being followed and
also carry out modifications as suggested by the Engineer. A programme of various
activities shall also be provided to the Engineer and prior intimation shall be given to the
Engineer regarding start of key activities such as survey, sub-soil exploration etc., so that
inspections, if any, by the Engineer could be arranged in time.
(b) The Engineer or Employer’s authorized representatives and other Government officers
may visit the Site at any time, individually or collectively to acquaint themselves with the
field investigation and survey works. Contractor’s representative to be present to clarify.
27. Deficiencies of Services
Deficiencies on part of the Contractor may entitle the Engineer to withhold payment of the
Contractor and/ or damages as mentioned in the Conditions of Contract and/or termination by
the Employer. Deficiencies may include but not limited to:
a) Not performing the Services as per the Conditions of Contract and undue delay in
submission of reports including Progress Reports;
b) Not complying with quality control, EMP, OSHE, etc.
c)Poor workmanship, not rectifying the defects/ workmanship issues, not doing the required
tests, clearing the Nonconformance reports etc and other compliances as mentioned in
the Contract.
d) Permitting sub-contracting of any works other than those specified in the Tender
Documents without prior written approval by the Employer.
28. Completion and Occupancy drawings and documents submission
Preparation and submission of completion report and Completion drawings and documents for
issuance of completion/ occupancy certificate by statutory authorities, wherever required.
29. Post Construction Stage:
The Contractor shall be fully responsible for the following before handing over::
submittals as per LEED requirements to the Engineer for the further submission to the LEED
Consultants. The Contractor shall hire Third party for Building Envelope Commissioning who
will be responsible to the conduct of all building enclosures field testing as specified in the
Section X for LEED Requirements. Building envelope commissioning will validate that the
design and performance of materials, components, assemblies, and systems achieve the
objectives and requirements of the Employer. The Contractor shall carryout the Life Cycle
Assessment and other requirements as per the requirements specified in the Section X for
LEED Requirements.
31. Operating Instruction & Maintenance Manual
Upon completion and commissioning of all services systems, the Contractor shall submit a draft
copy of comprehensive operating instructions, maintenance schedule and log sheets for all
systems and equipment included in the Project. This shall be supplementary to manufacturer’s
operating and maintenance manuals.
Upon approval of the draft, the Contractor shall submit four (4) complete bound sets of type-
written operating instructions and maintenance manuals & soft copies (4 sets) to Engineer.
These manuals shall also include basis of design, detailed technical data for each piece of
equipment as installed, spare parts manual and recommended spares for two years’ period of
maintenance of each equipment.
These manuals shall include but not limited to:
(a) Description of the work carried out / installed.
(b) Operating instructions.
(c) Maintenance instructions including procedures for preventive maintenance.
(d) Manufacturers catalogues.
(e) Spare parts list with their availability with contact details of supplier
(f) Trouble shooting charts.
(g) Drawings
(h) Type and routine test certificates of major items.
(i) Confirmation certificate from the manufacturer that the spares and servicing will be
available for next 20 years for the equipment.
(j) List of spares/consumable required to maintain all kinds of equipment for a period of 5
years after completion of the project.
32. On Site Training
Upon completion of all work and tests, the Contractor shall furnish necessary engineers,
operators, labour and helpers for operating the entire installation and to make the Employer
staff acquainted with the operation of the system. During this period, the Contractor shall train
the Employer personnel in the operation, adjustment and maintenance of all equipment installed.
33. Guarantee
The Contractor shall indemnify and hold harmless the Employer, the Employer’s Personnel,
and their respective agents, against and from all third-party claims, damages, losses and
expenses in respect of any defective materials and workmanship for a period of two years/
Defect Notification Period (whichever is longer) after Taking Over Certificate has been issued.
The Contractor shall be fully responsible for the performance of the works/selected equipment
(installed by him) at the specified parameters and for the efficiency of the installation to deliver
the required end -result.
The Contractor shall guarantee that all the systems as installed shall perform to complete
satisfaction of the Engineer & shall maintain the design conditions as described under relevant
clauses in the Specification/Drawings.
The Contractor shall also guarantee that the performance of various equipment (individually)
shall not be less than the quoted capacity; also actual performance shall not exceed the quoted
rating, during testing and commissioning, handing over and Defect Notification Period /
validity of the Performance Security and during the Guarantee/ Warranty Period by the
Manufacturer/ Supplier.
The Contractor shall hold himself fully responsible for reinstallation and/ or replacement free of
cost to Engineer the following:
(a) Any defective work or material or equipment supplied by the Contractor.
(b) Any material or equipment supplied by the Engineer which is damaged or destroyed as
result of defective workmanship by the Contractor.
(c) In case of failure of the Contractor, to get any defect rectified within specified time by
Engineer, then the Engineer reserves the right to get necessary repairs done on his own at
the Contractor’s cost.
34. Warranty
All original warranties from the Original Equipment Manufacturer (OEM) should be submitted
to the Engineer as a part of completion/ handing over documentation.
35. Defect Notification Period
Contractor shall be required to carry out defect rectification if any, for the complete works and
systems installed during the entire period of defects notification.
Preventive Maintenance Schedule for each equipment / panel shall be submitted along with
Operation and Maintenance Manual.
Contractor shall depute a coordinator on site during Defect notification period for coordination,
who shall be supported by other team members as and when required.
36. Safety Certification
The Contractor shall note that the Engineer will inspect the Works from time to time for the
purpose of determining whether the project complies in terms of operational and infra structural
safety, in accordance with Governing standards. The Contractor shall note that Engineer’s
approval is mandatory for commissioning the system. Notwithstanding other provisions of the
Contract, the Contractor shall ensure that the Works comply with the Employer’s Requirements,
and shall assist the Engineer in carrying out their inspection duties and also comply with their
instructions regarding rectifying any defects and making good any deficiencies.
37. Contractor's Superintendence
a) The Contractor shall submit a Staff Organization Plan to the Engineer. This plan shall be
updated and resubmitted whenever there are changes to the staff. The plan shall show the
management structure and state clearly the duties, responsibilities and authority of each
staff member.
b) The Project Manager and his site team shall have experience and qualifications appropriate
to the type and magnitude of the Works. Full details shall be submitted of the
qualifications and experience of all proposed staff to the Engineer for his notice. Provided
however, in respect of substitution or replacement of Key Personnel specified in Volume-2,
the Contractor shall follow the procedure provided in the Conditions of Contract.
38. Checking of the Contractor's Temporary Works Design
The Contractor shall, prior to commencing the construction of the Temporary Works, submit a
certificate to the Engineer, `Design Certificate' signed by the Contractor’s Designer, certifying
that the Temporary Works have been properly and safely designed and checked, and that the
Contractor has checked the effect of the Temporary Works on the Permanent Works and has
found this to be satisfactory.
39. Barricades and Signboards
a) The Contractor shall erect barricades with gates around his areas of operations to prevent
entry by unauthorized persons to his Works and/or Site Areas and necessary identity cards
/permits should be issued to all of his workers and staff by the Contractor. The Contractor
shall submit a proposal for barricades/gates around the complete perimeter of all Works
areas. Painting of the barricades shall be carried out to the design and colors as directed by
the Engineer and the Contractor shall carry out re-painting of the entire barricades on an
annual basis or sooner as required by the Engineer.
b) No work shall commence in any Works Area until the Engineer is satisfied with the
barricades installed by the Contractor are sufficient to prevent, within reason, unauthorized
entry. Project signboards shall be erected not more than three (3) weeks, after the date for
commencement of the Works.
c) The types, sizes and locations of project signboards shall be agreed with the Engineer
before manufacture and erection. Advertising sign boards shall not be erected on the Site.
d) A Notice of No Objection from the Engineer shall be obtained before hoardings, fences,
gates or signs are removed. Hoardings, fences, gates and signs which are to be left in
position after the completion of the Works shall be repaired and repainted as instructed by
the Engineer.
e) Hoardings, barricades, gates and signs shall be maintained in clean and good order by the
Contractor until the completion of the Works, whether such hoardings, fences, gates and
signs have been installed by the Contractor or by others and ownership transferred to the
Contractor during the period of the Works. All the fencing, hoardings, gates and signs etc.
shall be mopped a minimum of once a week and thoroughly washed once a month.
f) All hoardings, barricades, gates and signs installed by the Contractor shall be removed by
the Contractor upon the completion of the Works, unless otherwise directed by the
Engineer.
g) Hoarding/ barricades can be reused after removing from one place to other locations / sites
provided they are in good condition and a Notice is issued by the Engineer.
h) Damaged/worn-out barricades/ hoardings shall be replaced by the Contractor within 24
hours. The Engineer’s decision regarding need for replacement shall be final and binding.
40. Fabrication Yard and Batching Plant
a) The Contractor has to make his own arrangements for a casting yard/work area(s) and
other facilities without any liability to the Employer.
b) The area of land inside the Project site, used by the Contractor shall be cleared of all debris,
structures made by the Contractor, RCC footings and rafts, rubbish and debris, etc. and
returned to its original condition before being handing back to the Employer, at no extra
cost to the Employer.
c) The final Payment Certificate shall only be released to the Contractor after all structures,
debris, rubbish, etc. have been removed from the Project site area and the area returned to
its original condition.
d) For Earth Disposal suitable land shall be identified as per local norms, the Contractor
should price accordingly. No extra payment shall be done to the Contractor on non-
availability of submitted land for disposal in nearby areas. Approval from Local
Authorities for disposal is in Contractor’s Scope.
e) A Mechanical Type Wheel Washing Plant shall be installed by the Contractor for the use
of all vehicles leaving the work area to avoid any contamination or spillage on the
connecting roads
41. Other Safety Measures
a) The Contractor shall take all reasonable precautions and select appropriate tools,
equipment and installation methods to avoid causing a nuisance arising from his operations
and shall minimize inconvenience to the public.
b) The Contractor shall prevent dust from rising as a result of his activities and shall take all
necessary dust control and suppression measures.
c) All Contractor's Equipment used on the Contract shall be fitted with a means of
suppressing radio and television interference and shall be operated and maintained in such
manner so as to minimize the emission of smoke and obnoxious fumes.
d) The Contractor shall be responsible for the security of the Site at all times during the term
of this Contract. The Contractor shall control all entry and exit to and from the Site for his
personnel, personnel from the Engineer, Engineer, Interfacing Contractors, Sub-
contractors and suppliers, by pedestrians and for all vehicles. All of the Contractor’s
personnel shall be required to carry an identity/security card or pass which provides a
positive photo identification and they shall be required to show the pass when entering or
leaving the Site. This shall apply to all personnel on the Site including, but not limited to,
the Contractor’s staff, all Interfacing Contractors, Sub-contractors staff, Suppliers,
Consultants, etc. and the staff of the and Engineer. Provision shall be made for issue of
visitors’ passes for other personnel authorized to enter the Site as visitors. Visitors on Site
shall be escorted by appropriate Site based personnel at all times.
e) The Contractor shall be deemed to have made allowance in his price and programme for
the impact on the Works as a result of any delay due to the provision of access to, and
through the site generally, for Interfacing Contractors, relocation of temporary works,
provision of security, lighting, signage, barriers, track work crossings, complying with all
government and local authority regulations, etc.
42. Care Of The Works
a) The Works, including materials for use in the Works, shall be protected from damage due
to water. Water on the Site and water entering the Site shall be promptly removed by
temporary drainage or pumping systems or by other methods capable of keeping the
Works free of water. Silt and debris shall be removed by traps before the water is
discharged and shall be disposed of at a location or locations as approval by local
authorities. Contractor has to take necessary approval from local authorities for the same.
b) The discharge points of the temporary systems shall be got approved from Engineer. The
Contractor shall make all arrangements with and obtain the necessary approval from the
relevant authorities for discharging water to drains, watercourses, etc. The relevant work
shall not commence until the approved arrangements for disposal of the water have been
implemented.
c) The methods used for keeping the Works free from water shall be such that settlement of,
or damage to, new and existing structures does not occur.
d) Measures shall be taken to prevent settlement, damage, flotation, etc. to new and existing
structures.
43. Protection of the Works from Weather
a) Work shall not be carried out in weather conditions that may adversely affect the Works
unless proper protection is provided to the satisfaction of the Engineer.
b) Permanent Works, including materials for such Works, shall be protected from exposure to
all weather conditions that may adversely affect such Permanent Works or materials.
c) During construction of the Works storm restraint systems shall be provided to ongoing
construction works, where appropriate. These systems shall ensure the security of the
partially completed and ongoing stages of construction in all weather conditions. Such
storm restraint systems shall be installed as soon as practicable and shall be compatible
with the right of way, or other access around or throughout the Site.
d) The Contractor shall, at all times program and order progress of the Works and make all
protective arrangements such that the Works can be made safe in the event of storms.
44. Protection of the Work
The finished works shall be protected from any damage that could arise from any activities on
the adjacent site/ works.
45. Damage and interference
Work shall be carried out in such a manner that there is no damage to or interference with:
(a) watercourses or drainage systems;
(b) utilities;
(c) structures (including foundations), roads, including street furniture, underground Metro
Tunnel or other properties;
(d) public or private vehicular or pedestrian access;
(e) monuments, trees, graves or burial grounds other than to the extent that is necessary for
them to be removed or diverted to permit the execution of the Works, as approved by
statutory authorities, etc...
(f) Heritage structures shall not be damaged or disfigured on any account.
The Contractor shall inform the Engineer as soon as practicable of any items which are not
stated in the Contract to be removed or diverted but which the Contractor considers need to be
removed or diverted to enable the Works to be carried out. Such items shall not be removed or
diverted until approval in writing from the Engineer for such removal or diversion has been
obtained.
Items which are damaged or interfered with as a result of the Works and items which are
removed to enable work to be carried out shall be reinstated to the satisfaction of the Engineer
and to the same or better condition as existed before the work started.
46. Utilities
Any claims by Utility Agencies due to damage of utilities by the Contractor shall be borne by
the Contractor.
47. Structures, Roads and Other Properties
The Contractor shall immediately inform the Engineer of any damage to structures, roads or
other properties at handover of the site(s) or during the Contract duration.
48. Access
Alternative access shall be provided to all premises by the Contractor if interference with the
existing access, public or private, is necessary to enable the Contractor’s Works to be carried
out. The arrangements for the alternative access shall be arranged by the Contractor after
seeking approval from the concerned agency. Unless agreed otherwise, the permanent access
shall be reinstated as soon as practicable after the work is complete and the alternative access
shall be removed immediately when it is no longer required, and the ground surfaces reinstated
to the satisfaction of the Engineer. Proper signage and guidance shall be provided for the
traffic/ users regarding diversions.
49. Trees
The Contractor is not permitted to cut or fell any trees without first obtaining approval from the
appropriate authorities and approval of Engineer. The Contractor shall identify all trees that
require cutting or felling or relocation as per the clearances obtained and shall do the needful
under information and approval of the Engineer.
50. Removal of Graves and Other Obstructions
If any graves and other obstructions are required to be removed in order to execute the Works
and such removal has not already been arranged for, the Contractor shall draw the Engineer’s
attention to them in good time to allow all necessary arrangements and authorizations for such
removal, and the Contractor shall not remove them without first obtaining approval from the
appropriate authorities and then obtaining approval in writing from the Engineer.
51. Protection of the Adjacent Structures and Works
The Contractor shall take all necessary precautions to protect adjacent buildings and structures,
and works being carried out by others adjacent to and within the Site, from the effects of
vibrations, undermining and any other earth movements or the diversion of water flow arising
from its work.
52. Pre-Construction Surveys of Adjacent Buildings and Structures
Prior to commencing any work within the 50m zone of influence of the buildings and
structures, the Contractor shall complete a pre-construction survey to identify and record any
existing defects in the building structure and fabric. A separate pre-construction survey report
shall be prepared for each building/structure, in a format given a Notice by the Engineer. The
report shall include sufficient key plans, sketches and photographs to enable easy location of
existing defects and comparison with possible future ones. Two coloured copies of all of the
pre-construction survey reports shall be provided to the Engineer, and a further copy of the
appropriate pre-construction survey report shall be issued to the building/structure owner for
their information and a signed receipt form/letter acknowledging the owners receipt of such
shall be retained by the Contractor.
53. Instrumentation Monitoring and Reporting
The Contractor shall be required to carry out Instrumentation, monitoring and reporting as per
Section XI of this volume.
54. Work on Roads
Traffic Management Plan
The Contractor shall develop a detailed Traffic Management Plan for the work under the
Contract. The purpose is to develop a Traffic Management Plan to cope with the traffic
disruption as a result of construction activities by identifying strategies for traffic management
on the roads and neighborhoods impacted by the construction activities, which shall be
submitted to the relevant authorities for their approval and to the Engineer for his Notice of No
Objection. The Contractor shall implement the Traffic Management Plan throughout the whole
period of the Contract and shall comply strictly with the approved plan during the construction
of his works.
Use of Roads and Footpaths
a) Public roads and footpaths on the Site in which the work is not being carried out shall be
maintained in a clean and passable condition.
b) Measures shall be taken to prevent the excavated materials, silt or debris from entering
gullies on roads and footpaths; entry of water to the gullies shall not be obstructed.
c) Surfaced roads on the Site and leading to the Site shall not be used by tracked vehicles
unless protection against damage is provided.
d) Contractor's Equipment and other vehicles leaving the Site shall be loaded in such a
manner that the excavated material, mud or debris will not be deposited on roads. All
such loads shall be covered or protected to prevent dust being emitted. The wheels of all
vehicles shall be washed when necessary before leaving the Site to avoid the deposition
of mud and debris on the roads.
Reinstatement of Public Roads and Footpaths
a) All street furniture, including signs, kerb stones, boxes, lights, traffic lights, etc.., that has
to be removed due to the Contractor’s works or temporary traffic arrangements whereby
the Contractor shall arrange for their storage, either in the relevant Government
Departments or at the Contractor’s own works area(s), for which an agreed inventory,
including a photographic record, shall be submitted to the Engineer. Existing street
furniture shall be reused where ever possible, and any street furniture that can’t be reused
shall be agreed in writing with the Engineer.
b) Temporary diversions, pedestrian access and lighting, signing, guarding and traffic
control equipment shall be removed immediately when they are no longer required.
Roads, footpaths, street furniture and other items affected by temporary traffic
arrangements and control shall be reinstated to their original condition as existed before
the work started or as permitted by the Engineer immediately after the relevant work is
complete or at other times permitted by the Engineer.’
c) The Contractor shall submit his design for the reinstatement to the relevant authorities
and obtain their prior approval for carrying out the work. Reinstatement works shall
include, but not be limited to, the following:
Parking bays
Footpath and Kerbs
Road Signage
Street Lighting
Landscaping
Traffic Lights and Control Cable
Road painting
55. SITE BARRICADING, SECURITY & TRAFFIC ARRANGEMENTS
The Contractor shall give to the local body, police and other authorities all necessary notices etc.
that may be required by law and obtain all requisite licenses / permissions for temporary
obstructions, enclosures etc. and pay all fee, taxes and charges which may be liable on account
of these operations in executing the contract. He shall make good any damage to the adjoining
property whether public or private and shall supply and maintain lights either for illumination
or for cautioning the public at night.
Proper temporary barricading with profile sheets (Blue /Green color of height 20 ft/ 10ft as per
requirement and directions of Engineer) shall be carried out by the Contractor at the start of
work to physically define the boundaries of the plot for restricted entry to only those involved
in the work and also to prevent any accidents, at the same time without causing any
inconvenience to the traffic and the neighbors / users of the buildings in the adjacent plots. It
shall be done by providing, erecting, maintaining temporary protective barricading of required
height, made in panels, with each panel having MS frames /MS scaffolding/pipes etc. of
suitable size and stiffness shall be fixed on frames. Such panels shall be suitably connected to
each other for stability with nuts and bolts, hooks, clamps etc. and fixed firmly to the ground at
about 2 metres spacing, for the entire duration till completion of the work. Contractor shall also
provide and erect temporary protective barricades within the plot, if required, to prevent any
accident. Temporary protective roofing near the Entrance to the building, under construction,
shall be made to protect the visiting officials from getting hurt by falling debris etc. and the
same shall be dismantled & taken away by the Contractor after the completion of the Work at
his own cost with the approval of the Engineer. Nothing extra shall be payable on this account.
The Contractor shall maintain it during the complete period of execution and realign it if
required, for execution of works. A penalty of INR.10000/- (Rupees Ten Thousand) per day
shall be levied for not maintaining the barricading in good condition or breach of any of the
above conditions as per the directions of Engineer.
The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary caution
boards day and night. In case of any accident of labours/ contractual staffs the entire
responsibility will rest on the part of the Contractor and any compensation under such
relevant information and compliance standards. For equipment, include the following in
addition to the above, as applicable:
a. Wiring diagrams showing factory-installed wiring.
b. Printed performance curves.
c. Operational range diagrams.
d. Clearances required to other construction, if not indicated on an accompanying Shop
Drawings.
(v) Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not
base Shop Drawings on reproductions of the Contract Documents or standard printed
data. Fully illustrate requirements in the Contract Documents. Include the following
information, as applicable:
a. Identification of products.
b. Schedules.
c. Compliance with specified standards.
d. Notation of coordination requirements.
e. Notation of dimensions established by field measurement.
f. Relationship and attachment to adjoining construction clearly indicated.
g. Seal and signature of professional engineer if specified.
(vi) Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop
Drawings on sheets at least A3 size but nor larger than A0 size sheets. Information
therein should be legible including demarcated scales and details
(vii) Submit Shop Drawings in the following format: ACAD / PDF electronic file and hard
copies.
(viii) Samples: Submit Samples for review of kind, color, pattern, and texture for a check of
these characteristics with other elements and for a comparison of these characteristics
between submittal and actual component as delivered and installed.
a. Transmit Samples that contain multiple, related components such as accessories
together in one submittal package.
b. Identification: Attach label on unexposed side of Samples that includes the following:
Generic description of Sample.
Product name and name of manufacturer.
Sample source.
Number and title of applicable Specification Section.
Specification paragraph number and generic name of each item.
c. For electronic submittals are required, provide corresponding electronic submittal of
Sample transmittal, digital image file illustrating Sample characteristics, and
identification information for record.
(ix) Disposition: Maintain sets of approved Samples at Project site, available for quality-
control comparisons throughout the course of construction activity. Sample sets may be
used to determine final acceptance of construction associated with each set.
(x) Samples for Initial Selection: Submit manufacturer's color charts consisting of units or
sections of units showing the full range of colors, textures, and patterns available.
(xi) Samples for Verification: Submit full-size units or Samples of size indicated, prepared
from same material to be used for the Work, cured and finished in manner specified, and
physically identical with material or product proposed for use, and that show full range
of color and texture variations expected.
a. Submit a single Sample where assembly details, workmanship, fabrication techniques,
connections, operation, and other similar characteristics are to be demonstrated.
b. If variation in color, pattern, texture, or other characteristic is inherent in material or
product represented by a Sample, submit at least (three) 3 paired units that show
approximate limits of variations.
(xii) Product Schedule: As required in individual Specification Sections, prepare a written
summary indicating types of products required for the Work and their intended location.
Include complete product details and manufacturer specification.
Installer Certificates: Submit written statements on manufacturer's letterhead
certifying that Installer complies with requirements in the Contract Documents and,
where required, is authorized by manufacturer for this specific Project.
Manufacturer Certificates: Submit written statements on manufacturer's letterhead
certifying that manufacturer complies with requirements in the Contract Documents.
Include evidence of manufacturing experience where required.
Product Certificates: Submit written statements on manufacturer's letterhead
certifying that product complies with requirements in the Contract Documents.
Material Certificates: Submit written statements on manufacturer's letterhead
certifying that material complies with requirements in the Contract Documents.
Material Certificates: Submit written statements on manufacturer's letterhead
certifying that material complies with requirements in the Contract Documents.
Material Certificates: Submit written statements on manufacturer's letterhead
certifying that material complies with requirements in the Contract Documents.
Material Test Reports: Submit reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting test results of material for
compliance with requirements in the Contract Documents.
Product Test Reports: Submit written reports indicating that current product produced
by manufacturer complies with requirements in the Contract Documents. Base reports
on evaluation of tests performed by manufacturer and witnessed by a qualified testing
agency, or on comprehensive tests performed by a qualified testing agency.
Preconstruction Test Reports: Submit reports written by a qualified testing agency, on
testing agency's standard form, indicating and interpreting results of tests performed
before installation of product, for compliance with performance requirements in the
Contract Documents.
Field Test Reports: Submit written reports indicating and interpreting results of field
tests performed either during installation of product or after product is installed in its
final location, for compliance with requirements in the Contract Documents.
(xiii)Coordination Drawing Submittals: Comply with requirements specified in General
conditions or Special conditions of contract. Where not specified in the above the
Contractor shall reference all the sheets being related to in the contract documents.
(xiv) Contractor's Construction Schedule: Comply with requirements specified in Tender
documents.
(xv)Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply
with requirements specified in various sections of the Tender document.
(xvi) Closeout Submittals and Maintenance Material Submittals.
(xvii)LEED Platinum Submittals: Shall comply with the guidelines laid down in the Tender
documents.
(xviii)Certificates Submittals:
(xix) Design Data: Prepare and submit written and graphic information, including, but not
limited to, performance and design criteria, list of applicable codes and regulations, and
calculations. Include list of assumptions and other performance and design criteria and a
summary of loads. Include load diagrams if applicable. Provide name and version of
software, if any, used for calculations. Include page numbers.
(xx)Delegated-Design Services
i. Performance and Design Criteria: provide products and systems complying with
specific performance and design criteria indicated.
ii. Indicate that products and systems comply with performance and design criteria in the
Contract Documents. Include list of codes, loads, and other factors used in performing
these services.
(xxi) Project Closeout and Maintenance Material Submittals.
(xxii) Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project
name and location, submittal number, Specification Section title and number, name of
reviewer, date of Contractor's approval, and statement certifying that submittal has been
reviewed, checked, and approved for compliance with the Tender Documents.
(xxiii) Engineer will review each submittal, make marks to indicate corrections or revisions
required, and return it. Engineer will stamp each submittal with an action stamp
appropriately to indicate action, as follows:
a) Informational Submittals: Engineer will review each submittal and will not return it,
or will return it if it does not comply with requirements
b) Partial submittals prepared for a portion of the Work will be reviewed when use of
partial submittals has received prior approval from Engineer.
c) Incomplete submittals are unacceptable, will be considered nonresponsive, and will
be returned for resubmittal without review.
d) Submittals not required by the Contract Documents may be returned by the Engineer
without action.
The Costs of all the Works mentioned above, shall be deemed to be included in the Costs
Quoted by the Tenderer in the Bill of Quantities. Nothing extra shall be payable to the
Contractor on account of the above.
a) To eliminate or minimize the unwanted effects of hazards and risks to personnel, members
of the public and other stakeholders who may be exposed to the undertakings associated
with the construction of the Tamil Nadu Commerce Hub Project.
b) Establish an effective and robust OHS&E management system that will enable Contractors
to achieve the requirements. Actively contribute to Contractors development through
support, encouragement, determination in control and transfer of knowledge and skills in
order to make the move from traditional compliance driven management through to risk
managed processes.
c) To simplify the risk concept, to ensure a sensible approach to risk management and
simplify hazard awareness training through adoption of the ALARP (As low as reasonably
practicable) principles.
d) To practice ‘Best Practice’ within the construction industry - Establishing a work
environment that conforms to international health & safety standards and make
recommendation to improve effectiveness of regulations both nationally and locally.
2. Reference publications
BS EN ISO 9000:2005, Quality management systems — Fundamentals and vocabulary
BS EN ISO 9001:2015, Quality management systems — Requirements
BSENISO14001:2015, Environmental management systems —Requirements with
guidance
BS EN ISO 19011:2002, Guidelines for quality and/or environmental management systems
auditing
BS OHSAS 18001:2007, Occupational health and safety management systems
Requirements
BS OHSAS 18002, Occupational health and safety management systems – Guidelines for
the implementation of BS OHSAS 18001
ISO 45001:2018 specifies requirements for an occupational health and safety (OH&S)
management system and gives guidance for its use, to enable organizations to provide safe
and healthy workplaces by preventing work-related injury and ill health, as well as by
proactively improving its OH&S performance
PAS 99, Specification of common management system requirements as a framework for
integration
International Labour Organization:2001, Guidelines on occupational health and safety
management systems — ILO-OSH 2001
Health & Safety Guidance (HSG) Health and Safety Executive Publications United
Kingdom
3. Terms and definitions
1. Acceptable risk. Risk that has been reduced to a level that can be tolerated by the
organization having regard to its legal obligations and its own OHS&E policy.
2. Accident. Incident giving rise to injury, ill health or fatality
3. ALARP (As low as reasonably practicable) principles.
4. Audit. Systematic, independent and documented process for obtaining “audit evidence”
and evaluating it objectively to determine the extent to which “audit criteria” are fulfilled
5. BOCWA. Building and Other Construction Workers (Regular Employment and
Conditions of Service) Act, 1996
6. BOCWR. Building and Other Construction Workers (Regulation of Employment and
Conditions of Service) Central Rules, 1998
7. Chief OHS&E Manager. An officer nominated by Engineer who is the overall
responsible for monitoring all OHS&E functions prescribed in this document.
8. Competent person. Person with the appropriate combination of skill, knowledge,
qualifications and experience
9. Continual improvement. Recurring process of enhancing the OHS&E management
system in order to achieve improvements in overall OHS&E performance consistent with
the organization’s OHS&E policy
10. Corrective action. Action to eliminate the cause of a detected nonconformity or other
undesirable situation
11. Design Risk Assessments. Used to record the actions of designers when reducing risks in
construction and for future repairs and maintenance issues.
12. Employer - Tamil Nadu Commerce Hub Limited.
13. Hazard. Source, situation, or act with a potential for harm in terms of human injury or ill
health, or a combination of these
14. Hazard identification. Process of recognizing that a hazard exists and defining its
characteristics
15. Health surveillance. Monitoring health of employees to detect signs or symptoms of
work‑ related ill health so that steps can be taken to eliminate, or reduce the probability of,
further harm
16. Ill health. Identifiable, adverse physical or mental condition arising from and/or made
worse by a work activity and/or work-related situation
17. Incident. Work-related event(s) in which an injury or ill health (regardless of severity) or
fatality occurred, or could have occurred. An accident is an incident which has given rise
to injury, ill-health or fatality. An incident where no injury, ill health, or fatality occurs
may also be referred to as a “near-miss”, or “dangerous occurrence”.
18. Interested party. Person or group, inside or outside the workplace, concerned with or
affected by the OHS&E performance of an organization
19. Nonconformity. On-fulfilment of a requirement; A nonconformity can be any deviation
from: relevant work standards, practices, procedures, legal requirements, etc. or OHS&E
management system requirements. A nonconformity can be any deviation from: —
relevant work standards, practices, procedures, legal requirements, etc. — OHS&E
management system criteria.
20. OHS&E management system. Part of an organization’s management system used to
develop and implement its OHS&E policy and manage its OHS&E risks. A management
system is a set of interrelated elements used to establish policy and objectives and to
Hazards and Risks and the determination of control measures including the relevant
standards. The Procedure shall incorporate the requirements within this and other applicable
OHS&E Parts.
4.2.1.2 Management of Change
4.2.1.2.1 All temporary and permanent changes to organisational, personnel, systems, procedures,
equipment, products, materials or substances shall be evaluated by the Contractor and
managed to ensure that health, safety and environmental risks arising from these changes
remain at an acceptable level. Changes made by the Contractor are subject to submittal and
notice of no objection by the Engineer prior to adopting change.
4.2.1.3 Risk Register & Hazard Log
4.2.1.3.1 The Contractor’s Construction Health and safety Plan shall contain a detailed ‘Risk
Register’ and ‘Hazard Log’ specific to the project. The register and log shall be assessed
against the OHS&E requirements provided in Part 2.
4.2.1.3.2 The Hazard Log shall identify future method statement, risk assessment and operational
procedures pertaining to specific equipment and operations in relation risk and local
environmental constraints. Construction phase OHS&E Plans shall not be accepted without a
fully completed Hazard Log and Risk Register.
4.2.1.4 Method Statements and Lift Plan
4.2.1.4.1 Method statements are to be submitted to the Engineer a minimum of 28 days prior to task
commencement to ensure sufficient time is available for review and approval.
4.2.1.4.2 Method statements shall contain the information requirements as prescript within the
OHS&E Part 2.
4.2.1.4.3 Method statements shall incorporate the control measures within the process methodology
as identified within the risk assessment.
4.2.1.4.4 A copy of the relevant method statement for the activity being undertaken shall be available
on site for reference by all site management and supervisors.
4.2.1.4.5 Lift Plan are to be submitted to the Engineer a minimum of 28 days prior to task
commencement to ensure sufficient time is available for review and approval/ notice of no
objection.
4.2.1.4.6 Lift Plan shall contain the information requirements as prescript within the OHS&E Part- 2
4.2.1.5 Risk Assessment production &submittal
4.2.1.5.1 Risk assessments shall contain as a minimum, the information as specified within the
OHS&E Part 2. The Contractor may choose to use their own format however the risk
tolerances, probability and consequences as per contents provided must be included.
4.2.1.5.2 Risk assessments shall be produced and submitted to the Engineer a minimum of 28 days
prior to task commencement. Risk assessments may be submitted independently or as part of
a Method Statement.
4.2.1.5.3 Generic risk assessments other than routine activities of low risk shall not be accepted by
the Engineer.
4.2.1.5.4 Risk assessments shall be regularly reviewed to ensure they remain suitable and sufficient.
Risk assessment reviews shall be undertaken where an incident has occurred and when a
4.3.2.2 The Project Manager is responsible to ensure that the necessary resources are allocated and
made available to meet the requirements as laid out within this document and other
referenced materials to include Legal Requirements (4.3.2).
4.3.2.3 For all works carried out by the Contractor and appointed sub-Contractor’s, the
responsibility for ensuring OHS&E resources remains with the main Contractor. Activities
undertaken by the Contractor’s Sub-Contractors shall be monitored by the Contractor at all
times to ensure compliance with agreed safe systems of working.
4.3.2.4 All Contractor’s Safety Engineers shall report to the Chief OHS&E Manager who shall report
directly to the Project Manager of the Contractor’s organisation. This shall be reflected in the
Contractor’s organisation charts within the OHS&E plan and Quality Management Plan.
4.3.2.5 The Contractor shall provide all OHS&E personnel with such facilities, equipment and
information that are necessary to enable them to discharge their duties effectively.
4.3.2.6 The Contractor’s Safety Engineers are responsible for ensuring that reports on the
performance of the OHS&E management system are presented to top management for
review and used as a basis for improvement of the OHS&E management system.
4.3.2.7 The Contractor’s Safety Engineers are responsible for independently monitoring the
operations of the Contractor, where deficiencies are identified they are responsible to report
their findings immediately to the Project Manager who then must take action as directed.
4.4.1 Accountability
4.4.1.1 No OHS&E personnel shall be permitted to do any work which is unconnected to, inconsistent
with or detrimental to the performance of the OHS&E duties.
4.4.1.2 Supervisors must ensure that the employees under their direct supervision are working
incompliance with the approved safe systems of working.
4.4.1.3 Authority
4.4.1.3.1 The Contractor’s Safety Managers, Safety Advisors and Officers authority shall be stated
within the Construction Health and Safety Plan and the authority level must be
communicated to all Contractor’s Staff including sub-Contractors.
4.4.1.3.2 The Contractor’s Safety Managers, Safety Advisors and Officers shall have the authority as
assigned by the Contractors Project Manager to suspend works where deviation from an
approved method of working occurs that presents a risk of injury, equipment or property
damage.
4.4.1.3.3 The Engineer shall have the right to stop the work at his / her sole discretion, if in his
opinion the work is being carried out in such a way that a risk of
injury, property and or equipment damage may exist. The Contractor shall not proceed
with the work until remedial works have been complied with under the direction and
satisfaction of the Engineer. Should the Contractor continue to work without implementing
the Engineers instruction, clause 4.4.2.2 shall be applied to the individual responsible for the
decision to proceed.
4.4.1.3.4 The Contractor shall not be entitled to any damages or compensation for stoppage of work,
due to safety reasons. The period of such stoppages of work shall not be taken as an
extension of time for completion of the facilities and will not be the ground for waiver of
levy of liquidated damages.
4.4.2.4.5 Should the Contractor fail to provide the training identified within the Contractor’s
assessment, implementation plan and the Engineer’s Training matrix within the agreed
timescales, this shall be reflected in the potential scores awarded within the monthly audit
report.
4.4.2.4.6 Specific training with regard to the provisions of the Construction Safety Plan, and
associated operational and system procedures shall be conducted by the Contractor for all
persons with supervision responsibilities. Records of training including duration shall be
maintained.
4.4.2.4.7 Contractors and sub-contractors are responsible for providing OHS&E training and shall
conduct training as per the training Implementation Plan to all Staff and workers and for
retention of records of such activities for inspection by the Engineer.
4.4.3 Communication, participation and consultation
4.4.3.1 Communication
4.4.3.1.1 At site level the Contractor shall erect pertinent awareness signage and posters. Posters
shall be changed on a monthly basis to maintain impact.
4.4.3.1.2 Poster campaigns shall be discussed and agreed by the Engineer to maintain a consistent
improvement programme across all Sites.
4.4.3.1.3 Informational posters, banners etc. shall be provided both in Tamil and English.
4.4.3.1.4 Toolbox talks or team briefings shall be carried out daily by the Contractor and correspond
to the works activities being undertaken or to communicate a specific awareness initiative.
Toolbox talks shall not replace professional training.
4.4.3.1.5 Records of all toolbox talks undertaken together with the date, topic, participant’s names
and signatures shall be maintained and made available for inspection by the Engineer.
4.4.3.1.6 Method statement and risk assessment briefings shall be carried out prior to the
commencement of a new task and or when a change to the method of working arises.
Records of all such briefings shall be maintained by the Contractor.
4.4.3.1.7 Visitor information signage shall be posted at site entrances detailing where to report and
contact information. Note: visitors shall be accompanied at all times by site security where
office locations require walking through operational areas.
4.4.3.1.8 Public informational signage and Contractor contact information shall be posted
externally to the site.
4.4.3.2 Participation and consultation
4.4.3.2.1. The Contractor shall establish a Safety Committee within 4 weeks of commencement that
shall be chaired by the Contractor’s Project Manager.
4.4.3.2.2 The Contractor shall notify the Engineer, of the establishment of the Safety Committee
together with the committee members’ names and designation. The Contractor’s Chief
OHS&E Manager, Safety Engineers, Plant & procurement Manager and Human Resources
Manager shall form the minimum committee members.
4.4.3.2.3 The Engineer shall be invited to attend the Contractor’s Safety Committee meetings.
4.4.3.2.4 The Contractor’s OHS&E Committee shall meet on a monthly basis throughout the
duration of the Contract.
4.4.3.2.5 The Committee shall review the previous month’s performance, to include, inspections and
audits undertaken, accidents and incidents and any concerns or complaints that have been
raised. Short term objectives and targets for improvement shall be set for completion by the
next scheduled Committee meeting.
4.4.3.2.6 The Safety committee shall undertake a formal site inspection to be scheduled on a 2-
monthly basis. The inspection shall review progress regarding the achievement of short
term targets. The Committee shall produce a report stating progress made together with any
corrective actions required and issue to the Engineer within 7 days following the Inspection.
4.4.3.2.7 Minutes of the Committee meeting shall be issued within 2 days and promulgated to all
members including the Engineer. The minutes of meeting shall also be posted on all sites
within the workforce area. The minutes intended for site communication shall be in both
Tamil and English.
4.4.3.3 Engineer OHS&E Committee
4.4.3.3.1 A Safety Health and Environmental Committee shall be established by the Engineer and
shall sit every 3 months throughout the project period. All Subcontractors and Team of
Contractor shall be required to attend the quarterly meetings who shall be represented by
their Chief OHS&E Manager.
4.4.3.3.2 The Committee shall review previous performances project wide and set short and medium-
term objectives and targets for achievement within the next reporting period.
4.4.3.3.3 The Engineer reserves the right to call an Emergency Meeting of the Committee member in
the event of a serious incident that requires immediate change to the operational methods of
working.
4.4.3.3.4 Minutes of the Engineers OHS&E Committee shall be promulgated to the Contractor and
Subcontractors within 3days.
4.4.3.4 Workforce Representation
4.4.3.4.1 All workers shall have access to a Workforce OHS&E Representative who is responsible to
communicate directly with the labour force with regard to safety and health. The
representative’s name and contact number shall be posted on all sites externally to the site
office.
4.4.3.4.2 The Workforce OHS&E Representative shall be made a member of the OHS&E Committee
and attend all meetings.
4.4.3.4.3 The OHS&E Representative shall meet the labour force on a monthly basis to discuss health,
welfare, safety initiatives and or concerns the workforce may have. Minutes are to be
produced by the Representative and issued formally within 2 days after the meeting date to
the Contractor’s Project Manager, and Engineer
4.4.3.4.4 A lockable site suggestion box to which only the workforce OHS&E Representative shall
have access shall be installed on all sites and within any labour accommodation camps. The
suggestion box shall be located independent from any offices, in a public area and protected
from bad weather. The OHS&E Representative shall inform the workforce that the purpose
of the suggestion box is to provide a means of participation, communicating ideas and
initiatives and also for raising concerns without fear of reprisal.
4.4.3.4.5 The contents of all suggestion boxes shall be collected and collated on a weekly basis.
Where concerns or complaints regarding the standards of health, safety or welfare have
been reported these shall be immediately reported to the Chief OHS&E Manager and
Project Manager who shall investigate the concern(s). Records of such investigations and
resultant outcomes shall be maintained.
4.4.3.4.6 Ideas, suggestions and concerns raised by the workforce during the OHS&E representatives
on site monthly meetings shall form an agenda item within the Contractor’s OHS&E
Committee meeting.
4.4.3.4.7 Where an idea or specific suggestion is subsequently adopted for use by the Contractor’s
OHS&E Committee, the individual shall receive an OHS&E award as determined by the
Contractor.
4.4.4 Documentation
4.4.4.1 Management System procedures
4.4.4.1.2 The Contractor is required to submit for notice of no objection, the organisation’s top tier
Management System Procedures as listed in Table 3 that shall be adopted for use on the
project.
4.4.4.1.3 System procedures shall be submitted to the Engineer within 4 weeks of commencement.
4.4.4.1.4 Construction works shall not commence until such time as a notice of no objection has been
received; applicable to all management system procedures as listed in Table 3. Should the
Contractor commence operations on site without notice, the Engineer shall award a ‘Zero’
audit score for every month of non-compliance with this clause.
4.4.4.1.6 The submitted procedures shall be individually identified with a unique reference and detail
in sequence the scope, purpose, referenced material and procedure processes.
4.4.4.1.7 Where such procedures as listed in Table 2 exist within other areas of the Contractor’s
organisational management systems such as quality management, these shall not be subject
to replication if the procedure makes specific reference to Health, Safety and Environmental
control.
4.4.4.1.8 Compliance standards against the Contractor’s management system procedures shall be
subject to audit by the Engineer.
Table 2 OHS&E Management System Procedures
Hazard identification, risk Communication,
Environmental Impact Objectives and
assessment and participation &
Aspect Assessment programme(s)
determining controls consultation
Training, awareness and Implementation and Accident & Incident
Legal requirements
competence operation Investigation
Monitoring & Emergency
Documentation Change control
Measurement Preparedness
Procurement Record keeping Audit Management review
4.4.5.1 All plans, procedures and method statements shall be controlled and subject to review and
formal approval by the Contractor’s Project Manager prior to issue to the Engineer.
4.4.5.2 All documents subject to review by the Engineer shall be signed by the Contractor’s
Project Manager and issued formally.
4.4.5.3 Documents shall be issued as per the Engineer’s requirements regarding Quality
Management.
4.4.5.4 OHS&E Documents shall be issued, maintained, traceable and available for retrieval
pursuant to the Contractor’s Quality Management System.
4.4.6 Operational control
4.4.6.1 Operational control shall be maintained through the implementation of the provisions stated
within the Contractor’s site specific Construction Health Safety and Environmental Plans,
the contents of which are outlined in Safety, Health and Environmental Parts 2 and 3 to
which the Contractor shall comply.
4.4.6.2 Construction Phase Health & Safety Plan
4.4.6.2.1 The Contractor shall produce a Contract specific Construction Health & Safety Plan
(CHSP) and submit to the Engineer within 28 days of commencement of works.
4.4.6.2.2 The Construction Health and Safety Plan shall contain the informational requirements as
per the CHSP contents as prescript within the OHS&E Part 2, Safety Plan contents.
4.4.6.2.3 The CHSP shall be assessed by the Engineer against the provisions as stated within
OHS&E Part 2. Where deficiencies exist to an extent where an objection is raised,
construction activities shall be suspended until such time as the deficiencies are subject
to corrective action, re-submittal and notice of no objection by the Engineer.
4.4.6.2.4 Delays incurred as a result of the Contractor failing to achieve a ‘No objection’ status
from failing to submit within the specified timescale or non-compliance with OHS&E
Part 2 shall be entirely at the Contractor’s risk and cost.
4.4.6.2.5 The Contractor shall undertake a monthly review of the CHSP. The review shall be
recorded and the Engineer notified of any updates.
4.4.6.3 Construction Phase Site Environmental Plan
4.4.6.3.1 The Contractor shall produce a Contract specific Site Environmental Plan (SEP) and
submit to the Engineer within 28 days of commencement of works.
4.4.6.3.2 The Site Environmental Plan (SEP) shall contain the informational requirements as per the
contents as prescript within the Part -3 Environmental Guidance and Procedural
requirements.
4.4.6.3.3 The SEP shall be assessed by the Engineer against the provisions as stated within the Part -
3 Environmental Guidance and Procedural requirements. Where deficiencies exist to an
extent where an objection is raised, construction activities shall be suspended until such
time as the deficiencies are subject to corrective action, re-submittal and notice of no
objection by the Engineer.
4.4.6.3.4 Delays incurred as a result of the Contractor failing to achieve a ‘No objection’ status
from failing to submit within the specified timescale or non-compliance with Part -3
Environmental Guidance and Procedural requirements. shall be entirely at the
4.4.6.4.8 The Contractor shall adopt the following colour code scheme across all Sites to ensure
efficient recognition of relevant personnel.
4.5.1.4 The Contractor shall ensure that all monitoring equipment is calibrated as per the
manufactures requirements. The Engineer shall be provided with test certificates for such
equipment
4.5.1.5 Site Engineers shall be required to participate in daily internal OHS&E inspections to
facilitate prompt communication and rectification of minor deviations. Records of such
inspections and rectification needs shall be maintained at site level and made available for
review by the Engineer other interested parties.
4.5.1.6 Formal site inspection reports shall be produced on a weekly basis by the Contractor’s
OHS&E personnel for each site and submitted to the Project Manager . The Project Manager
shall conduct site inspection on monthly basis and report shall be submitted to the Engineer.
4.5.1.7 The Contractor may choose inspection format of his/her choice, however format shall contain
the minimum information as provided within OHS&E Part 2 regarding weekly inspection
form.
4.5.1.8 The Contractor’s OHS&E Personnel shall be accompanied during a formal site inspection by
the Site Manager responsible for the particular site. The resulting inspection report shall be
signed by both the Site Manager and the OHS&E officer.
4.5.1.9 The Engineer shall formally inspect and report the Contractor’s site conditions against the
compliance criteria set within the Contractor’s operational procedures and the Engineer’s
requirements on a weekly basis. These inspections shall include batching plant and
associated yards.
4.5.1.10The Contractor shall undertake specific inspections at the Engineer’s request where
concerns have been raised regarding the suitability of control measures and or plant or
equipment condition as per the IS 13367-1 (1992), IS 14475-1(1997), ISO 12482-1:1995.
Such inspections shall be carried out with immediate effect. First Generation Hydra Crane is
Banned in projects.
4.5.1.11 The Hydra crane shall not be used for any lifting and lowering activity.
4.5.1.12 The Piling rig shall not be used for any lifting and lowering activity.
4.5.2 Evaluation of compliance
4.5.2.1 The information submitted by the Contractorin the OHS&E Monthly Progress Report together
with the Engineer’s Reports shall be evaluated against the compliance requirements and
OHS&E objectives.
4.5.2.2 Inspection reports shall be evaluated against the Legal Requirements (4.3.2) to which the
Contractor is bound to comply.
4.5.2.3 The Contractor’s OHS&E Committee shall formally evaluate reports and results of accidents
and or injury on a monthly basis. The results of this evaluation such as identified changes to
safe systems of working’ shall be included with the Committee minutes
4.5.2.4 Engineer shall evaluate ‘Accident Injury Rates’ and ‘Frequency Rates’ per individual
Contractor and as a project to determine performance against the international rates. The
international rates used to benchmark performance shall be promulgated to all Contractor’s
and other interested parties.
4.5.2.5 A Project Monthly Progress Report shall be produced by the Engineer. Evaluation results
shall be included within the relevant sections for Health Safety & the Environment.
The Contractor’s OHS&E Audits (4.5.5) shall be evaluated by the Engineer against
4.5.3 Incident investigation, nonconformity, corrective action and preventive action
4.5.3.1 Incident investigation
4.5.3.1.1 The Contractor shall undertake accident investigation for all fatal accidents, major injuries
and dangerous occurrences.
4.5.3.1.2 In the event of a fatality, major injury or dangerous occurrence, the Contractor shall not
disturb the accident scene or remove equipment beyond that required to make the area safe
and/or for the treatment and/or removal of casualty(s) to hospital.
4.5.3.1.3 Should the Engineer find an accident scene disturbed beyond that reasonably expected with
making an area safe, this shall be subject to thorough investigation by the Engineer.
4.5.3.1.4 The Engineer shall be informed immediately of all fatalities, major injuries or dangerous
occurrences. Any delay in reporting to the Engineer may be subject to disciplinary action.
4.5.3.1.5 The Contractor is responsible to report accidents, incidents and dangerous occurrences to
the relevant governing bodies as per their statutory obligations. The Contractor shall
maintain responsibility for ensuring sub-Contractor’s under their direct control also comply
with this requirement.
4.5.3.1.6 A preliminary accident notification report shall be issued to the Engineer for all fatal and
major injuries and or dangerous occurrences within 12 hours as per OHS&E Part 2. This
shall be followed by the detailed accident report as per OHS&E Part 2 within 48 hours of
the investigation completion.
4.5.3.1.7 Near misses and minor accidents should also be investigated by the Contractor as soon as
possible as they are signals that there are inadequacies in the safety management system.
4.5.3.1.8 In case of fatal accidents, major injuries or dangerous occurrences the Engineer shall
conduct an independent investigation. The Contractor and his staff shall extend the
necessary co-operation.
4.5.3.2 Nonconformity, corrective action and preventive action
4.5.3.2.1 The Contractor shall conform to their internal procedures regarding nonconformity,
corrective action and preventive action. The Contractor shall be audited by the Engineer for
compliance with internal procedures.
4.5.3.2.2 Major and Minor non-conformances shall be raised by the Engineer as per the Quality
Management requirements and the OHS&E Audit criteria as defined within OHS&E Part 2.
4.5.3.2.3 Open non-conformances shall be reflected in the Contractor’s Monthly Audit Report and are
subject to verification by the Engineer as detailed in OHS&E Part 2. Failure to successfully
take corrective action and close out non-conformances will impact negatively on the
Contractor’s total quarterly audit score 4.5.5.
4.5.3.2.4 Where non-conformances have been raised by an External Auditor against the ISO 45001 or
ISO 14001 Standard, the Contractor shall produce and submit for review within 2 weeks, an
action plan of how and within what timescale shall the non-conformance(s) be closed-out.
4.5.3.2.5 Where the corrective action and preventive action identifies new or changed hazards or the
need for new or changed controls, the proposed actions shall be taken through the risk
assessment process. The associated method statement and risk assessment shall be amended
and re-submitted to the Engineer for notice of no objection.
4.5.3.2.5 A change in work methodology shall be communicated to the workforce. Evidence of such
communications shall be made available for inspection by the Engineer. The Engineer
shall also make random enquiries at site level to establish workforce awareness.
4.5.4 Control of records
4.5.4.1 The Contractor shall maintain all OHS&E records in accordance with the Contactors
Quality Management System.
4.5.4.2 Records shall be made available to the Engineer upon request for the purpose of incident
investigation and management review.
4.5.5 Audit
4.5.5.1 Monthly Audit Report (MAR)
4.5.5.1.1 The Contractor shall undertake an internal monthly audit using the process and audit report
form (MAR) as prescribed within OHS&E Part 2.
4.5.5.1.2 The Contractor shall submit the completed audit report no later than the 7th of each month
within the Contractor’s monthly OHS&E Report. Failure to submit the monthly audit
report within the stipulated timescale shall result in the Engineer awarding a ‘Zero’ score
for the month.
4.5.5.1.3 The audit scores awarded internally by the Contractor shall be subject to review and
verification by the Engineer. The Engineer shall substantiate the awarded scores through
making comparison with the results of a physical site inspection against the model audit
scores criteria as provided within OHS&E Part 2.
4.5.5.1.4 The Engineer shall formally verify that the Contractor’s self-awarded scores comply with
the audit scoring system and scoring criteria as defined within OHS&E Part 2. Where
discrepancy exists the Engineer shall provide supporting evidence (Photographic) and
instruct the Contractor to amend the initial awarded score. Following adjustment, the
monthly audit report shall be re-submitted to the Engineer within 3 days.
4.5.5.1.5 The Contractor shall be required to achieve a minimum 65% overall audit score on a
monthly basis failing which a sum of Rs. 10 lakh will be deducted from the running bills.
Safety Audit Compliance:
NCR compliance will be reviewed on periodical monthly basis and penalities will be imposed for
Non-Compliance of Non-conformance Report for a) High Risk b) Medium Risk c) Low Risk as per
below Table-4.
TABLE-4
S.No Risk Hours from the notice of event within Penalty
which the work should have are
commenced duly mitigating the risk
Failure to Comply and restart
within 12 hrs penalty @
A HIGH 12 Hrs
1,00,000/- per day per NCR
every 24 hrs
@rate Rs 25000/- per day per
B MEDIUM 24Hrs
NCR for Non-Compliance
4.5.5.1.6 In the event the Contractor fails to achieve a minimum of 65% on a monthly audit, an
action plan shall be submitted together with the audit results detailing the actions that shall
be taken within timescales.
4.5.5.1.7 Monthly audits shall be conducted prior to the sitting of the Contractor’s Safety Committee
and shall form part of the agenda
4.6 Management review
4.6.1 Management Reviews shall be undertaken annually by the Engineer. .
4.6.2 The Management Review Report shall make recommendations for improvement.
4.6.2 The Contractor shall carry out a formal Management Review on an annual basis as a
minimum. The Management Review may form part of the review under the organisations
Quality Management System.
4.6.2 The Contractor shall submit Management Review Report to the Engineer within 7 days after
meeting completion together with the organisation’s new objectives.
4.7 Deductions
The amount of money to be deducted for failure to achieve a minimum of 65% score in the
monthly audits and for the non-compliance of the requirements (unsafe acts/unsafe conditions)
is listed in the attached Table-5.
TABLE-5
1. STANDARD FORMS
INDEX REFERENCE REVISION DATE
2. GUIDANCE DOCUMENTS
INDEX REFERENCE REVISION DATE
GSAF 10
Project OHS Plan
GSAF 15
Safety Posters
1. Introduction .......................................................................................................................
2. Scope .................................................................................................................................
3. Glossary of Terms .............................................................................................................
4. Reference Documents ........................................................................................................
5. Rules for Safe Lifting Operations ......................................................................................
6. Responsibilities, Competence and Training of Personnel Involved in Lifting Operations
6.1 Responsibilities .........................................................................................................................
6.1.1 Person Responsible for Lifting Operations ...............................................................................
6.1.2 Competent Person ......................................................................................................................
6.1.3 Crane Operator ..........................................................................................................................
6.2 Competence and Training.........................................................................................................
7. Planning of Crane Operations ............................................................................................
7.1 Define the Lift ...........................................................................................................................
7.2 Planning....................................................................................................................................
7.2.1 Lift Categorisation .....................................................................................................................
7.2.2 Risk Assessment ........................................................................................................................
7.2.3 Lift Plan .....................................................................................................................................
7.2.4 Assessment of a Lifting Operation ............................................................................................
7.2.5 Tandem Lift Additional Factors of Safety .................................................................................
7.2.6 Crane Siting Considerations and Assessment ...........................................................................
8. Crane Daily Checks and Inspections .................................................................................
8.1 Crane Access Ladders, Walkways and Hatches .......................................................................
8.2 Housekeeping............................................................................................................................
8.3 Pre-start Checks .......................................................................................................................
8.4 Start Up of Prime Mover ..........................................................................................................
8.5 Pre-Operations Checks and Function Tests .............................................................................
8.6 Safety Equipment ......................................................................................................................
8.7 Checks to be Carried Out During Operation of the Crane ......................................................
9. Execution ...........................................................................................................................
9.1 Communication of Lift Plan......................................................................................................
9.2 Communication.........................................................................................................................
9.2.1 Hand Signals..............................................................................................................................
9.2.2 Radio Communication ...............................................................................................................
1. Scope .................................................................................................................................................
2. Definitions.........................................................................................................................................
3. Responsibility ...................................................................................................................................
4. Procedure ..........................................................................................................................................
5. Examples / Diagrams / Flow Charts .................................................................................................
6. General Assessments ........................................................................................................................
WORKING AT HEIGHT (GENERAL) RISK ASSESSMENT ..............................................................
Section 6 provides guidance to the Contractor for preparation of his contract specific Site
Environmental Plan
Section 7 commits the Contractor’s Method Statement to incorporate environmental issues
during execution of works
Section 8 focuses on the Environmental Performance Review of Contractor’s activities
through Environmental Audits
Section 9 details measures to contain Air, Water, and Noise Pollution and management of
waste through Environmental Friendly Construction Practices
Section 10 specifies good Housekeeping measures
Section 11 is on Landscape and Aesthetics
Section 12 suggests measures to conserve energy through effective Energy Management
Section 13 deals with Traffic Management
Section 14 focuses on requirements that the Contractor shall have to meet in case
Archaeological and Historic Resources are encountered
Section 15 on Environmental Monitoring - lists the relevant monitoring equipment,
compliance criteria and monitoring programme to be undertaken by the Contractor during
construction
Section 16 details requirements for impact monitoring for air quality including Air
Monitoring and Control Plan
Section 17 details requirements for impact monitoring for noise including Noise
Monitoring and Control Plan
Section 18 describes the Environmental Site Inspection process to be implemented by the
Contractor
Section 19 details the Environmental Audits, which the Engineer may undertake as part of
environmental performance review
Section 20 details the Reporting requirements as related to submission of Contractor’s
Monthly Environmental Management Report under this EMA
Section 21 sets out the Complaint response process and finally,
Section 22 mentions the requirements of Completion of the EMA programme
2. Purpose & Scope
2.1 The purpose of this Environmental Management Arrangements is to make the Contractors
aware of the environmental concerns of, and to establish guidelines for the application of
environmental controls during the construction of the project.
2.2 The Environmental Management Arrangements is intended to translate into practice, three
important principles of mandate, which the construction activities should not:
Inconvenience or endanger public
Create a permanent visual eyesore
4.7 Decibel is measure on a logarithmic scale of the magnitude of a particular quantity (such as
sound pressure, sound power) with respect to a standardized reference quantity.
4.8 Document: Information and its supporting medium.
4.9 Energy Equivalent Level (Leq) is the level of a steady noise which has the same energy as the
fluctuating noise level integrated over the period of measurement. L max is the maximum Noise
Level during the period of measurement. L10 and L90are the are the percentile exceeding levels
of sound which are exceeded 10% and 90% of the time of measurement.
4.10 Environmental Pollutant means any solid, liquid or gaseous substance present in such
concentration as may be or tend to be injurious to environment.
4.11 Environmental Pollution means the presence in the environment of any environmental
pollutant.
4.12 Environment: Surroundings in which an organization operates, including air, water, land,
natural resources, flora, fauna, humans, and their interrelation.
4.13 Environmental Aspect: Element of an organization’s activities or products or services that can
interact with the environment.
4.14 Environmental Impact: Any change to the environment whether adverse or beneficial, wholly
or partially resulting from an organization’s environmental aspects.
4.15 Environmental Management Manual is abbreviated as EMM.
4.16 Environmental Management System: Part of an organization’s management system used to
develop and implement its environmental policy and manage its environmental aspects.
4.17 Environmental Objective: Overall environmental goal, consistent with the environmental
policy that an organization sets itself to achieve.
4.18 Environmental Performance: Measurable results of an organization’s management of its
environment aspects.
4.19 Environmental Policy: Overall intentions and direction of an organization related to its
environmental performance as formally expressed by top management, under signature.
4.20 Environmental Target: Detailed performance requirement applicable to the organization or
parts thereof, that arises from the environmental objectives and that needs to be set and met in
order to achieve those objectives.
4.21 Interested Party: Person or group concerned with or affected by the environmental
performance of an organization.
4.22 Internal audit: Systematic, independent and documented process for obtaining audit evaluating
it objectively to determine the extent to which the environmental management system audit
criteria set by the organization are fulfilled.
4.23 Ministry of Environment and Forest, Government of India is abbreviated as MoEF.
4.24 Monitoring is the use of direct or indirect reading field instrumentation to provide information
regarding the levels of pollutants released during construction.
4.25 Noise is any unwanted sound disturbance of the environment around the area of construction
operations.
4.26 Noise Monitoring and Control Plan is abbreviated as NMCP.
8.4 In such reviews, demonstrable evidence on the part of the environmental requirements will be
sought.
8.5 The Contractor shall carry out daily, environment inspection of his works and submit a weekly
report as per format for reporting is suggested as Appendix – II of this Section.
8.6 The Contractor shall ensure that his weekly/monthly environmental reports and mandating
audits are linked to respective previous submission. The Engineer will ensure that this
procedure is followed by the institution of a monitoring and reporting system that provides
information about the environmental performance of the construction Contractor throughout the
duration of the contract.
8.7 The Engineer will monitor Contractor’s performance of tasks specified, and will inspect
necessary records, reports and procedures as defined in this manual.
9. Environmental Friendly Construction Practices
9.1 Containment of Air Pollution
1. During Transport of Material
The impacts will be due to the air emissions like SPM, RPM, CO, NOx and SO2 due to material
handling, vehicular movements and other site activities. The particulate matters will be reduced
by frequent sprinkling water on the road surfaces and on other areas where dust is arising due to
material handling.
(a) The Contractor shall take precautions to minimise visible particulate matter from being
deposited upon public roadways as a direct result of his operations. Precautions include
removal of particulate matter from equipment before movement to paved streets or
prompt removal of material from paved streets onto which such material has been
dropped.
(b) All construction equipment should be washed clean of visible dirt/mud before exiting the
construction sites. Any deposition of material on public streets by construction equipment
should be removed by manual sweeping, or by deploying electro – mechanical devices.
(c) The Contractor shall provide a wash pit or a wheel washing and/or vehicle cleaning
facility at the exits from work sites such as construction depots and batching plants. At
such facility, high-pressure water jets will be directed at the wheels of vehicles to remove
all spoil and dirt. Water shall be pumped through an electrically operated pump set, to
hydrants attached with rubber hoses, by activation of push button located at the hydrant,
allowing for up to 10 minutes of wash time.
(d) Wheel washing facilities will be provided with efficient drainage, incorporating silt traps
to prevent any excessive build up of water. These facilities could include water re-
circulation apparatus to minimise water consumption. At the wheel wash facility, water,
dirt, gravel etc. shall be drained into precast trench drains with removable grated cover.
This dirty water shall flow, through a piping, into solids separator and from there to oil
separator before final discharge.
(e) Where wheel-washing facility is not possible, the Contractor shall ensure manual
cleaning of wheels by wire brushes or similar suitable means.
(f) The Contractor shall ensure that vehicles with an open load carrying area used for moving
potentially dust-producing materials shall have properly fitting side and tailboards.
Materials having the potential to create dust shall not be loaded to a level higher than the
side and tail boards, and shall be carried in vehicles fitted with covers.
2. At Dumping Sites
(a) The Contractor shall place excavated materials in the dumping/disposal areas as approved
by the Engineer in the Designated locations. The permission for the dumping/ disposal
shall be taken by the Contractor with the local and statutory bodies.
(b) The Contractor shall place material in a manner that will minimise dust production.
Material shall be stabilised each day by watering or other accepted dust suppression
techniques.
(c) The heights from which materials are dropped shall be the minimum practical height to
limit fugitive dust generation.
(d) The Contractor shall stockpile material in the designated and approved locations with
suitable slopes. Access to the site shall be regulated for entry of men, material and
machine.
(e) During dry weather, dust control methods such as water sprinkling must be used daily
especially on windy, dry days to prevent any dust from blowing and causing nuisance.
During rains, the stockpile may be covered with tarpaulin or similar material to prevent
run off.
(f) The Contractor shall provide water sprinkling at any time that it is required for dust
control use.
(g) Sufficient equipment, water, and personnel shall be available on dumping sites at all time
to minimise dust formation and movements to prevent nuisance.
(h) Dust control activities shall continue even during work stoppages.
3. At Construction Site
(a) At each construction site, the Contractor shall provide storage facilities for dust
generating materials and shall be closed containers/bins or wind protected shelters or mat
covering or walled or any combination of the above to the satisfaction of the Engineer .
The Contractor shall spray water at construction sites as required to suppress dust, during
handling of excavation soil or debris or during demolition.
(b) Stockpiles of sand and aggregate greater than 20m3 for use in concrete manufacture shall
be enclosed on three sides, with walls extending above the stockpile and two (2) metres
beyond the front of the stockpile.
(c) Effective water sprays shall be used during the delivery and handling of all raw sand and
aggregate and other similar materials, when dust is likely to be created and to dampen all
stored materials during dry and windy weather.
(d) Areas within the Site or elsewhere such as construction depots and batching plants, where
there is a regular movement of vehicles shall have an approved hard surface that is kept
clear of loose surface material.
(e) Unless the Engineer has given notice otherwise, the Contractor shall restrict all
motorised vehicles on the Site to a maximum speed of 15 kilometres per hour and confine
haulage and delivery vehicles to the designated roadways inside the site. All the
equipment and vehicles used in the construction and transportation of materials will be
maintained properly and only low Sulphur diesel will be used for the equipment, which
needs fossil fuels to operate.
(f) At the Batching plant the following additional conditions shall be complied with:
The Contractor shall undertake at all times the prevention of dust nuisance as a
result of his activities.
The Contractor shall frequently clean and water the concrete batching plant and
crushing plant sites and ancillary areas to minimise any dust emission.
(g) The Contractor shall erect hoardings as specified in Engineer requirements –
construction, securely around all construction work sites during the main construction
activity, to contain dust within the site area and also to reduce air turbulence caused by
passing traffic. The hoarding shall be safely secured to the ground to prevent from
toppling with minimum gap between the base of hoarding and ground surface.
4. During Drilling
(a) Water spray should be used to control dust during breaking of rock/concrete.
(b) During drilling operations, appropriate precautions should be taken to minimise dust
such as the use of canvas covers and watering.
(c) Vibration shall be monitored during drilling and values shall not exceed as per the
Environmental Management Plan
5. Containment of Water Pollution
(a) The Contractor shall comply with the Indian Government legislation and other State
regulations in existence in insofar as they relate to water pollution control and monitoring.
(b) The Contractor shall provide adequate precautions to ensure that no spoil or debris of any
kind is pushed, washed, falls or deposited on land adjacent to the site perimeter.
(c) In the event of any spoil or debris from construction works being deposited on adjacent
land any silt washed down to any area, then all such spoil, debris or material and silt shall
be immediately removed and the affected land and areas restored to their natural state by
the Contractor to the satisfaction of the Engineer .
(d) At construction depots and batching plants temporary drainage works should be
maintained, removed and reinstated as necessary and all other necessary precautions
should be taken for avoidance of damage by flooding and silt.
(e) Sedimentation tanks or other acceptable measures, of sufficient capacity to trap silt-laden
water before discharge into the outlet drain should be provided. The system should be
flexible and be able to handle multiple inputs from a variety of sources.
(f) Temporary open storage of excavated materials meant for backfilling on site, should be
covered with tarpaulin or similar fabric during rainy season or at any time of the year
when rainstorms are likely. Washout of construction or excavated materials should be
diverted to drainage system through appropriate sediment traps.
(g) Bentonite slurries or other grouts used in diaphragm wall construction piling and other
concrete works should be collected in a separate slurry collection system. If reuse is not
practicable then it should be disposed off at nearest landfill site after obtaining permission
from the agency owning the landfill and under the conditions imposed by the agency
concerned. .
(h) Due to lowering of potable water supplies in and subsequent contamination of ground
water, the Contractor is not allowed to discharge water from the site without the
permission of Statutory Authorities/ Local Bodies . The Contractor must comply with the
requirements of the Central Ground Water Board for discharge of water arising from
dewatering. Any water obtained from dewatering systems installed in the works must be
either re-used for construction purposes and this water may subsequently be discharged to
the drainage system or, if not re-used, recharged to the ground water at suitable aquifer
levels under approval of local/ statutory bodies. The Contractor must submit his
proposals for notice of no objection of Engineer , on his proposed locations of
dewatering of excavation and collection of water for either construction re-use or
recharge directly to aquifers under approval of local/ statutory bodies. The Contractor’s
recharge proposals must be sufficient for recharging of the quantity of water remaining
after deduction of water re-used for construction. The Contractor will not be permitted to
directly discharge, to the drainage system, unused ground water obtaining from the
excavation without obtaining notice of no objection from the Agency controlling the
system.
(i) The Contractor shall prevent soil particles and debris from entering the wells or water
discharge points by use of filters and sedimentation basins as required.
(j) The Contractor shall provide treatment facilities as necessary to prevent the discharge of
contaminated ground water.
(k) The Contractor shall at all times ensure that all existing stream courses and drains within,
and adjacent to the site are kept safe and free from any debris and any excavated
materials arising from the Works.
(l) The Contractor shall discharge wastewater arising from site offices, canteens or toilet
facilities constructed by him into sewers after obtaining prior notice of no objection of
agency controlling the system. A wastewater drainage system shall be provided by the
Contractor to drain wastewater into the sewerage system.
(m) Oil separator/interceptors shall be provided at Batching Plant and construction depot
location for vehicle maintenance to prevent the release of oils and grease into the
drainage system. These shall be cleaned on a regular basis.
(n) A Spill Prevention and Control Procedure shall be prepared to identify project
components such as storage areas, storage tanks that could allow discharge of oil grease
or hazardous materials to the drainage system or ultimately in any water body during
spillage. The Part of spill should be calculated as well as storage Part to contain spill
within the materials storage containment areas. The procedure shall include measures to
contain and mitigate transportation of oil, grease or hazardous materials to the drainage
system or any water body.
(o) The Contractor shall ensure that earth, bentonite, chemicals and concrete agitator
washings etc. are not deposited/drained in the watercourses but are suitably treated and
effluents and residue disposed off in a manner approved by local Regulatory Authorities.
(p) Perimeter channels/drains should be constructed in advance of site formation works and
earthworks. Silt removal facilities, channels and manholes should be maintained and the
deposited silt and grit should be removed regularly, to ensure that these facilities are
functioning properly at all times.
(q) Construction works should be programmed to minimize soil excavation works in rainy
season. If excavation in soil could not be avoided in these months or at any time of year
when rains are likely, for the purpose of preventing soil erosion, temporarily exposed
slope surfaces should be covered e.g. by tarpaulin, and temporary access roads should be
protected by crushed stone or gravel, as excavation proceeds. Arrangement should always
be in place to ensure that adequate surface protection measures can be safely carried out
well before the arrival of rains.
(r) Measures should be taken to minimize the ingress of rainwater into trenches. If
excavation of trenches in wet seasons is necessary, they should be dug and backfilled in
short sections. Rainwater pumped out from trenches or foundation excavation should be
discharged into storm drains via silt removal facilities.
(s) Open stockpiles of construction materials (e.g. aggregates, sand and fill material) on sites
should be covered with tarpaulin or similar fabric during rainstorms. Measures should be
taken to prevent the washing away of construction materials, soil, silt or debris into any
drainage system.
(t) Manholes (including newly constructed ones) should always be adequately covered and
temporarily sealed so as to prevent silt, construction materials or debris from getting into
the drainage system, and to prevent storm run-off from getting into sewers. Discharge of
surface run-off into sewers must always be prevented in order not to unduly overload the
sewerage system.
(u) Groundwater pumped out of wells, etc. for the lowering of ground water level in
basement of foundation shall be discharged into storm water drains after the removal of
silt in silt removal facilities.
(v) Wastewater from Concrete Batching & Precast Concrete Casting and that generated from
the washing down of mixer trucks and drum mixers and similar equipment should
wherever practicable be recycled. The discharge of wastewater should be kept to a
minimum.
(w) The section of construction road between the wheel washing bay and the public road
should be paved to reduce vehicle tracking of soil and to prevent site run-off from
entering public road drains.
(x) Surface run-off should be segregated from the concrete batching plant and casting yard
area as much as possible and diverted to the storm water drainage system. Surface run-off
contaminated by materials in a concrete batching plant or casting yard must be treated to,
within the discharge norms before disposal into storm water drains.
(y) Surface run-off during construction phase will be directed into drains that would be
created temporarily for this purpose.
6. Containment of Noise
(a) The noise generated from the construction equipment’s will be reduced through proper
maintenance of all the equipment’s which are involved in construction activities,
confining the construction activities only during the day time and providing barricades all
around the project area. The adverse impacts of noise especially on workers will be
reduced by providing ear muffs to the workers in high noise zones. Noise control systems
such as equipment foundation pads, dampeners, silencers and acoustic enclosures will be
used for individual units as per the requirement to minimize the noise & vibration.
(b) Construction of facilities and structures would require the use of equipment, which may
generate high noise levels and adversely affect noise sensitive receivers.
(c) In assessing the impact of construction noise and hence its containment, the nature and
level of activities that generate noise, the pathway through which noise travels, the
sensitivity of the receptor, and the period of exposure should be considered.
(d) Environmental noise is measured in decibels (dB). To better approximate the range of
sensitivity of the human ear to sounds of different frequencies, the A-weighted decibel
scale (dBA) was devised. As the human ear is less sensitive to low frequency sounds, the
A-scale de-emphasizes these frequencies by incorporating frequency weighting of the
sound signal. When the A-scale is used, the decibel levels are represented by dBA.
(e) On this scale, the range of human hearing extends from about 3 dBA to about 140 dBA.
A 10-dBA increase is judged by most people as a doubling of the sound level.
(f) To the extent required to meet the noise limits the Contractor shall use reasonable efforts
to include noise reduction measures listed below to minimize construction noise emission
levels. Noise reduction measures – include, but not limited to the following:
(i) Minimize the use of impact devices, such as jackhammers, and pavement breakers.
Where possible, use concrete crushers or pavement saws for tasks such as concrete
deck removal and retaining wall demolition.
(ii) Equip noise producing equipment such as jackhammers and pavement breakers with
acoustically attenuating shields or shrouds recommended by the manufacturers
thereof, to meet relevant noise limitations.
(iii) Pneumatic impact tools and equipment used at the construction site shall have intake
and exhaust mufflers recommended by the manufacturers thereof, to meet relevant
noise limitations.
(iv) Provide mufflers or shield panelling for other equipment, including internal
combustion engines, recommended by manufacturers thereof.
(v) Employ prefabricated structures instead of assembling on-site.
(vi) Use construction equipment manufactured or modified to dampen noise and
vibration emissions, such as:
Use electric instead of diesel-powered equipment.
Use hydraulic tools instead of pneumatic impact tools.
(g) Maximize physical separation, as far as practicable, between noise generators and noise
receptors. Separation includes following measures:
Provide enclosures for stationary items of equipment and barriers around particularly
noisy areas on site.
Locating stationary equipment in such a way, so as to minimize noise and vibration
impact on community.
(h) To the extent feasible, configure the construction site in a manner that keeps noisier
equipment and activities as far as possible away from noise sensitive locations and nearby
buildings. Plant and equipment known to emit noise strongly in one direction should
where possible, be oriented in a direction away from noise sensitive receptor and reduce
the number of plant and equipment operating in critical areas close to noise sensitive
receptors.
(i) Scheduling truck loading, unloading, and hauling operations in such a way so as to
minimize noise impact near noise sensitive locations and surrounding communities.
(j) Minimize noise intrusive impacts during most noise sensitive hours by adopting the
following.
Plan noisier operations during times of highest ambient noise levels.
Keep noise levels relatively uniform; avoid excessive and impulse noises.
(k) Equipment and plant are not to be kept idling when not in use.
(l) Use only well maintained plant/equipment at site, which should be serviced regularly.
(m) Maintain equipment such that parts of vehicles and loads are secure against vibrations
and rattling.
(n) Grading of surfaced irregularities on construction sites to prevent the generation of
impact noise and ground vibrations by passing vehicles.
(o) Schedule work to avoid simultaneous activities that generate high noise levels.
(p) The construction of temporary noise barriers.
(q) If back-up alarms are used on construction equipment, their noise emission level near
noise sensitive receptors such as residences, schools, hospitals and similar areas where
calmness is essential, should be regulated, especially at night time.
(r) Select truck routes for muck disposal so that noise from heavy-duty trucks will have
minimal impact on sensitive areas (e.g., residential) and submit to the Engineer for
notice of no objection:
Conduct truck loading, unloading and hauling operations in a manner such that noise
and vibration are kept to a minimum.
Route construction equipment and vehicles carrying soil, concrete or other materials
over streets and routes that will cause least disturbance to residents in vicinity of work.
Avoid operating truck on streets that pass by schools during school hours.
(s) The maximum permissible sound pressure level for new generator sets (up to 1000 KVA)
run on diesel, shall be 75 dB(A) at one metre from the enclosure surface.
(t) For existing diesel generator sets, the noise from the DG set shall be controlled by
providing an acoustic enclosure or acoustic treatment of the room for DG sets. Such
acoustic enclosures/acoustically treated rooms, shall be so designed for minimum 25
dB(A) insertion loss or for meeting the ambient noise standards, whichever is on higher
side.
7. Containment of Waste
(a) Careful design, planning and good site management can minimise waste of materials such
as concrete, mortars and cement grouts. The Contractor shall ensure regular maintenance
and cleaning of the waste storage areas.
(b) Construction activities are expected to generate a variety of waste such as:
(i) General refuse
(ii) Construction Waste including waste from excavated material
(iii) Chemical waste and
(iv) Hazardous waste
(c) Handling and disposal of such waste may cause environmental degradation and nuisance.
To prevent it, such waste has to be handled and disposed properly. As such, transportation
and disposal of all waste shall be strictly managed.
(d) General Refuse
(i) Each worksite would generate general refuse including paper and food waste. There
is likely to be a concentration of such waste at batching plants on major worksite. The
storage of general refuse has the potential to give rise to negative environmental
impacts.
(ii) Handling and disposal of general refuse should cope with the peak construction
workforce during the construction period. The refuse should be stored and
transported in accordance with good practice and disposed at licensed landfills
(iii) General refuse should be stored in enclosed bins or units and has to be separated from
construction and chemical wastes. An authorised waste collector should be employed
by the Contractor to remove general refuse from the site, on a daily basis to minimise
odour, pest and litter impacts.
(e) Construction Waste
(f) Construction Waste would mainly arise from the project construction activities and from
the demolition of existing structures where necessitated. It includes unwanted materials
generated during construction, rejected structures and materials, materials that have been
over-ordered and materials, which have been used and discarded such as:
Material and equipment wrapping packaging material
Unusable/surplus concrete/grouting mixes
Damaged/contaminated/surplus construction materials; and
Wood from formwork and false work.
(ii) Also, demolition of buildings and structures will generate concrete rubble, plastics,
metal, glass, asphalt from surfaces, wood and refuse.
(iii)Waste from excavation would comprise soil, rubble, sand, rock, brick etc.
(f) Chemical Waste
(i) Chemical waste is likely to be generated by construction and maintenance activities.
For those processes, which generate chemical waste, it may be possible to find
(iii)The Rules given in above shall govern the Classification, Handling, Storage and disposal
of such Hazardous Waste.
(iv) Hazardous waste would mainly arise from the maintenance of equipment. These may
include, but not be limited to, the following:
Used engine oils, hydraulic fluids and waste fuel;
Spent mineral oils/cleaning fluids from mechanical machinery;
Scrap batteries or spent acid/alkali; and
Spent solvents/solutions, some of which may be derived, from equipment cleaning
activities.
(v)For disposal of waste requiring special attention and hazardous waste the Contractor shall
enter into agreement with authorised agencies dealing with the same.
(vi) The hazardous waste shall be stored on an impermeable surface with containment bunding
to retain leaks, spills and ruptures.
(vii)Waste oil and chemical containers shall be delivered to the Contractor’s Storage yard. The
Contractor is responsible for the correct storage and handling of waste oil/waste chemical
containers for such a time until they are transported to the chosen disposal area or waste
oil containers.
(viii)All waste collection containers shall be of appropriate size with a closed lid. Each
container will be clearly labelled both with a colour code system and labelled in local
language and English. Original labels of empty containers should be completely covered
and the contents of the type of waste stored in the used containers clearly indicated.
(h) Storage and Segregation of Waste
(i) Disposal and collection points should be established around all construction work sites. The
waste containers should be of at least 50L/100L
(ii) Burning of refuse at construction sites is not permitted.
(iii)The Contractor shall enter into a contract with a licensed organisation to collect waste
from Construction depots, Labour Colony etc. and dispose it at their landfill as per
existing norms.
(iv) The Contractor is responsible for the separation of construction and demolition material
into re-usable and non-reusable materials, and transfer of these materials to low lying
areas or landfills, depending on the type of material and the percentage of inert material.
(v) Segregation of Waste should be done on site. All construction waste including debris
should be sorted on site into inert and non-inert components as given in Table - I.
Different areas of the worksites should be designated for such segregation and storage
wherever site conditions permit.
Table –1
Storage of Waste
Waste Container Colour Code Sign
Landfill / Biodegradable Green Waste
(vi) On-site measures promoting proper segregation and disposal of construction waste
should be implemented e.g. provide separate containers for inert (rubber, sand, stone
etc.) and non-inert (wood, organics etc.) wastes. The inert waste should be used on
site before disposed of at filling area and the non-inert waste should be sorted for re-
use or recycling before being transported to landfills.
(vii) Non-inert materials such as wood, glass and plastic are acceptable for disposal to a
landfill as a last resort if these can no longer be reused or recycled.
(viii) Inert materials such as excavated materials comprising soil, rubble, sand, rock, brick
and concrete should be separated and broken down to size suitable for subsequent
filling in low lying areas, if it is determined that such material can no longer be reused
at the site itself.
(i) Reuse and Recycle
(i) If some good quality reusable topsoil is expected from site clearance works it shall be
locally stockpiled and used later in final landscaping works, thus saving on costs for
such works and transportation and environmental impacts of disposal.
(ii) The design of framework should maximise use of wooden panels so that high reuse
levels can be achieved. Alternatives such as steel framework should be considered to
increase the potential for reuse.
(iii) The Contractor should recycle as much of the construction waste as possible on-site.
(iv) Excavated materials are usually inert such as soil and rock, and can normally be
reused on site or in public filling areas. The excavated material may have to be
temporarily stockpiled on-site for subsequent re-use.
(v) Steel and other metals should be recovered from the construction waste and recycled
as far as practical. If possible, scrap steel mills can use steel bars.
(j) Transportation of Waste
(i) The transportation of construction spoil shall be allowed only to officially designated
dumpsites after obtaining necessary permission from appropriate authority.
(ii) A procedure to facilitate tracking of loads should be developed to prevent illegal
disposal of waste. This procedure should include, inter alia, the name of driver,
vehicle registration number, type and quantity of waste, place and time of origin,
place of disposal and route of haulage.
(iii) In orders to avoid dust or odour impacts, vehicles leaving a site carrying excavate
should have their load covered. Vehicles should be routed as far as possible to avoid
sensitive receivers in the area.
(iv) Contractors who produce significant quantities of scrap are obliged to enter into
agreement with authorised dealers of scrap for its disposal. Copies of such agreements
shall be shown to the Engineer on request.
(k) Training
(i) The Contractor’s Environmental Department is responsible for training of workers
and personnel involved in generation of waste.
(ii) The Contractor shall provide training for workers about the concepts of site
cleanliness and appropriate waste management procedure, including waste separation,
reduction, reuse and recycling. Failure to do so would result in poorly separated waste,
resulting in difficulties in treating the waste correctly and/or a bad market for reuse
/recycling.
(iii) The awareness will be created through briefings and toolbox talks. The
personnel/workers should be trained in waste classification and separation. The
training should include:
Organic waste
Combustible waste
Hazardous waste
Minimisation of waste
(iv) Separation awareness training shall be given to employees responsible for the
separation of the waste and information regarding waste separation shall be posted at
appropriate locations around the site.
8. Housekeeping
8.1 The Contractor shall constitute a special group of housekeeping personnel in charge of each
work section. Senior engineer of each section shall be responsible for housekeeping at their
respective sites.
8.2 Each section of work site shall maintain the site reasonably clean, keep free from obstruction
and properly store any construction equipment, tools, and materials. Any wreckage, rubbish
shall be temporarily stored in wreckage and rubbish bins. These wreckage and rubbish bins shall
be cleaned at frequent intervals. Special housekeeping group will ensure daily cleaning work at
the site and its surrounding areas.
8.3 General Housekeeping shall be carried out and ensured at all times at work sites, Labour Camps,
Stores and Offices.
8.4 Full height fence, barriers etc. will be installed at the site in order to preserve the surrounding
area from excavated soil, rubbish etc which may cause inconvenience to public.
8.5 The Contractor will ensure that all sub-Contractors maintain the site reasonably clean through
the sub-contract’s provision related to housekeeping.
8.6 The Contractor’s designated department through daily pre-work meeting (tool box talk), safety
meeting etc. will impart the necessary introduction and education to labour on housekeeping.
Other staff such as supervisors and engineers working at the site will also be educated on the
necessity of good housekeeping.
8.7 Every individual would be responsible for housekeeping in his area i.e.
At Work Site: All workers should clean their work place after completion of their job.
Supervisor should ensure good housekeeping of their respective work area through their
workers. Section Managers shall ensure housekeeping in their area through their
supervisors. Contractor’s designate department will monitor this activity through section
manager as well as site supervisor.
At Labour Camp: All workers should be responsible to maintain good housekeeping and
hygienic condition in their respective rooms/dormitories. The Contractor should ensure the
availability of dustbins at required place and regular cleaning of rooms, kitchens, toilet
blocks and dustbins. Safe disposal of all waste materials should also be ensured.
Arrangement for regular fumigation should be made by the Contractor.
At Store: Proper access and stacking shall be ensured at the Stores. A list will display daily
stock of materials. All work material should be stored in clearly marked containers or at
designated storage area.
At Office: Everyone is responsible to maintain housekeeping of their work station.
Disposal of waste materials (i.e. stationary, cigarette butts, tea bags etc.) must be in dustbin
only.
8.8 Avoidance of Nuisance
(a) The Contractor shall take all precautions to avoid any nuisance arising from his
operations. This shall be accomplished, wherever possible by suppression of nuisance at
source rather than abatement of the nuisance once generated.
(b) Following site clearing and before construction, the Contractor shall remove all trash,
debris and other weeds.
(c) The Contractor shall ensure that the work place is free of trash, garbage, debris and
weeds.
(d) The Contractor shall provide at site, metal or heavy-duty plastic ‘Refuse Containers’
with tight fitting lids for disposal of all garbage or trash associated with food.
(e) To keep the area free of litter and garbage, specific locations shall be designated for
consuming food and snacks to prevent random disposal of waste. All waste shall be
deposited in the refuse containers. Suitable all weather signage shall be prominently
displayed for compliance of these requirements.
(f) The refuse containers shall be kept upright with their lids shut. These containers shall be
emptied at least once daily by the Contractor to maintain site sanitation. There shall be
different containers for bio-degradable/recyclable and hazardous (flammable) wastes.
(g) All plants/equipment/machinery shall be well maintained by regular servicing and kept
free from oil/grease dripping. Drip pans of suitable size shall be used to collect oil
leakages and spills. The area shall be cleaned after completion of maintenance/repair
and generated waste disposed off in approved manner.
(h) The Contractor shall make available Material Supply Data Sheet (MSDS) for
material/chemicals/substances used, for which these are available to the Engineer when
requested.
Table – 2
Recommended species for Plantation and Landscaping
Sl. No. Botanical Name Common Name
A TREES
1. Bambosagoldiana Golden Bamboo
2. Bauhinia blackiana Kachnar
3. Cassia renigera Pink Cassia
4. Ficusregionald (Topiart) RegionalD
5. Ficusretusa Retusa
1.4 Light used for construction lighting can illuminate adjacent areas in undesired ways. Such
lighting and glare shall be prevented from striking adjacent areas, where feasible, through
directional shielding.
1.5 The other measures include but not limited to:
(a) Erection of decorative screen hoarding prominently displaying the logo of.
(b) Minimising height of temporary buildings.
(c) Careful positioning of construction equipment.
(d) Eliminating the possibility of stockpiles of material from being visible to public.
(e) Strategically placing hi visibility site markings at construction sites indicating facilities,
offices and stores.
(f) Adequate and properly managed parking of vehicles at construction depots and batching
plants.
1.6 Consent for height of stacks of Diesel Engines with rating more than 800 KV shall be obtained
by the Contractor from statutory Government agency. Where the calculated height of stack is
obtrusive and does not blend with the neighborhood, the Contractor will provide either
alternative source of power or provide a solution that is acceptable to the Engineer . This may
include but not limited to providing appropriate cladding for the stack.
11. Energy Management
11.1 By using energy efficiently, the same services can be delivered with less energy, which helps
protect the environment by preventing pollution.
11.2 The Contractor should optimize the use of tools and plants and equipment to perform tasks with
correct power. Optimizing cable sizes and joints can control voltage drops.
11.3 The Contractor should use energy efficient pumps (at least 80% efficiency) and motors (95%
efficiency or more). The efficiency should be measured during installation and also periodically.
11.4 The Contractor should use Diesel Generating sets that have specific fuel consumption of at least
3.5 units per litre of diesel. The Contractor should rigorously follow the maintenance regime of
his DG sets.
11.5 The Contractor should maximize the use of energy efficient luminaries such as LEDs, metal
halide lamps and similar and ensure optimum illumination levels to save energy. The
Contractor shall make provision of Earth Leakage Circuit Breakers (ELCBS) to prevent loss of
excessive earth currents which are unsafe.
11.6 The Contractor should plan in advance and select locations to receive and store material such
that these are at the least distance from place of use. Such an approach will result in less energy
being consumed since optimum energy will be expended for transport of material.
11.7 The Contractor should plan works in a manner as to avoid reworking especially during meeting
the interface requirements of systems Contractor.
12. Traffic Management
12.1 Traffic Management for the project includes public roadways and sidewalks and the
maintenance of access to residence, business and public services throughout the construction
area. Traffic delays and reduction in roadways capacity are anticipated during aspects of the
construction.
12.2 Even though vehicular, pedestrian and surface transit traffic will be impacted near the
project site area , Contractor should minimize such impacts through the development of
Traffic Management Plans, which will be submitted in advance to the Engineer for his notice
of no objection. These plans will provide specific guidance on traffic management for various
portions of construction zones and staging.
12.3 The types of mitigation measures to be implemented by the Contractors will be on a site-
specific basis and will include
Signage and barriers for protecting and guiding pedestrians
Detour signs placed at strategic locations
Table –3
Summary of Contractor’s Environmental Monitoring Programme (Tentative)
Parameter Noise Air
Sampling Day Time (6 AM – 10PM) SPM RPM
Lmax, Leq, L10, L90 24 hour 24 hour
Night Time (10PM – 6AM)
Lmax, Leq, L10, L90
Frequency at Once a week (when noise- Two 24 hours samples every Two 24 hours sample
each location generating activities are week. every week
underway.
Locations and To be determined, by the To be determined by the To be determined by
number Contractor and approved by the Contractor and approved by the Contractor and
Engineer based on noise the ’ Representative, based approved by the
sensitive receptors, but at least on air sensitive receptors, Engineer , based on
at all sites, Batching Plant and but at least all sites, air sensitive receptors,
sensitive sites such as school, Batching Plant and sensitive but at least all sites,
hospital archaeological sites etc. location like school hospital Batching Plant and
archaeological site etc. are sensitive location like
to be monitored school hospital
archaeological site
etc. are to be
monitored
Duration of During Civil Construction – During Civil Construction- once in a month sampling
Monitoring by once in a month sampling
Contractor
Soil Quality Once in a month – Sampling frequency
Ground Water Once in a month – Sampling frequency
The above indicated Contractor’s Environmental Monitoring Programme is mandatory and any
additional monitoring, with respect to additional environmental attributes (like surface water &
ground water, soil etc.), additional locations, frequency, parameters etc., as directed by the Engineer ,
will have to be undertaken by the Contractor.
15.11 The National Ambient Air Quality Standards given in Air (Prevention and Control of Pollution)
Act, 1981 may be referred by the Contractor for Limit Levels of SPM and RPM in ambient air
which may be followed in estimating the pollution level caused by Contractor’s activities.
15.12 Where the Engineer determines that the recorded SPM level is significantly greater than the
Limit levels, the Engineer may direct the Contractor to take effective remedial measures
including, but not limited to, reviewing dust sources and modifying working procedures.
15.13 Where the recorded baseline levels exceed the ambient air quality standards, then at such
locations the limit level is the recorded base line. Contractor shall take all effective remedial
measures to contain the levels to their baseline value as a result of his activities.
15.14 The Contractor should inform Engineer of all steps taken to investigate cause of non-
conformance and immediate action taken to avoid further occurrences through written reports
and proposals for action.
16. Noise Monitoring
16.1 The activities which are expected to cause noise during the construction include noise from
construction equipment, construction activities such as portal construction, earthwork
excavation, concreting, removal of spoil, movement of construction vehicles and delivery
vehicles travelling to and from the construction and disposal sites etc.
16.2 The level of impact of these noise sources depends upon the noise characteristics of the
equipment and activities involved the construction schedule, and the distance from noise
sensitive receptors.
16.3 The Noise Monitoring and Control Plan (NMCP) in contract specific site Environmental
Management Plan prepared by the Contractor shall establish procedures to monitor construction
noise and determine when to apply measures to control noise pollution due to construction
activities at works site.
16.4 The NMCP will provide site description, define acceptable noise monitoring equipment,
provide monitoring locations and operating procedures for noise equipment and indicate reports
and record keeping on noise monitoring data.
16.5 The NMCP will provide guidance for construction activity. It shall also address noise
performance criteria used in the selection of construction equipment. In defining the
requirements of the NMCP, available measures for noise control, such as, the use of equipment
with special exhaust silencers or enclosures, and the construction of temporary enclosures or
noise barriers around specific construction site activity areas shall be considered.
16.6 The NMCP will be reviewed on a regular basis and updated as necessary to assure current
construction activities are addressed.
16.7 The Engineer shall monitor Contractor’s performance of tasks specified, and will inspect
necessary records, report and procedures related to the control of noise.
16.8 Noise monitoring shall be carried out at noise sensitive receptor locations within 200 feet of
the construction site once each week and after a change in construction activity. Construction
noise measurements shall coincide with daytime and night-time periods of maximum noise
generating construction activities.
16.9 The appropriate parameter for measuring construction noise impacts shall be the equivalent A-
weighted sound pressure level (Leq) measured in decibels (dB). The two statistical sound
levels L10 and L90; the level exceeded for 10 and 90 percent of the time respectively, shall also
be recorded during monitoring. The L90 may be considered as the ambient level into which the
L10 as average peak level intrudes. The Lmax, Leq, L10 and L90 values will be reported in the
noise measurement form along with allowable noise limit. The duration of monitoring shall be
on hourly basis for 24hours.
16.10 In no case shall the Contractor expose the public to construction noise levels exceeding
90dBA(slow) or to impulsive noise levels with a peak sound pressure level exceeding 140dB as
measured on an impulse sound level meter.
16.11 Limit for construction noise is based on the existing ambient noise levels in areas adjoining the
construction sites. If the measured noise levels exceed the noise limits, the noise levels shall be
reduced by appropriate abatement measures.
16.12 The noise levels emanating from any source during construction, shall not exceed 10 dB(A) or
more above existing ambient pre-construction noise levels when measured at a point outside the
premises of the location of source. The same may be varied from time to time by and at the sole
discretion of the Engineer .
16.13 The construction activities shall be limited to levels measured at a distance of 200 feet from the
construction limits or at the nearest affected building, whichever is closer, as given in Table - 4.
Table- 4
Allowable construction noise
Industrial 90
16.14 The ground borne noise levels within building structures due to boring machine and any other
underground construction activities shall not cause interior noise levels to exceed the levels
given below as measured in the inside of the affected noise sensitive structure:
Residential:Lmax 55 dB(A)
Commercial:Lmax 60 dB(A)
16.15 At the surface of the construction site during night time hours, the Contractor shall use only
equipment that operating under full load meets the noise limits specified in Table-5, if a
sensitive receptor would be affected.
Table - 5
Noise emission limits for construction equipment measured at 50 feet from construction
equipment*
Equipment Category Lmax Level dB(A)
Backhoe 80
Bar Bender 75
Chain Saw 81
Compactor 80
Compressor 80
Concrete Mixer 85
Concrete Pump 82
Crane 85
Dozer 85
Front End Loader 80
Generator 82
Gradall 85
Grader 85
Paver 85
Pneumatic Tools 85
Scraper 85
Tractor 84
16.16 The adjustments for close in equipment noise measurement shall be made in accordance with
Table - 6.
Table – 6
Adjustments for close in equipment noise measurements
(Measurement Values to be subtracted from Measured Sound)
Level to Estimate Sound Level at 50 Feet
Distance (Feet)
dB(A)
19-21 8
22-23 7
24-26 6
27-29 5
30-33 4
34-37 3
38-42 2
43-47 1
48-50 0
16.17 Should the impact monitoring record noise levels which are:
indicative of a deteriorating situation such that closer monitoring is reasonably indicated, or
when in the opinion of the Engineer additional measurements are required in view of
deteriorating noise environment,
then, the Engineer may require the Contractor to increase the frequency of impact
monitoring at any one or more of the monitoring stations until the results indicate an
improving and acceptable level of noise.
16.18 The Contractor shall inform the Engineer of all steps taken to investigate cause of non-
conformance and immediate action taken to avoid further occurrences through written reports
and proposals for action.
16.19 The Contractor shall submit a copy of monitoring results. The results should represent a
statistical evaluation of data for evaluation of trends and comparison with noise emission
standards.
16.20 Where the Engineer determines that the recorded Noise level is significantly greater than the
acceptable levels, the Engineer may direct the Contractor to take effective remedial measures
including, but not limited to, reviewing noise sources and modifying working procedures.
16.21 Protection against the effects of occupational noise exposure should be provided when the
sound levels exceed those shown in Table No. 6 below when measured on the A-scale of a
standard sound level meter at slow response.
16.22 When employees are subjected to sound levels exceeding those listed in the Table No. 7
feasible administrative or engineering controls should be utilized.
16.23 If such controls fail to reduce sound levels within the levels of the table, personal protective
equipment shall be provide and used to reduce sound levels within the levels of the table.
Table – 7
Permissible Noise Exposures
Sound level
Duration per day, Hours
(slow Response)
8 90
6 92
4 95
3 97
2 100
1½ 102
1 105
½ 110
¼ or less 115
16.24 When the daily noise exposure is composed of two or more periods of noise exposure of
different levels, their combined effect should be considered, rather than the individual effect of
each. Exposure to different levels for various periods of time shall be computed according to the
formula as given below.
Fe = (T1/L1) +(T2/L2) +…+(Tn/Ln) where,
Fe= the equivalent nose exposure factor.
T= the period of noise exposure at any essentially constant level.
L= the duration of the permissible noise exposure at the constant
level (from Table)
If the value of f exceeds unity (1) the exposure exceeds permissible levels.
16.25 A sample computation showing an application of the above formula is as follows. An employee
is exposed at these levels of these periods:
110 dB(A) 1/4 hour.
100 dB(A) 1/2 hour.
90 dB(A) 1/2 hours.
Then,
Fe = (1/4/2) + (1/2/2) +(1 1/2/8)
Fe = 0.500 +0.25 +0.188
Fe = 0.938
Since the value of Fe does not exceed unity, the exposure is within permissible limits.
16.26 The vibration level limits at work sites adjacent to the alignment shall conform to permit values
of peak particle velocity as give in Table No. 8.
Table 8
Permitted Values of PPV
16.27 When Diesel Generator (DG) Sets are used for operation of equipment and machinery, then
Ministry of Environment and Forest notification dated 17th May 2002, issued under Environment
Protection Act (Protection) Rules, 1986, on noise limits shall apply.
18.1 As indicated earlier in this EMA, the Engineer may undertake regular audits at quarterly
intervals, of the Contractor’s onsite practices and procedures as a means of assessing the
ongoing performance of the Contractor.
18.2 A checklist of environmental requirements will be prepared and amended as necessary,
throughout the construction phase to focus on areas of frequent non-compliance and to reflect
the potential impacts associated with specific activities within the construction programme
18.3 The criteria against which the review will be undertaken will be derived from (but not be
limited to):
(a)The approaches, procedures and commitments given by the Contractor in the ‘Site
Environmental Plan’
(b)The clauses contained within the Engineer ’s Requirement on Environment.
(c)The allocation of responsibility for fulfilling environmental requirements and the effective
lines of communication with regard to environmental issues;
(d)Compliance with procedures established to enable and effective response to environmental
incident or non-compliance;
(e)The extent and accuracy of record-keeping related to environmental performance
indicators;
(f) The effectiveness of ensuring high levels of awareness with regard to environmental
requirements; and
(g)The effectiveness of environmental management activities, including the speed and
effectiveness of responses to complaints.
18.4 The likely protocol will include (but not limited), the auditing of the following activities:
The allocation of responsibility for fulfilling environmental requirements and
effectiveness of lines of communication.
Compliance with procedures established to enable effective response to environmental
issues.
The extent and accuracy of record keeping related to environment.
The effectiveness of staff training ensuring high levels of awareness with regard to
environmental requirements.
The speed and effectiveness of responses to complaints.
18.5 The criteria against which the audits will be undertaken shall be derived from the clauses
within the Engineer s Requirements contract-specific Site Environmental Plan and previous
site inspection results.
19. Reporting System
19.1 Reporting under the Environmental Management System will contain results of monitoring
and inspection programmes.
19.2 In Site Environmental Plan, the Contractor shall prepare and submit monthly Environmental
Management Reports in accordance with Engineer s Requirements.
19.3 The monthly report shall include (but not limited to) the following:
Executive Summary
Brief mention of construction activities
Monitoring results under AMCP, and NMCP
Interpretation of monitoring results, significance and influencing factors
Graphical representation of monitored results over past four reporting periods.
Details on Fly ash consumption as given in Appendix-III.
Raw material consumption details such as electricity, diesel, water
Generation of scrap during the month and sold to authorised recyclers
Generation of other type of waste and sold to respected authorised buyers.
Measures to control spills
Action taken on recommendation under site inspection programme or specific directions.
Summary of complaints, results of investigations and follow-up action
Future key issues.
20. Complaint Response Process
20.1 Enquiries, complaints and requests for information can be expected from a wide range of
individuals and organisations both private and government. The majority of complaints is
likely to be received by although the site offices are also likely to be contacted.
20.2 The objective of complaint process is to ensure that public and agency complaints are addressed
and resolved consistently and expeditiously.
20.3 The Contractor’s Site Manager will be notified immediately on receipt of complaint that may
relate to environmental impacts. The Site Manager will immediately inform the Engineer .
20.4 Field investigation should determine whether the complaint has merit, and if so action should
be taken to address the impact.
20.5 The outcome of the investigation and the action taken shall be documented on a complaint
Performa prepared by the Contractor and submitted for notice by the Engineer in advance of
the works.
20.6 Where possible, a formal response to each complaint received shall be prepared by the
Contractor within seven days in order to notify the concerned person(s) that action has been
taken.
21. Completion of the EMA Programme
21.1 The construction of will be undertaken on individual sites with necessarily different
construction programme and completion dates.
21.2 The Engineer shall maintain an overview of the ‘impact causing potential’ of each site,
monitoring parameter or contract with a view to maintaining the most cost effective use of the
environmental resources dedicated to the Project.
21.3 For release of final bill the Contractor shall ensure
(i) Closure of all non-conformance reports
(ii) Submittal of all environment related documents and records pertaining to monitoring and
trend analysis on key parameters such as but not limited to consumption/efficient use of
resources such as energy, water, material such as cement, fly ash, iron and steel,
recycle/reuse of waste etc that shall demonstrate continual improvement in the
implementation of Environmental Management System
22. Disaster / Risk Assessment and management Plan
A well - defined Risk Management Plan is to be made as follows:
STEP 1: Define the Projects/Tasks:
Site Clearing
Diaphragm wall
Excavation
Raft
RCC Wall
RCC slab
Block work / plastering (Partly)
External plastering (Partly)
Joinery - frame fixing
Flooring
Interior works
Windows fixing
Flooring
False ceiling
Painting
Services - Electrical , Plumbing, Fire fighting
Equipment’s
Elevator
STP /WTP
Hardscape and landscape
Note how to control the risk following the priorities listed to the right. This may include controls
like redesigning the workplace, using guards or barriers, ventilation, using lifting equipment or
personal safety equipment.
Eliminate the Hazard
Keep the Hazard and People Apart
Change the Work Methods
Use Personal Protection
Note any specific risk assessments required for high-risk hazards. Check whether any hazards
noted in step 2 require further assessment or action.
[ x ] hazardous substance risk assessment [ ] confined spaces risk assessment [
] sound level test
[ ] test and tag electrical equipment
(xi) The SEP must contain procedures for preservation of landscape disturbed due to
construction, housekeeping and traffic management as required under the contract.
(xii) The SEP must contain procedures for dealing with unforeseen environmental situations
under Environmental Emergency.
Sl. No. SITE ENVIRONMENTAL PLAN OUTLINE
(i) The Contractor keeps records of monitoring and the SEP contains provision for reporting
results of environmental monitoring in a manner as specified in the contract.
(ii) The Contractor carries out weekly inspection under the ‘Environmental Inspection and
Action Reporting System’ through Environmental Inspection checklist and submits to the
Engineer .
(iii) The SEP contains procedures for mandatory audits by the Contractor as given in the
contract.
(iv) The SEP contains provisions for submitting monthly Environmental Quality Management
reports.
(v) The SEP contains procedures for recording environmental complaints and response
process.
SUMMARY SHEET
Inspection Area:
Participants:
SL. ACTION
ITEM OBSERVATION REMARKS
NO. By Date By whom
1.0 AIR
POLLUTION
1.1 Dust Site Satisfactory
(approach roads, Site Dusty
adjacent roads, Sprinkling carried out as
working area, required
cement handling
etc.) Excavate removal within 2
days
1.2 Generators Satisfactory
Maintenance regime
followed
Black smoke
Leaking oil
Drip Pans not available
1.3 Vehicles Satisfactory
PUC certificate available
Black smoke
Wheel Washed /Cleaned
Leaking oil
Side of vehicle clear of mud
Material transported in
closed manner
1.4 Air Monitoring Carried out as per contract
Results reported as per
contract
Remedial measures in place
where required
SL. ACTION
ITEM OBSERVATION REMARKS
NO. By Date By whom
2.0 WATER
POLLUTION
2.1 Site Drains Drainage system functional
No Contamination
Not blocked by debris/ garbage
No indications of Oil spilled
in drains
Storage of chemical waste not
nearby
2.1 Site Drains storage of refuse/ excavate
muck not near the drains
SL. ACTION
ITEM OBSERVATION REMARKS
NO. By Date By whom
3.3 Noise Monitoring Carried out as per contract
Not exceeded baseline
values
Remedial measures in
place
Results evaluated
statistically for inclusion in
Monthly report
4.0 WASTE
MANAGEMENT
4.1 Waste Identified Chemical Flammable
Corrosive Construction
related/ oil/ Filters/
Batteries
Hazardous
Other (Specify)
SL. ACTION
ITEM OBSERVATION REMARKS
NO. By Date By whom
4.4 Excavate/Muck Storage satisfactory/ properly
secured
Dumping in authorized
areas
No interference with nearby
drainage
5.0 STORAGE
5.1 Diesel Storage Extensive diesel spillage on
ground not visible
Drip pans used when pumping
diesel
Pipes / connectors/ pumps not
leaking
Not located close to storm water
drains
transfer arrangement satisfactory
6. AESTHETICS
&
CLEANLINESS
6.1 Housekeeping Designated storage area
& Hygiene for materials
Scraps/brickbats/rubbish
scattered at site
Proper space for handling
waste
Area Clean and dry
Stagnant water treated
weekly
Proper stacking of drums
Barricades are clean, in
line, firmly secured and
proper earthling
Water not allowed to
accumulate in work area
for any reason
7.0 ROADS
7.1 Access Roads Satisfactory Maintenance
In urgent need of Maintenance
7.2 Public Roads Satisfactory maintenance
used by Repair not carried out
Contractor
The Engineer shall give his consent to the civil Contractor for using Fly Ash in concrete or
brick works in case it is specified in the specifications. The Contractor shall record all
relevant details on the consumption of Fly Ash from the data of initial consumption to date of
final use.
The details on Fly Ash consumption shall be reported on a monthly basis in the Contractor’s
monthly Environmental Management Report required to be submitted to the Engineer .
The details on Fly Ash shall be reported in groups and sub groups as noted below: -
F1 Data required from the Concrete Production Contractor
F1.1 Concrete Production
Daily records of concrete production
Mix Design
F1.2 Material consumption from Daily production Records:
Cement delivery records
Fly ash delivery records
F1.3 Transportation Cement
Load capacity of cement delivery vehicles (tons)
Distance of batching plants to cement plant (km)
Fuel consumption of delivery vehicles (km/l)
F1.4 Transportation (Fly Ash)
Load capacity of fly ash delivery vehicles (tons)
Distance of batching plants to fly ash source (km)
Fuel consumption of delivery vehicles (km/l)
F2 Data required from Cement Manufacturer(to be obtained by the Contractor and
submitted to the Engineer , on a monthly basis)
F2.1 Process Emission from daily production records
Quantity of calcareous raw material (limestone etc.) consumed
% of CaO in raw material
% of MgO in raw material
% of CaO in clinker
% of MgO in clinker
Quantity of clinker produced
F2.2 Kiln fuel emissions from Monthly Consumption Records
Quantity of each type of fuel used in the kiln
CO2 Emission factor (tons CO2/MJ) and specific heat for each fuel type (MJ/Kg)
or % carbon and density (if liquid) for each fuel type
F2.3 Non- Kiln Fuel emission from Monthly consumption records
Quantity and specific uses for each type of non-kiln fuel used
CO2 emissions factor (tons CO2/MJ) and specific heat for each fuel (MJ/kg)
or % carbon and density (if liquid) for each fuel type
F2.4 Emission from Electricity consumption in clinker production from Monthly electricity
consumption records
Electricity consumption of equipment related to cement production (kWh)
Grid electricity supplier
Quantity of electricity drawn from grid
Quantity of electricity self generated
Fuel consumption of generating plant
Waste heat capture from kiln
F2.5 Additives from daily production records
Quantities of all additives blended with clinker at cement plant
F2.6 Cement Delivery
Monthly records of cement delivery to batching plants
Quality Management System based on International Standard for its scope of Works and in
compliance with the requirements of the Contract. The Contractor shall submit his Quality
Management System documentation for review and Notice of No Objection by the Engineer as
specified in this Section.
(i) The Contractor shall implement a Quality Control Program that shall incorporate a
comprehensive and documented approach to achieve the Project quality requirements that
is capable of ensuring that all aspects of the Works, including but not limited to, design,
procurement, fabrication, installation, inspection, construction, testing, commissioning and
modifications will comply with the requirements of the Contract.
(ii) The Contractor’s Quality Plan shall ensure that all goods and materials, whether on-shore
or off-shore before shipping, workmanship, plant and equipment procured and supplied,
inspecting, handling, assembling, testing, storing, fabrication, suppliers and vendors are in
compliance with the Contract requirements. Plan(s) and/or Procedures to be prepared by
others (suppliers, subcontractors, sub-consultants) and their incorporation in the overall
Quality Plan of the Contractor, shall be identified.
(iii) The Capitalized terms used and to the extent not defined herein shall have the meaning
ascribed to them respectively, in the Conditions of Contract and the Employer’s
Requirements.
(iv) Construction / Installation shall be deemed to include manufacturing, fabrication,
assembling, testing & commissioning, integrated testing and commissioning and trial runs
wherever necessary.
(v) The Contractor shall assist in the independent audit review, checking, sampling testing and
examination of the Works by the Engineer. The Contractor shall provide full and timely
access for such work by the Engineer, including inspection of records and documentation.
Such access shall include direct access to the Site, work areas, storage facilities,
fabrication sites, Contractor’s offices, laboratories, manufacturers/suppliers facilities and
similar areas and facilities where any work is being conducted.
(vi) For design and/or activities occurring outside of Project site which require the Engineer to
inspect, the Contractor shall provide:
(a) Right to inspect;
(b) Facilities to carry out their work; and
(c) Assistance in travel and accommodation arrangements.
3. Quality Management Systems
(i) Contractor’s Quality Management System shall be capable of demonstrating by self-
certification that all relevant standards, regulations, testing requirements etc. are being met.
Self-certification is the process whereby the Contractor can demonstrate that all
requirements of the Contract have been fulfilled.
(ii) The Contractor shall designate a Quality control and Quality Assurance Engineer who
shall be classified as one of the Key Personnel and shall be responsible for overseeing the
implementation of the overall Quality Plan for the Contractor. The Quality control and
Quality Assurance Engineer shall report to the Contractor’s Project Manager. ,.
(iii) The Contractor shall be required to provide the Quality control and Quality Assurance
Engineer with adequate resources and authority to enable the quality of the work on the
Contract to be managed effectively. Those resources shall be required to fulfil the
requirements for quality control, quality assurance, inspection and testing and self-
certification as detailed in these requirements.
(iv) The Contractor shall be required to provide appropriate training to all personnel in the
operation of the Quality Management System and maintain records to demonstrate
competence in its application.
4. Quality Management Systems Documentation
The Contractor shall submit his Quality Management System documentation for review and
approval by the Engineer as specified in this Section.
It is anticipated that the Contractor’s Quality Management System documentation shall include,
but not limited to, the following:
(a) Quality Plan, identifying its Quality Procedures;
(b) Manufacturing Quality Plan;
(d) Method Statements; and
(d) Inspection and Test Plans;
The Contractor shall plan, perform and record all quality control activities to ensure that all
work is performed in accordance with the requirements of the Contract and of his Quality
Management System. Documentation which have been reviewed and approved by the Engineer,
such activities shall include, without limitation, the inspections and/or tests implied or expressly
required by the Contract.
The Engineer shall designate, if necessary, Quality ‘Hold Points’ into the Contractor’s
Inspection and Test Plans for the Contractor’s Quality Department to adhere to, or for the
Engineer to attend, on a case-by-case basis at his discretion.
The Contractor shall coordinate the Inspection and Testing necessary to demonstrate that all
specified requirements have been met. All non-conformances are to be documented and
resolved, before final acceptance of the Works or any section of it.
The Employer, Engineer , third parties and statutory authorities, reserve the right to and shall
conduct periodic audits and inspections on the Works and services provided either on its own or
through third party, and will sample, test and measure material used within the Works
completed by the Contractor or its subcontractors of all tiers and suppliers/vendors and to
observe the execution of these activities.
The Contractor, his consultant, subcontractors of all tiers and suppliers thereof shall make
available for audit all records necessary to demonstrate that the Works have been executed in
accordance with the Contract. They shall also provide the Engineer with documents that
demonstrate that the Works are progressing in accordance with the specified requirements.
These shall be provided in a timely manner to enable non-conformities to be rectified
satisfactorily.
The Contractor shall submit to the Engineer the following Quality Plans for his review and
approval:
(a) A Quality Plan for the control of all management related activities;
(b) Design Quality Plan(s) for the control of all design related activities for the Permanent
Works or Plant and/or Temporary Works;
(c) Manufacturing and construction Quality Plan(s), for the control of activities within each
category of work or discrete element of construction, manufacture, installation,
commissioning, maintenance or servicing of the Permanent Works or Plant and/or
Temporary Works or for the control of outstanding work during the Contract Period, as
the same may be required by the Contract and/or directed by the Engineer; and
(d) Method Statements and Inspection and Test Plans, for the control of all inspection and
test related activities as per clause 10.
7. Format Of Quality Plans
The Quality Plan(s) shall define all measures necessary to meet the objectives and requirements
of the Contract at all appropriate phases of the work.
The Quality Plan(s) shall have a standardised format and show clearly on each page:
(a) The quality plan number or, in the case of attached documents, a reference to the quality
plan number;
(b) Whether the document is a draft or is approved by the authorised representative of the
Contractor; and
(c) The date of such approval.
8. Quality Plan
The Contractor shall prepare construction Quality Plan(s) for the construction, installation,
testing and commissioning activities. Separate construction quality plan(s) shall be prepared for
Contractor’s and subcontractor’s off Site activities. Each construction quality plan shall identify
the scope of work to be controlled.
The Quality Plan shall include a directory and organizational chart showing all of the
Contractor’s Key Personnel. The directory shall be kept updated throughout the Contract period
as changes occur and submitted to the Engineer for his approval. The directory shall include the
names, titles, areas of responsibility, office address and location, office phone and fax numbers,
cellular phone number(s). The Contractor shall provide information sufficient for the Engineer
to contact any of the Key Personnel on a twenty-four (24-hour) basis for the duration of the
Contract.
The Engineer will also provide a similar directory to the Contractor.
The Quality Plan shall define the Contractor's management structure for the execution of the
Works and for the control of the quality of the Works and shall, without limitation, define:
(a) The organisation of the Contractor's managerial staff with particular reference to any Joint
Venture partners and main subcontractors. An organisation chart is to be produced to
illustrate the subdivision of the work into elements for effective technical and managerial
control, the reporting structure and the interface relationship between all parties involved;
(b) The specific allocations of responsibility and authority given to identified personnel for
the day to day management of the work with particular reference to the supervision,
inspection and testing of the work;
(c) The interfacing or co-ordination required with the Contractor's other related Quality Plans;
(d) The specific methods of construction to identify any relevant Method Statements and
develop those Method Statements to a degree of detail sufficient to permit the Engineer to
understand. Refer to clause 10;
(e) The appointment of a Quality control and Quality Assurance Engineer in accordance with
clause 12 of this section;
(f) The audit procedure, audit schedule for each type of quality plans and list of proposed
auditors including details of their authority, qualifications and experience;
(g) The procedures for the control of receipt and issue of all correspondence, so as to ensure
traceability, shall be defined. Correspondence shall include letters, internal memoranda,
facsimiles and electronic transmittals (i.e. CompuServe, Internet, SharePoint, Expedition
etc);
(h) The procedures for recording Project related oral communications shall be defined, i.e.
records of telephone conversations, notes of informal discussions and minutes of meetings;
(i) The procedures for the selection, indexing, filing, disposition and maintenance of Project
records for storage in the archives shall be defined. A list of items to be archived shall be
submitted for review by the Engineer on periods of retention. In addition, the Contractor’s
and subcontractor’s filing systems shall be compatible as far as is necessary;
(j) The procedures for the identification, production, verification, approval, distribution,
implementation and recording of changes to all drawings, reports and specifications shall
be defined;
(k) The procedures for the evaluation, selection, engagement and monitoring of subcontractors
/ suppliers shall be defined together with the means of application of quality assurance to
their work including audit and acceptance;
(l) The procedure for the regular review and revision of each type of quality plan and its
supplemental individual specific quality plans, to ensure their continuing suitability and
effectiveness shall be defined. In addition, the method to be used for revision and issue of
revised documentation shall be defined;
(m) The procedures for the control, calibration and maintenance of inspection, testing and
measuring equipment shall be defined;
(n) The procedures for identifying training needs and for the provision of training of all
personnel performing activities affecting quality shall be defined; and
(o) The quality control procedures to be implemented to verify conformance with the Contract
specifications. Verification is accomplished by examinations, tests, measurement and
inspection and by verifying records including those of his consultant, subcontractors and
suppliers by uses of forms to be applied to manage and control the following:
(i) The purchasing of materials and ensuring they comply with the requirements of the
specification, including purchasing documentation and specific verification
(a) The Contractor shall appoint a suitably qualified and experienced person(s) as the ‘Quality
Assurance Manager’ to be responsible for the task of ensuring that the requirements of the
Quality Management System are implemented and maintained. The Contractor shall, at the
time of submission of the proposed management Key Personnel, shall submit for review
by the Engineer details of the qualifications, experience, authority and responsibility of the
proposed Quality Assurance Manager.
(b) The Contractor shall ensure that the Quality control and Quality Assurance Engineer is
able to discharge his duties without hindrance or constraint. In addition, the Contractor
shall make available any such resources that are necessary to ensure the effective
implementation of the quality system and all quality plans.
(c) The Contractor shall appoint a suitably qualified and experienced person as the Quality
control and Quality Assurance Manager to lead teams of Quality Control Engineers for
carrying out, independent from other teams, inspections of the Works as identified as the
Quality ‘Hold Point’, ‘Witness Point (W), ‘Observation Point (O). The Contractor shall, at
the time of submission of the proposed management Key Personnel, submit for review by
the Engineer details of the qualifications, experience, authority and responsibility of the
proposed Quality Control Manager.
(d) The Contractor shall ensure that the Quality control and Quality Assurance Manager is
able to discharge his duties without hindrance or constraint, including but not limited to
the authority to suspend works as considered necessary. In addition, the Contractor shall
make available any such resources that are necessary to ensure the effective
implementation of the quality system and all quality plans.
13. Quality control Engineers and Quality Assurance Manager
(i) The Contractor shall assign Quality Control Engineers for each shift for each
location/activities where work is being performed. Each lead inspector shall be
qualified by training and experience in all the construction activities being conducted at
the Site.
(ii) Quality Assurance Manager nd Quality Control Engineers shall be appointed with
qualification and experience as specified in the Contract. If required on the request of
Engineer additional inspectors shall be appointed, at no additional cost to the Contract.
14. Materials Technicians:
The Contractor shall assign qualified Material technicians to conduct the sampling and testing
of materials, goods and supplies for the Contract.
15. Staffing Levels:
The actual size of the Site staff shall reflect the complexity, needs, shifts and composition of
Quality Control activities consistent with work in progress. The staffing levels shall be
consistent with the Contractor’s Quality Plan and the Project Baseline Programme, the relative
locations of work in progress and the nature of the work.
16. The Quality Plan
It shall identify administrative/clerical support for the maintenance and management of
records/documents pertinent to Quality Control activities.
17. Monthly Progress Report
The Contractor shall continuously monitor the performance of his Quality Management System,
which shall be included in each Monthly Progress Report (MPR).
18. Quality Certifications:
The Contractor shall submit a written certification by the Quality control and Quality
Assurance Engineer certifying that:
(a) The Quality Plan and all of the measures and procedures provided therein are functioning
properly and are being fully complied with, except as specifically noted in the certification.
(b) All work, including that of the Designer, and all other subcontractors at all tiers, suppliers
and fabricators, has been checked and/or inspected by the Contractor’s Designer Checker,
except as specifically noted in the certification, conforms to the requirements of the
Contract.
19. Weekly Records
Weekly records shall be prepared and maintained that provide factual evidence that required
activities and/or tests have been performed, including the following:
(a) Type, number and results of quality assurance and quality control activities, including but
not limited to reviews, inspections, tests, audits, monitoring of work performance and
materials analysis;
(b) Qualifications of personnel, procedures and equipment used;
(c) The identity of the Quality Control Engineer or data recorder, the type of test or
observation employed, the results and the acceptability of the work and action taken in
connection with any deficiencies noted;
(d) Nature of nonconforming work causes for rejection, with photographs etc;
(e) Preventive actions;
(f) Proposed corrective actions;
(g) Corrective actions taken and with whose authority; and
(h) Results of corrective actions.
The Engineer reserves the right to inspect and audit these documents at any time.
20. Quality Control Requirements
(i) The Contractor shall, in accordance with the quality control requirements of the
Specification and other documents included in the Contract, prepare and maintain quality
item lists which establish the criteria for control of each major component or activity
during design, construction and/or manufacture and installation, commissioning and
servicing in accordance with the need to ensure the desired quality requirements of the
Works.
(ii) All inspection and testing shall be the responsibility of the Contractor, at Contractor's cost.
In all cases, the cost of materials for such tests shall be borne by the Contractor.
(iii) The work shall conform to high standards of material, design and workmanship. The
Contractor shall conform to the Quality standards prescribed in the Contract document(s).
(iv) At Site, the Contractor shall arrange the materials, their stacking/storage in appropriate
manner to ensure that the quality of the materials is not compromised. The Contractor shall
provide all the necessary equipment and qualified manpower to test the quality of
materials, assemblies etc. The tests shall be conducted at specified intervals and the results
of tests properly documented.
(v) The Engineer shall be free to carry out such additional tests as may be decided by him at
his sole discretion, from time to time, in addition to those specified in this document. The
Engineer shall also be free to appoint any third party for inspection and testing of
important items like stay cables and steel work including welding etc, at the cost of
Contractor The Contractor shall provide the samples and labour for collecting the samples
and get the testing done as directed by the Engineer. No extra payment shall be payable to
the Contractor for the same. The results of such additional tests and third party inspection
shall be binding on the Contractor.
(vi) The test(s) shall be conducted at the Contractor’s Site laboratory which shall be
established by the Contractor and or at any other standard external laboratory selected by
the Engineer. The Contractor shall transport the samples to the laboratory for which
nothing extra shall be payable.. All sampling and testing shall be performed in the
presence of assigned Contractor Quality Personnel. Testing may be witnessed by the
Contractor or his authorised representative if permitted by the Standard External
Laboratory. Whether witnessed by the Contractor or not, the test results shall be binding
on the Contractor.
(vii) The Engineer shall have the right at all times to inspect all operations including the source
of materials, procurement, layout and storage of materials, all equipment including the
concrete batching and mixing equipment, and the quality control system. Such an
inspection shall be arranged and the Engineer's approval obtained prior to starting of the
particular item of work. This shall however, not relieve the Contractor of his
responsibilities.
(viii) All materials which do not conform to the Specifications shall be rejected and shall be
removed from the Site immediately. The Engineer shall have the power to cause the
Contractors to purchase and use materials from any particular source, as may, in the
Engineer's opinion, be necessary for the proper execution of Works.
21. Field/Site Laboratory
a) All the materials to be used in the work and tested in the laboratory shall comply with the
Employer’s Requirements or such recognised specifications as acceptable to EngineerThe
testing machines shall be recalibrated periodically as per Contractor Quality Plan and
applicable regulatory Standards. The calibration shall be from an authorized laboratory and
approved by Engineer.
b) The Contractor shall assist in the collection, preparation, forwarding and testing of such
samples. The cost of such samples and tests shall be borne by the Contractor. The
Contractor shall give not less than seven (7) days’ notice for all tests in order that the
Engineer. Three (3) copies of all test certificates shall be supplied by the Contractor to the
Engineer for approval immediately after the completion of the tests. Test certificates must
be supplied to the Engineer before the materials or components are used in the works,
unless the Engineer directs otherwise.
(b) In the case of work carried out off-Site, such notice shall be given not less than fourteen
(14) days before the work is to be inspected and/or tested; and
(c) In the case of work carried out offshore outside of India, such notice shall be given not less
than twenty-eight (28) days before the work is to be inspected and/or tested
The Contractor shall ensure that a signed copy report of each in-situ and each off-site
inspection / test is filed in his Records Office within 3 (three) working days and within seven (7)
working days of the date of completion of the test process respectively.
34. Samples
The Contractor shall ensure those concrete compression test specimens are controlled as
followed:
(a) each sample is identified in accordance with relevant clause;
(b) all samples are protected, temporarily stored, handled and transported to the laboratory
under the direct supervision of a suitably qualified representative of the Contractor’s
laboratory;
(c) no samples are mislaid, damaged, or contaminated, and
(d) the properties of the sampled material are at no time adversely affected.
All samples for testing shall be fully prepared for transportation and testing by the Contractor
and shall be delivered by the Contractor to the place of testing.
The Contractor shall ensure that concrete test specimens are identified by a unique reference
which, at a minimum, shall contain at least four fields of reference. The sample reference shall
be in the form of ‘LLNN / LNN / NNNN / LLNN’ where:
(a) ‘LLNN’ is the alpha-numeric Contract number;
(b) ‘LNN’ is the alpha-numeric concrete design mix, for example M25 (‘M’ refers mix and
the number ‘25’ represents the characteristic compressive strength of 15cm cube at 28-
days in MPa);
(c) ‘NNNN’ represents the date of sample with ‘day-month’; and
(d) ‘LLNN’ is the alpha-numeric Transit Mixer, for example ‘TM01’
For all test samples, the Contractor shall ensure that all samples are identified by a unique
number in accordance with its quality control procedure for inspection and test status of
materials and manufactures products and shall contain the required identification for
traceability. At a minimum, the identification reference shall consist of:
(a) Contract number;
(b) Test identification code assigned by the Contractor;
(c) Date of sample with ‘day-month’; and
(d) Unique sequential number of the sample under the particular test identification Code.
Additional fields may be added by the Contractor with the consent of the Engineer for the
control of the laboratory activities and analysis of test results.
35. Additional Samples
The Contractor shall provide additional samples for testing if in the opinion of the Engineer:
(a) The material previously tested no longer complies with the specified requirements; or
(b) The material has been handled or stored in such a manner that it is no longer represented
by the previously tested samples.
36. Trials
Trials shall be carried out as stated in the Contract to demonstrate that the proposed materials,
equipment or methods of construction comply with the Contract.
Trials shall be carried out before commencement of construction or manufacture of the relevant
work in order to ensure that proposed methods and materials comply with the specified
requirements.
Trials shall be carried out using types of materials and methods of manufacture, construction
and/or installation which have been reviewed and approved by the Engineer.
Unless permitted by the Engineer, the materials and methods of manufacture, construction
and/or installation used in the trial to produce work complying with the requirements of the
Contract shall not be changed unless further trials have been carried out to demonstrate that the
proposed changes are satisfactory.
All references to ‘tests’ and ‘testing’ in the Contract shall, where the context so permits, include
trials and commissioning.
37. Timing For Inspection By The Engineer
The Contractor shall allow the Engineer a reasonable time to carry out any inspection and/or
witness testing and to assess the result of any inspection and/or test before proceeding with the
Works.
Unless the Engineer’s prior consent has been obtained, all inspections and/or tests to be
witnessed by the Engineer shall be carried out between 0800 and 1800 hours, on all working
days, or as discussed with the Engineer.
38. Failure of Contractor to Inspect The Works
The Engineer may reject the work in question, or require it to be uncovered, in the event of any
failure by the Contractor to inspect and/or test at a Quality ‘Hold Point’ by Contractor’s Quality
Department.
39. Failure of the Contractor to Test the Works
If the Contractor fails to test, either type test or routine test or qualification test, for each batch
of goods or elements of the Works, then the Engineer shall arrange for third party inspection at
the Contractors risk and cost.
Preserve Top-soiling
Purpose and Application. Topsoil provides the major zone for root development and biological
activities for plants and should be stockpiled and spread wherever and whenever (i.e. in a timely
manner) practical for establishing permanent vegetation. Do not place topsoil on slopes steeper than
2:1 without additional engineered slope stabilization practices to avoid slippage. The topsoil stockpile
must be protected against erosion. Stabilize the stockpile with a temporary or permanent groundcover
Advantages of topsoil include higher organic matter, more friable consistency, and greater available
water-holding capacity and nutrient content. In addition, infiltration can be enhanced by re-spreading
topsoil in areas that have been disturbed by construction activity.
Purpose and Application. Preserving and protecting trees can often result in a more stable and
aesthetically pleasing site. Trees stabilize the soil and help prevent erosion, decrease storm water
runoff, moderate temperature, provide buffers and screens, filter pollutants from the air, supply
oxygen, provide habitat for wildlife, and increase property values.
Place barriers to prevent the approach of equipment within the drip line of the trees to be
preserved.
Do not nail boards to trees during building operations.
Do not place equipment, construction materials, topsoil, or fill dirt within the limit of the
drip line of trees to be preserved.
During final site cleanup, remove barriers from around trees.
Temporary Vegetation
Purpose and Application. Purpose temporary vegetation on area which will not get disturbed due to
construction activity. If there any green vegetation area try preserve at least 40% of green vegetation
area by doing temporary seeding and mulching. Temporary vegetation is used to protect earthen
sediment control practices and to stabilize denuded areas that will not be brought to final grade for
several weeks or months. Temporary vegetation can also provide a nurse crop for permanent
vegetation, provide residue for soil protection and seedbed preparation, and help prevent dust during
construction.
Concrete Washout
Purpose and Application. Concrete washout areas are areas on a construction site designated for
concrete trucks and other equipment to clean liquid or slurry concrete off the equipment without
causing storm water pollution. When washout areas are used, the slurry is given time to harden and
then can be removed without discharging pollutants from the project.
Concrete slurry has the potential to pollute storm water runoff, especially when washout occurs next
to natural drainage channels or storm drain inlets.
Concrete is most harmful to streams in the slurry form, though once hardened, it can cause blockage
of storm drain systems and severely reduce the capacity of the storm drain system or waters of the
state. Designated locations for concrete washout should be provided with clearly visible signage on
each construction site. Concrete washout areas can be constructed above ground or below ground.
Construction Exit
Purpose and Application. Construction exits are temporary sediment control devices installed where
ever construction traffic leaves an active construction site. Most often, construction exits are
constructed of clean stone.
Construction exits reduce or eliminate the transport of sediment from the construction site onto a
public right of way. The rock construction entrance should extend the full width of the entrance area,
sufficiently long for vehicles to drop mud and sediment and stable enough for construction traffic.
Avoid entrances on steep grades or at curves in public roads. Storm water must be properly managed
around the construction exit to prevent washing sediment off the construction exit. In situations where
a properly installed and maintained construction exit does not adequately clean tires before leaving
the construction site, a more robust tire washing facility may be necessary.
Sedimentation Basin
Purpose and Application. Sediment basins are temporary engineered structures designed to capture
sediment from construction site storm water runoff prior to being discharged. Sediment basins contain
the following components: an embankment, a sediment storage area, permanent pool, a sediment
forebay, a principal and emergency spillway system, outlet protection at the outlet of the spillway
barrel, and a dewatering mechanism.
Sediment basins are constructed by excavating a storage area at lowest contour of site.
Site Barricading
Purpose and Application. Site fence is a barrier to avoid soil erosion due to air. Site fencing should be
installed along the boundary of site. Height of fencing should be at least 3 meters.
1.4 SUBMITTALS
Submittals shall include the following items and the same shall be provided by the Contractors during
the construction process. All these items should be submitted in a softcopy to the LEED consultants.
Site Logistic plan highlighting all measures
Top soil fertility test report (half yearly)
Photos of tyre washing of material carrying vehicles (quarterly)
Photos of trees protected during construction (quarterly)
Photos of covering fine aggregate and sand with plastic/geotextile sheets (quarterly)
Photos of water sprinkling on loose soil and aggregate (quarterly)
Photos of 3-meter Barricading around project site (quarterly)
Photos of stacking or preserving top soil by covering with plastic/geotextile sheets
(quarterly)
Photos of temporary stabilized road during construction for heavy vehicle movement
(quarterly)
Photos of temporary sedimentation pit with drains during construction (quarterly)
Photos of temporary vegetation on unaffected construction or material stacking area
(quarterly)
Photos of store yard of HSD and other harmful chemicals with spill prevention measures
(quarterly)
advantageous as it reduces the purchase of construction materials and obviates the need to
remove wastes from site. It is important to emphasize the potential for certain purchasing
procedures to contribute to a reduction in excessive material wastage on site. Examples include:
ensuring materials are ordered on an “as needed” basis to prevent over supply to site;
purchasing coverings, panelling or other materials in shape, dimensions and form that
minimizes the creation of excessive scrap waste on site;
ensuring correct storage and handling of construction materials to minimize generation of
damaged materials/waste e.g. keeping deliveries packaged until they are ready to be used;
ensuring correct sequencing of operations; and
assigning individual responsibility (through appropriate contractual arrangements) to sub-
Contractors for the purchase of raw materials and for the management of wastes arising
from their activities, thereby ensuring that available resources are not expended in an
extravagant manner at the expense of the main Contractor.
Renovation which retains and repairs existing structural and decorative elements, with the
introduction only where necessary of new items, contributes greatly to a reduction in C&D
waste arising.
2.5 Reuse of Waste
Material that is generated should be reused on site or salvaged for subsequent reuse to the
greatest extent possible and disposal should only be considered as a last resort. Initiatives
should be put in place to maximize the efficient use/reuse of materials. Excavated spoil/topsoil
can be carefully set aside and used as landscaping material in the completed development.
Innovative initiatives to avoid the need for disposal should be investigated:
architectural features should ideally be reused in the refurbishment of retained structures
on the same site;
the warehousing of salvaged material can facilitate its reuse on future projects; and
“architectural salvage sales” can allow the public to acquire material resources that have
been removed from decommissioned buildings.
2.6 Recycling of Waste
There are a number of established markets available for the beneficial use of C&D waste:
waste timber can be
a.recycled as shuttering or hoarding, or
b.sent for reprocessing as medium density fiberboard;
waste concrete can be utilized as fill material for roads or in the manufacture of new
concrete when arising at source;
2.7 Overall Management of C&D Waste
Waste minimization, reuse and recycling can best be managed operationally by nominating a
“C&D Waste Manager” to take responsibility for all aspects of waste management at the
different stages of the Project. This C&D Waste Manager may well be a number of different
individuals over the life-cycle of the Project, but in general is intended to be a reliable person
chosen from within the Planning/ Design /Contracting Team, who is technically competent and
appropriately trained, who takes the responsibility to ensure that the objectives and measures
within the Project Waste Management Plan are delivered and who is assigned the requisite
authority to secure achievement of this purpose. Specifically, the function of the C&D Waste
Manager will be to communicate effectively with colleagues in relation to the aims and
objectives for waste management on the Project. The primary responsibility for delivery of the
objectives of the Waste Management Plan will fall upon the C&D Waste Manager designated at
the demolition/ construction stage.
A key objective for the C&D Waste Manager should be to maintain accurate records on the
quantities of waste/surpluses arising and the real cost (including purchase) associated with
waste generation and management.
2.8 Demolition Waste-:
The part of the site where building is to be constructed is currently occupied by the existing
factory building. Demolition of the currently existing building will generate significant volumes
of waste. The buildings and associated infrastructure are likely to be constructed of steel, metal
deck construction and steel reinforced concrete. Therefore these materials are expected to form
part of the dominant waste streams.
All demolition waste should be diverted from landfill by reusing on site or selling the
recyclable waste to recycler.
Steel can be melted down and reused and all steel from the demolition can be sent for recycling.
Concrete may be crushed on site using a mobile crusher and reuse for floor or road leveling.
2.9 Separating and Tracking waste on site-:
It is a good practice to separate and store waste on the site for it to be taken away and recycled.
Waste should be stored and recycled correctly. All waste material should be separated into
different types for storage, transport and recycling, within sealed, labelled containers.
Track the waste generated on site by tracking table, receipts, manifests, weight tickets and
invoices.
Recycling goal - To recycle 75 % of waste generated on the site by weight.
i. Strategies included in project –
Reduce: The Project shall generate the least amount of waste and methods shall be used
that minimize waste due to error, poor planning, breakage, mishandling, contamination, or
similar factors. Promote the resourceful use of materials to the greatest extent possible.
Reuse: The Contractor and Subcontractors shall reuse materials to the greatest extent
possible. Reuse includes the following:
Salvage reusable materials for resale, for reuse on this project, or for storage for use on
future projects.
Return reusable items (e.g., pallets or unused products) to the material suppliers.
Recycle - As many of the waste materials not able to be eliminated in the first phase or
salvaged for reuse shall be recycled. Waste disposal in landfills shall be minimized to
greatest extent possible.
Sample Photographs
Sample Photographs
Sample Photographs
c) Recycling and processing facility records: Indicate receipt and acceptance of recyclable
waste by recycling and processing facilities licensed to accept them. Includes manifests,
weight tickets, receipts, and invoices.
d) Landfill disposal records: Indicate receipt and acceptance of waste by landfill facilities
licensed to accept them. Include manifests, weight tickets, receipts, and invoices
2.10 Responsibilities -:
Designate a qualified person as a manger (CWM) who is solely responsible for –
Monitoring and implementing the CWM plan.
Coordinate with other departments during construction. (e.g. civil, mechanical etc.)
Performing weekly CWM walk through
Completing CWM tracking check lists
Ensuring waste is weighed and quantified
Collecting waste receipts from recyclers and haulers
2.11 Responsible Parties -:
A dedicated site supervisor will be appointed to ensure commitment, efficiency and site
protocols upheld during construction stage.
The role of the site supervisor will be to record, oversee and manage everyday handling of
waste on the site.
Their training will be in setup and maintaining record keeping systems and how to produce an
audit to ensure waste management targets are being met.
They shall also be trained in the best methods for segregation and storage of recyclables. They
will also be familiar with the suitability of material reuse and know how to implement the C&D
WMP.
The following team is responsible for enforcing the plan and strategies:-
a. Engineer Team
b. Contractor Team (ALL)
c. Site Supervisor
2.12 Monitoring the program -:
Estimate the amount of waste to be generated.
Wastes generated on site must be segregated into individual types- where possible.
All waste moved off site, including soil and stone must be -
a. Collected by authorized waste collectors
b. Taken to authorized waste facilities.
Records must be maintained on site to prove the waste has been managed correctly.
2.13 Submittals
Submittals shall include the following items and the same shall be provided by the Contractors during
the construction process. All these items should be submitted in a softcopy to the LEED consultants.
Waste challan copy highlighting type of waste, qty and recycler name (quarterly)
Declaration from waste recycling agency about the type of waste collected and reuse
application (quarterly)
All the equipment’s and ducts will be properly checked for basic requirements and will be
covered before leaving the manufacturers premises.
Equipment’s and ducts will be stored in a clean and dust free environment.
Open end of all the ducts and other equipment’s will be covered properly to avoid
accumulation of dust from the construction works.
All electrical panels will be covered with water proof covers to protect from ingress of
moisture and dust.
Sprinkling of water around dirty construction area (const. of brick walls, plaster) to
prevent rising of dust.
Surface preparation, initial coats of paint applied before installation of carpets.
Where ever possible painting works of factory finished products completed in the
manufacturing facility.
All moisture absorbing agents like carpets, adhesives, sealants, cements, insulation,
gypsum bags etc. are stored sealed preventing moisture absorption as well pollution.
All Manual pallets used for material transport (MODIFIED EQUIPMENT OPERATION).
Use of over-covers on construction shoes (booty’s) while entering completed areas,
deploying/providing sufficient no. of mats, carpets, covers to trap shoe laden dust and
particulate matter.
Operable windows kept open during construction to maintain IAQ.
Moisture absorbing furniture, workstation boards protected in covers during advance
completion phase.
v. SCHEDULING
The building occupation is scheduled after all the construction activities are completed.
Building occupation shall happen only after the Building Flush out as per the IEQ Credit.
Photos of no smoking signages installed inside and outside the building during construction
(quarterly)
Photos of properly covered open end of all the ducts after installation (quarterly)
Photos of properly covered moisture absorbing material such as insulation, furniture,
composite wood, false ceiling tiles etc. (quarterly)
Photos highlighting operable windows kept open during construction to maintain IAQ.
(quarterly)
After successful testing of envelope, commissioning report explaining the equipment used and
methodology followed for the commissioning process must be submitted to project owner team
at site.
4.3 Systems To Be Commissioned
The systems and elements to be commissioned include, but are not limited to:
a. Roofs, including the garden roof system, including all penetrations, transitions, etc.
b. Exterior walls, including the air barrier system, and water management systems
c. Windows
d. Doors, louvers
e. Sealants and expansion joints
f. Control joints
g. Shading devices
h. Curtain walls or window walls
i. Plaza decks
j. Below-grade construction, including drainage and waterproofing/damp proofing
k. Floors, slab-on-grade
4.4 Field Testing Type-:
The following field performance evaluations and verifications need to be done building
envelope wall systems
i. Infrared Imaging of Buildings envelope: Determining the thermal (conductive)
performance of roof and wall assemblies.
ii. Infrared Imaging with Building Pressure Manipulation: Determining the air
leakage sites in roof and wall assemblies. ASTM-779-99 method for using fan
pressurization equipment to manipulate building pressures. Air leakage testing
using thermography and a blower door.
iii. Smoke Tracer Testing with Building Pressure Manipulation: Determining the air
leakage sites in roof and wall assemblies utilizing theatrical fog with and without
building pressure manipulation. (ASTM)
iv. Infrared Imaging and Visual Observations to Locate Moisture
Infiltration/Leakage into the Thermal Envelope: Under certain defined conditions,
IR Thermography, conducted indoors or outdoors with a uniformly heated interiors
space, has proven useful in locating currently damp wall assemblies that would be
otherwise hard to find. Visual observations for indications/stains/rust for past water
damage can also be useful.
v. Field Determination of Water Penetration of Installed Exterior Windows, Doors,
Curtain Walls, and Wall Assemblies: Determining the actual conditions for water
leakage and utilizing intrusive disassembly to locate actual water leakage sites have
proven invaluable for problem solving in existing structures.
4.5 Submittals
Submittals shall include the following items and the same shall be provided by the Contractors
during the construction process. All these items should be submitted in a softcopy to the LEED
consultants.
Section details of typical roof, wall and spandrel glazing highlighting all components with
thickness.
Thermal properties of all components with manufacturer test report.
Photographs of all building enclosure testing method performed at site
Final closure building envelope commissioning report with issues logs and report
The LEED v4 Building Life-cycle Impact Reduction credit requires improving building life
cycle impacts by 10 percent compared to a baseline building using a life cycle assessment
software.
Other requirements include:
• The baseline and proposed buildings must be of comparable size, function, orientation and
location.
• The service life of the baseline and proposed buildings must be the same, and at least 60
years, to fully account for maintenance and replacement.
• The LCA must be calculated for six listed environmental impact categories (global
warming potential (greenhouse gases), in kg CO2e; depletion of the stratospheric ozone
layer, in kg CFC-11; acidification of land and water sources, in moles H+ or kg SO2;
eutrophication, in kg nitrogen or kg phosphate; formation of tropospheric ozone, in kg
NOx, kg O3 eq, or kg ethene; and depletion of non-renewable energy resources, in MJ)
with three of them, including global warming potential, demonstrating at minimum a 10
percent reduction.
• No category of impacts may increase by more than 5 percent, compared to the baseline
design. The scope of the LCA should be a cradle-to-grave assessment, from design to
demolition. The LCA should follow the system boundaries A1–A4, B1–B7 and C1–C4
according to ISO 21930 for the building structure and enclosure. This includes the product
stage, construction process, use stage and end-of-life stage.
The life cycle assessment of buildings will be done by the Contractor using the approach of
“cradle to grave” LCA by analyzing all the upstream material flow.
The project structure as per the LCA ISO 14044 guidelines is as under:
• Define system boundaries
• Data collection
• Quality check and Close data gaps
• Create a Life Cycle Inventory (LCI)
• Create a Life Cycle Impact Assessment (LCIA) and
• Analyze and interpret the results
• Life Cycle Assessment Report
Environmental information (on inventory level, single flow level) of the buildings for the entire
life cycle (manufacturing, use and End-of-Life phase) is necessary. This allows the ecological
information to be divided into the following stages/phases:
• Raw Material Extraction, processing, intermediate transportation, building components
manufacturing/assembly (EN 15804 A1-A3)
• Building components transportation (EN 15804 A4)
• Construction Stage (EN 15804 A4)
• Maintenance and replacement stage (EN 15804 B2-B5)
• Use/Operational energy (EN 15804 B6)
Name, address & 24 hours telephone number of each subcontractor who installed
equipment & systems and local representative for each type of system.
Frequency of preventive maintenance can be weekly, monthly, quarterly, semi-annual
or annual depending on the type of equipment.
6. TRAINING
The Commissioning Authority/Contractor shall schedule & coordinate training sessions
for the operational staff & Contractors for each of the equipment & system.
Contractors shall provide training & training material on all the major systems as per
specifications.
The equipment vendors shall provide training & training material on the philosophy,
troubleshooting & repair techniques.
Training sessions shall be in both a classroom setting with appropriate schematics,
handouts & audio/visual training aids and on site with the installed equipment.
Contractor shall comprehensive operating & maintenance instructions on building systems
prior to delivery to cover following items.
Types of installed system
Theory of operation
System operation
Use of control system like sequence of operation, problem indicators, diagnostic,
corrective actions etc
Service, maintenance, diagnostics & repairs
Use of reports & logs
7. COMMISSIONING FINAL REPORT
The commissioning authority will prepare a final report that generally includes the following
information:
Executive summary
Project background
Building / systems listing and general description
Scope of the commissioning project
The commissioning plan
All completed functional tests and results
Corrected and created sequences of operation
Cooling Towers:
Description Unit Rated Measured
CT Parameters
Cooling tower Inlet Temperature
deg C
DBT & WBT
Cooling tower Outlet
deg C
Temperature DBT & WBT
Ambient DBT & WBT deg C
Air flow deg C
Inlet water temp deg C
outlet water temp deg C
Power Measurement
Fan-1
Voltage Volts
Current Amps
Power Factor PF PF
Input Power kW
Fan-2
Voltage Volts
Current Amps
Power Factor PF PF
Input Power kW
Efficiency Calculation
Range deg F
Approach deg F
Efficiency %
HVAC/DOMESTIC PUMPS:
Rated
Head Ft
Flow USGPM
Power kW
Current Amps
Speed Rpm
Pump efficiency %
Pump Parameters Unit Rated Measured
Suction Pressure kg/cm2
Discharge Pressure kg/cm2
Differential Pressure kg/cm2
Pump total head (H) Meter
Pump measured flow (Qm) USGPM
Pump calculated flow through flow curve
USGPM
(Qc)
Pump hydraulic power Kw
Voltage (Vavg) Volts
Current (Iavg) Amps
Power Factor PF PF
Input Power to motor kW
Frequency of motor Hz
Motor efficiency %
Pump shaft power Kw
Pump efficiency %
AHU/TFA/HRW:
AHU return airflow reading
Measurements
AHU No: -
Parameters Value
Electrical
Voltage
Current
Power
Power Factor
Frequency
Air Side
Return Air temperature (DBT & WBT)
Supply Air temperature (DBT & WBT)
Return Air enthalpy
Supply air enthalpy
AHU air-flow (CFM)
Water Side
Inlet Chilled Water Temp. (Deg C)
Outlet Chilled Water Temp. (Deg C)
Flow (GPM)
Outdoor Unit:
Actual Rated
Exhaust Inlet Exhaust Voltage Current Power Power
Description CFM DB/WB DB/WB V A kW kW
Unit-1
Unit-2
FUNCTIONAL VERIFICATION: -
Remarks
Sr. No. Description Remarks
Yes No N/A
C. Sensor calibration:
All connected sensors should be calibrated with calibrated measuring instruments. In case the
error limits are beyond acceptable limits, recalibration shall be done by adjusting the upsets or
need to be replaced the sensor with new one.
Sr. No Descriptions Display Value on Error % Result Remarks
value on measuring
(Pass/Fail)
BMS instruments
LIGHTING SYSTEM:
For lighting system, the operations of Occupancy Sensors and Lux level sensors should be verified by
simulating the following test conditions.
Remarks &
Sr No Equipment/System Methodology of Testing Observation
Lux Levels to be tested and recorded as follows. The reason for measuring of lux level to ensure the
area of illumination is as per design requirement/ statutory compliance.
PROCEDURE –
Remove the sensor cover
Switch “ON” the lux meter.
Ensure initial reading should be “Zero”, otherwise adjust the zero by using “Zero offset
Hold the sensor facing towards the light and check the lux level on the display.
Measure the lux at 1-meter height from ground level or on the workstation level. ( For
normal lights)
Measure the lux level on the pathway(floor) for emergency light and during emergency
lux level verification all normal lights needs to be switched OFF condition.
Record the reading as per below sheet.
LOCATION TYPE OF LIGHT DESIGN MEASURED
Sr. ILLUMINANC ILLUMINANC RESUL
NO FLOO ARE (EMERGENCY/ E E T
R A NORMAL) (LUX) (LUX)
1
2
3
4
5
rock coring, groundwater sampling, in-place field installations and testing, trial pits, and
boreholes on earth retaining structures and other existing man-made structures.
g) Performing laboratory testing on soil, rock, and groundwater samples collected from the
ground investigations, including chemical testing to identify potentially corrosive
conditions and/or contamination that may be a threat to public).
(3) As a minimum, the site investigation programme shall consider the locations and lateral
and vertical extent of the following (if applicable).
a) Major structures such as bored tunnels, cut-and-cover tunnels, portal structures,
retaining structures, commercial developments, ancillary structures and the like.
b) Earthworks such as soil and rock excavations, embankment fills, land
reclamations, areas requiring ground improvement, borrow pits and areas,
disposal areas and the like..
c) Existing adjacent structures that may be influenced by proposed construction
works That is, structures adjacent to, above, or below excavations or tunnels that
may be affected by construction works such as dewatering or blasting; structures
deemed to have poor structural integrity; structures containing sensitive
equipment or materials;;structures with historic/cultural significance and the like.
d) Significant engineering geological features that may influence the proposed
construction works – ie, principal ground discontinuities such as faults, shear
zones, persistent jointing; mass wasting, old landslips and the like..
e) Electrical earthing.
f) All EBS particularly private water supply wells
(4) Ground investigations (GI) as part of a comprehensive site investigation programme,
shall be conducted in accordance with IS1892 and BS 5930. The extent of such GI shall
be consistent with the form, type and extent of the proposed construction works unless
otherwise agreed with the Engineer.
(5) All aspects of the work shall be conducted under the direction of qualified geotechnical
personnel. Detailed plans, technical specifications, and standard forms, outlining the
proposed staffing and reporting formats, and indicating the types, locations, and
proposed depths of investigations relative to the proposed construction works shall be
prepared and submitted to the Engineer for notice prior to undertaking any such work.
Any and all revisions to the site investigation and GI programmes shall be submitted to
the Engineer for notice.
(6) All GI data shall be prepared in accordance with IS and international accepted
standards using Association of Geotechnical and Geo-environmental Specialists
(AGS) format or equivalent and Geotechnical Integrator (GinT) software, latest
versions. All data shall be provided in both printed and electronic file formats.
iii. Investigation Methods
(1) Geological studies
a) Geological studies shall include, but not be limited to, a review of pertinent and
existing literature, aerial photographs, and remote-sensing data; a detailed field
reconnaissance of the site; and preparation of project- specific maps and cross-
sections.
b) Project-specific geological maps shall be prepared with geologic cross- sections
in proper scale for both horizontal and vertical directions. Suitable base maps
shall be utilised to overlay on the geological maps.
(2) Geophysical surveys
a) Geophysical surveys shall be carried out where appropriate to provide
additional site-specific information on depths and characteristics of overburden
soils and bedrock.
b) Geophysical (eg, seismic refraction, reflection, SASW, resistivity,
magnetometer, gravity, and the like) surveys may be used to obtain subsurface
information for planning other detailed SI studies, and for extending
information between other investigation positions. All such geophysical surveys
shall be calibrated by appropriate absolute GI methods such as drilling, Cone
penetration tests, test pits and the like.
(3) Exploratory drillholes
a) Exploratory drilling in soil and rock, disturbed and undisturbed (eg, Mazier,
Dennison or U-tube) soil sampling, and rock coring shall be performed
according to procedures outlined in IS 1892 and BS 5930. Full-time monitoring
by qualified geotechnical personnel is required not only to direct the drilling,
sampling, and coring, but also to prepare field records for these drillholes.
(4) Other ground investigation methods
Other GI methods commonly employed include, but are not limited to, the following.
a) Field testing: Standard Penetration Tests (SPT) Cone Penetration Tests (CPT) with
pore pressure measurement (CPTu) or with seismic cone (CPTz) vane shear,
pressure- meter, permeability/water absorption, impression packer/discontinuity
survey, acoustic borehole imaging, in place density, plate load testing, “cover-meter”
and the like.
b)Field instrumentation: piezometers, inclinometers, extensometers.
c)Test pits with and without the recovery of “disturbed” and “undisturbed” samples.
d)Inspection pits.
e)Hand-auger bores.
f)Coring through rock, earth retaining structures or other manmade features.
g)Vibrocoring.
h) In-place (constant or falling head) permeability tests.
i)Packer tests for rock permeability and/or rock jointing.
j)Pumping tests.
k) Groundwater sampling.
(5) Groundwater
a) Piezometers shall be installed during ground investigations to measure current and
Rock testing shall include uniaxial compressive strength testing of intact rock core,
triaxial strength testing of discontinuities (using Hoek cell or appropriate shear box)
abrasiveness (Cherchar tests) and description of the rock based on evaluation of
petrographic thin sections prepared for representative rock specimens.
1.3 Instrumentation, Monitoring & Reporting
i. General
(1) The Contractor shall instrument, monitor and report on ground and EBS movement and
distortion, groundwater level, stress and displacement in the excavation and lateral
support system, structural movement during construction to check his predictions.
(2) Monitoring shall be carried out on a case-by-case day-to-day or more frequent basis
depending upon the importance of the EBS and/or the risk of damage to that EBS.
(3) Monitoring shall begin 15 days prior to commencement of the Works to enable base-
line values to be determined accurately, and shall continue until all movements and
distortions to the ground and EBS that may be attributed to the Works, as shown by the
monitoring, have effectively ceased for a period of three months.
(4) The Contractor shall submit a complete comprehensive instrumentation, monitoring
methodology and reporting scheme which is designed to achieve the following.
a) To establish typical background movement, distortion, groundwater fluctuation, and
noise and vibration limits for the ground and EBS
b) Safety during and after the construction by providing early warning of any excessive
and undue movement and distortion of the adjacent ground and EBS.
c) To provide movement and deformation information for the design verification of the
Temporary and Permanent Works.
d) To ensure that the maximum allowable tolerances associated with various
structures/elements within the zone of influence of the Works are not exceeded.
e) To confirm that groundwater changes outside of the Works does not exceed normal
expected fluctuation limits
ii. Submissions
(1) The Contractor shall submit his designed instrumentation, monitoring and reporting
scheme to the Engineer for notice. This scheme must be designed to achieve the above
objectives.
(2) In order to complete the above scheme the Contractor shall refer to the information
provided with the Contract documents and supplement this with his own investigations.
This scheme should give due emphasis to the information provided with the Contract
documents and shall include following, as a minimum.
a) Ground conditions including the geotechnical properties of the different soil and
rock layers.
b) Adjacent EBS within the zone of influence including their existing condition and
foundations as available.
c) Assumptions and calculations for the basic design including the installation of
appropriate instrumentation for monitoring and recording ground and groundwater
(8) Tilt meters shall be provided on walls of adjacent structures where tilt has been identified
as being critical.
(9) Crack meters shall be installed to monitor existing cracks on applicable EBS.
iv. Monitoring and Reporting
(1) The Contractor shall propose details of the performance monitoring of the Works and
shall define appropriate trigger (Alert, Alarm and Action) levels for each EBS. These
trigger levels shall be defined using the guidelines outlined in the Drawings (which are
for information only) and submitted for the Engineer notice. Any changes to these trigger
levels during the Works shall be subject to the notice of the Engineer.
(2) The general definitions for the trigger (Alert, Action & Alarm) levels are given below.
"Alert Level" shall initially be set as 0.5 times the serviceability limit movement for the
monitored element.
"Action Level" shall be set at 0.8 times the serviceability limit movement for the
monitored element.
"Alarm Level" shall initially be set at the serviceability limit movement for the monitored
element.
(3) The serviceability limit movement for a monitored element shall be the lesser of:
a) calculated design value for the serviceability limit movement for the monitored
element;
b) monitored element movement which would theoretically cause services disruption.
c) allowable structure or ground limits as defined by Burland et al (1977) worse than
“Slight” damage
(4) If any of the trigger levels are attained, the Response Actions shall comprise emergency
actions which could include the following and other necessary measures.
a) On reaching an “Alert Level‟ at any location, the Contractor shall immediately
submit a written report to the Engineer, reviewing all total and differential
movements / distortions to date, assessing the effects of the movements / distortions
on the monitoring elements and predicting further movement and their effect on
monitored elements based on the trend to date. Where it is considered and agreed by
the Engineer that movement trends indicate that “Action Level” may be reached
during the course of the works, the Contractor is required to submit proposals for
remedial measures to limit further movement for the notice of the Engineer. The
remedial proposals shall include the details of the remedial measures and their likely
efficiency. Notwithstanding the above, a change between consecutive readings
greater than 5mm shall necessitate the imposition of “Alert Level” status regardless
of the global movements.
b) On reaching an ”Action Level” at any location, the Contractor shall submit an
updated report reviewing the movements including differential movements and
distortion. The report shall assess the effects on monitored elements and predict
further movement and their subsequent effect on monitored elements. The report
shall allow for remedial works that have been implemented and shown to be
effective. In addition, revised “Alert Level” and “Action Level” values which take
into account the implemented remedial works shall be given notice by the Engineer
before work may be continued. The revised action levels shall be included in the
report detailing the full history of movements and future remedial measures
proposed to be adopted in relation to the actual construction sequence. Work may
only continue upon the written instruction of the Engineer.
c) On reaching an “Alarm Level”, all work shall be suspended within 30m of the
instrument. The Contractor shall provide a report detailing the full history of
movements and remedial measures adopted in relation to the actual construction
sequence together with recommendations for future remedial measures to allow the
work to proceed. Work may only be resumed upon the written instruction of the
Engineer.
(5) Throughout the construction period, all adjacent EBS shall be subject to regular
inspections by an experienced engineer. Signs of distress in any structures shall be
recorded and steps taken to alleviate the distress immediately.
v. Frequency of Monitoring
(1) Sufficient time shall be allowed between installation of instruments and
commencement of relevant site activities to enable a reliable set of base readings to
be established for all installed instrumentation. These time scales shall be agreed
with the Engineer when the Contractor submits his proposed instrumentation scheme.
(2) All instruments shall be connected to data logging equipment where possible so that
measurements can be taken on a continuous 24 hours basis. Data shall be accessible
via computers in the Engineer’s site offices. An alarm system shall be
incorporated into the computer network, with the alarm being activated if gauge
readings exceed either the agreed alert, action and alarm levels.
(3) Data of tilt meters should be collected with the help of portable readout
device, and later data should be downloaded to a PC/ laptop for reports
generation etc.
(4) Reports of monitoring results shall be submitted to the Engineer within 24 hours. A
detailed graphical presentation of historical values of monitoring shall be submitted
on a weekly basis in a format required by the Engineer. All results/information shall
be submitted on virus free CD. The information on the diskettes must be retrievable
using Microsoft Excel software running on compatible systems. Where a greater
frequency of monitoring is required than on a 24 hour cycle, the Contractor shall
submit the reading taken directly at the site to the Engineer on the same day.
(5) All instruments shall be suitably protected against accidental damage, vandalism
and adverse climatic conditions. Any damaged instrument shall be replaced
immediately, with a set of set of base readings being taken as soon after installation
as possible.
(6) The Contractor shall permanently record in both hard and soft (electronic) form for
future reference as required all readings and observations from each installed
instrument. The Contractor shall provide to the Engineer the updated weekly records
(in both hard and soft copy) for all instruments. These records shall show all
previous readings in both numerical and graphical form and include the location,
type and trigger levels for each instrument, noting any exceedances and any changes
soil/structure interaction, structural behavior, and the possible effects of differential stiffness
of the foundations.
As a result of the Stage 3 analysis, the requirement for any protective works shall be
established and the details of any protective works including designs and method of working
determined. Details of such works shall be submitted to the Engineer for notice.
1.5 Site standards as the Permanent Works. However, Temporary Works design
may take into account the limited duration over which such temporary works
are expected to function. The calculations and drawings shall make clear where
provision for limited duration has been allowed for, particularly where this may
have a substantial influence on the stability of the Temporary Works.
(1) The design of Temporary Works shall take account of all the applied external forces and
imposed structural deformations and, where applicable, the effects of removal of load
from the ground.
i. Design of Temporary Excavation Support
(1) Excavations for cut-and-cover structures in soft ground shall be supported by diaphragm
walls, secant piles or similar which may be incorporated into the Permanent Works. Design
of these elements shall include full step-by-step analyses of the progressive change in the
loading and required temporary support conditions as the excavation proceeds and
subsequently as these temporary elements are integrated into the Permanent Works.
(2) Braced excavations shall be analysed by finite element or similar methods in which the
changes in ground stresses are properly related to the deflections which occur in the
structural elements, by the use of appropriate stiffness and other parameters. Relevant
empirical evidence from similar excavations must be referred to in support of the
conclusions of the analyses. Simplified analytical models and methods shall be employed to
calibrate and support finite element analyses of the various permutations of structure
geometry and loading.
(3) The Contractor shall carry out a risk assessment for all EBS within the influence of the
Works in accordance with the Contract. The analyses for the Temporary Works shall be
properly related to the conclusions of this risk assessment.
(4) Temporary works shall be designed as far as possible to be removed when no longer
required, and shall not be left in the ground. Temporary works which are viewed as being
impossible to remove on completion of the Permanent Works shall be dismantled to a
minimum depth of 3 metres below the finished ground surface and designed so that there
will be no risk of ground settlement or other deleterious effects as a consequence of decay
and/or collapse of these Temporary Works.
ii. Ground Movements
The Temporary and Permanent Works designs shall limit ground movement and distortions
around the site and to avoid damage to adjacent EBS.
iii. Construction Dewatering
(1) Temporary dewatering of construction excavations will be required to provide an
undisturbed, stable and dry subgrade to permit construction and backfilling of the
Permanent Works under dry conditions.
(2) In general, the groundwater within the excavations shall be maintained at a level the
permits achievement of the above and avoids heave, piping or base failure of the
excavation.
(3) Temporary dewatering methods and system operations, along with other required
temporary works, shall not lower the groundwater outside the walls supporting the
excavations, nor result in settlement, distortion or loss of ground at adjacent EBS.
(4) The Contractor shall prepare and submit his design of his construction dewatering system
to the Engineer for his notice. The construction dewatering design shall include
determination of subsurface conditions and geotechnical design parameters, analyses to
establish feasible methods, and system definition in sufficient detail to demonstrate that
the general objectives can be achieved without adverse effect on adjacent EBS. The
selected system shall generally provide for continuous (24-hour- per-day) operation,
adequate reserve equipment, and standby power.
TABLE 1.4: BUILDING DAMAGE CLASSIFICATION
Building Damage Classification1
(after Burland et al, 1977 and Boscardin and Cording, 1989)
1 2 3 4 5
Risk Description Description of Typical Damage and Likely Approx2 Max
Catego of Degree of Form of Repair for Typical Masonry Crack Width Tensile
ry Damage Buildings (mm) Strain %
0 Negligible Hairline cracks. Less than
0.05
1 Very Fine cracks easily treated during normal redecorations. 0.1 to 1 0.05 to
Slight Perhaps isolated slight fracture in building. Cracks in 0.075
exterior brickwork visible upon close inspection.
2 Slight Cracks easily filled. Redecoration probably required. 1 to 5 0.075 to
Several slight fractures inside building. Exterior 0.15
cracks visible: some re- pointing may be required for
weather tightness. Doors and windows may stick
slightly.
3 Moderate Cracks may require cutting out and patching. 5 to 15 or a 0.15 to
Recurrent cracks can be masked by suitable linings. number of 0.3
Tack-pointing and possibly replacement of a small cracks greater
amount of exterior brickwork may be required. Doors than 3
and windows sticking. Utility services may be
interrupted. Water tightness often impaired.
4 Severe Extensive repair involving removal and replacement 15 to 25 but also Greater
of sections of walls, especially over doors and depends on than 0.3
windows required. Windows and door frames number of
distorted. Floor slopes noticeably. Walls lean or bulge cracks
noticeably, some loss of bearing in beams. Utility
services disrupted.
5 Very Severe Major repair required involving partial or complete Usually greater
reconstruction. Beams, load- bearing, walls lean badly than 25 but
and require shoring. Windows broken by distortion. depends on
Danger of instability. number of
cracks
Notes :
1. The table is based on the work of Burland et al (1977) and includes typical maximum
tensile strains for the various damage categories (column 5) used in the stage 2
settlement analyses.
2. Crack width is only one aspect of damage & should not be used on its own as its direct
measure
installations are done by Trained Electricians. These installations shall be maintained and daily
maintenance records must be made available for inspection of the Engineer.
CAMP DISCIPLINE
The Contractor shall take requisite precautions, and use his best endeavors to prevent any
riotous or unlawful behavior by or amongst his workmen, and others, employed directly or
through Sub-contractors. These precautions shall be for the preservation of the peace and
protection of the inhabitants and security of property in the neighborhood of the Works. In the
event of the Engineer requiring the maintenance of a Special Police Force at or in the vicinity
of the site, during the tenure of the work, the expenses thereof shall be borne by the Contractor
and if paid by the Engineer, shall be recoverable from the Contractor.
The sale of alcoholic drinks or other intoxicating drugs or beverages upon the work, in any
labour camp, or in any of the buildings, encampments or tenements owned or occupied by, or
within the control of, the Contractor or any of his employees directly or through Sub-
contractors employed on the work, shall be forbidden, and the Contractor shall exercise his
influence and authority to secure strict compliance with this condition. The Contractor shall
also ensure that no labour or employees are permitted to work at the site in an intoxicated state
or under the influence of drugs.
The Contractor shall remove from his camp such labour and their families, who refuse to accept
protective inoculation and vaccination when called upon by the Medical Authority. Should
Cholera, Plague or any other infectious disease break out, the Contractor shall at his own cost
burn the huts, bedding, clothes and other belongings of, or used by, the infected parties. The
Contractor shall promptly erect new huts on healthy sites as required by the Engineer, within
the time specified by the Engineer, failing which the work may be done by the Engineer and the
cost recovered from the Contractor.
LABOUR ACCOMMODATION
The Contractor shall provide living accommodation that is equal to or exceeds the minimum
criteria established in the following sub-sections, needed to house his staff, workers employed
directly or through Sub-contractors. The buildings shall be constructed so as to have a
minimum life of not less than the length of the Contract.
(a) The roofs shall be watertight and laid with suitable non-flammable materials permissible
for residential use under local regulations and for which a Notice from the Engineer has
been obtained.
(b) Each hut shall have suitable ventilation. All doors, windows, and ventilators shall be
provided with security leaves and fasteners. Back to back units must be avoided.
(c) The minimum height of each unit shall be 2.10m and shall have separate cooking place.
(d) Suitable number of common toilets/bath facilities shall be provided.
WATER SUPPLY
The Contractor shall provide an adequate supply of water for the use of labourers in the Camp.
The provision shall not be less than two gallons of pure and wholesome potable water per head
per day for drinking purposes and three gallons of clean water per head per day for bathing and
washing purposes. Where piped water supply is available, supply shall be at stand posts and
where the supply is from wells or river, tanks of plastic, metal or masonry shall be provided.
The Contractor shall also at his expense make arrangements for the provision and laying of
water pipelines from the existing mains wherever available and shall pay for all the fees and
charges therefore.
DRAINAGE
The Contractor shall provide efficient arrangements for draining away spillage water so as to
keep the camp neat and tidy. Surface water shall be drained away from paths and roads and
shall not be allowed to accumulate into ditches or ponds where mosquitoes can breed.
SANITATION
The Contractor shall make arrangements for conservancy and sanitation in the labour camps
according to the rules and regulations of the Local Public Health and Medical Authorities.
The Contractor shall provide a sewage system that is adequate for the number of residents in
the camp, and which meets the requirements of the Municipality Authorities.
FIRST-AID FACILITIES
At every work place, there shall be provided and maintained, so as to be easily accessible
during working hours, first-aid boxes at the rate of not less than one box for 150 contract labour
or part thereof ordinarily employed
The first-aid box shall be distinctly marked with a red cross on white back ground and shall
contain
a) For work places in which the number of contract labour employed does not exceed 50-the
following equipment: -
Each first-aid box shall contain the following equipment’s: -
i. small sterilized dressings.
ii. medium size sterilized dressings.
iii. large size sterilized dressings.
iv. large sterilized burn dressings.
v. (30 ml.) bottle containing a two percent alcoholic solution of iodine.
vi. small sterilized dressings.
1. medium size sterilized dressings.
2. large size sterilized dressings.
vii. large sterilized burn dressings.
viii. 1 (30 ml.) bottle containing a two percent alcoholic solution of iodine.
ix. 1 (30 ml.) bottle containing salvolatile having the dose and mode of
administration indicated on the label.
x. 1 snakebite lancet.
xi. 1 (30 gms.) bottle of potassium permanganate crystals.
xii. 1 pair scissors
xiii. 1 copy of the first-aid leaflet issued by the Director General, Factory Advice
Service and Labour Institutes, Government of Employer.
1. Drinking Water
i. In every work place, there shall be provided and maintained at suitable places, easily
accessible to labour, a sufficient supply of cold water fit for drinking
ii. Where drinking water is obtained from an Intermittent public water supply, each work
place shall be provided with storage where such drinking water shall be stored
iii. Every water supply or storage shall be at a distance of not less than 50 feet from any
latrine drain or other source of pollution. Where water has to be drawn from an
existing well which is within such proximity of latrine, drain or any other source of
pollution, the well shall be properly chlorinated before water is drawn from it for
drinking. All such wells shall be entirely closed in and be provided with a trap door
which shall be dust and waterproof
iv. A reliable pump shall be fitted to each covered well, the trap door shall be kept locked
and opened only for cleaning or inspection which shall be done at least once a month
2. Washing Facilities
i. In every work place adequate and suitable facilities for washing shall be provided and
maintained for the use of contract labour employed therein.
ii. Separate and adequate cleaning facilities shall be provided for the use of male and
female workers
Such facilities shall be conveniently accessible and shall be kept in clean and hygienic
condition
3. Latrines And Urinals
(i) Latrines shall be provided in every work place on the following scale namely: -
(a) Where female are employed, there shall be at least one latrine for every 25 females.
(b) Where males are employed, there shall be at least one latrine for every 25 males,
provided that, where the number of males or females exceeds 100, it shall be
sufficient if there is one latrine for 25 males or females as the case may be up to the
first 100, and one for every 50 thereafter
(ii) Every latrine shall be under cover and so partitioned off as to secure privacy, and
shall have a proper door and fastenings
(iii) Construction of latrines: The inside walls shall be constructed of masonry or some
suitable heat-resisting non-absorbent materials and shall be cement washed inside and
outside at least once a year, Latrines shall not be of a standard lower than borehole
system
(iv) Where workers of both sexes are employed, there shall be displayed outside each
block of latrine and urinal, a notice in the language understood by the majority of the
workers “For Men only” or “For Women Only” as the case may be. The notice shall
also bear the figure of a man or of a woman, as the case may be
(v) There shall be at least one urinal for male workers up to 50 and one for female
workers up to fifty employed at a time, provided that where the number of male or
female workmen, as the case may be exceeds 500, it shall be sufficient if there is one
urinal for every 50 males or females up to the first 500 and one for every 100 or part
thereafter
(vi) The latrines and urinals shall be adequately lighted and shall be maintained in a clean
and sanitary condition at all times.
(vii) Latrines and urinals other than those connected with a flush sewage system shall
comply with the requirements of the Public Health Authorities
(viii) Water shall be provided by means of tap or otherwise so as to be conveniently
accessible in or near the latrines and urinals
(ix) Disposal of excreta: - Unless otherwise arranged for by the local sanitary authority,
arrangements for proper disposal of excreta by incineration at the work place shall be
made by means of a suitable incinerator. Alternately excreta may be disposed of by
putting a layer of night soil at the bottom of a pucca tank prepared for the purpose and
covering it with a 15 cm. layer of waste or refuse and then covering it with a layer of
earth for a fortnight (when it will turn to manure).
(x) The Contractor shall at his own expense, carry out all instructions issued to him by
the Engineer to effect proper disposal of night soil and other conservancy work in
respect of the Contractor’s workmen or employees on the site. The Contractor shall be
responsible for payment of any charges which may be levied by Municipal Authority
for execution of such on his behalf.
4. Provision Of Shelter During Rest
At every place there shall be provided, free of cost, four suitable sheds, two for meals and the
other two for rest separately for the use of men and women labour. The height of each shelter
shall not be less than 3 metres (10 ft.) from the floor level to the lowest part of the roof. These
shall be kept clean and the space provided shall be on the basis of 0.6 sqm. (6 sft.) per head.
Provided that the Engineer may permit subject to his satisfaction, a portion of the building
under construction or other alternative accommodation to be used for the purpose
5. Creches
(i) At every work place, at which 20 or more women worker are ordinarily employed,
there shall be provided two rooms of reasonable dimensions for the use of their
children under the age of six years. One room shall be used as a play room for the
children and the other as their bedroom. The rooms shall be constructed with
specifications as per clause 19H (ii) a, b & c
(ii) The rooms shall be provided with suitable and sufficient openings for light and
ventilation. There shall be adequate provision of sweepers to keep the places clean
(iii) The Contractor shall supply adequate number of toys and games in the play room and
sufficient number of cots and beddings in the bed room
(iv) The Contractor shall provide one ayaa to look after the children in the crèche when
the number of women workers does not exceed 50 and two when the number of
women workers exceed 50
(v) The use of the rooms earmarked as crèches shall be restricted to children, their
attendants and mothers of the children
6. Canteens
In every work place where the work regarding the employment of contract labour is likely to
continue for six months and where in contract labour numbering one hundred or more are
ordinarily employed, an adequate canteen shall be provided by the Contractor for the use of
such contract labour meeting the following requirements :
(i) The canteen shall be maintained by the Contractor in an efficient manner
(ii) The canteen shall consist of at least a dining hall, kitchen, storeroom, pantry and washing
places separately for workers and utensils
(iii) The canteen shall be sufficiently lighted at all times when any person has access to it.
(iv) The floor shall be made of smooth and impervious materials and inside walls shall be
lime-washed or colour washed at least once in each year. Provided that the inside walls
of the kitchen shall be lime-washed every four months
(v) The premises of the canteen shall be maintained in a clean and sanitary condition
(vi) Waste water shall be carried away in suitable covered drains and shall not be allowed to
accumulate so as to cause a nuisance
(vii) Suitable arrangements shall be made for the collection and disposal of garbage
(viii) The dining hall shall accommodate at a time 30 per cent of the contract labour working at
a time
(ix) The floor area of the dining hall, excluding the area occupied by the service counter and
any furniture except tables and chairs shall not be less than one square metre (10 sft.) per
diner to be accommodated as prescribed in sub-Rule 9
(x) A portion of the dining hall and service counter shall be partitioned off and reserved for
women workers in proportion to their number. Washing places for women shall be
separate and screened to secure privacy
(xi) Sufficient tables stools, chair or benches shall be available for the number of diners to be
accommodated as prescribed in sub-Rule 9
(xii) There shall be provided and maintained sufficient utensils crockery, furniture and any
other equipment’s necessary for the efficient running of the canteen
(xiii) The furniture utensils and other equipment shall be maintained in a clean and hygienic
condition
(xiv) Suitable clean clothes for the employees serving in the canteen shall be provided and
maintained
(xv) A service counter, if provided, shall have top of smooth and impervious material.
(xvi) Suitable facilities including an adequate supply of hot water shall be provided for the
cleaning of utensils and equipment’s
(xvii) The food stuffs and other items to be served in the canteen shall be in conformity with
the normal habits of the contract labour
(xviii) The charges for food stuffs, beverages and any other items served in the canteen shall be
based on ‘No profit, No loss’ and shall be conspicuously displayed in the canteen.
(xix) In arriving at the price of foodstuffs, and other article served in the canteen, the
following items shall not be taken into consideration as expenditure namely: -
a. The rent of land and building.
b. The depreciation and maintenance charges for the building and equipments provided
for the canteen
c. The cost of purchase, repairs and replacement of equipments including furniture,
crockery, cutlery and utensils
d. The water charges and other charges incurred for lighting and ventilation
e. The interest and amounts spent on the provision and maintenance of equipment’s
provided for the canteen.
The accounts pertaining to the canteen shall be audited once every 12 months by registered
accountants and auditors
7. Anti-Malarial Precautions
The Contractor shall at his own expense, conform to all anti-malarial instructions given to him
by the Engineer including the filling up of any borrow pits which may have been dug by him.
The above rules shall deemed to be incorporated in the Conditions of Contract and shall form
an integral part of the contracts
8. Amendments
Government may, from time to time, add to or amend these rules and issue directions - it may
consider necessary for the purpose of removing any difficulty which may arise in the
administration thereof.
TENDER DOCUMENTS
FOR
VOLUME 6
SUPERINTENDING ENGINEER
Special Project Circle-I
NO: 493,Anna Salai, Nandanam,
Chennai-600035, Tamil Nadu.
Phone No:044-24353544
e.mail : sespc1@ gmail.com
TENDER DOCUMENTS
FIDIC Conditions of Contract for Construction for Building and Engineering Works
Volume 2 designed by the Employer (2017 Edition);
Section V- General Conditions
Section VI - Particular Conditions
TABLE OF CONTENTS
1. PREAMBLE
2. BILL OF QUANTITIES
PREAMBLE
1. Preamble
1.1 The Bill of Quantity shall be read in conjunction with the NIT, Instruction to Tenderers, Employer’s
Requirements and all tender documents, specifications, Drawings which form part of the Tender
Document.
1.2 The Tenderer shall quote for each item in the Bill Of Quantities inclusive of all charges, profit,
overheads etc.
1.3 The pricing of this contract will be governed by the Conditions of the Contract, Employer’s
requirement, specification and drawings.
1.4 The item descriptions, given, are general summaries only, therefore no omission from, or error in,
item descriptions within this Bill of Quantities shall warrant an adjustment of the Contract Price nor
entitle the contractor to seek an extension of time under the Contract.
1.5 The quantity for each item has been detailed in Bill of Quantities. The quantities included in the Bill
of Quantities are for finished items of work 100% complete in all respects, and shall be held to include
all surveys, investigations, waste on materials, duties, landing charges, shipping costs for transport
by air, sea or land (or any combination thereof), insurance, import taxes and duties, unloading,
storage, getting into position, hoisting, lowering, erection, distributing to positions, fixing, temporary
works including false-work and formwork (shuttering), excavation, removal of debris, labour,
materials, scaffolding and staging, plant, supervision, coordination, testing and commissioning,
maintenance, Tenderer’s profit and establishment/ overheads, all general risks, insurance liabilities,
compliance of labour laws and taxes/ duties etc. as per statuary obligations set out or implied in the
Contract, for all heights, lifts, loads and depth, making good prior to handing over to the Engineer
and anything reasonably to be inferred from the description of the item and indispensably necessary
thereto, and all other requirements of the Contract.
1.6 The activity descriptions for items within Bill of Quantities shall be deemed to cover all aspects of
the relevant item scope, irrespective of the fact that the Tenderer may not have inserted an amount
against any item description. The total amount of each item shall be deemed inclusive of all of the
Tenderer’s obligations to execute the part of the Works covered by the item and to perform all of his
other obligations under the Contract in respect thereof. The Tenderer shall not be entitled to receive
any further or additional payment in respect of such item. The whole cost of complying with the
provisions of the Contract shall be included in the Items provided in the priced Bill of Quantities, and
where no Items are provided, the cost shall be deemed to be distributed among the rates and prices
entered for the related Items of Work
1.7 General directions and descriptions of work and materials are not necessarily repeated nor
summarized in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering prices against each item in the priced Bill of Quantities.
The item descriptions, given, are general summaries only, therefore no omission from, or error in,
item descriptions within this Bill of Quantities shall warrant an adjustment of the Contract Price nor
entitle the Contractor to seek an extension of time under the Contract. The activity descriptions for
items within Bill of Quantities shall be deemed to cover all aspects of the relevant item scope,
irrespective of the fact that the Tenderer may not have inserted an amount against any item
description. The total amount of each item shall be deemed inclusive of all of the Tenderer’s
obligations to execute the part of the Works covered by the item and to perform all of his other
obligations under the Contract in respect thereof. The Tenderer shall not be entitled to receive any
further or additional payment in respect of such item.
1.8 The basis of payment will be the actual quantities of work ordered and carried out, as measured by
the Tenderer and certified by the Engineer and valued at the rates and prices bid in the priced Bill of
Quantities, where applicable, and otherwise at such rates and prices as the Engineer may fix within
the terms of the Contract.
1.9 Tenderer will be paid according to the rates quoted in the BOQ and accepted by the Employer.
1.10 Rates quoted by the Tenderer in tender in figures and words shall be accurately filled in so that there
is no discrepancy in the rates written in figures and words. If on check there are differences between
the rates quoted by the contractor in words and in figures or in the amount worked out by him, the
following procedure shall be followed:
i. if there is a discrepancy between the unit price and the total price that is obtained by multiplying
the unit price and quantity, the unit price shall prevail and the total price shall be corrected,
unless in the opinion of the Tender Scrutiny Committee there is an obvious misplacement of
the decimal point in the unit price, in which case the total price as quoted shall govern and the
unit price shall be corrected;
ii. if there is an error in a total corresponding to the addition or subtraction of subtotals, the
subtotals shall prevail and the total shall be corrected; and
iii. if there is a discrepancy between words and figures, the amount which is lower shall prevail.
1.11 Tenderer shall quote for all item of work and in case Tenderer does not quote for any items, it will be
presumed that the cost of said item is already included in other items and the contractor shall execute
the item without any extra cost to Employer.
1.12 The Tenderer shall sign on all pages of the Volume- 6 – Bill of Quantities.
1.13 The Tenderer shall quote the rates in prescribed format only provided in the Volume 6- Bill of Quantities.
1.14 The rate quoted shall be inclusive of GST.
2.2 The unit rates noted below are those governing payment for the extras or deductions or omissions or
alterations according to the conditions of contract as setforth in the according to Conditions of Contract,
Employer’s Requirement, Construction Specifications and Preliminary Specification of the Tamil Nadu
Building Practice and other conditions of specifications of this contract.
2.3 It is to be expressly understood that the measured work is to be taken nett. (not withstanding any custom
of practice to the contrary) according to the actual quantities when in place and finished according to the
drawings or as may be ordered from time to time by the Engineer, as the cost calculated by measurement
or weight at the respective prices quoted are for the work in situ and in every respects.
Authorized Signatory
BILL OF QUANTITIES
S. No. Unit Qty Description of work Item Ref. Rate in figures and in words Unit in Amount
No. figures
and
words
1 R C C diaphragm wall
a Cum 6331.00 Constructing cast-in situ RCC diaphragm wall by providing SPL 1 cu.m
and laying machine batched, machine mixed, self (One
compacting, ready mix reinforced cement concrete, tremie cubic
controlled, of M 40 grade using graded stone aggregateof metre)
20mm max. size, OPC or PPC as recommended by the IIT
/ Anna University / PWD design mix as per approved
design as per specification including providing and mixing
required admixtures in recommended proportions as per
IS: 9103, as approved by the Engineer-in-charge, for
achieving 150-200mm slump, for diaphragm wall having
thickness as per approved structural design not exceeding
800 mm, in pannels of required depth and lengths as per
approved drawing, including constructing necessary guide
walls as required and as specified including
boring/Trenching in all kinds of soils and rocks by garb
equipment, including working in or under water and/ or
liquid mud, in foul conditions and pumping or balling out of
water and dewatering, removing slush, including disposal
of earth/ rock / slush, excess slurry etc. for all leads and
all lifts, including preparing, providing and re-circulating
bentonite slurry in the trench as and when required for all
depths, including agitating bentonite slurry during trenching
etc., Providing and fixing stop ends or form tubes with steel
tubes of 900mm outer diameter or any othe approved type,
with water stopers, upto the required depth of diaphragm
wall including extracting the same after casting, including
chipping off the bentonite adulterated concrete or unsound
concrete up to the cut off level for obtaining the sound
concrete, dressing undulations on the exposed face of
diaphragm wall after excavation by chipping/ chiselling etc.,
including filling the depression/ cavities with sound concrete
etc. complete and as directed by the Engineer-in-charge,
Pile work
d Rmt. 525.00 1200 mm dia pile for skybridge pylons SPL Running
metre
b per 1.00 600 mm dia pile with Socket depth -13.5 D and with Design SPL per test
test load - 425 T , Testing load at 2 times - 850 T
c per 1.00 1000 mm dia pile with Socket depth -8D and with Design SPL per test
test load - 640 T , Testing load at 2 times - 1280 T
Routine pile Pull out Load test
per 3.00 600 mm dia pile with Socket depth -8D and with Design SPL per test
d test load - 200 T ,Testing load at 1.5 times - 200x1.5=300 T
per 1.00 600 mm dia pile with Socket depth -13.5 D and with Design SPL per test
e test load - 425 T , Testing load at 1.5 times - 637.5 T
per 4.00 1000 mm dia pile with Socket depth -8D and with Design SPL per test
f test load - 640 T ,Testing load at 1.5 times - 640x1.5=960 T
h per 1.00 600 mm dia pile with Socket depth -11 D and with Design SPL per test
test load - 425 T , Testing load at 2 times - 850 T
i per 2.00 1000 mm dia pile with Socket depth -8D with Design load - SPL per test
test 730 T, Testing load at 2 times - 1460 T
Routine pile Pull out Load test
j per 4.00 600 Dia Piles with Socket depth -6D, Design load - 210 T, SPL per test
test Testing load at 1.5 times - 210x1.5=315 T
l per 5.00 1000 Dia Piles with Socket depth -8D, Design load - 730 T, SPL per test
test Testing load at 1.5 times - 730x1.5=1095 T
Initial pile Pull Out Load test
m per 2.00 600 mm dia pile with Socket depth -5D and with Design SPL per test
test load - 190 T, Testing load at 2 times - 380 T
n per 1.00 600 mm dia pile with Socket depth -7 D and with Design SPL per test
test load - 230 T , Testing load at 2 times -460 T
o per 2.00 1000 mm dia pile with Socket depth -7D with Design load - SPL per test
test 685 T, Testing load at 2 times - 1370 T
p per 2.00 600 mm dia pile for Skybridge pylon with socket depth and SPL per test
test design load as per structure drawing and design with
Testing load at 2 times the design load
q per 2.00 1200 mm dia pile for Skybridge pylon with socket depth SPL per test
test and design load as per structure drawing and design with
Testing load at 2 times the design load
Routine pile Pull out Load test
r per 4.00 600 Dia Piles with Socket depth -5D, Design load - 190 T, SPL per test
test Testing load at 1.5 times - 190x1.5= 285 T
s per 1.00 600 mm dia pile with Socket depth -7 D and with Design SPL per test
test load - 230 T , Testing load at 1.5 times - 345 T
t per 3.00 1000 mm dia pile with Socket depth -7D with Design load - SPL per test
test 685 T, Testing load at 1.5 times - 1027.5 T
u per 2.00 600 mm dia pile for Skybridge pylon with socket depth and SPL per test
test design load as per structure drawing and design with
Testing load at 1.5 times the design load
v per 2.00 1200 mm dia pile for Skybridge pylon with socket depth SPL per test
test and design load as per structure drawing and design with
Testing load at 1.5 times the design load
6 per 1105.00 Integrity testing of Pile using Low Strain/ Sonic Integrity SPL per test
test Test/ Sonic Echo Test method in accordance with IS 14893
including surface preparation of pile top by removing soil,
mud, dust & chipping lean concrete lumps etc. and use of
computerised equipment and high skill trained personal for
conducting the test & submission of results, all complete as
per direction of Engineer-in-charge.
10 Cum 2100.00 Earthwork excavating in SDR and depositing on bank with Sch .Item 1 cu.m
initial lead of 10m & initial lift of 2m in soft disintegrated N0-67, SPL (One
rock,laterite , soft rock , or kankar not requiring blastering cubic
etc complete complying with standard specifiction and in metre)
Top Down construction as per approved Construction
Methodology complete and as directed by the departmental
officers / Engineer in Charge.
12 Cum 23165.20 Supplying and filling in foundation and basement and Plinth SS 24 & 25 1 cu.m
with M Sand / STONE DUST as approved by Engineer in (One
Charge in layers of 150 mm thickness well watered cubic
rammed and consolidated complying with relevant standard metre)
specifications including cost of filling, compaction, complete
as per specifications and as directed by the Departmental
officers / Engineer in Charge.
13 Cum 2824.18 Refilling with excavated earth other than M-sand with an SS 24 & 25 1 cu.m
initial head lead of 100 mts. and depositing the earth as (One
shown by the departmental officers in layers of not more cubic
than 15 cm thick well rammed, watered and consolidated metre)
etc. complete complying with standard specification and as
directed by the Departmental officers / Engineer in Charge.
14 Sqm 56762.68 Providing and laying dry rubble stone hard core soling of SPL 1 sq.m
230mm consolidated thickness in sub base to floor and in (One
plinth protection to required levels and lines with first square
quality rubble, hand set, well packed including filling the metre)
interstices with smaller stone chips, supplying &
finishing/blinding the surfaces with approved blinding
quality murrum including watering, consolidation etc.
complete as per specifications, drawings & as directed by
Engineer in Charge.
15 Cum 252.17 Providing and Laying Cement Concrete 1:4:8 (One SS 28 1 cu.m
Cement, four sand and eight hard broken stone jelly) using (One
40 mm gauge hard broken granite stone jelly for foundation cubic
including dewatering wherever necessary and laid in layers metre)
of not more than 15 cm thick well rammed, consolidated
and curing etc. complete complying with standard
specification & as directed by Engineer in Charge for all
leads and lifts.
17 Sqm 4954.82 Supplying and erecting steel centering including necessary SS 30 (S), 1 sq.m.
supports for plane surfaces for Reinforced Cement 86 & 86 (A) (One
Concrete works such as column footings, column square
pedestals, plinth beams, grade beams, staircase steps, etc. metre)
which require only nominal strutting using mild steel sheets
of size 90cm x 60cm and 10 BG stiffened with welded mild
steel angles of size 25mm x 25mm x 3 mm for boarding,
laid over silver oak joists of size 10cm x 6.5cm spaced at
about 75cm centre to centre or at suitable intervals etc.
complete in all floors complying with standard specifcation
complete as directed by Engineer in Charge for all leads
and lifts. (Payment for centering shall be given after the
concrete is laid)
22 Cum 26.10 Providing and laying in position, Standardised Concrete Mix SS 30, 1 cu.m
M-25 Grade in accordance with IS:456-2000, using 20mm Std (One
and down graded hard broken granite stone jelly for all Concrete cubic
RCC items of works as recommended by the IIT / Annna Mix Data metre)
University / PWD design mix in recommended proportions Item-2
to accelerate, retard setting of concrete, improve
workability without impairing strength and durability
excluding cost of reinforcement grill and fabricating
charges, centering and shuttering but including laying,
vibrating with mechanical vibrators, finishing, curing, etc.
and providing fixtures like fan clamps in the RCC floor/ roof
slabs wherever necessary without claiming extra, etc.,
complete complying with standard specification and as
directed by the departmental officers for all leads and lifts.
The coarse and fine aggregates to be used should comply
with the requirements of IS Standards. (No separate
payment will be made by the Department for the excess
usage of materials).
but in Foundation
28 MT 14280.56 Supplying, fabricating and placing in position of Mild steel SS 30, & 8 1 MT(
Grills/Ribbed Tor Steels for reinforcement as Sch .Item One
recommended by structural design for all floors for all leads N0-134 Metric
and lifts including cost of steel, binding wire, bending, Tonne)
tying, cover block etc, all complete complying with relevant
standard specification and as directed by the departmental
officers / Engineer in Charge.
b Sqm 15446.00 Providing and laying vaccum dewatering concrete flooring SPL 1 sq.m.
with floor hardener of approved make to be sprinkeled at (One
the rate of 5 kg/sqm before mechanical troweeling as per square
manufacturer's specifications including mixing, tamping metre)
mechanically, consolidating, leveling cement concrete of
grade M25 Design Mix in grade slab, 100 mm thick
including suction drying, mechanical trowelling (power float)
and finishing, curing, cutting expansion grooves and filling
expansion grooves with polysulphide joint fillers complete
as specified and directed by Engineer in charge including
shuttering, including reinforcement, doweled construction
joints for all leads and lifts as per drawings.
34 Sqm 6342.38 Providing & laying the floor with kota stone slab of SPL 1 sq.m.
minimum size 600 x 600 of 18 / 20mm (un-polished) in all (One
floors laid in of cement mortar 1:3 (one cement three M- square
sand), 20mm thick and pointed with matching colour metre)
cement/ epoxy grout neatly including mirror polishing etc.,
so as to perfectly smooth and glossy and including hire
charges for polishing machine and power consumption
charges etc. for all leads and lifts. The kota stone slabs and
other materials to be used shall be got approved by the
Engineer in Charge before use on work, etc., complete as
per specification.
36 Rmt. 6732.40 Providing & laying Kota stone slabs 20 mm thick in risers of SPL Running
steps (single piece stone shall be used for staircase riser) metre
, skirting, dado and pillars laid on 12 mm (average) thick
cement mortar 1:3 (1 cement: 3 M-sand) and jointed with
grey cement slurry mixed with pigment / epoxy grout to
match the shade of the slabs, including rubbing and mirror
polishing complete for all leads and lifts complete as
directed by Engineer in Charge.
37 Sqm 3231.00 Providing & laying the floor with best approved quality fine SS 30 1 sq.m.
polished Granite Stone Slabs of size 1200 x 600 of 18 / (One
20mm thick of approved colour with machine cut edges laid square
over a cement mortar bed of 20mm thick using cement metre)
mortar 1:3 (One cement and three M-sand) fixing the slabs
with required cement slurry and laid in true right angles with
minimum possible width of joints and finishing joint with
Laticrete or Araldite joint filler or approved equivalent joint
filler of approved shade etc.complete for all leads and lifts
complete as directed by Engineer in Charge. The granite
stone slabs and other materials to be used shall be got
approved by the Executive Engineer concerned before use
on work, etc., complete as per standard speicification.
38 Sqm 681.00 Providing & laying the floor with best approved quality SS 30 1 sq.m.
Flamed finish polished Granite Stone Slabs of size 1200 x (One
600 of 18 / 20mm thick of approved colour with machine Square
cut edges laid over a cement mortar bed of 20mm thick metre)
using cement mortar 1:3 (One cement and three m-sand)
fixing the slabs with required cement slurry and laid in true
right angles with minimum possible width of joints and
finishing joint with Laticrete or Araldite joint filler or
approved equivalent joint filler of approved shade
etc.complete for all leads and lifts complete as directed by
Engineer in Charge. The granite stone slabs and other
materials to be used shall be got approved by the
Executive Engineer concerned before use on work, etc.,
complete as per standard speicification.
43 Sqm 3761.00 Mirror polishing on marble work/Granite work/stone work SPL 1 sq.m.
where ever required to give high gloss finish complete. (One
square
metre)
44 Rmt. 9076.00 Extra for pre finished nosing to treads of steps of Granite SOR-32b Running
stone. metre
46 Rmt. 4927.00 Providing and laying Double Charged Vitrified Tiles in SS 39.A Running
different sizes, with water absorption less than 0.08 % and metre
conforming to I.S. 15622, of approved make, in all colours
& shade, in skirting, riser of steps, over 12 mm thick bed of
cement mortar 1:3 (1 cement: 3 coarse m-sand), jointing
with grey cement slurry @ 3.3kg/sqm including grouting the
joint with white cement & matching pigments etc. complete
for all leads and lifts complete as directed by Engineer in
Charge.
Size of Tile 600x600 mm & 12mm thick
47 Sqm 60.00 Providing and laying the floor with best quality Double SOR AnX- 1 sq.m.
Charged Vitrified Tiles of size 800 x 800 x 10mm of VI, S.No. 16 (One
approved colour, shade and quality laid in cement mortar Page No 41 square
1:3 (one cement and three m-sand) 20mm thick in all floors metre)
and the top pointed with the white cement mixed same
colour pigments etc., complete complying with standard
specification for all leads and lifts complete as directed by
Engineer in Charge.. (The make and brand of the tiles
should be got approved by Executive Engineer before use
on works)
48 Sqm 4990.00 Providing and laying the floor with best quality Double SOR AnX- 1 sq.m.
Charged Anti Skid Vitrified Tiles of size 600 x 600 x 8mm of VI, S.No. 14 (One
approved colour, shade and quality laid in cement mortar Page No 41 square
1:3 (one cement and three m-sand) 20mm thick in all floors metre)
and the top pointed with the white cement mixed same
colour pigments etc., complete complying with standard
specification for all leads and lifts complete as directed by
Engineer in Charge. (The make and brand of the tiles
should be got approved by Executive Engineer before use
on works)
50 Sqm 1185.00 Providing and laying antiskid Ceramic glazed floor tiles of SS 39.A 1 sq.m.
size 300x300 mm of 1st quality of approved make in (One
colourshades except White, Ivory, Grey, Fume Red Brown, square
laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 metre)
Coarse m-sand), Jointing with grey cement slurry @ 3.3
kg/sqm including pointing the joints with white cement and
matching pigment etc, complete for all leads and lifts
complete as directed by Engineer in Charge..
51 Sqm 3287.00 Providing and fixing Ist quality ceramic glazed wall tiles of SS 39.A 1 sq.m.
size 300 mm x 300 mm , of approved make, in all colours, (One
shades except burgundy, bottle green, black as approved square
by Engineer-in-Charge, in skirting, risers of steps and metre)
dados, over 12 mm thick bed of cement mortar 1:3 (1
cement : 3 coarse m-sand) and jointing with grey cement
slurry @ 3.3kg per sqm, including pointing in white cement
mixed with pigment of matching shade complete for all
leads and lifts complete as directed by Engineer in
Charge...
54 Sqm 4376.54 Finishing the top of terrace floor with one course of solar SOR-ANX- 1 sq.m.
reflective water proof, heat proof, cool proof tiles of size VI Page- (One
300mm x 300mm x 7mm of approved quality laid in cement 40/item 7 square
mortar 1:3 (One part of cement and three part of m-sand) metre)
mixed with chemical mineral powder (60 kg for 1000 Sqft)
(before laying tiles, the tiles should be dipped with salin
based nano liquid) and top pointing with cement mortar 1:3
(One part of cement and three part of M m-sand) mixed
with white cement, silicon powder and polymer additives
(20Kg of 1000 Sqft) and joint pointed with a base concrete
of PCC 1:2:4 using 6 to 10 mm metal for providing
necessary gradient at top of roof etc., complete complying
with standard specifications including cost of all materials,
labour charges for lifting to open terrace, laying and
finishing and other incidental charges etc., complete and as
directed by the departmental officers. (The Brand and
quality of tiles should be got approved from the Executive
Engineer before using)
b Rmt. 507.00 Manufacturing, Supplying and Fixing of Stainless Steel SOR-Page- Running
Hand rails for staircase near wet riser using 50mm dia 63/item 240 metre
304L Grade Stainless Steel pipe of 1.60mm thick will be
provided with tubular supports made of 304L Grade
Stainless Steel pipe of 25mm dia of 1.60mm thick welded
to the railing. The supports will be grouted into the wall and
provided with 93.00mm thick Stainless Steel circular base
plate of 304 Grade. The rate shall included for grouting into
concrete with necessary supporting arrangements the hand
rail in floor polishing buffing, bonding, cutting, grinding,
conveyance, welding charges, electrical charges, etc.
complete for all leads and lifts and as directed by Engineer
in Charge
56 Sqm 152908.32 Plastering with Cement Mortar 1:5 (One cement and Five SS 56, 57 1 sq.m.
m-sand), 12mm thick finished with neat cement in all floors (One
including scaffoliding, band cornice, curing etc. complete square
complying with standard specification for all leads and lifts metre)
and as directed by the departmental officers.
57 Sqm 20133.18 Plastering with Cement Mortar 1:5 (One cement and Five SS 56, 57 1 sq.m.
m-sand), 20mm thick using sulphate resistant cement (One
(SRC) for outside in all floors for all leads and lifts including square
scaffoliding, band cornice, curing etc. complete complying metre)
with standard specification and as directed by the
departmental officers.
Contractor No. of Corrections
56
58 Sqm 14796.54 Ceiling plastering and finishing the exposed surface of all SS 56, 57 1 sq.m.
RCC items of work such as slabs, beams, sunshades, (One
facia, canopy slab, staircase waist slab, landing slab etc., square
with Cement Mortar 1:3 (One Cement and Three m-sand) metre)
12mm thick including hacking the surfaces, providing
cement mortar nosing, beading for sunshades, staircases,
steps, landing slabs and curing, etc., in all floors for all
leads and lifts complying with standard specification and as
directed by the departmental officers. Ceiling plastering for
tenanted areas and areas having false ceiling will not be
done, unless directed by Engineer in Charge.
59 Sqm 64955.37 Column plastering and finishing the exposed surface of all SS 56, 57 1 sq.m.
RCC items of Column , with Cement Mortar 1:3 (One (One
Cement and Three m-sand) 12mm thick including hacking square
the surfaces, scaffolding and curing, etc., in all floors for all metre)
leads and lifts complying with standard specification and as
directed by the departmental officers
60 Sqm 6525.00 Plastering with Cement Mortar 1:3 (One Cement and Three SS 56, 57 1 sq.m.
m-sand) 20mm thick mixed with water proofing compound (One
conforming to BIS at 2% by weight of cement used using square
sulphate resistant cement (SRC) for outside including metre)
finsihing, scaffolding, curing, etc., complete in all floors for
all leads and lifts complying with standard specification and
as directed by the departmental officers.
61 Sqm 46369.00 Providing and applying 6 mm plaster on cement concrete SS 56, 57 1 sq.m.
or reinforced cement concrete work with white cement (One
based polymer modified self curing mortar of approved square
make making the surface smooth for taking the paint as metre)
per the direction of Engineer-In-Charge for all leads and
lifts. Maninly this item shall be executed in Basement and
other areas as diretced by the Engineer in Charge
63 Sqm 192051.37 Painting two coats of newly plastered wall surface with SS 65, 66(A) 1 sq.m.
ready mixed plastic emulsion paint of first class quality and (One
of approved colour over a priming coat including thorough square
scrapping, clean removal of dirt, and including necessary metre)
plaster of paris putty, wherever required etc., complete
complying with standard specification for all leads and lifts
and as directed by Engineer in Charge.
64 Sqm 1658.80 Painting new wood work with two finishing coats of SS 65, 66(A) 1 sq.m.
synthetic enamel ready mixed paint of approved quality and (One
colour over one coat priming coat in all floors including the square
cost of primer etc., complete complying with standard metre)
specification for all leads and lifts and as directed by
Engineer in Charge. (The make, quality and colour of paint
should be got approved by the Executive Engineer before
use on works.)
65 Sqm 1304.76 Painting new iron works such as steel doors, windows, SS 61 1 sq.m.
ventilators, window bars, balustrades etc., with two coats of (One
best approved first quality and colour of synthetic enamel square
paint over one coat of red oxide priming coat in all floors metre)
including cost of priming coat etc., complete complying with
standard specification for all leads and lifts and as directed
by Engineer in Charge. (The make, quality and colour of
paint should be got approved by the Executive Engineer
before use on works.)
66 Sqm 5036.54 Providing and applying plaster of paris putty of 2 mm SPL 1 sq.m.
thickness over plastered surface to prepare the surface (One
even and smooth complete for all leads and lifts and as square
directed by Engineer in Charge.. metre)
68 Sqm 17720.00 White washing two coats with freshly burnt white shell lime SPL 1 sq.m.
in all floors including cost of lime, blue powder fevicol type (One
gum, brushes, scaffolding charges, etc., complete square
complying with standard specification and as directed for metre)
all leads and lifts and as directed by Engineer in Charge...
Note :- All External & internal Paints shall be of low VOC
(Volatile organic compound) content as per LEED
72 Kg 318.00 Supplying and fixing Mild Steel grills as per the design SOR ANNX- 1 Kg.
approved to window, verandah enclosure or gate including III S.No 169 (One
one coat of primer and labour for fixing in position etc. all & LEED Kilogram)
complete in all respects for all leads and lifts complying S.No 40
with relevant standard specification and as directed by the
departmental oficers.
74 Sqm 1233.00 Providing and fixing factory made 35 mm thick doors with SS 74 & 1 sq.m.
solid core flush door of approved make conforming to IS 81.A (One
Building Codes non decorative type, core of block board square
construction with frame of 1st class hard wood (FSC metre)
certified ) and well matched commercial 3 ply veneering
with vertical grains or cross bands and face veneers on
both faces of shutters including IBC marked Stainelss
steel butt hinges with necessary Stainless steel screws. All
the exposed surfaces shall have minimum 1.00 mm thick
approved make / colour laminate finish with minimum 6mm
thick Teak wood lipping on all edges of shutter finished in
Melamine polish in matching color laminate alongwith 150
mm wide aluminium powder coated AC grill at top and
bottom for exhaust and/or 12 mm thick toughened glass
panel wherever required including approved make/ design
Stainless steel dead / mortice locks, stainless steel handles
200mm high/ mortice lever handles, stainless steel
concealed / surface mounted door closer, door stopper etc
all of approved make, Fevicol, screws, nails etc complete
as per the instructions of Engineer - in - Charge for all
leads and lifts.
a Sqm 187.20 Same as above but double leaf shutter of size 2000x 2400 SPL 1 sq.m.
including all required fittings & fixtures for the shutter - floor (One
springs, pivots, door stoppers, sets of handles, locks etc. square
complete of Dorma make and equivalent approved by metre)
Engineer-in-charge.
b Sqm 345.60 Same as above but double leaf shutter of size 1800x 2400 SPL 1 sq.m.
including all required fittings & fixtures for the shutter - floor (One
springs, pivots, door stoppers, sets of handles, locks etc. square
complete of Dorma make and equivalent approved by metre)
Engineer-in-charge.
c Sqm 259.20 Same as above but single leaf shutter of size 1200x 2400 SPL 1 sq.m.
including all required fittings & fixtures for the shutter - floor (One
springs, pivots, door stoppers, sets of handles, locks etc. square
complete of Dorma make and equivalent approved by metre)
Engineer-in-charge.
80 Sqm 14217.70 Providing and injecting chemical emlusions for pre- SPL 1 sq.m.
construction anti-termite treatement and creating (One
continious chemical barrier under and all round the square
column pits, wall trenches, excavation top surface of metre)
plinth filling, junction, external perimeter of buildings,
expamsion joins surrounding of pipes and conduit etc.
complete as per technical specifications. (plinth area of the
building at ground level shall only be measured for
payment) with chlorpyriphos/Lindance E.C. 20% with 1%
concentration or equivalent under 10 years guarantee.
(plinth area at ground level shall be measured for payment)
83 Rmt. 481.82 CONSTRUCTION JOINT IN RAFT: Providing and fixing SPL Running
Kuniseal C-31 DS high swelling bentonite, mineral oil and Metre
modified polymer hydrophilic water stops bar at all
construction joints/ starter joints, starter joints, Water stops
shall be fixed complete as per the manufacturer’s
specification.
87 Sqm 8471.41 PODIUM SLAB- Treating the cracks and construction joints SPL 1 sq.m.
by routing-out to a minimum 10mm x 10mm groove and (One
treating it with a Polymer Modified Mortar. Making vata square
(gola) at the interface joint of the slab and building wall with metre)
Polymer Modified Mortar. Sealing all joints of outlet drain
pipe, etc. with Polymer Modified Mortar (one part polymer :
five part cement : ten part course m-sand), a specialised
non-shrink cementitious compound. Providing & applying
three coats APAAR Flexiroof – 60 or equivalent by brush
including Primer High Performance Rubber Modified Liquid
Waterproofing Membrane over the entire Podium slab and
wall up to 300mm. Providing and sprinkling of quartz pieces
on the second coat of wet membrane to provide protection
of membrane as well as bonding of subsequent screed.
Brushing of the excess m-sand after the membrane is set.
89 Sqm 4016.00 U.G. WATER TANK / U.G. SUMP/OH TANK- Treating the SPL One
cracks and construction joints by routing-out to a minimum Square
10mm x 10mm groove and treating it with a Polymer Metre
Modified Mortar. Making vata (gola) at the interface joint of
the slab and building wall with Polymer Modified Mortar.
Sealing all joints of outlet drain pipe, etc. with Polymer
Modified Mortar (one part polymer : five part cement : ten
part course m-sand), a specialised non-shrink cementitious
compound. Providing and applying two coats of XYPEX or
equivalent “Catalytic” Indepth Crystalline Waterproofing
System as per manufacturers’ specification to permanently
fix nonsoluble crystalline growth throughout the capillary
tracts and pores of concrete. The “Catalytic” In-depth
Crystalline Material (XYPEX or equivalent Concentrate)
shall be applied by brushing / spraying on the entire on the
RCC slab from inside, on the RCC walls from outside (if
accessible) , on the internal baffle walls (both sides) and on
the RCC walls from inside, as shown in the diagram.
95 Sqm 227.00 Supplying, fitting and fixing veneered board ceiling of 4 mm SPL 1 sq.m.
thick veneered of approved make & as per selection (One
finished in PU matt finish in flat patteren or as per detail square
fixed to 12mm thk mositure resistance ply with adeshive, metre)
matching grain, framing by aluminium T-bar of natural
anodized finish suspended in 600 mm x 600 mm grid from
ceiling by 12 SWG double ply wire, fixed to the ceiling by
rowel plug, screws, hooks, nails etc., maintaining straight
lines and desired finished level at bottom face including
vertical wooden strut and frame as required, making holes
in slabs or beams by electric drill machine and mending
good the damages, if any during execution of the work,
also including cost of all materials, electricity,accessories,
scaffoldings, labour for installation, screws, nails, etc. all
complete as per drawing, design and accepted by the
Engineer-in-charge for all leads and lifts at all heights..
97 Providing and fixing 1mm thick M.S. sheet door with frame
of 40x40x6 mm angle iron and 3 mm M.S. gusset plates at
the junctions and corners, all necessary fittings complete,
including applying a priming coat of approved steel primer.
a Sqm Using M.S. angels 40x40x6 mm for diagonal braces SPL 1 sq.m.
(One
square
metre)
98 Steel work welded in built up sections/ framed work,
including cutting, hoisting, fixing in position and applying a
priming coat of approved steel primer using structural steel
etc. as required.
b Kg 32533.54 In gratings, frames, guard bar, ladder, railings, brackets, SPL 1 Kg.
gates and similar works (One
Kilogram)
99 Providing and fixing hand rail of approved size by welding
etc. to steel ladder railing, balcony railing, staircase railing
and similar works, including applying priming coat of
approved steel primer.
Kg 2285.60 M.S. tube SPL 1 Kg.
(One
Kilogram)
b Sqm 1028.50 Supply and fixing Chain Link - 2" x 2" using 10 Gauge SOR ANNX- 1 sq.m.
Galvanised Iron VI S.No 131 (One
Wire (of all sizes) with all necessary fittings complete, as square
directed by Engineer. metre)
101 Providing and fixing parallel threaded couplers conforming SPL
to IS code on “Reinforcement Couplers for Mechanical
Splices of Bars for Concrete Reinforcement -
Specification”, to reinforcement bars including threading,
enlargement at connection by forging, protecting the
prepared reinforcement bars and related operations for Top
Down Construction Slabs and Columns connections as
required to complete the works per direction of Engineer- in-
Charge.
a Nos 3000.00 Coupler for 12 / 16 mm diameter reinforcement bar SPL Number
b Nos 19000.00 Coupler for 20 mm diameter reinforcement bar SPL Number
c Nos 19000.00 Coupler for 25 mm diameter reinforcement bar SPL Number
d Nos 20000.00 Coupler for 32 mm diameter reinforcement bar SPL Number
Contractor No. of Corrections
81
102 Nos 6.00 Providing and fixing in position motorised sliding gates of SPL Number
approved make made out of 50mm x 50 mm x 3mm MS
pipes with 50 mm x 75 mm x 3mm MS pipe outer frame as
per the specifications and approved shop drawing with all
necessary fixtures and accessories like locking
arrangements etc in best workmanship with one coat of
epoxy primer and comprising of galvanised wheels (120
mm) with ball bearings and axle with lubrication point,
galvanised adjustable upper guide brackets with guide
posts - 50 x 100 x 3mm - 2nos with nylon rollers, end of the
run galvanised limit stop, MS post 100 x 50 x 3 mm with
safety strike, rail with C channel & 20 mm bottom bar and
electromechanical sliding gate control with built-in encoder
and receiver personalised release key, integral electronic
control unit, remote operated push button ,with imported
galvanized rack (duly hardened and tempered), pair of
photocells with anodised aluminium vertical mountings,
flashing light, key selector and of capacity 3500 (Approx.)
kg with rubber safety bar with infrared signal transmission
system, pair of reverse safety photocells and cold spray
gavanizing complete in all respects clear size 12.00m x
3.00m height approximately.
Rain Harvesting Pit
103 Cum 12.00 Supplying and filling of well gravel by lorry in basement Sch .Item 1 cu.m
filling including conveyance loading and unloading charges N0-85 (One
and all other incidential charges filling laying watering and cubic
consolidation etc., complete as directed by the Dept., metre)
Officers with standard specification.
104 Cum 12.00 Supplying and filling of Boulder by lorry in basement filling Sch .Item 1 cu.m
including conveyance loading and unloading charges and N0-85 (One
all other incidential charges filling laying watering and cubic
consolidation etc., complete as directed by the Dept., metre)
Officers with standard specification.
d Nos 24.00 Recording deformed shape of installed inclinometers every SPL Number
2 weeks including site visit, travel charges, transportation,
all equipment and accessories, probes, sensors, cables of
adequate length, reporting, etc, complete. Sensitivity of
Probe shall be 0.01mm and should be suitable for
measurement in inclined hole and should be water
resistant.
e Nos 300.00 Building Settlement Marker (BSM)- Existing building SPL Number
settlement monitoring
f Nos 300.00 Ground Settlement Marker (GSM)- Existing Ground SPL Number
settlement monitoring
g Nos. 90.00 Optical Survey Target (OST) -Existing building inclination SPL Number
monitoring (Reflex Target)
h Nos. 90.00 Crack Meter (Existing Building crack monitoring) SPL Number
i Nos. 12.00 Vibration meter (Measuring existing building vibrations SPL Number
while D wall excavation)
j Nos. 90.00 Tilt meter (Existing Building Tilt monitoring) SPL Number
n Nos 16.00 Cable splicing kit with sealing adhesive: SPL Number
p Nos 1.00 Portable Digital readout unit, supplied with carrying case, SPL Number
data cable & charging cable.
Model: AIM 875-500
Finishes:
• All exposed surfaces shall be finished; surfaces shall
match the appearance, color, texture and gloss of the
samples submitted to and approved by the Architect /
façade consultants.
• All surfaces exposed to the exterior & interior shall
receive super durable polyester powder coating of 60 - 80
micron complying to AAMA 2604.
• Coating application, including quality of base metal /pre-
treatment / primer /any intermediate coat / top coat shall
conform to standards and procedures, written or otherwise,
of coating manufacturer, and to AAMA 2604 for Super
durable powder coating system
Approved supplier: Interpon D2525 from AkzoNobel Or
equivalent products from Jotun / PPG +Asian / others.
c Sqm 1530.00 Extra Over item No. 106 - Insulated Glass Properties One
for Vision Glass : Glass panel shall be a Insulated glass Square
unit. Out side glass shall be 8mm thk Clear Low-E HS Metre
(Outside) + 16mm Air Gap + 6mm thk Clear HS (Inside)
Glass.
Glass Performance & Shade : Clear/Nuetral or As per
Architect / Client / Consultant Approval
VLT not less than 50% , SHGC: </= 0.32, U Value -1.8
W/Sq.m-k ; Internal reflection 14% or less; External
reflection 19% of less.
The Low-E coating shall be on surface #2.The insulated
glass unit shall be hermetically sealed with the two lites of
SPL
glass as mentioned above with 16 mm air space with black
color anodised Aluminium spacers, using primary sealant
as Poly-Isobutylene and secondary sealant by Dow
Corning or approved equivalent.The Aluminium D.G.U
spacer profile shall be bend type with single joint. Refer to
technical specification for more details. Rate includes with
Cleaning after installation, Insurance for Glass and other
materials, Glazing charges 5% and Handling Charges 10%
Acceptable suppliers: Saint-Gobain / Guardian /
Pilkington / Asahi .
d Sqm 713.44 Extra Over item No. 106A- Insulated Glass Properties One
for Vision Glass : Glass panel shall be a Insulated glass Square
unit. Out side glass shall be 8mm thk Clear Low-E HS Metre
(Outside) + 16mm Air Gap + 8mm thk Clear HS (Inside)
Glass.
Glass Performance & Shade : Clear/Nuetral or As per
Architect / Client / Consultant Approval
VLT not less than 50% , SHGC: </= 0.32, U Value -1.8
W/Sq.m-k ; Internal reflection 14% or less; External
reflection 19% of less.
The Low-E coating shall be on surface #2.The insulated
glass unit shall be hermetically sealed with the two lites of
SPL
glass as mentioned above with 16 mm air space with black
color anodised Aluminium spacers, using primary sealant
as Poly-Isobutylene and secondary sealant by Dow
Corning or approved equivalent.The Aluminium D.G.U
spacer profile shall be bend type with single joint. Refer to
technical specification for more details. Rate includes with
Cleaning after installation, Insurance for Glass and other
materials, Glazing charges 5% and Handling Charges 10%
Acceptable suppliers: Saint-Gobain / Guardian /
Pilkington / Asahi / Approved alternative.
e Sqm 835.00 Extra Over item No. 106 - Single Glass Properties for One
Spandrel Glass : Glass panel shall be a single glass unit. Square
Glass shall be 8mm thk Clear/Nuetral HS glass. Refer to Metre
technical specification for more details.
Glass Properties for Spandrel Glass : As per Architect /
Client / Consultant
Glass Performance & Shade : Clear/Nuetral or As per
SPL
Architect / Client / Consultant Approval Rate includes with
Cleaning after installation, Insurance for Glass and other
materials, Glazing charges 5% and Handling Charges 10%
Acceptable suppliers: Saint-Gobain / Guardian / Asahi
f Sqm 923.70 Extra Over item No. 106A - Single Glass Properties for One
Spandrel Glass : Glass panel shall be a single glass unit. Square
Glass shall be 8mm thk Clear/Nuetral HS glass. Refer to Metre
technical specification for more details.
Glass Properties for Spandrel Glass : As per Architect /
Client / Consultant
Glass Performance & Shade : Clear/Nuetral or As per
SPL
Architect / Client / Consultant Approval Rate includes with
Cleaning after installation, Insurance for Glass and other
materials, Glazing charges 5% and Handling Charges 10%
Acceptable suppliers: Saint-Gobain / Guardian / Asahi
g Sqm 1218.72 Extra Over item No. 106 / 106A- GI Backpane Powder One
Coated & Rocwool Insulation : The item should include Square
the cost of 2mm thick powder coated G.I back pane facing Metre
the spandral glass along with 50mm thick 48 kg/cum
density rock wool insulation. The gap between glass and
backpane shall be minimum 50mm. Rockwool insulation
slabs should be mounted within backpane. The back pane SPL
powder coating color need to be approved during mock up
review stage. The internal side of spandral insulation
should be coved by 1.2mm thick powder coated GI sheet,
fixed using Rivets.
h Rmt 913.39 Extra Over item No. 106 / 106A- Fire Stop & Smoke Running
Seal insulation : Provide and fixing of continuous Metre
fire/smoke/draft barrier as an integral component of the
exterior wall systems to prevent the passage of air, flame
and smoke from one floor to another, design the barrier
system to accept floor fire safety as an integral part of the
system.
Providing sprayable Fire-rated joint spray like Hilti CFS SP
WB or 3M “fire & water barrier tape” to seal gap between
horizontal slab & curtain wall to provide minimum 2 hours
SPL
of fire rating when tested as per UL 207+B279 standard.
The product to have up to 50% Movement Capability and
Sound Insulation of 55db as per ASTME-90.
The fire seal to be fixed to the slab/beam with 2Nos of
HDG MS z-bracket, with sealed overlaps and interfaces for
screading or flashing. The fire seal rock-wool insulation
shall be minimum 100 kg/m3, compressed by 30% for
friction fit. Please refer tender drawings for more
information and details.
i Nos 35.00 Extra Over item No. 106 - Top Hung Operabe Panels Number
(1100mm W x 1200mm H) : Openable panel opening
towards outside in Fixed glazing with the help of heavy
duty Multi point lock (minimum 4 point) and detachable
handle of Alualpha or approved equivalent make.
SS friction hinges of SPT 26, Corner Transmission ,
corner locking point model and CAM action hold open
restrictor arm assembly with release key of Securestyle or
approved equivalent make. Vent frame shall have top side
wedge locking along with bottom and vertical side locking
requirement to keep vent air tight.
The framing shall be design as such that aluminium frame
SPL
should not visible from outer side. The Glass shall be as
insulated glass as per specifications mentioned above,
locations as marked in the elevation drawings. The rate
shall include hardware, Labour charges and the sash
frame for the operable unit excluding glass. maximum
opening of the window panel should be restricted to
150mm.
Acceptable Hardware Vendors: GIESSE and Securistyle or
Approved Equivalent. Handle color shall be selected by
Architect.
j Nos 5.00 Extra Over item No. 106 / 106A- Frameless Automatic Number
Sliding Door with 12mm thk. Clear FT HST Glass -
2200mm (Width) x 2400mm (Height)
Glass: 12mm FT Heat Soak Tested Clear Glass with holes
& notches as per requirement, Edges Machine ground
mirror polished. Rate includes with Cleaning after
SPL
installation,Scaffolding, Insurance for Glass and other
materials, Glazing charges 5% and Handling Charges 10%
Make: Dorma, Ozone or Approved Equivalent
Hardwares: SS 316/SS 304
Finishes: As per Architects Approval
k Nos 4.00 Extra Over item No. 106 /106A- Double Leaf Frameless Number
Patch Door with 12mm thk. Clear FT HST Glass -
2000mm (Width) x 2400mm (Height)
System: Design, Fabrication, Supply, Installation, Testing,
Protection, Cleaning & Handover of Double shutter
frameless Patch Fitting Doord with Double swing for
external application custom designed to with stand the
design wind pressure confirming to IS -875 part III.
Glass: 12mm FT Heat Soak Tested Clear Glass with
holes & notches as per patch fitting requirement, Edges
Machine ground mirror polished.
Hardware: Hardware to be of SS 316 Grade patch fittings
for external facade application. Complete with 30mm
Diameter x 1200mm Long SS handle, External series
patch fittings (PT Series PT-20 & PT40), US10 standard
door lock with strike EPS at bottom of each shutter & BTS SPL
75 V 90deg with EN 1-4 spring capacity floor spring. Floor
spring covers shall be SS satin finish as per Architect's
approval Rate includes with Cleaning after installation,
Scaffolding, Insurance for Glass and other materials,
Glazing charges 5%, Transportation charges 10% and
Handling Charges 10%
Acceptable Hardware Vendors: Dorma or Approved
Equivalent.
The quote rate shall include all design, engineering & shop
drawing approval from architect & consultant. The quote
rate shall include all Taxes, duties, statutory obligations
and safety code compliance as per PMC.
l Nos 2.00 Extra Over item No. 106 /106A- Double Leaf Frameless Number
Patch Door with 12mm thk. Clear FT HST Glass -
2000mm (Width) x 2400mm (Height)
System: Design, Fabrication, Supply, Installation, Testing,
Protection, Cleaning & Handover of Double shutter
frameless Patch Fitting Doord with Double swing for
external application custom designed to with stand the
design wind pressure confirming to IS -875 part III.
Glass: 12mm FT Heat Soak Tested Clear Glass with
holes & notches as per patch fitting requirement, Edges
Machine ground mirror polished.
Hardware: Hardware to be of SS 316 Grade patch fittings
for external facade application. Complete with 30mm
Diameter x 1200mm Long SS handle, External series
patch fittings (PT Series PT-20 & PT40), US10 standard
door lock with strike EPS at bottom of each shutter & BTS SPL
75 V 90deg with EN 1-4 spring capacity floor spring. Floor
spring covers shall be SS satin finish as per Architect's
approval Rate includes with Cleaning after installation,
Scaffolding, Insurance for Glass and other materials,
Glazing charges 5%, Transportation charges 10% and
Handling Charges 10%
Acceptable Hardware Vendors: Dorma or Approved
Equivalent.
The quote rate shall include all design, engineering & shop
drawing approval from architect & consultant. The quote
rate shall include all Taxes, duties, statutory obligations
and safety code compliance as per PMC.
m Sqm 715.12 Point Support Glazing with Fin Glass Support One
Finish: All exposed aluminum profiles shall be Powder Square
coated as per approved shade. Metre
Location: Ground floor - Entrance Lobby
Acceptable Hardware Vendors: Dorma, Kinlong or
Approved Equivalent.
Anchorage : Allow 3 dimensional movement in anchorage
(bracket) design to absorb +/-50mm host structure
tolerances. All anchorage with SS 316 grade fasteners and
SPL
anchor bolts 316 grade of approved make.
Sealants: Weather sealants of GE or Dow Corning or
approved make
Teflon/ nylon bushes & separators to be used to prevent bi-
metallic contacts, all in complete required to perform as
per specification and drawing in conjunction with BOQ.
n Nos 8.00 Extra Over item No. 106 - Top Hung Operabe Panels Number
(1100mm W x 1200mm H) : Openable panel opening
towards outside in Fixed glazing with the help of heavy
duty Multi point lock (minimum 4 point) and detachable
handle of Alualpha or approved equivalent make.
SS friction hinges of SPT 26, Corner Transmission ,
corner locking point model and CAM action hold open
restrictor arm assembly with release key of Securestyle or
approved equivalent make. Vent frame shall have top side
wedge locking along with bottom and vertical side locking
requirement to keep vent air tight.
The framing shall be design as such that aluminium frame
should not visible from outer side. The Glass shall be as SPL
insulated glass as per specifications mentioned above,
locations as marked in the elevation drawings. The rate
shall include hardware, Labour charges and the sash
frame for the operable unit excluding glass. maximum
opening of the window panel should be restricted to
150mm.
Acceptable Hardware Vendors: GIESSE and Securistyle or
Approved Equivalent. Handle color shall be selected by
Architect.
o Nos 4.00 Extra Over item No. 106 - Double Shutter Framed Door Number
(1800mm W x 2400mm H) : Detailed engineering, design
development of aluminium frame door, testing and the
provision of all plant, labour, material, fabrication,
assembly, Packing, Transportation, installation,
coordination with adjacent and abutting construction and
any other endeavour necessary to provide complete door.
Refer to condition of contracts, technical specifications and
tender drawings for more detail.The Aluminium frame door
shall include heavy duty door hinges, corrosion proof
tested to 200,000 cycles. Opening extent of door should be
limited to 90 degrees using appropriate stoppers. The door
should include standard accessories such as seals, corner
seal part, end covers, draincovers etc. The door shall have
cremone handle, motise lockwith single cylider thumbturn
knob,including minimum 4 point perimeter lock, tested to
miniumum 10,000 cycles. The door shall use microwave
cured EPDM gaskets, seals including moulded corner
pices. Color of handle, drain cover, exposed accessories
may need to be customised to meet aesthetics. Aluminium
frame joints must use diecast connectors and corner keys,
alignment plates to achieve hairline joints. Aluminium
frame joints should have silicon bedding or other type of
seal arrangment, doors shoud have aluminium threshold,
brush to resist wateringress and airinfiltration. All fastener
should be corrosion resistance type, refer to technical
specifications for more details. Window wall should be
protected till handingover.Glass: Glass panel shall be a
Insulated glass unit. Out side glass shall be 8mm thk Clear
Low-E FT Heatsoak Tested (Outside) + 16mm Air Gap +
6mm thk Clear FT Heatsoak Tested (Inside)
Glass.Warranty and design life: Refere to special SPL
System description:
Unitized Curtainwall system designed to withstand the
design wind pressure specified. The system design shall
be based on Open joint system with rainscreen gaskets &
design shall include pressure equalization with minimum 3
barrier gaskets for improved weather performance.
The system design to accommodate building movements,
thermal expansions & the seismic movements. The system
shall be designed considering surface temperatures of 80-
90 deg Cel & temperature differential of 25 deg cel without
creating excess stress in the system. All metal joints
should have silicon bedding and the joints should be
hairline type.
The steel bracketing system should design to
accommodate 3 dimensional adjustments.
The system shall demonstrate performance for air seal /
water seal / structural /seismic requirement . The system
performance test shall be mandatory to verify the design
performance meeting the requirement.
Aluminium Edge Guard shall be fixed at all vertical. Each
glass panel shall be structurally glazed on the main
Unitised profile system . Each glass panel shall be
supported for dead load at the bottom of glass with black
anodized glass retainers minimum two per panel. Extruded
section shall be designed to accommodate Double Glazed
unit/Monolithic (Single) Glass as per the tender drawings.
Finishes:
• All exposed surfaces shall be finished; surfaces shall
match the appearance, color, texture and gloss of the
samples submitted to and approved by the Architect /
façade consultants.
• All surfaces exposed to the exterior & interior shall
receive super durable polyester powder coating of 60 - 80
micron complying to AAMA 2604.
• Coating application, including quality of base metal /pre-
treatment / primer /any intermediate coat / top coat shall
conform to standards and procedures, written or otherwise,
of coating manufacturer, and to AAMA 2604 for Super
durable powder coating system
Approved supplier: Interpon D2525 from AkzoNobel Or
equivalent products from Jotun / PPG +Asian / others.
a Sqm 1663.00 Unitised system: cost excluding the cost of Glass, One
spandral Shadow Box with spandrel Insulation and Square
smoke seal for item no.107. Metre
b Sqm 1319.00 Extra Over item No. 107 - Insulated Laminated Glass One
Properties for Vision Glass : Glass panel shall be a Square
Insulated glass unit. Out side glass shall be 6mm thk Metre
Clear+1.52mm thk PVB+6mm mm thk Clear Low-E HS
(Outside) + 12mm Air Gap + 6mm thk Clear HS (Inside)
Glass.
Glass Performance & Shade : Clear/Nuetral or As per
Architect / Client / Consultant Approval
VLT not less than 50% , SHGC: </= 0.32, U Value -1.8
W/Sq.m-k ; Internal reflection 14% or less; External
reflection 19% of less.
The Low-E coating shall be on surface #2.The insulated
glass unit shall be hermetically sealed with the two lites of
glass as mentioned above with 16 mm air space with black
color anodised Aluminium spacers, using primary sealant
as Poly-Isobutylene and secondary sealant by Dow
Corning or approved equivalent.The Aluminium D.G.U
spacer profile shall be bend type with single joint. Refer to
technical specification for more details.
Acceptable suppliers: Saint-Gobain / Guardian / Pilkington
/ Asahi / Approved alternative.
c Sqm 345.00 Extra Over item No. 107 - Single Glass Properties for One
Spandrel Glass : Glass panel shall be a single glass unit. Square
Glass shall be 8mm thk Clear/Nuetral HS glass. Refer to Metre
technical specification for more details.
Glass Properties for Spandrel Glass : As per Architect /
Client / Consultant
Glass Performance & Shade : Clear/Nuetral or As per
Architect / Client / Consultant Approval
Acceptable suppliers: Saint-Gobain / Guardian / China-
Southern / Asahi / Approved alternative.
d Sqm 345.00 Extra Over item No. 107 - Single Glass Properties for One
Spandrel Glass : Glass panel shall be a single glass unit. Square
Glass shall be 8mm thk Clear/Nuetral HS glass. Refer to Metre
technical specification for more details. GI Backpane
Powder Coated & Rocwool Insulation : The item should
include the cost of 1.2mm thick powder coated G.I back
pane facing the spandral glass along with 50mm thick 48
kg/cum density rock wool insulation. The gap between
glass and backpane shall be minimum 50mm. Rockwool
insulation slabs should be mounted within backpane. The
back pane powder coating color need to be approved
during mock up review stage. The internal side of spandral
insulation should be coved by 1.2mm thick powder coated
GI sheet, fixed using Rivets.
Glass Properties for Spandrel Glass : As per Architect /
Client / Consultant
Glass Performance & Shade : Clear/Nuetral or As per
Architect / Client / Consultant Approval
Acceptable suppliers: Saint-Gobain / Guardian / China-
Southern / Asahi / Approved alternative.
e Nos. 40.00 Extra Over item No. 107 - Top Hung Operabe Panels Number
(1100mm W x 1200mm H) : Openable panel opening
towards outside in Fixed glazing with the help of heavy
duty Multi point lock (minimum 4 point) and detachable
handle of Alualpha or approved equivalent make.
SS friction hinges of SPT 26, Corner Transmission ,
corner locking point model and CAM action hold open
restrictor arm assembly with release key of Securestyle or
approved equivalent make. Vent frame shall have top side
wedge locking along with bottom and vertical side locking
requirement to keep vent air tight.
The framing shall be design as such that aluminium frame
should not visible from outer side. The Glass shall be as
per specifications mentioned above, locations as marked
in the elevation drawings. The rate shall include hardware
and the sash frame for the operable unit excluding glass.
maximum opening of th window panel should be restricted
to 150mm.
Acceptable Hardware Vendors: GIESSE and Securistyle or
Approved Equivalent. Handle color shall be selected by
Architect.
System description:
Semi Unitized Curtainwall system designed to withstand
the design wind pressure specified. The system design
shall be based on Open joint system with rainscreen
gaskets & design shall include with minimum 3 barrier
gaskets for improved weather performance.
The system design to accommodate building movements,
thermal expansions & the seismic movements. The system
shall be designed considering surface temperatures of 80-
90 deg Cel & temperature differential of 25 deg cel without
creating excess stress in the system. All metal joints
should have silicon bedding and the joints should be
hairline type.
The steel bracketing system should design to
accommodate 3 dimensional adjustments.
The system shall demonstrate performance for air seal /
water seal / structural /seismic requirement . The system
performance test shall be mandatory to verify the design
performance meeting the requirement.
Aluminium Edge Guard shall be fixed at all vertical. Each
glass panel shall be structurally glazed on the main
Unitised profile system . Each glass panel shall be
supported for dead load at the bottom of glass with black
anodized glass retainers minimum two per panel. Extruded
section shall be designed to accommodate Double Glazed
unit/Monolithic (Single) Glass as per the tender drawings.
Finishes:
• All exposed surfaces shall be finished; surfaces shall
match the appearance, color, texture and gloss of the
samples submitted to and approved by the Architect /
façade consultants.
• All surfaces exposed to the exterior & interior shall
receive super durable polyester powder coating of 60 - 80
micron complying to AAMA 2604.
• Coating application, including quality of base metal /pre-
treatment / primer /any intermediate coat / top coat shall
conform to standards and procedures, written or otherwise,
of coating manufacturer, and to AAMA 2604 for Super
durable powder coating system
Approved supplier: Interpon D2525 from AkzoNobel Or
equivalent products from Jotun / PPG +Asian / others.
a Sqm 6628.00 Semi Unitised system: cost excluding the cost of One
Glass, spandral Shadow Box with spandrel Insulation Square
and smoke seal. SPL Metre
Rate includes with transportation and Cleaning after
installation for item no. 108.
c Sqm 4129.00 Extra Over item No. 108 - Insulated Glass Properties
for Vision Glass : Glass panel shall be a Insulated glass
unit. Out side glass shall be 8mm thk Blue Low-E HS
(Outside) + 16mm Air Gap + 6mm thk Clear HS (Inside)
Glass.
Glass Performance & Shade : Blue or As per Architect /
Client / Consultant Approval
VLT not less than 30% , SHGC: </= 0.24, U Value -1.6
W/Sq.m-k ; Internal reflection 14% or less; External
reflection 19% of less.
The Low-E coating shall be on surface #2.The insulated
glass unit shall be hermetically sealed with the two lites of One
glass as mentioned above with 16 mm air space with black SPL Square
color anodised Aluminium spacers, using primary sealant Metre
as Poly-Isobutylene and secondary sealant by Dow
Corning or approved equivalent.The Aluminium D.G.U
spacer profile shall be bend type with single joint. Refer to
technical specification for more details Rate includes with
Cleaning after installation,Scaffolding, Insurance for Glass
and other materials, Glazing charges 5% and Handling
Charges 10%
Acceptable suppliers: Saint-Gobain / Guardian /
Pilkington / Asahi / Approved alternative.
d Sqm 841.50 Extra Over item No. 108A- Insulated Glass Properties
for Vision Glass : Glass panel shall be a Insulated glass
unit. Out side glass shall be 8mm thk Clear Low-E HS
(Outside) + 16mm Air Gap + 8mm thk Clear HS (Inside)
Glass.
Glass Performance & Shade : Clear/Nuetral or As per
Architect / Client / Consultant Approval
VLT not less than 50% , SHGC: </= 0.32, U Value -1.8
W/Sq.m-k ; Internal reflection 14% or less; External
reflection 19% of less.
The Low-E coating shall be on surface #2.The insulated
One
glass unit shall be hermetically sealed with the two lites of
SPL Square
glass as mentioned above with 16 mm air space with black
Metre
color anodised Aluminium spacers, using primary sealant
as Poly-Isobutylene and secondary sealant by Dow
Corning or approved equivalent.The Aluminium D.G.U
spacer profile shall be bend type with single joint. Refer to
technical specification for more details. Rate includes with
Cleaning after installation,Scaffolding, Insurance for Glass
and other materials, Glazing charges 5% and Handling
Charges 10%
Acceptable suppliers: Saint-Gobain / Guardian /
Pilkington / Asahi / Approved alternative.
e Sqm 2500.00 Extra Over item No. 108 - Single Glass Properties for
Spandrel Glass : Glass panel shall be a single glass unit.
Glass shall be 8mm thk Blue HS glass. Refer to technical
specification for more details. Rate includes with Cleaning
after installation,Scaffolding, Insurance for Glass and other
materials, Glazing charges 5% and Handling Charges 10% One
Glass Properties for Spandrel Glass : As per Architect / SPL Square
Client / Consultant Metre
Glass Performance & Shade : Blue or As per Architect /
Client / Consultant Approval
Acceptable suppliers: Saint-Gobain / Guardian / Pilkington
/ Asahi / Approved alternative.
f Sqm 579.90 Extra Over item No. 108A - Single Glass Properties for
Spandrel Glass : Glass panel shall be a single glass unit.
Glass shall be 8mm thk Blue HS glass. Refer to technical
specification for more details. Rate includes with Cleaning
after installation,Scaffolding, Insurance for Glass and other
materials, Glazing charges 5% and Handling Charges 10% One
Glass Properties for Spandrel Glass : As per Architect / SPL Square
Client / Consultant Metre
Glass Performance & Shade : Blue or As per Architect /
Client / Consultant Approval
Acceptable suppliers: Saint-Gobain / Guardian / Pilkington
/ Asahi / Approved alternative.
g Sqm 3341.50 Extra Over item No. 108- GI Backpane Powder Coated
& Rocwool Insulation : The item should include the cost
of 1.2mm thick powder coated G.I back pane facing the
spandral glass along with 50mm thick 48 kg/cum density
rock wool insulation. The gap between glass and backpane One
shall be minimum 50mm. Rockwool insulation slabs should SPL Square
be mounted within backpane. The back pane powder Metre
coating color need to be approved during mock up review
stage. The internal side of spandral insulation should be
coved by 1.2mm thick powder coated GI sheet, fixed using
Rivets.
h Rmt 2087.00 Extra Over item No. 108 - Fire Stop & Smoke Seal Running
insulation : Provide and fixing of continuous Metre
fire/smoke/draft barrier as an integral component of the
exterior wall systems to prevent the passage of air, flame
and smoke from one floor to another, design the barrier
system to accept floor fire safety as an integral part of the
system.
Providing sprayable Fire-rated joint spray like Hilti CFS SP
WB or 3M “fire & water barrier tape” to seal gap between
horizontal slab & curtain wall to provide minimum 2 hours
of fire rating when tested as per UL 2079 standard. The SPL
product to have up to 50% Movement Capability and
Sound Insulation of 55db as per ASTME-90.
The fire seal to be fixed to the slab/beam with 2 nos of
HDG MS z- beacket, with sealed overlaps and interfaces
for screading or flashing. The fire seal rock-wool insulation
shall be minimum 100 kg/m3, compressed by 30% for
friction fit. Please refer tender drawings for more
information and details.
i Nos 262.00 Extra Over item No. 108 - Top Hung Operabe Panels Number
(1100mm W x 1200mm H) : Openable panel opening
towards outside in Fixed glazing with the help of heavy
duty Multi point lock (minimum 4 point) and detachable
handle of Alualpha or approved equivalent make.
SS friction hinges of SPT 26, Corner Transmission ,
corner locking point model and CAM action hold open
restrictor arm assembly with release key of Securestyle or
approved equivalent make. Vent frame shall have top side
wedge locking along with bottom and vertical side locking
requirement to keep vent air tight.
The framing shall be design as such that aluminium frame SPL
should not visible from outer side. The Glass shall be as
per specifications mentioned above, locations as marked
in the elevation drawings. The rate shall include hardware,
labour charges and the sash frame for the operable unit
excluding glass. maximum opening of th window panel
should be restricted to 150mm. Rate includes with
Cleaning after installation.
Acceptable Hardware Vendors: GIESSE and Securistyle or
Approved Equivalent. Handle color shall be selected by
Architect.
j Nos. 7.00 Extra Over item No. 108 - Double Shutter Framed Door Number
(1800mm W x 2400mm H) : Detailed engineering, design
development of aluminium frame door, testing and the
provision of all plant, labour, material, fabrication,
assembly, Packing, Transportation, installation,
coordination with adjacent and abutting construction and
any other endeavour necessary to provide complete door.
Refer to condition of contracts, technical specifications and
tender drawings for more detail.
The Aluminium frame door shall include heavy duty door
hinges, corrosion proof tested to 200,000 cycles. Opening
extent of door should be limited to 90 degrees using
appropriate stoppers. The door should include standard
accessories such as seals, corner seal part, end covers,
draincovers etc. The door shall have cremone handle,
motise lockwith single cylider thumbturn knob,including
SPL
minimum 4 point perimeter lock, tested to miniumum
10,000 cycles. The door shall use microwave cured EPDM
gaskets, seals including moulded corner pices. Color of
handle, drain cover, exposed accessories may need to be
customised to meet aesthetics. Aluminium frame joints
must use diecast connectors and corner keys, alignment
plates to achieve hairline joints. Aluminium frame joints
should have silicon bedding or other type of seal
arrangment, doors shoud have aluminium threshold, brush
to resist wateringress and airinfiltration. All fastener should
be corrosion resistance type, refer to technical
specifications for more details. Window wall should be
protected till handingover.
Glass: Glass panel shall be a Insulated glass unit. Out
side glass shall be 8mm thk Blue Low-E FT Heatsoak
Tested (Outside) + 16mm Air Gap + 6mm thk Clear FT
109 Structural Glazing - Semi Unitized System (Horizontal
Glazing Glazing 1800mm Module)
Location: First Floor to Terrace Floor
Wind load: 3.4 kpa with safety factor of 1.5
System description:
Semi Unitized Curtainwall system designed to withstand
the design wind pressure specified. The system design
shall be based on Open joint system with rainscreen
gaskets & design shall include with minimum 3 barrier
gaskets for improved weather performance.
The system design to accommodate building movements,
thermal expansions & the seismic movements. The system
shall be designed considering surface temperatures of 80-
90 deg Cel & temperature differential of 25 deg cel without
creating excess stress in the system. All metal joints
should have silicon bedding and the joints should be
hairline type.
The steel bracketing system should design to
accommodate 3 dimensional adjustments.
The system shall demonstrate performance for air seal /
water seal / structural /seismic requirement . The system
performance test shall be mandatory to verify the design
performance meeting the requirement.
Aluminium Edge Guard shall be fixed at all vertical. Each
glass panel shall be structurally glazed on the main
Unitised profile system . Each glass panel shall be
supported for dead load at the bottom of glass with black
anodized glass retainers minimum two per panel. Extruded
section shall be designed to accommodate Double Glazed
unit/Monolithic (Single) Glass as per the tender drawings.
Finishes:
• All exposed surfaces shall be finished; surfaces shall
match the appearance, color, texture and gloss of the
samples submitted to and approved by the Architect /
façade consultants.
• All surfaces exposed to the exterior & interior shall
receive super durable polyester powder coating of 60 - 80
micron complying to AAMA 2604.
• Coating application, including quality of base metal /pre-
treatment / primer /any intermediate coat / top coat shall
conform to standards and procedures, written or otherwise,
of coating manufacturer, and to AAMA 2604 for Super
durable powder coating system
Approved supplier: Interpon D2525 from AkzoNobel Or
equivalent products from Jotun / PPG +Asian / others.
c Sqm 4995.00 Extra Over item No. 109 - Insulated Glass Properties
for Vision Glass : Glass panel shall be a Insulated glass
unit. Out side glass shall be 8mm thk Blue Low-E HS
(Outside) + 16mm Air Gap + 6mm thk Clear HS (Inside)
Glass.
Glass Performance & Shade : Blue or As per Architect /
Client / Consultant Approval
VLT not less than 30% , SHGC: </= 0.24, U Value -1.6
W/Sq.m-k ; Internal reflection 14% or less; External
reflection 19% of less.
The Low-E coating shall be on surface #2.The insulated One
glass unit shall be hermetically sealed with the two lites of
SPL Square
glass as mentioned above with 16 mm air space with black
Metre
color anodised Aluminium spacers, using primary sealant
as Poly-Isobutylene and secondary sealant by Dow
Corning or approved equivalent.The Aluminium D.G.U
spacer profile shall be bend type with single joint. Refer to
technical specification for more details.Rate includes with
Cleaning after installation,Scaffolding, Insurance for Glass
and other materials, Glazing charges 5% and Handling
Charges 10%
Acceptable suppliers: Saint-Gobain / Guardian /
Pilkington / Asahi / Approved alternative.
d No.s 1190.16 Extra Over item No. 103A- Insulated Glass Properties Number
for Vision Glass : Glass panel shall be a Insulated glass
unit. Out side glass shall be 8mm thk Clear Low-E HS
(Outside) + 16mm Air Gap + 8mm thk Clear HS (Inside)
Glass.
Glass Performance & Shade : Clear/Nuetral or As per
Architect / Client / Consultant Approval
VLT not less than 50% , SHGC: </= 0.32, U Value -1.8
W/Sq.m-k ; Internal reflection 14% or less; External
reflection 19% of less.
The Low-E coating shall be on surface #2.The insulated
glass unit shall be hermetically sealed with the two lites of
SPL
glass as mentioned above with 16 mm air space with black
color anodised Aluminium spacers, using primary sealant
as Poly-Isobutylene and secondary sealant by Dow
Corning or approved equivalent.The Aluminium D.G.U
spacer profile shall be bend type with single joint. Refer to
technical specification for more details.Rate includes with
Cleaning after installation,Scaffolding, Insurance for Glass
and other materials, Glazing charges 5% and Handling
Charges 10%
Acceptable suppliers: Saint-Gobain / Guardian /
Pilkington / Asahi / Approved alternative.
e Sqm 3094.00 Extra Over item No.109 - Single Glass Properties for
Spandrel Glass : Glass panel shall be a single glass unit.
Glass shall be 8mm thk Blue HS glass. Refer to technical
specification for more details. Rate includes with Cleaning
after installation,Scaffolding, Insurance for Glass and other
materials, Glazing charges 5% and Handling Charges 10% One
Glass Properties for Spandrel Glass : As per Architect / SPL Square
Client / Consultant Metre
Glass Performance & Shade : Blue or As per Architect /
Client / Consultant Approval
Acceptable suppliers: Saint-Gobain / Guardian / Pilkington
/ Asahi / Approved alternative.
f Sqm 1687.80 Extra Over item No. 109 A- Single Glass Properties for
Spandrel Glass : Glass panel shall be a single glass unit.
Glass shall be 8mm thk Blue HS glass. Refer to technical
specification for more details. Rate includes with Cleaning
after installation,Scaffolding, Insurance for Glass and other
One
materials, Glazing charges 5% and Handling Charges 10%
SPL Square
Glass Properties for Spandrel Glass : As per Architect /
Client / Consultant Metre
Glass Performance & Shade : Blue or As per Architect /
Client / Consultant Approval
Acceptable suppliers: Saint-Gobain / Guardian / Pilkington
/ Asahi / Approved alternative.
g Sqm 4735.84 Extra Over item No. 109 - GI Backpane Powder Coated
& Rocwool Insulation : The item should include the cost
of 1.2mm thick powder coated G.I back pane facing the
spandral glass along with 50mm thick 48 kg/cum density
rock wool insulation. The gap between glass and backpane
One
shall be minimum 50mm. Rockwool insulation slabs should
SPL Square
be mounted within backpane. The back pane powder
coating color need to be approved during mock up review Metre
stage. The internal side of spandral insulation should be
coved by 1.2mm thick powder coated GI sheet, fixed using
Rivets.
h Rmt. 3262.56 Extra Over item No. 109 - Fire Stop & Smoke Seal Running
insulation : Provide and fixing of continuous Metre
fire/smoke/draft barrier as an integral component of the
exterior wall systems to prevent the passage of air, flame
and smoke from one floor to another, design the barrier
system to accept floor fire safety as an integral part of the
system.
Providing sprayable Fire-rated joint spray like Hilti CFS SP
WB or 3M “fire & water barrier tape” to seal gap between
horizontal slab & curtain wall to provide minimum 2 hours
of fire rating when tested as per UL 2079 standard. The SPL
product to have up to 50% Movement Capability and
Sound Insulation of 55db as per ASTME-90.
The fire seal to be fixed to the slab/beam with 2 nos of
HDG MS z-beacket, with sealed overlaps and interfaces
for screading or flashing. The fire seal rock-wool insulation
shall be minimum 100 kg/m3, compressed by 30% for
friction fit. Please refer tender drawings for more
information and details.
i Nos. 302.00 Extra Over item No. 109 - Top Hung Operabe Panels Number
(1800mm W x 1200mm H) : Openable panel opening
towards outside in Fixed glazing with the help of heavy
duty Multi point lock (minimum 4 point) and detachable
handle of Alualpha or approved equivalent make.
SS friction hinges of SPT 26, Corner Transmission ,
corner locking point model and CAM action hold open
restrictor arm assembly with release key of Securestyle or
approved equivalent make. Vent frame shall have top side
wedge locking along with bottom and vertical side locking
requirement to keep vent air tight.
The framing shall be design as such that aluminium frame
should not visible from outer side. The Glass shall be as SPL
per specifications mentioned above, locations as marked
in the elevation drawings. The rate shall include hardware,
labour charges and the sash frame for the operable unit
excluding glass. maximum opening of th window panel
should be restricted to 150mm. Rate includes with
Cleaning after installation,Scaffolding, Insurance for Glass
and other materials, Glazing charges 5% and Handling
Charges 10%
Acceptable Hardware Vendors: GIESSE and Securistyle or
Approved Equivalent. Handle color shall be selected by
Architect.
j Nos. 21.00 Extra Over item No. 109- Double Shutter Framed Door Number
(2200mm W x 2850mm H) : Detailed engineering, design
development of aluminium frame door, testing and the
provision of all plant, labour, material, fabrication,
assembly, Packing, Transportation, installation,
coordination with adjacent and abutting construction and
any other endeavour necessary to provide complete door.
Refer to condition of contracts, technical specifications and
tender drawings for more detail.
The Aluminium frame door shall include heavy duty door
hinges, corrosion proof tested to 200,000 cycles. Opening
extent of door should be limited to 90 degrees using
appropriate stoppers. The door should include standard
accessories such as seals, corner seal part, end covers,
draincovers etc. The door shall have cremone handle,
motise lockwith single cylider thumbturn knob,including
minimum 4 point perimeter lock, tested to miniumum
10,000 cycles. The door shall use microwave cured EPDM
gaskets, seals including moulded corner pices. Color of
handle, drain cover, exposed accessories may need to be
customised to meet aesthetics. Aluminium frame joints
must use diecast connectors and corner keys, alignment
plates to achieve hairline joints. Aluminium frame joints
should have silicon bedding or other type of seal
arrangment, doors shoud have aluminium threshold, brush
to resist wateringress and airinfiltration. All fastener should
be corrosion resistance type, refer to technical
specifications for more details. Window wall should be
protected till handingover. Rate includes with Cleaning
after installation,Scaffolding, Insurance for Glass and other
materials, Glazing charges 5% and Handling Charges 10%
Glass: Glass panel shall be a Insulated glass unit. Out
SPL
SPL
side glass shall be 8mm thk Blue Low-E FT Heatsoak
Tested (Outside) + 16mm Air Gap + 6mm thk Clear FT
Heatsoak Tested (Inside) Glass.
Warranty and design life: Refere to special conditions of
contract and technical specifications for details.
Window wall thermal performance: Global U factor of
the window includig shutter frame, glass should be 2.2
W/Sq.m-k or less.
Acceptable window system Providor : Technal / Alu K /
Alumil or Approved alternate system. Vendors may
propose inhouse engineered system as an alternative bid.
Ironmongery : System suppliers / Giesse / Securistyle/
Savio or approved alternative. Colors shall be confirmed
post tender stage.
Aluminium Finishes: All exposed internal and external
surfaces shall have superdurable polyester powder coating
with 25years warranty. Refer to technical specifications for
more detailed requirements. Color shall be approved post
sample submission.All Concealed surfaces must be
cromatized or anodised.
Sealant : All weather sealant shall be DC 789 from
DowCorning or approved alternative make. Refer to
technical specification, condition of contracts for more
details. Color of sealant shall be confirmed post tender
stage.
System description:
Design,supply, fabricate,finish, package, deliver (to Job
site), install Frameless Glass Canopy with Spider Fitting
system at the Ground floor with Clear 13.52mm HS Clear
glass and SS grade - 316 fittings and Articulated bolt
assembly to steel structure.
System to withstand the Design windpressure with SS
Articulated Routels and Laminated Glass fixed with 16mm
thk SS 316 rod and brackets at the Glass panel joint
locations with 10mm wide glass to glass joints sealed with
clear weather sealant as per structural requirement. Refer
tender drawings for more details. Rate includes with
Cleaning after installation,Scaffolding, Insurance for Glass
and other materials, Glazing charges 5% and Handling
Charges 10%
One
Canopy Glass: Providing and fixing 17.52mm (8mm
k Sqm 363.50 SPL Square
HS+1.52 PVB+8mm HS) Laminated Glass with ceramic
Metre
fritting, color and frit pattern shall be provided as per
architects approval and intent.
Acceptable Hardware Vendors: Dorma, Kinlong or
Approved Equivalent.
Anchorage : Allow 3 dimensional movement in anchorage
(bracket) design to absorb +/-50mm host structure
tolerances. All anchorage with SS 316 grade fasteners and
anchor bolts 316 grade of approved make.
Sealants: Weather sealants of GE or Dow Corning or
approved make
Teflon/ nylon bushes & separators to be used to prevent bi-
metallic contacts, all in complete required to perform as
per specification and drawing in conjunction with BOQ.
l MT 9.60 Extra over item no. 109a - Structural Steel with Powder One
Coating: Providing, factory fabricate and erecting Metric
Structural steel members in position as per Architects Tonn
design at Entrance level as specified in the drawings.
Supplying, fabricating in accordance with IS:800, delivering
at site, hoisting and fixing in position, including all
temporary staging and supporting work, labour charges
and making all structural steel work in accordance with the
design, drawings prepared by the consultants. The rate of
steel work shall include cutting, grinding, machining,
assembly, welding, jointing, building up new sections, cost
of fasteners (nuts, bolts and washers), pre-heating the
sections to temperatures up to 250 degree C .Fabrication
will involve connections using pipes, plates, foundation
bolts, cleats, fasteners etc. as per drawing, steel
conforming to IS : 226 and IS : 2062 with minimum yield
SPL
strength of 250 Mpa and upto 355 Mpa.
a. Painting surface should blast cleaned to ISO-Sa 21/2 or
minimum SSPC Sp6, blast profile 40-60µm cleaned to
minimum ISO-St3/SSPC SP3.
b. Protective coat: Two-Component, high solids, Zinc
Phosphate Epoxy Primer and build coat of minimum 250
µm.
c. Topcoat: Two-component, high-build semi-gloss
aliphatic polyurethane finish coat of 70 µm of approved
color.
Products: SIGMAFAST 278 Epoxy primer form PPG +
SIGMADUR 520 PU top coat or alternative equivalent
protective coating system from Jotun / AkzoNobel /
approved alternative.
m MT 4.90 Extra over item no. 109a - Structural Steel with Powder One
Coating: Providing, factory fabricate and erecting Metric
Structural steel members in position as per Architects Tonn
design at Entrance level as specified in the drawings.
Supplying, fabricating in accordance with IS:800, delivering
at site, hoisting and fixing in position, including all
temporary staging and supporting work, labour charges
and making all structural steel work in accordance with the
design, drawings prepared by the consultants. The rate of
steel work shall include cutting, grinding, machining,
assembly, welding, jointing, building up new sections, cost
of fasteners (nuts, bolts and washers), pre-heating the
sections to temperatures up to 250 degree C .Fabrication
will involve connections using pipes, plates, foundation
bolts, cleats, fasteners etc. as per drawing, steel
conforming to IS : 226 and IS : 2062 with minimum yield
SPL
strength of 250 Mpa and upto 355 Mpa.
a. Painting surface should blast cleaned to ISO-Sa 21/2 or
minimum SSPC Sp6, blast profile 40-60µm cleaned to
minimum ISO-St3/SSPC SP3.
b. Protective coat: Two-Component, high solids, Zinc
Phosphate Epoxy Primer and build coat of minimum 250
µm.
c. Topcoat: Two-component, high-build semi-gloss
aliphatic polyurethane finish coat of 70 µm of approved
color.
Products: SIGMAFAST 278 Epoxy primer form PPG +
SIGMADUR 520 PU top coat or alternative equivalent
protective coating system from Jotun / AkzoNobel /
approved alternative.
System description:
Design, engineer, furnish, fabricate, package, deliver (to
Job site) and install fixed glass window with minimum
including standard accessories such as seals, Corner seal
part, end covers, draincovers etc. All accesorries and
handware components shall be corresion proof and
minimum design life be 10 years. Window shall use
microwave cured EPDM gaskets, seals including moulded
corner pices. Color of drain cover, exposed accessories
may need to be customised to meet aesthetics. Aluminium
frame joints must use diecast connectors and corner keys,
alignment plates to achieve hairline joints. Aluminium
frame joints should have silicon bedding or other type of
seal arrangment to resist wateringress and airinfiltration.
All fastener should be corrosion resistance type, refer to
technical specifications for more details. Window wall
should be protected till handingover. Rate includes with
Cleaning after installation,Scaffolding, Insurance for Glass
and other materials, Glazing charges 5% and Handling
Charges 10%
Glass: Glass panel shall be a Insulated glass unit. Out
side glass shall be 6mm thk Blue HS Single Glass.
Warranty and design life: Refere to special conditions of
contract and technical specifications for details.
Window wall thermal performance: Global U factor of
the window includig shutter frame, glass should be 2.2
W/Sq.m-k or less.
Acceptable window system Providor : Technal / Alu K /
Alumil or Approved alternate system.
Ironmongery : System suppliers / Giesse / Securistyle/
Savio or approved alternative. Colors shall be confirmed
post tender stage.
a Nos. 150.00 Fixed Window - 1.5m W x 1.5m H Number
SPL
b Nos. 32.00 Fixed Window - 1.2m W x 1.5m H Number
SPL
c Nos. 34.00 Fixed Window - 2.4m W x 1.5m H Number
SPL
Fixed Windows
Location: Ground floor to Terrace floor
Wind load: 3.6 kpa with safety factor of 1.5
System description:
Design, engineer, furnish, fabricate, package, deliver (to
Job site) and install fixed glass window with minimum
including standard accessories such as seals, Corner seal
part, end covers, draincovers etc. All accesorries and
handware components shall be corresion proof and
minimum design life be 10 years. Window shall use
microwave cured EPDM gaskets, seals including moulded
corner pices. Color of drain cover, exposed accessories
may need to be customised to meet aesthetics. Aluminium
frame joints must use diecast connectors and corner keys,
alignment plates to achieve hairline joints. Aluminium
frame joints should have silicon bedding or other type of
seal arrangment to resist wateringress and airinfiltration.
All fastener should be corrosion resistance type, refer to
technical specifications for more details. Window wall
should be protected till handingover. Rate includes with
Cleaning after installation,Scaffolding, Insurance for Glass
and other materials, Glazing charges 5% and Handling
Charges 10%
Glass: Glass panel shall be a Insulated glass unit. Out
side glass shall be 6mm thk Blue Low-E HS (Outside) +
12mm Air Gap + 6mm thk Clear HS (Inside) Glass.
Warranty and design life: Refere to special conditions of
contract and technical specifications for details.
Window wall thermal performance: Global U factor of the
window includig shutter frame, glass should be 2.2
W/Sq.m-k or less.
Acceptable window system Providor : Technal / Alu K /
Alumil or Approved alternate system. Vendors may
propose inhouse engineered system as an alternative bid.
Ironmongery : System suppliers / Giesse / Securistyle/
Savio or approved alternative. Colors shall be confirmed
Number
d Nos. 62.00 Fixed Window - 1.2m W x 1.2m H SPL
System: Running
Design, Fabrication, Supply, Installation, Cleaning & Metre
Handover of SS 316 balustrade with glass mounted on
floor with 17.52mm (8mm Clear HS+1.52 PVB+8mm Clear
HS) Laminted glass and vertical steel post, point fixings
with necessary accessories.
Steel: SS 316 in accordance with standards mentioned in
specification, The rate of steel work shall include cutting,
grinding, machining, assembly, welding, jointing, building
up new sections, cost of fasteners (nuts, bolts and
washers), pre-heating the sections to temperatures up to
250 degree C .Fabrication will involve connections using
pipes, plates, foundation bolts, cleats, fasteners etc.
Product code: Refer Drawing or approved alternate. Rate
a Rmt 545.00 SPL
includes with Cleaning after installation,Scaffolding,
Insurance for Glass and other materials, Glazing charges
5% and Handling Charges 10%
Acceptable Hardware Vendors: Dorma, Kinlong or
Approved Equivalent.
Product code: Fabricated as per tender / architects
design intent.
Anchor: Hilti or approved equivalent. Size and type of
anchor shall be as per approved design calculations &
drawings.
Live load: 2.25 KN per meter as per IS 875, Part 2.
Description of Scope:
Design, fabricate, supply and installation of required
materials, equipment's, tools, machines and skilled labours
for Providing and installing a Photovoltaic Solar Power
system, Off grid Complete Set of Production Capacity
238.5 Kw (Rated Nominal Power 238.5 Kw for EVR and
TNSCB, Voltage Range 230Vac, Overload 200% during
60sec, Protection Class IP20/IP54, Built-in MPPT, Built-in
Fuse Box, Monitoring & Data Storage and Operator Panel)
consisting from Solar Panels, Solar Racks, Smart
a kW 451.00 Invertors, Regulators, Connection Cables, Plugs & SPL kilo Watt
Sockets...etc as Main Power Sources that supply power
during the day and night and according to the below item
descriptions/specifications. All the provided below
materials should be of approved quality by supervisor
Engineer (Certificate of Origin and Quality should be
provided). The System should always work on solar with
stored energy from batteries.
Description of Scope:
Design, fabricate, supply and installation of required
materials, equipment's, tools, machines and skilled labours
for Providing and installing a Photovoltaic Solar Power
system, Off grid Complete Set of Production Capacity
238.5 Kw (Rated Nominal Power 238.5 Kw, Voltage Range
230Vac, Overload 200% during 60sec, Protection Class
IP20/IP54, Built-in MPPT, Built-in Fuse Box, Monitoring &
Data Storage and Operator Panel) consisting from Solar
Panels, Solar Racks, Smart Invertors, Regulators,
b kW 220.00 Connection Cables, Plugs & Sockets...etc as Main Power SPL kW
Sources that supply power during the day and night and
according to the below item descriptions/specifications. All
the provided below materials should be of approved quality
by supervisor Engineer (Certificate of Origin and Quality
should be provided). The System should always work on
solar with stored energy from batteries.
Detailed Specification:
The PV Modules used in the solar power projects must
qualify to the latest edition of the International
Electrotechnical Commission (IEC) PV module
qualification test or equivalent BIS standards.
1. Solar PV minimum array capacity should not be less
than 1 kW and should comprise of solar crystalline
modules of minimum 320 Wp or more at standard test
conditions,
indigenously manufactured Solar PV Crystalline Silicon
Terrestrial PV Modules IEC 61215/ BIS 14286.
2. The modules must conform to IEC 61730 Part 1
(Requirements for construction) & Part 2 (Requirements
for testing for safety qualification) or Equivalent BIS.
3. PV modules to be used in a highly corrosive atmosphere
(coastal areas, etc.) must qualify Salt Mist Corrosion
Testing as per IEC 61701 / BIS 61701.
4. PV modules to be used in a sandy environment must
qualify the IEC 600068-2-68 standards.
5. PV modules used in grid connected solar power plants
must be warranted for output wattage, which should not be
less than 90 % at the end of 10 years and 80 % at the end
of 25 years.
6. The mechanical structures, electrical works and overall
workmanship of the grid solar power plants must be
warranted for a minimum of 5 years.
7. The V-I curve of each PV module with Sl. Nos. Should
be submitted along with modules meeting the required
specifications.
Test Certification:
The PV modules must be tested and approved by one of
the IEC authorized test centres. In addition, a PV module
qualification test certificate as per IEC standard, issued by
ETDC, Bangalore or Solar Energy Centre MNRE will also
be valid.
Visual Mock-Up.
Location: As per Architect/Consultant Requirement
Design, fabricate, package, deliver (to Job site) and install
visual mock-up(s) as established in specifications with
referenced drawing No’s as mentioned for following facade
115 elements to be used as a visual specimen and for Client /
architect / Consultant‘s visual examination and evaluation.
Client / architect / Consultant‘s review shall be benchmark
for project quality. Use the same materials, finishes,
details, methods and anchorage system proposed for the
Curtainwalls and Railing Systems. (1 on each site)
a Kg 321488 All structural steel work required in project for Sky SPL Kg
Bridge, Columns, beam, plates, Anchor Bolts,
Anchorages, nuts structural bolts, floor trusses / facade
support, Bearing, drain cover, stairs, platforms, pipe
support, insert plates, canopy etc. in specified grade of
structural steel including NDT (Liquid Penetrant test,
MPI, UT excluding RT), etc., complete as per the
specifications and as directed by the Engineer.
134 Digging holes in ordinary soil and refilling the same with
the excavated earth mixed with manure or sludge in the
ratio of 2:1 by volume (2 parts of stacked volume of earth
after reduction by 20% : 1 part of stacked volume of
manure after reduction by 8%) flooding with water,
dressing including removal of rubbish and surplus earth,
if any, with all leads and lifts (cost of manure, sludge or
extra good earth if needed to be paid for separately) :
a Nos. 321.00 Holes 1.2 m die and 1.2 m deep SPL Number
b Nos. 2367.33 Holes 45 cm dia, and 45 cm deep. SPL Number
135 Plantation of Trees, Shrubs, and Hedge at site i/c
watering and removal of unserviceable material’s as per
direction of officer in charge (excluding cost of plant &
water).
a Nos. 321.00 Trees Plant SPL Number
b Nos. 2367.33 Shrubs Plant SPL Number
c Nos. 5967.33 Hedge Plant /Ground cover SPL Number
Trees/Plants.
136 Nos. 72.00 Providing and stacking of Cassia fistula (Amaltash) of SPL Number
height 120-135 cm. in big poly bags of size 25 cm as per
direction of the officer-in-charge.
137 Nos. 48.00 Providing and stacking of Alstonia scholaris of height 150- SPL Number
165 cm. in bag of size 25 cm as per direction of the
officer-in-charge.
138 Nos. 18.00 Providing and stacking of Aegle marmelos (Bael Patra) of SPL Number
height 150-165 cm. in bag of size 25 cm as per direction
of the officer-in-charge.
Shrubs
147 Nos. 1233.89 Providing and stacking of Renanthera imschootiana in SPL Number
polybags of size as per direction of the officer-in-charge.
148 Nos. 536.81 Providing and stacking of Paphiopedilum charlesworthii SPL Number
in polybags as per direction of the officer-in-charge.
149 Nos. 596.63 Providing and stacking of Sinopodophyllum hexandrum SPL Number
in polybags as per direction of the officer-in-charge.
Mechanical Parking
155 Car 360 Providing, fitting installing and commissioning of 3 Level SPL per car
Parked 3 Grid and 3 level 2 grid Pit Type Puzzle Parking System parked
with Electro Mechanical Technology accommodating 8
and 5 Cars per module respectively with car Carrying
Capacity of 2000 kg each and Car Dimension of 5000
mm length x 2000 mm height (SUV) in ground floor,
5000 mm length x 1700 mm height in 1st floor & Car
Dimension of 5000 mm length x 1550 mm height
(Sedan) in pit floor with allowable car of width 2000 mm
in each pallet and average retrieval/parking time not
more than 180 seconds. The Lifting speed should be @
3 Meter/Minutes having Motor of 1.5 Kw motor for 1st
Floor with lateral movement speed of 7 M/Min having
Motor of 0.2 KW for Ground Floor and having safety
features as outlined in specifications and as under
including cost of maintenance for two year during the
Guarantee period and DNP:
(a) Brakes : DC magnetic
(b) Emergency stop switch
(c) Photo sensor
(d) Antenna Type Limit Switch
(e) Pallet Stopper
(f) Cam Limit Switch
Rate to be quoted for each car parked. No payment shall
be done for empty spaces.
156 Stack of 157 Supply and Installation of Two Level Electro Mechanical SPL Per stack
two cars Type Twin Stack Car Parking System accommodating 2 of two
Cars Per Modules with car Carrying Capacity of 2000 kg cars
each and Car Dimension of 5000 mm length x 2000 mm
height (SUV) in Base level, 5000 mm length x 1550 mm
height above stack, with allowable car width of 2000 mm
at each Level & average retrieval/parking time not more
than 44 seconds. The Lifting speed should be @3
Meter/Minutes having Motor of 1.5 Kw and having safety
features as outlined in specifications and as under
including cost of maintenance for two year during the
Guarantee period and DNP:
(a) Brakes : DC magnetic
(b) Photo sensor
(c) Proximity Sensor
(d) Pallet Stopper
Rate to be quoted per stack of two cars.
Group C(Commercial)
a Point 2280.00 SPL Point
Wiring for light/ power plug with 4X4 sq. mm FRLS PVC
insulated copper conductor single core cable Fire retardant
1.1 KV Grade with ISI mark conforming to ISI : 694/2010 in
surface/ recessed Medium class PVC conduit including
necessary specials such as PVC bends,PVC Sockets,iron
staples,saddles,screws, Two way Junction Boxmodular
base,PVC Fastener,and looping earth by means of 4 Running
163 Rmt. 41526.00 SPL
sq.mm FRLS PVC insulated copper conductor single core Metre
cable Fire retardant 1.1 KV Grade with ISI mark
conforming to ISI : 694/2010 for loop earthing as
required.All complete complying with relevant standard
specification and as directed by the Engineer.
1 run of cable
Running
a Rmt. 2928.00 SPL
Metre
2 run of cable
Running
b Rmt. 976.00 SPL
Metre
3 run of cable
Running
c Rmt. 976.00 SPL
Metre
Supplying & fixing,connecting commissioing of 25 AMPS
Modular SP MCB C Curve, 6 Pin 25 Amps Modular Type
socket ISI Marked, suitable size Modular GI box for 3
Module (Flush Mounting Box GI) and cover plate,
169 Nos. 6.00 SPL Number
fasteners, etc including connections, painting etc. as
required. All complete complying with relevant standard
specification and as directed by the Engineer.
8 ways 3 phase DB
No. of ways incomer MCB / Isolator - 4
No. of ways incomer ELCB / RCD - 4
c Nos. 95.00 No. of outgoings ways - 24(Including 24 Nos. of Single Number
Pole & Neutral 6A to 32A, 10KA ,1 No. Triple Pole &
Neutral 6A to 32A,10KA,3 Nos. of 40 Amps 30 MA DP)
12 ways 3 phase DB
No. of ways incomer MCB / Isolator - 4
No. of ways incomer ELCB / RCD - 4
d Nos. 25.00 No. of outgoings ways - 36(Including 36 Nos. of Single Number
Pole & Neutral 6A to 32A, 10KA ,1 No. Triple Pole &
Neutral 63A, 10KA ,3 Nos. of 40 Amps 30 MA DP)
LT Panels
Transformer Incomer:-
D.G Incomer:-
Microprocessor based relay for 27, 49, 32, 52BF, 25, 59,
51, 51N, 46, 37, 40 & 81 with Protection Class 5P10 CTs.
Bus Section-2
1No. ACB, 1250A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For HVAC Panel Supply)
Note :
All incomer and bus coupler breaker should be interlocked
as per schematic diagram.
All breakers breaking capacities shall be Icu=Ics.
All MICROPROCESSOR based release MCCBs shall be
provided with O/L, S/C & inbuilt E/F protection & Individual
LED for fault indication for each fault
All Thermal based release MCCBs (Upto 250A) shall be
provided with inbuilt O/L & S/C protection & E/F Module
with CBCT or Earth Fault Relay with required CTs releases
shall be provided.
1 No ON' (Red) ,OFF & TRIP indication lamp (LED type)
with 2 Amp SP MCB for each outgoing.
All incomers and outgoing breaker shall have zone
selective interlocking (ZSI)
1 Set Rotary operating mechanism and terminal extension
spreaders for all the ACBs/MCCB's.
400kVAR APFCR PANEL-1 & 2 (TYPICAL)#EVR
181 Nos. 2.00 SPL Number
INCOMER
Digital Ampere Meter of suitable range for 3 phase, 4 wire
operation with LED display and built-in selector switch
along with 2 Amp MCB for controlling & with 3 numbers of
class 1.0, 15 VA Cast resin CTs.
1 Set of Indication Lamps (LED type)for R,Y,B with 2 Amp
MCB for controlling and breaker 'ON' , 'OFF' & 'TRIP' with
2 Amp MCB for controlling.
1 No. Auto/Manual selector switch with Auto & Manual
indication Lamp and 2 Amp MCB for controlling.
BUS BAR
TPN aluminium bus bars of minimum 1000 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 35KA for 1 sec.
OUTGOING
7 nos. 125 Amp TP Moulded Case circuit breaker with built
in thermal magnetic release(Ics = Icu = 35 KA)
Bus Coupler
1No 1250A, 50 kA, 4 Pole, (MDO) Air Circuit Breaker
Horizontal drawout type of fault breaking capacity 50KA
(Ics=lcu =Icw) upto 433V) Electrical Draw Out Motorised
operated,Independent Electrical / manual spring closing
mechanism fitted with interlocked door, automatic safety
shutters, mechanical ON/OFF and service/ test/isolated
position indicators and frame earthing contact, conforming
to IS-13947-2 1993 as amended up-to-date complete with
neccessary Auxillary contact & MCB as per
Drawing/specification.
BUSBARS
TPN aluminium bus bars of minimum 1600 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 35 KA for 1 sec.
Outgoing
Bus Section-1
3 Nos. MCCB, 630A, TP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For 2 Nos. Chiller & Spare)
INCOMER
2 Nos. 125Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 35 KA) with thermal magnetic based release
with built in O/L & S/C protection
BUSCOUPLER
1 Nos. 125Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 25 KA) without releases but with on and off
indicating lamps protected with 2A,SP MCB
BUSBARS
TPN Cu bus bars of minimum 200 Amps capacity with
heat shrinkable coloured sleeves and i/c, SMC bus bars
supports at required intervals complete for cross section,
size supports & their spacing etc. for withstanding fault
level of 25 KA for 1 sec.
OUTGOING
Bus Section-1
32Amp DP MCB (10kA) - 8 Set.
Bus Section-2
32Amp DP MCB (10kA) - 10 Set.
Plumbing Panel#EVR
184 Nos. 1.00 SPL Number
INCOMER
1 Nos. 125 Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 35 KA) with thermal magnetic based release
with built in O/L & S/C protection
3 Sets Indication Lamps, LED type, for RYB with2 Amp
control MCB.& breaker 'ON' , 'OFF' and trip indicating
lamps
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 125 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 200 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
Outgoing
INCOMING
1 Nos. MCCB, 100A, FP, 25 kA with phase indicating and
ON , OFF trip indicating Lamps protected by 2A , SP
MCB's
1 Nos. 100 Amp. 25 kA 4 Pole Manual change over
Switch with Phase indicating lamps protected by 2A ,SP
MCB on both the source
Incomer shall have one set of the following items:
OUTGOING
63Amp 4P MCB (10KA) - 3 Set.
AHU Panel-GF#EVR
186 Nos. 1.00 SPL Number
Outgoing
Two (2) Nos. 4.0 HP DOL Starter with MPCB
Two (2) Nos. 3.0 HP DOL Starter with MPCB
Two (2) Nos. 2.0 HP DOL Starter with MPCB
Four (4) Nos.32 A ,4P MCB (10kA) with direct supply dual
source prepaid energy meter with RS 485 point
INCOMING
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 60 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
BUSBARS
TPN aluminium bus bars of minimum 100 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
OUTGOING
INCOMING
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 100 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
OUTGOING
Four (4) Nos 40A 4P MCB (10kA) with direct supply dual
source prepaid energy meter with RS 485 port
One(1) No. 40A , 4P MCB (10kA)
Lift Panel-1#EVR (Terrace)
189 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Lift panel-1, IP42, suitable for 415V+/-10%, 3 Phase,
4 wire 50 Hz AC supply system fabricated in
compartmentalized modular design from CRCA sheet
steel of 2 mm thick for frame work and covers, 3 mm thick
for gland, plates i/c cleaning & finishing complete with 7
tank process for powder coating in approved shade,
having TPN Aluminium alloy bus bars for high conductivity,
DMC/SMC bus bar supports,with short circuit withstand
capacity of 25 KA for 1 sec, bottom base channel of MS
section not less than 100 mm x 50 mm x 5 mm thick,
fabrication shall be done in transportable sections, entire
panel shall have a common copper earth bar of size 25
mm x 5 mm at the rear with 2 Nos. earth stud, solid /
flexible connections from main bus bar to switchgears and
from switchgear output to cable termination in cable alley
with required size of AL conductors / bus bars and control
wiring with 2.5 sqmm PVC insulated copper conductor
cable (FRLS), cable alleys, cable gland plates in two half,
i/c providing following switchgears / accessories as per
specifications.
INCOMING
1 Nos. MCCB, 200A, FP, 35 kA with phase indicating
lamps and ON , OFF trip indicating lamps protected by 2A
, SP MCBs
OUTGOING
63Amp 4P RCCB (100mA) - 9 Set.
OUTGOING
63Amp 4P RCCB (100mA) - 2 Set.
INCOMER
1 Nos. 160 Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 25 KA) with thermal magnetic based release
with built in O/L & S/C protection
3 Sets Indication Lamps, LED type, for RYB with2 Amp
control MCB.& breaker 'ON' , 'OFF', lamps with 2 Amp
MCB for controlling.
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 160 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 200 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
Outgoing
INCOMING
2Nos. MCCB, 200A, FP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module. with Individual LED for fault
indication for each fault.
Each Incomer shall have one set of the following
items:
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 200 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
OUTGOING
160Amp 4P MCCB (35KA) - 2 Set.
125Amp 4P MCCB (35KA) - 5 Set.
63Amp 4P MCCB (25KA) - 3 Set.
Basement-1 Ventillation Panel#EVR
193 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Basement Ventilation panel, IP42, suitable for 415V+/-
10%, 3 Phase, 4 wire 50 Hz AC supply system fabricated
in compartmentalized modular design from CRCA sheet
steel of 2 mm thick for frame work and covers, 3 mm thick
for gland, plates i/c cleaning & finishing complete with 7
tank process for powder coating in approved shade,
having TPN Aluminium alloy bus bars for high conductivity,
DMC/SMC bus bar supports,with short circuit withstand
capacity of 35 KA for 1 sec, bottom base channel of MS
section not less than 100 mm x 50 mm x 5 mm thick,
fabrication shall be done in transportable sections, entire
panel shall have a common copper earth bar of size 25
mm x 5 mm at the rear with 2 Nos. earth stud, solid /
flexible connections from main bus bar to switchgears and
from switchgear output to cable termination in cable alley
with required size of AL conductors / bus bars and control
wiring with 2.5 sqmm PVC insulated copper conductor
cable (FRLS), cable alleys, cable gland plates in two half,
i/c providing following switchgears / accessories as per
specifications.
Outgoing
Eight Nos. Motor TP MPCB, suitable for 10 HP DOL
Starter
Four Nos. Motor TP MPCB, suitable for 3 HP DOL Starter
INCOMER
1 No. 125Amp,four pole Moulded Case Circuit Breaker (Ics
= Icu = 25 KA) with thermal magnetic based release with
built in O/L & S/C protection
3 Sets Indication Lamps, LED type, for RYB with2 Amp
control MCB.& breaker 'ON' , 'OFF',
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 125 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 200 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
Outgoing
Seven(7) Nos. TP MPCB, suitable for 10 HP DOL Starter
INCOMER
1 No. 320Amp,four pole Moulded Case Circuit Breaker (Ics
= Icu = 25 KA) with microprocessor based release with
built in O/L & S/C protection
3 Sets Indication Lamps, LED type, for RYB with2 Amp
control MCB.& breaker 'ON' , 'OFF', &trip lamps with 2
Amp MCB for controlling.
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 400 /5A , Class I accuracy and 15 VA burden-
1set.
Outgoing
One (1) Motor duty MCCB suitable for 20 HP star/Delta
Starter
Twenty(20) Nos. TP MPCB, suitable for 10 HP DOL
Starter
Three(3) Nos. Motor TP MPCB, suitable for 5 HP DOL
Starter
Two(2) Nos. Motor TP MPCB, suitable for 3 HP DOL
Starter
One (1) Nos. 20 HP Star-Delata Starter
Eighteen (18) Nos. 10 HP DOL Starter
Three (3) Nos. 5 HP DOL Starter
Note
All breakers breaking capacities shall be Icu=Ics upto 433
V.
INCOMING
1 Nos. MCCB, 63A, FP, 25 kA thermal magnetic based
with O/L, S/C & inbuilt E/F protection with RS485 module.
with Individual LED for fault indication for each fault.
OUTGOING
Transformer Incomer:-
D.G Incomer:-
Microprocessor based relay for 27, 49, 32, 52BF, 25, 59,
51, 51N, 46, 37, 40 & 81 with Protection Class 5P10 CTs.
INCOMER
Digital Ampere Meter of suitable range for 3 phase, 4 wire
operation with LED display and built-in selector switch
along with 2 Amp MCB for controlling & with 3 numbers of
class 1.0, 15 VA Cast resin CTs.
1 Set of Indication Lamps (LED type)for R,Y,B with 2 Amp
MCB for controlling and breaker 'ON' , 'OFF' & 'TRIP' with
2 Amp MCB for controlling.
1 No. Auto/Manual selector switch with Auto & Manual
indication Lamp and 2 Amp MCB for controlling.
BUS BAR
TPN aluminium bus bars of minimum 1600 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 35KA for 1 sec.
OUTGOING
10 nos. 125 Amp TP Moulded Case circuit breaker with
built in thermal magnetic release(Ics = Icu = 35 KA)
HVAC Panel#TNHB
200 Nos. 1.00 SPL Number
Bus Coupler
1No 1600A, 50 kA, 4 Pole, (MDO) Air Circuit Breaker
Horizontal drawout type of fault breaking capacity 50KA
(Ics=lcu =Icw) upto 433V) Electrical Draw Out Motorised
operated,Independent Electrical / manual spring closing
mechanism fitted with interlocked door, automatic safety
shutters, mechanical ON/OFF and service/ test/isolated
position indicators and frame earthing contact, conforming
to IS-13947-2 1993 as amended up-to-date complete with
neccessary Auxillary contact & MCB as per
Drawing/specification.
BUSBARS
TPN aluminium bus bars of minimum 2000 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
Outgoing
Bus Section-1
3 Nos. MCCB, 630A, TP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.
Two Nos 25 HP Star-Delta Starter with Motor Duty MCCB
INCOMER
2 Nos. 200Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 35 KA) with thermal magnetic based release
with built in O/L & S/C protection
Each Incomer shall have one set of the following
items:
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 200 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
Bus Section-2
32Amp DP MCB (10kA) - 10 Set.
Plumbing Panel#TNHB
202 Nos. 1.00 SPL Number
INCOMER
1 Nos. 200 Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 35 KA) with thermal magnetic based release
with built in O/L & S/C protection
3 Sets Indication Lamps, LED type, for RYB with2 Amp
control MCB.& breaker 'ON' , 'OFF', with trip indicating
lamps
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 200 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
Outgoing
Six Nos.15 HP S/D Starter with motor duty MCCB
Three(3) Nos.12.5 HP S/D Starter with Motor duty MCCB
INCOMING
OUTGOING
63Amp 4P MCB (10KA) - 5 Set.
AHU Panel-GF#TNHB
204 Nos. 1.00 SPL Number
BUSBARS
TPN aluminium bus bars of minimum 100 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
Outgoing
INCOMING
Each Incomer shall have one set of the following
items:
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 60 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
OUTGOING
Three(3) Nos. 40A , 4P MCB (10kA) with direct supply
dual source prepaid energy meter with RS 485 port
INCOMING
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 100 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 200 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
OUTGOING
63Amp 4P MCB (10KA) -4 Set.
INCOMING
OUTGOING
63Amp 4P RCCB (100mA) - 9 Set.
INCOMING
1 Nos. MCCB, 63A, FP, 35 kA with phase indicating
lamps ON ,OFF,TRIP Indicating lamps protected by 2A SP
MCB
1 Nos. ATS 63 Amp. 35 kA 4 Pole (Automatic Transfer
Switch) with phase indicating lamps protected by 2A SP
MCB
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 60 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
BUSBARS
TPN aluminium bus bars of minimum 100 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
INCOMER
1 Nos. 160 Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 35 KA) with thermal magnetic based release
with built in O/L & S/C protection
Outgoing
6 Nos. MCCB, 63A, TP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.
2 Nos. MCCB, 40A, TP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.
Note
All breakers breaking capacities shall be Icu=Ics upto 433
V.
INCOMING
2Nos. MCCB, 200A, FP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module. with Individual LED for fault
indication for each fault.
Each Incomer shall have one set of the following
items:
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 200 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
OUTGOING
160Amp 4P MCCB (35KA) - 1 Set.
Outgoing
12 No Motor Duty MPCB, wIth Dol Starter as per SLD.
INCOMER
1 No. 250Amp,four pole Moulded Case Circuit Breaker (Ics
= Icu = 25 KA) with thermal magnetic based release with
built in O/L & S/C protection
Outgoing
26 No Motor Duty MPCB, wIth Dol Starter as per SLD.
INCOMER
1 No. 250Amp,four pole Moulded Case Circuit Breaker (Ics
= Icu = 25 KA) with thermal magnetic based release with
built in O/L & S/C protection with Individual LED for fault
indication for each fault.
INCOMING
OUTGOING
20Amp SP MCB (10kA) - 9 Set.
Discharge reactor
APFC Relay/Controller
Control/Monitoring/Measurement equipment.
All Energy meters are digital type & with RS-485 port for
communication.
Transformer Incomer:-
D.G Incomer:-
Microprocessor based relay for 27, 49, 32, 52BF, 25, 59,
51, 51N, 46, 37, 40 & 81 with Protection Class 5P10 CTs.
INCOMER
Digital Ampere Meter of suitable range for 3 phase, 4 wire
operation with LED display and built-in selector switch
along with 2 Amp MCB for controlling & with 3 numbers of
class 1.0, 15 VA Cast resin CTs.
1 Set of Indication Lamps (LED type)for R,Y,B with 2 Amp
MCB for controlling and breaker 'ON' , 'OFF' & 'TRIP' with
2 Amp MCB for controlling.
1 No. Auto/Manual selector switch with Auto & Manual
indication Lamp and 2 Amp MCB for controlling.
BUS BAR
TPN aluminium bus bars of minimum 1600 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 35KA for 1 sec.
OUTGOING
10 nos. 125 Amp TP Moulded Case circuit breaker with
built in thermal magnetic release(Ics = Icu = 35 KA)
Bus Coupler
1No 1600A, 50 kA, 4 Pole, (MDO) Air Circuit Breaker
Horizontal drawout type of fault breaking capacity 50KA
(Ics=lcu =Icw) upto 433V) Electrical Draw Out Motorised
operated,Independent Electrical / manual spring closing
mechanism fitted with interlocked door, automatic safety
shutters, mechanical ON/OFF and service/ test/isolated
position indicators and frame earthing contact, conforming
to IS-13947-2 1993 as amended up-to-date complete with
neccessary Auxillary contact & MCB as per
Drawing/specification.
BUSBARS
TPN aluminium bus bars of minimum 2000 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
Outgoing
Bus Section-1
3 Nos. MCCB, 800A, TP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.
Two Nos 25 HP Star-Delta Starter with Motor Duty MCCB
INCOMER
2 Nos. 200Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 35 KA) with thermal magnetic based release
with built in O/L & S/C protection
Each Incomer shall have one set of the following
items:
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 200 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
Bus Section-2
32Amp DP MCB (10kA) - 10 Set.
INCOMER
1 Nos. 200 Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 35 KA)
3 Sets Indication Lamps, LED type, for RYB with2 Amp
control MCB.& breaker 'ON' , 'OFF', with trip indicating
lamps
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 200 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
Outgoing
Six Nos.15 HP S/D Starter with motor duty MCCB
Three(3) Nos.12.5 HP S/D Starter with Motor duty MCCB
INCOMING
OUTGOING
63Amp 4P MCB (10KA) - 5 Set.
BUSBARS
TPN aluminium bus bars of minimum 100 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
Outgoing
INCOMING
Each Incomer shall have one set of the following
items:
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 60 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
OUTGOING
Three(3) Nos. 40A , 4P MCB (10kA) with direct supply
dual source prepaid energy meter with RS 485 port
INCOMING
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 100 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 200 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
OUTGOING
63Amp 4P MCB (10KA) -4 Set.
INCOMING
OUTGOING
63Amp 4P RCCB (100mA) - 9 Set.
INCOMING
1 Nos. MCCB, 63A, FP, 35 kA with phase indicating
lamps ON ,OFF,TRIP Indicating lamps protected by 2A SP
MCB
1 Nos. ATS 63 Amp. 35 kA 4 Pole (Automatic Transfer
Switch) with phase indicating lamps protected by 2A SP
MCB
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 60 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.
BUSBARS
TPN aluminium bus bars of minimum 100 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
INCOMER
1 Nos. 160 Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 35 KA) with thermal magnetic based release
with built in O/L & S/C protection
Outgoing
6 Nos. MCCB, 63A, TP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.
2 Nos. MCCB, 40A, TP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.
228 Common Area Panel#TNSCB
Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Common panel-TNHB, IP42, suitable for 415V+/-
10%, 3 Phase, 4 wire 50 Hz AC supply system fabricated
in compartmentalized modular design from CRCA sheet
steel of 2 mm thick for frame work and covers, 3 mm thick
for gland, plates i/c cleaning & finishing complete with 7
tank process for powder coating in approved shade,
having TPN Aluminium alloy bus bars for high conductivity,
DMC/SMC bus bar supports,with short circuit withstand
capacity of 25 KA for 1 sec, bottom base channel of MS
section not less than 100 mm x 50 mm x 5 mm thick,
fabrication shall be done in transportable sections, entire
panel shall have a common copper earth bar of size 25
mm x 5 mm at the rear with 2 Nos. earth stud, solid /
flexible connections from main bus bar to switchgears and
from switchgear output to cable termination in cable alley
with required size of AL conductors / bus bars and control
wiring with 2.5 sqmm PVC insulated copper conductor
cable (FRLS), cable alleys, cable gland plates in two half,
i/c providing following switchgears / accessories as per
specifications.
INCOMING
BUSBARS
TPN aluminium bus bars of minimum 300 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 35KA for 1 sec.
OUTGOING
160Amp 4P MCCB (35KA) - 1 Set.
INCOMER
1 No. 250Amp,four pole Moulded Case Circuit Breaker (Ics
= Icu = 25 KA) with thermal magnetic based release with
built in O/L & S/C protection
Outgoing
12 No Motor Duty MPCB, wIth Dol Starter as per SLD.
INCOMER
1 No. 250Amp,four pole Moulded Case Circuit Breaker (Ics
= Icu = 25 KA) with thermal magnetic based release with
built in O/L & S/C protection
INCOMER
1 No. 250Amp,four pole Moulded Case Circuit Breaker (Ics
= Icu = 25 KA) with thermal magnetic based release with
built in O/L & S/C protection with Individual LED for fault
indication for each fault.
Outgoing
20 Nos. Motor Duty MPCB, wIth Dol Starter as per SLD.
INCOMING
1 Nos. MCCB, 63A, FP, 35 kA with thermal magnetic
based O/C ,S/C & E/F Protection.
1 No 40A TPN MCB(10KA)
63 A Incomer shall have one set of the following
items:
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 60 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 100 Amps capacity
with heat shrinkable coloured sleeves and i/c, SMC bus
bars supports at required intervals complete for cross
section, size supports & their spacing etc. for withstanding
fault level of 25 KA for 1 sec.
OUTGOING
20Amp SP MCB (10kA) - 9 Set.
1000A to 630A
a Nos. 2.00 SPL Number
EXTERNAL LIGHTING
3x 2.5 Sqmm
Running
a Rmt. 1800.00 SPL
Metre
HT CABLES Annx-VII,
254 Item No. -6
Part M
3.5Cx120 Cu
Running
a Rmt. 319.00
Metre
3.5Cx50 Cu
Running
b Rmt. 264.00
Metre
3.5C x 35 Cu
Running
c Rmt. 55.00
Metre
3.5C x 25 Cu
Running
d Rmt. 640.20
Metre
4C x 10 Cu
Running
e Rmt. 907.50
Metre
4C x 25 Cu
Running
f Rmt. 264.00
Metre
3.5Cx 70 Cu/FS
Running
a Rmt. 506.00
Metre
3.5Cx 300 Cu/FS
Running
b Rmt. 2013.00
Metre
3Cx 10 Cu/FS
Running
c Rmt. 5643.00
Metre
3Cx 6 Cu/FS
Running
d Rmt. 1606.00
Metre
e Nos. 22.00 1000 mm width X 62.5 mm depth X 2.0 mm thickness SPL Number
INSPECTION CHAMBER:
Constructing brick masonry chamber for underground C.I.
inspection chamber and bends with bricks in cement
mortar 1:4 (1 cement : 4 M sand) C.I. cover with frame
(light duty) 450x610 mm internal dimensions, total weight
of cover with frame to be not less than 38 kg (weight of
cover 23 kg and weight of frame 15 kg), R.C.C. top slab
with 1:1.5:3 mix (1 cement : 1.5 Fine aggregate : 3 graded
stone aggregate 20 mm nominal size), foundation concrete
268 1:5:10 (1 cement : 5 M sand : 10 graded stone aggregate
40 mm nominal size), inside plastering 12 mm thick with
cement mortar 1:3 (1 cement : 3 M sand), finished smooth
with a floating coat of neat cement on walls and bed
concrete etc. complete as per standard design :All
complete complying with relevant standard specification
and as directed by the Engineer
a Nos. 22 Inside dimensions 600x 850 mm and 45 cm deep for pipe SPL Number
line with three or more inlets.
With common burnt clay F.P.S. (non modular) bricks of
class designation 7.5
Extra for depth beyond 45 cm of brick masonry chamber
ELEVATOR WORKS
EVR
274 Passanger Elevatar SPL
Providing & fixing M.S. class ‘C’ (heavy duty) pipe & fittings
like tees, elbows, junctions, unions, bends, plugs etc. RCC
pipe sleeves of larger diameter to the provided wherever
the pipes are under Ground pipe without wrapping coating
material ex-including cutting and making hole in wall/ slab
and making good the same. Including a coat of Synthetic
enamel paint over two coats of primer complete as
required.
25 mm dia
40 mm dia
50 mm dia
80 mm dia
Providing and fixing 'Y' type strainer for oil supply line:
25 mm dia
40 mm dia
50 mm dia
80 mm dia
In Ground / On surface
Spare - 1 No 20 A feeder
Note : Panel should have provision to house DDC
Controller in separate compartment for BMS Connectivity.
a Set 3.00 2x50kL CAPACITY HSD TANK as described above SPL Set
Statutory Items
SUB STATION EQUIPMENTS
HV Compartment :
Single Unit consisting of RMU & 1 No. 630A -VCB type
Circuit Breaker and with O/C, S/C & E/F relay (for Local
transformer control). The VCB Circuit Breaker are
provided with Integrated Earthing Switches Shunt trip coil
rated for 230V AC.
Trip push button for VCB circuit breaker. 1 No. Square
Digital Voltmeter of 96x96 mm size of 0 to 15 KV range
with 3 way and OFF selector switch including 1 no. square
digital Ammeter of size 96x96 mm, 0 to 200A range with
built-in selector switch.
The Equipment should be supplied with integrated BMS
facility to monitor operate and control the entire system all
necessary arrangement should be the part of item only.
Padlocking facility.
Transformer Compartment :
11/0.415 kV,1250kVA three phase, Dyn11, Cu winding, Oil
cooled, hermitically sealed type Transformer with OLTC,
RTCC Taps (+5% to -15% in steps of 1.25% on HT side)
and all standard accessories i.e WTI,OTI etc. as required
as per latest IS 1180 (Level II).
LV Compartment :
HV Compartment :
Single Unit consisting of RMU & 1 No. 630A -VCB type
Circuit Breaker and with O/C, S/C & E/F relay (for Local
transformer control). The VCB Circuit Breaker are
provided with Integrated Earthing Switches Shunt trip coil
rated for 230V AC.
Trip push button for VCB circuit breaker. 1 No. Square
Digital Voltmeter of 96x96 mm size of 0 to 15 KV range
with 3 way and OFF selector switch including 1 no. square
digital Ammeter of size 96x96 mm, 0 to 200A range with
built-in selector switch.
The Equipment should be supplied with integrated BMS
facility to monitor operate and control the entire system all
necessary arrangement should be the part of item only.
Padlocking facility.
Transformer Compartment :
LV Compartment :
METERING
Supply, installation, testing and commissioning of 11 KV
HT meter box suitable for accommodation of CTPT & 11
KV HT Meter (both shall be supplied & fixed by State
Electricity supply agency). Panel shall be fabricated out of
1.6 mm thick CRCA sheet steel complete with painting etc.
306 SPL
as per approved requirement and pdg. & fixing following
items there in etc. as required.All complete complying with
relevant standard specification and as directed by the
Engineer
*VMS should have mode which can enables operators to synchronize video
playback and export investigative playlists covering scenes of interest
*VMS should have Mapping features which enables operators to arrange
and find cameras on maps. Through mapping, operators can find and the
camera providing the view they need, when they need it. Access Control
support in Maps allows users to view the status of doors in the building, and
allows them to control the door locks.
*ANPR seamless plugin exposes license plate numbers, to track vehicles
as they come and go
*VMS should provides mechanisms to sort cameras by tags and other
criteria, making it easy for users to find the cameras they need.
*VMS Should support encrypted video exports
*VMS should support bookmark, in which operator able to specify the name
& description of the bookmark & the operator shall be able to lock video and
audio around bookmark and set the time range for the bookmark.
*An operator with appropriate permissions shall be able to send a saved tab
to other clients, causing their system to launch the saved tab
All complete complying with relevant standard specification and as directed
by the Engineer
Supply and Fixing of ''U'' Bracket with Accessories All complete complying
324 Nos 12.00 with relevant standard specification and as directed by the Engineer SPL Number
.
Supply, Fixing and Laying of 8 Core multi strand, copper, unarmoured
Cable (between the every readers & the access controllers).All complete Running
325 Rmt. 900.00 SPL
complying with relevant standard specification and as directed by the Metre
Engineer
Supply, Fixing and Laying of 2 Core x 1.5 Sq mm, FRLS multi strand,
copper, unarmoured cable (between the controller and EM Lock/Request to Running
326 Rmt. 900.00 SPL
exit button).All complete complying with relevant standard specification and Metre
as directed by the Engineer
FIRE DETECTION AND ALARM SYSTEM ADDRESSABLE TYPE
Supply , Installation , Testing and Commissioning of Microprocessor based
Multi- loop, addressable fire alarm panel , Fully 7-inch Touch Screen 800 x
480 pixel display, with peer to peer networking of 250 FAP in single node,
each panel should act as master panel, single loop with minimum 240
addressable points (Any combination) per loop, with 1,00,000 event
history,panel with built in battery charger that can support backup upto
24hours idle condition and 30 minutes during alarm condition,Programing
via PC or panel keypad and touch screen, panel with integral thermal
printer, option to interface to BMS with optional interface of LON Works,
BACnet & MODBus, 96 Zonal LEDs on board, capacity to have upto 250
logic zones, 4 NAC circuits, 3 programmable relays, dedicated Alarm relay,
327 SPL
Integral short circuit, History records of 100,000 events, should have PAS
(Positive Alarm Sequence) , should have Optional Redundancy CPU, Power
Limited Class B Notification Appliance Circuits (NAC),total load
Max.2.5A/24VDC. The 2nd NAC can be set as AUX. Should have Remote
diagnosis via Ethernet, Email notification, Real time detector compensation
level report. As per NBC guidelines- Neworkable Fire alarm control panel
shall be able to accommodate below given detectors & devices and shall
have 20% spare capacity to accommodate future expansions of
addressable points. Comply UL864 10th Edition / NFPA72.All complete
complying with relevant standard specification and as directed by the
Engineer
Contractor No. of Corrections
317
Software for Parking Guidance System including one time License &
Authorization fee.
370 SET 3.00 Make/equivalent : Neptune/FAAC/ Seimens . SPL SET
The software should be got approved from the executive engineer
before use on work
Charging Station
Supply & Fixing of Charging Station of following Parameters-
Power Input-1 Phase ,3 Wire AC system (1Ph+N+E)
230V+/-10%,50 Hz+/-2%
Power Output-Maximum power rating of 7.4 kW,output voltage 230
374 Nos. 27.00 SPL Number
kV +/- 10%,rating current 32A and output Connector (5 mtr Cable)
with IEC 62196-2 Compliance.
All complete complying with relevant standard specification and as
directed by the Engineer
Providing and fixing of 63A , TPN Socket for Baggage Scanner.
375 Nos. 9.00 All complete complying with relevant standard specification and as SPL Number
directed by the Engineer
Supply,Installation,testing and commissioning of the following rating
RCBO in wall mounting type including thermoplastic type reinforced
polycarbonate cubicle enclosure with suitable size terminals to
376 SPL
received incoming and outgoing in armoured conductor.All complete
complying with relevant standard specification and as directed by the
Engineer(For Multistack Parking)
2.30 m deep with SFRC Cover and frame (heavy duty , HD- 20 grade
designation) 560 mm internal dia confirming of to I.S 12592 total weight
of cover and frame not less than 182.00 Kg. fixied in cement concrete
1:2:4 (one of cement : two of msand : four of HB stone jelly 20 mm
nominal size ) including centering shutering, labour charges etc and
complete in all respects. complying with relavent standard specification
and as directed by the department officer.
With Brick Masonry
a Nos 3 For Sewerage System Number
Extra depth for circular type manhole of 1.52 m internal dia using
country brick of size 23 x 11 x 5 cm with cement mortar 1:4 ( one of
cement : four of msand), in side the manhole finished with cement
TNSOR-
383 mortar 1:3 (one of cement : three of msand) using 12 mm thick
2020-21
beyond 2.30 m depth and complete in all respects. Complete
complying with relavent standard specification and as directed by the
department officer
PVC Pipes
50mm dia Running
a Rmt. 933
Metre
Providing and fixing G.I. pipes medium Class as per IS: 1239 PART-1
(2004) complete with G.I. specials and fittings including necessary
earth work excavation for trenches and refilling the same well rammed
and consolidated after the pipes are joined with solution and tarred
394 yarn laid to proper gradient to the alignment etc., Complete complying
with relavent standard specification and as directed by the department
officer (GI pipes should be got approved by the Competent Authority
before laying). External work
403 Nos 727 Providing and fixing of Special Type 6mm thick bevelled edge plate glass Annx-VI, Number
Mirror of size 1000 x 780mm of approved quality with 6mm thick marine Item No. -
ply backing fixed to wooden cleats with CP brass screws and washers 197
(including s/s studs for fixing the glass).
(Complete complying with relavent standard specification and as directed
by the Competent authority.)
For Wash basin
404 Nos 107 Providing and fixing Brass Chromium Plated Shower Rose - 100mm dia. Annx-VI, Number
(Complete complying with relavent standard specification and as directed Item No. -
by the Competent authority.) 159
405 Nos 107 Providing and fixing CP Shower Arm with Overhead Shower Rose. Annx-VI, Number
(Complete complying with relavent standard specification and as directed Item No. -
by the Competent authority.) 162
406 Nos 107 Supplying and fixing of C.P Concealed stop Cock with sliding flange SOR Number
(Model No. 514 E) of Essco Fittings including cost of fittings , labour for
fixing etc,
(Complete complying with relavent standard specification and as directed
by the Competent authority.)
408 Nos 575 Providing and fixing CP Brass toilet paper holder including cutting and SPL Number
making good the walls wherever required.
(Complete complying with relavent standard specification and as directed
by the departmental officer.)
For Water Closet
409 Nos 620 Providing and Fixing CP brass liquid soap container having capacity of SPL Number
1000 ml of standard shape with bracket of the same materials with snap
fittings of approved quality colour and make including cutting and making
good the walls wherever required
(Complete complying with relavent standard specification and as directed
by the Competent authority.)
For Toilet Area
410 Nos 620 Providing and fixing CP brass towel ring "square"" fixed to wooden cleats SPL Number
with C.P brass screws with concealed fittings arrangement of approved
quality and colour including cutting and making good the walls wherever
required.
(Complete complying with relavent standard specification and as directed
by the Competent authority.)
413 Nos 216 Providing and fixing Automatic Hand Dryer 235 x 205 x 265 mm SPL Number
(stainless steel) (automatic sensor type) to be operated with 220 volts,
single phase, with fully hygienic condition, with all accessories, with
wooden cleats and C.P. brass screws including cutting and making good
the wall wherever required complete (Complete complying with relavent
standard specification and as directed by the Competent authority.)
For Toilet Area
414 Nos 107 Providing and fixing of Cruse set including EWC (European type water SPL Number
closet) size 710 X 370X 810mm with cistern, soft close seat cover, flush
fittings, wash basin( 510 x 400mm ), lever arm faucet for ease of
operation, 2 nos. wall mounted grab bar, 1 no. wall mounted hinged hand
rail fixed to wall with brackets including cutting and making good the wall
and floors as required. (Complete complying with relavent standard
specification and as directed by the Competent authority.)
Flush Tank Capacity: 4.8 Litres
(IN SPECIAL NEEDS RANGE) (Divyang Toilet)
(Complete complying with relavent standard specification and as directed
by the departmental officer.)
417 Nos 620 Providing and fixing Table top/under counter wash basin ( star white ) with SPL Number
C.I. brackets with waste of standard pattern with waste fitting, including
painting of fittings and brackets, cutting and making good the walls
wherever require : White Vitreous China Wash basin approx. size 560 x
410 mm
(Complete complying with relavent standard specification and as directed
by the departmental officer.)
418 Nos 620 Providing and fixing C.P. brass Wash Basin Faucets (Pillar Cock) with SPL Number
flow of not less than 1.6 LPM at 60 PSI with aerator including cutting and
making good the wall wherever required.
(Complete complying with relavent standard specification and as directed
by the Competent authority.)
419 Nos 108 Supplying, Installation, Testing and Commissioning 15mm C.P brass SPL Number
Kitchen sink faucets with flow not less than 4 LPM at 60 PSI with swivel
spout with connecting legs and wall flange complete. Including cutting and
making good the walls wherever required. (Complete complying with
relavent standard specification and as directed by the Competent
authority.)
422 - Supplying & Fixing of uPVC, P or S trap of self cleansing design with / TWAD
without vent. arm Setting in cement concrete 1:2:4 (one of cement ,two SOR
of msand and four of HBS Jalli )mix complete including cost of cutting &
making good the Wall / Floors wherever required. (Complete complying
with relavent standard specification and as directed by the Competent
authority.)
For inside Toilet Area
a Nos 866 110 x110mm Number
423 Nos 866 Providing & fixing PVC inlet fitting with one or more inlets fabricated from SPL Number
110 mm outer dia UPVC pipe and solvent welded sockets and fixed to
UPVC Trap and set in cement concrete as per drawing Complete
complying with relavent standard specification and as directed by the
Competent authority.
For Toilet area
-
425 - Supplying, Installation, Testing and Commissioning of 125 mm dia, 3mm SPL
thick stainless steel grating with frame for floor traps or drain of required
pattern including cutting and making good the floorComplete complying
with relavent standard specification and as directed by the Competent
authority.
a Nos 1,356 125 mm dia over floor trap/drain Number
-
426 Nos 43 Making Khurra 45 x 45 cm with average minimum thickness of 5 cm SOR Number
cement concrete 1:2:4 ( one of cement : two of msand : four of graded
stone aggregate of 20 mm nominal size) over P.V.C sheet 1m x 1m x 400
microm, finished with 12 mm cement plaster 1:3 ( 1 cement : 3 msand )
and a coat of neat cement, rounding the edges and making and finishing
the outlet complete.
427 - Supplying, Installation, Testing and Commissioning of GI Pipes "B" Class Annx-VI,
as per IS standard 1239. including GI Specials and fixed with special Item No. -
clamp made of MS angle /flat including cutting,bending,holding where 150
ever necessary and making good of the dismantled portion with necessary
connection made to walls using bolts , nuts,nails etc with cement
concrete 1:2:4 (one of cement ,two of msand and four of HBS Jalli ) and
as directed by the Competent authority
Inside the Shaft & Terrace level.
a Rmt. 882 65mm dia Running
Metre
428 - Supplying & Fixing of Gun Metal Wheel Valve (Heavy Duty) for water Annx-VI,
supply line.Complete complying with relavent standard specification and Item No. -
as directed by the Competent authority. 153
a Nos 11 40mm dia Number
429 Providing & fixing of CPVC (Chlorinated Poly Vinyl Chloride) Pipe ((Higher Annx-VI,
pressure rating with higher pipe thickness) ) Standard Dimension Item No. -
Ratio–11.including necessary Specials such as bend ,elbow,Tee etc with 386
necessary connection made to walls by proper alignment and redoing
the chipped masonry etc (Complete complying with relavent standard
specification and as directed by the Competent authority.)
For inside Toilet area
a Rmt. 1,839 15mm dia Running
Metre
DRIP IRRIGARTION
432 Supply of drip irrigation Pipes for terrace garden , consisting of following
items , including all necessary fittings Complete complying with relavent
standard specification and as directed by the Depatmental Officer
a Rmt. 336 PVC Pipe Nominal outside diameter 1"(25mm) 10 kg/cm2 pressure each Item Running
length of 20 feet IS:4985-2000 with latest Amendments/ISO 9001:2008 No.366 Metre
(c)
b Nos. 48 1" PVC Gate Valve
Number
c Nos. 125 1" PVC Gate Elbow Item
No.367 Number
(B) c
d Nos. 8 1" PVC T's Item
No.367 Number
(D) c
e Rmt. 3,000 12 mm Lateral pipe IS:12876:1989 with latest Amendments/ ISO Running
9001:2008 Metre
1000mm
b set 3.00 SPL set
1200mm
c set 3.00 SPL set
1500mm
d set 1,633.00 SPL set
50 mm
a Set 71.00 SPL Set
b Set 2.00 180 LPM at minimum 155 meter head TNHB HQ SITE SPL Set
c Set 2.00 180 LPM at minimum 115 meter head TNSCB SITE SPL Set
478 Providing and fixing horizontal/vertical monobloc centrifugal pumping set SPL
with mechanical seal cast iron (C.I) volute and stainless steel (S.S) body,
S.S impeller with S.S shaft connected to a IE3 induction motor suitable
for 400/440 volts, 3 phase, 50 cycles A.C. supply with 150 mm dia
pressure gauge with gunmetal isolation cock, vibration eliminating for
each pump including necessary structural supports, clamps, bolts, nuts
washers and 1:2:4 plain cement concreate (PCC) foundations complete
as per standard specification and as directed by the Competent Authority.
479 Providing and fixing horizontal/vertical monobloc centrifugal pumping with SPL
mechanical seal cast iron (C.I) volute and stainless steel (S.S) body, S.S
impeller with S.S shaft connected to a IE3 induction motor suitable for
400/440 volts, 3 phase, 50 cycles A.C. supply with 150 mm dia pressure
gauge with gunmetal isolation cock, vibration eliminating for each pump
including necessary structural supports, clamps, bolts, nuts washers and
1:2:4 plain cement concreate (PCC) foundations complete as per
standard specification and as directed by the Competent Authority.
482 ACTIVATED CARBON FILTER: (For Domestic Water) TNHB HQ SITE SPL
Softener shall be suitable for flow rate and specifications given below with
regeneration period of 8 hrs and shall include standard fittings like
manhole cover pressure gauges. Sampling cock rinse drain bolts, nuts &
rubber gasket etc. complete. The softener plant shall include brine
tank of M.S. welded construction lined internally with rubber similar as
main vessel and capable of regenerating the softening plant.
The brine tank shall have overflow & drain, outlet fitting complete
regeneration assembly comprising of power valve, ejector, brine
suction valve and all associated pipe work. A density meter for brine shall
be included.
Salt Saturation Arrangement:
The brine tank shall be provided with salt saturation arrangement (with air
agitation) comprising of GI. Perforated (Min. 1 inch.) pipe grid laid in the
bottom of brine tank, one no. positive discharge air blower of required
capacity, valve & NRV on blower and GI pipe interconnection from blower
to grid complete.
a Nos. 2 Plant Sizes: Number
Capacity/Flow rate : 18.75 m3/h
Raw Water Inlet Hardness* : 400 ppm (Approx.)
Softener shall be suitable for flow rate and specifications given below with
regeneration period of 8 hrs and shall include standard fittings like
manhole cover pressure gauges. Sampling cock rinse drain bolts, nuts &
rubber gasket etc. complete. The softener plant shall include brine
tank of M.S. welded construction lined internally with rubber similar as
main vessel and capable of regenerating the softening plant.
The brine tank shall have overflow & drain, outlet fitting complete
regeneration assembly comprising of power valve, ejector, brine
suction valve and all associated pipe work. A density meter for brine shall
be included.
484 Providing and fixing mild steel (MS) puddle flanges of required size with SPL
5mm thick mild steel (MS) plate including necessary welding as per
details shown on drawings and directions of Engineer-in-charge for water
tanks.
complete as per standard specification and as directed by the Competent
Authority.
To switch on the pumps when the level of water in the supply water tank
is low and to cut off the pump when the level in the receiving water tank is
high and switch off the pumps when the level of water in the supply water
tank is low .
To indicate 5 levels of water in all tanks through a control panel with LEDs
487 Nos. 9 Supply, fixing, testing and commissioning of Site Tube (of 3.0 - 5 M) with SPL Number
isolation valve at top and bottom demarcation on tube for making the
installation of level indication on the RCC water tank complete as per
standard specification and as directed by the Competent Authority.
j. Certification : AHRI
j. Certification : AHRI
j. Certification : AHRI
Nos. Supply, Installation, Testing and Commissioning of Ball Type Automatic Number
Tube Cleaning System consisting of injector, ball trap, drain valve,
injection valve, manual ball valves, check valves, drain container and
493 3 PLC control panel suitable for single phase electrical supply at 220 ± SPL
10% V, 50 Hz. The system must allow automatic cleaning of condenser
tubes in every 30 to 40 minutes during operation of chiller without
shutdown.
All Complete & Complying with relavant standard specification and as
directed by the Engineer. The quality & brand has to be got approved by
the competent authority before its use.
Notes:
1. Bidders shall ensure availability of spare parts for chillers for a
minimum period of Ten years.
2. Computerized selection sheets at AHRI & Design conditions to
be submitted along with quotes to validate above stated
performance parameters.
Nos. Induced Draught Cooling Towers as described above including one Number
3 SPL
standby.
Nos. Induced Draught Cooling Towers as described above including one Number
3 SPL
standby.
Nos. Induced Draught Cooling Towers as described above including one Number
3 SPL
standby.
The lower tier shall be complete with pre-filter section, heat recovery
section complete with heat recovery wheel & associated motor, fan
section, The upper tier shall be complete with 50mm thick pre-filter
section with synthetic fibre filters, heat recovery section and fan section
as desribed below. The unit/s shall be be provided with factory fabricated
plenums at both the tiers for duct termination. Vibration isolation
arrangement shall be provided for each FATU/s. Face velocity across
Filters and Heat Recovery Wheel shall not exceed 500 FPM (2.54
MPS) and 800 FPM (4 MPS) respectively.
The Fresh Air Treatment Unit shall be complete with 50mm thick
washable panel type pre-filter (MERV-8) section, thermostat,complete
with wiring & vibration isolation pads etc. all complete as per the
specifications. Air handling units shall be supplied with UL listed
electrostatic air filters to eliminate particulate matters (PMx), PM 2.5,
allergens, pollen, smoke, bacteria, pathogens. The filters shall not
consist of charged media, dielectric media, or ionizers. The filters shall
be integral part of AHU and shall be factory fitted. The efficiency of the
electrostatic filters shall be equivalent to MERV13 filters and pressure
drop accross filters shall not exceed 8mm of wg. The electrostatic filters
shall have ANSI/ASHRAE 52.2 test report to verify filtration efficiency.
The unit must have factory test report to ensure that it meets the
following safety and environmental criteria with reference to ES164468,
UL 867 and DA 6.2.1. The filter shall be provided with Activated Carbon
Filter to contain the ozone level of units within the acceptable limit of
0.05ppm. The units shall have local LEDs at each individual unit to
indicate when the units are up for wash/malfunctioning. The filters shall
be BMS compatible and as per the specifications.
TNHB HQ
Lower Tier
Upper Tier
Lower Tier
Upper Tier
EVR
Lower Tier
Upper Tier
Lower Tier
Upper Tier
TNSCB
Lower Tier
Upper Tier
Lower Tier
Upper Tier
Normal Exhaust:
Supply, Installation, Testing & Commisioning of AMCA Certified (For Air
and Sound Performance) tube axial flow fans of different capacities in
standard GI/M.S. contruction as mentioned below. Entire fan model and
AMCA Seal shall apear in techncial submittal of fan. All the fans shall be
hot dip galvanized with minimum 220 GSM Zinc Coating and complete
with glavanised wire bird screen at fan inlet. The electric motor coupler
shall be IE-03 squirrel cage induction type conforming to IS-325, IP-55
503 rated with class `H' insulation. Motor shall be of high temperature SPL
resistance "Class H Smoke Spill" 250°C for 2 hours. Fans shall be EN
12101-3 Certified and CE/UL Listed for high temperature. Motor make
shall be same as that mentioned on the fire certificate. Fan efficiency
should not be less than 65%, and noise level should not be more than 72
db @ 3 m distance when measured under hemisperical reverberant
room conditions.
TNHB HQ
BASEMENT-2
a Nos. AF 14700 35 7.5 Number
8 SPL
Indoor Zone-1 & 2
BASEMENT-2A
b Nos. AF 10300 35 5 Indoor Number
2 SPL
Zone-1
BASEMENT-1
c Nos. AF 23500 35 12.5 Number
1 SPL
Indoor STP
d Nos. AF 7600 35 5 Number
1 SPL
Indoor Pump Room
GROUND FLOOR
e Nos. AF 1000 35 1 Indoor Number
1 SPL
HT Panel Room
f Nos. AF 6500 35 3 Indoor Number
1 SPL
LT Panel Room
PLANT ROOM
g Nos. AF 25000 35 15 Number
1 SPL
Indoor HVAC Plant Room
EVR PERIYAR
BASEMENT-2
h Nos. AF 20000 35 7.5 Number
2 SPL
Indoor Zone-1 & 2
BASEMENT-2A
TNSCB
BASEMENT-2
t Nos. AF 19400 35 10 Number
3 SPL
Indoor Zone-1,2
BASEMENT-2A
u Nos. AF 15000 35 5 Number
1 SPL
Indoor Zone-1,2
BASEMENT-1 A
v Nos. AF 15000 35 10 Number
1 SPL
Indoor Zone-1
w Nos. AF 17400 35 10 Number
SPL
Indoor Zone-2
x Nos. AF 25600 35 15 Number
1 SPL
Indoor STP
Emergency Exhaust:
Supply, Installation, Testing & Commisioning of AMCA Certified (For Air
and Sound Performance) tube axial flow fans of different capacities in
standard GI/M.S. contruction as mentioned below. Entire fan model and
AMCA Seal shall apear in techncial submittal of fan. All the fans shall be
hot dip galvanized with minimum 220 GSM Zinc Coating and complete
with glavanised wire bird screen at fan inlet. The electric motor coupler
shall be IE-03 squirrel cage induction type conforming to IS-325, IP-55
504 SPL
rated with class `H' insulation. Motor shall be of high temperature
resistance "Class H Smoke Spill" 250°C for 2 hours. Fans shall be EN
12101-3 Certified and CE/UL Listed for high temperature. Motor make
shall be same as that mentioned on the fire certificate. Fan efficiency
should not be less than 65%, and noise level should not be more than 85
db @ 3 m distance when measured under hemisperical reverberant
room conditions.
Quoted price shall be inclusive of All accessories like bird screens,
vibration isolators, mounting brackets/feet/ hot dipped galavanised M.S
structure etc. Fans mentioned as outdoor type shall be good for outdoor
installation with proper cowl and mounting arrangement as per approved
shop drawings. Fans shall be as per specifications and design drawings.
Fans shall be as per specifications and design drawings. Axial Flow
Fans shall follow the design parameters as mentioned below:
TNHB HQ
BASEMENT-2
Nos. AF 14700 30 7.5 Number
b 8 SPL
Indoor Zone-1 & 2
BASEMENT-2A
Nos. AF 10300 30 5 Indoor Number
c 2 SPL
Zone-1
BASEMENT-1
Nos. AF 18700 30 10 Number
d SPL
Indoor Zone-1 & 2
UPPER FLOORS
Nos. AF 5700 30 3 Number
e 1 SPL
Outdoor Corridors
EVR PERIYAR
Nos. AF 14000 30 7.5 Indoor Number
f 1 SPL
Entrance Lobby, Ground Floor
BASEMENT-2
Nos. AF 20000 30 7.5 Number
g 2 SPL
Indoor Zone-1 & 2
BASEMENT-2A
Nos. AF 7200 30 5 Indoor Number
h 1 SPL
Zone-1
Nos. AF 6300 30 5 Indoor Number
i 1 SPL
Zone-2
BASEMENT-1
Nos. AF 18800 30 10 Number
j 1 SPL
Indoor Zone-1
TNSCB
BASEMENT-2
Nos. AF 19400 30 10 Number
o 3 SPL
Indoor Zone-1,3
BASEMENT-2A
Nos. AF 15000 30 5 Number
p 1 SPL
Indoor Zone-1,2
BASEMENT-1 A
Nos. AF 15000 30 10 Number
q 1 SPL
Indoor Zone-1
Nos. AF 17400 30 10 Number
r SPL
Indoor Zone-2
BASEMENT-1
Nos. AF 17400 30 5 Number
s 2 SPL
Indoor Zone-1,2
Nos. AF 18800 30 7.5 Number
t 1 SPL
Indoor Zone-1,2
GROUND FLOORS
Nos. AF 2600 30 2 Number
u 1 SPL
Outdoor Corridors
Nos. AF 11800 30 5 Indoor Number
v 1 SPL
Entrance Lobby, Ground Floor
Normal Supply:
TNHB HQ
BASEMENT-2
Nos. AF 14700 35 7.5 Number
a 8 SPL
Indoor Zone-1 & 2
BASEMENT-2A
Nos. AF 10300 35 5 Indoor Number
b 1 SPL
Zone-1
Nos. AF 11200 35 5 Indoor Number
c 1 SPL
Zone-2
BASEMENT-1
Nos. AF 23500 35 12.5 Number
d 1 SPL
Indoor STP
Nos. AF 7600 35 5 Number
e 1 SPL
Indoor Pump Room
EVR Periyar
BASEMENT-2
Nos. AF 20000 35 7.5 Number
i 2 SPL
Indoor Zone-1 & 2
BASEMENT-2A
Nos. AF 7200 35 5 Indoor Number
j 1 SPL
Zone-1
Nos. AF 6300 35 5 Indoor Number
k 1 SPL
Zone-2
BASEMENT-1
Nos. AF 16800 35 12.5 Number
l 1 SPL
Indoor STP
Nos. AF 7600 35 5 Number
m 1 SPL
Indoor Pump Room
BASEMENT-1A
Nos. AF 4600 35 5 Number
n 2 SPL
Indoor
GROUND FLOOR
Nos. AF 2500 35 1 Indoor Number
o 1 SPL
HT Panel Room
Nos. AF 4500 35 3 Indoor Number
p 1 SPL
LT Panel Room
Nos. AF 2900 35 2 Indoor Number
q 1 SPL
Meter Panel Room
PLANT ROOM
Nos. AF 21400 35 15 Number
r 1 SPL
Indoor HVAC Plant Room
TNSCB
BASEMENT-2
Nos. AF 19400 35 10 Number
s 3 SPL
Indoor Zone-1,3
Emergency Supply:
Supply, Installation, Testing & Commisioning of AMCA Certified (For Air
and Sound Performance) tube axial flow fans of different capacities in
standard GI/M.S. contruction as mentioned below. Entire fan model and
AMCA Seal shall apear in techncial submittal of fan. All the fans shall be
hot dip galvanized with minimum 220 GSM Zinc Coating and complete
with glavanised wire bird screen at fan inlet. The electric motor coupler
shall be IE-03 squirrel cage induction type conforming to IS-325, IP-55
rated with class `F' insulation. Fan efficiency should not be less than
65%, and noise level should not be more than 85 db @ 3 m distance
506 SPL
when measured under hemisperical reverberant room conditions.
Quoted price shall be inclusive of All accessories like bird screens,
vibration isolators, mounting brackets/feet/ hot dipped galavanised M.S
structure etc. Fans mentioned as outdoor type shall be good for outdoor
installation with proper cowl and mounting arrangement as per approved
shop drawings. Fans shall be as per specifications and design drawings.
Fans shall be as per specifications and design drawings. Axial Flow
Fans shall follow the design parameters as mentioned below:
TNHB HQ
BASEMENT-2
Nos. AF 14700 30 7.5 Number
a 8 SPL
Indoor Zone-1 & 2
BASEMENT-2A
Nos. AF 10300 30 5 Indoor Number
b 1 SPL
Zone-1
Nos. AF 11200 30 5 Indoor Number
c 1 SPL
Zone-2
BASEMENT-1
UPPER FLOORS
Nos. AF 5700 30 3 Number
d 1 SPL
Outdoor Corridors
PRESSURIZATION
STAIRCASE
Nos. AF 23100 30 12.5 Number
e 2 SPL
Outdoor Staircase 1&2
LIFTWELL
Nos. AF 22900 30 12.5 Number
f 14 SPL
Outdoor Liftwell 1 to 14
LIFT LOBBY
Nos. AF 32800 30 25 Number
g 1 SPL
Outdoor Main Lift Lobby
Nos. AF 22700 30 12.5 Number
h 2 SPL
Outdoor Fire Tower & Service Lift Lobby
EVR Periyar
BASEMENT-2
Nos. AF 20000 30 10 Number
i 2 SPL
Indoor Zone-1 ,2
BASEMENT-2A
TNSCB
BASEMENT-2
Nos. AF 19400 30 10 Number
s 3 SPL
Indoor Zone-1,2
BASEMENT-2A
Nos. AF 15000 30 5 Number
t 1 SPL
Indoor Zone-1,2
BASEMENT-1 A
AF 15000 30 10
u 1 SPL
Indoor Zone-1
BASEMENT-1
Nos. AF 18800 30 5 Number
v 1 SPL
Indoor Zone-1
GF FLOORS
PRESSURIZATION
STAIRCASE
Nos. AF 21200 30 10 Number
y 2 SPL
Outdoor Staircase 1&2
LIFTWELL
Nos. AF 17000 30 10 Number
z 12 SPL
Outdoor Liftwell 1 to 12
LIFTLOBBY
Nos. AF 35800 30 20 Number
aa 1 SPL
Outdoor Main Lift Lobby
Nos. AF 18800 30 10 Number
ab 2 SPL
Outdoor Fire Tower Lobby & Service lift loby
TNHB
EVR
c Nos. IF 70 12 230V/1 Ph Circular Number
17 SPL
Pantries
d Nos. IF 100 12 230V/1 Ph Circular Number
17 SPL
Pantries
e Nos. IF 150 12 230V/1 Ph Circular Number
2 SPL
Pantries
f Nos. IF 220 12 230V/1 Ph Circular Number
1 SPL
Pantries
TNSCB
g Nos. IF 70 12 230V/1 Ph Circular Number
31 SPL
Pantries
h Nos. IF 300 12 230V/1 Ph Circular Number
16 SPL
Pantries
i Nos. IF 350 12 230V/1 Ph Circular Number
2 SPL
Pantries
150 mm dia 900 RPM fan suitable for 220+6%Volts, 50 Hz, single phase Number
a Nos. 4 SPL
AC supply.
100 mm dia 900 RPM fan suitable for 220+6%Volts, 50 Hz, single phase Number
b Nos. 1 SPL
AC supply.
All Complete & Complying with relavant standard specification and as
directed by the Engineer. The quality & brand has to be got approved by
the competent authority before its use.
SPLIT PACKAGES
Supply and fixing of MS stand for fixing outdoor unit Annx-VII, Number
PART -
b Nos. 18
XIV, Item
No. -1 F
Supply and laying of 5/8" and 3/8" copper pipe (Extra beyond 3 metres Annx-VII, Running
supplied with AC unit) PART - Metre
c Rmt. 300
XIV, Item
No. -1 E
25 mm Running
e Rmt. 360 SPL
Metre
f Sets 9 For Two number split packages including one standby. SPL Sets
540 Supply, Installation, Testing & Commissioning of Fire & Smoke dampers SPL
as per UL 555 and UL555S with at least 120 minutes fire rating as per
the approved shop drawings and specifications. Fire damper shall be
motorised spring return type with extended sleeve of 450mm. The
dampers shall be of 16G sheet steel construction. Quoted price shall be
inclusive of necessary power & control cabling and plug top. The
dampers shall be BMS compatible as per the specifications. All
Complete & Complying with relavant standard specification and as
directed by the Engineer. The quality & brand has to be got approved by
the competent authority before its use.
One
a Sqm 168 Bare Fire & Smoke Dampers Square
Metre
Spring return type actuator with control panel, temperature sensor and
b Nos. 494 Number
suitable for 10 NM Torque.
One
a Sqm 211 Bare Dampers Square
Metre
b Nos. 220 Modulating type actuator with control panel Number
543 Sqm 234 Supplying, fixing testing commissioning of supply air diffusers of powder SPL Square
coated aluminium with aluminium volume control dampers with anti Metre
smudge ring & removable core. Powder coated extruded aluminium
diffusers shall be of approved colour & shade. All Complete & Complying
with relavant standard specification and as directed by the Engineer. The
quality & brand has to be got approved by the competent authority before
its use.
544 Sqm 234 Supplying, fixing testing commissioning of Return air diffusers of powder SPL Square
coated aluminium without volume control dampers with anti smudge ring Metre
& removable core. Powder coated extruded aluminium diffusers shall be
of approved colour & shade. All Complete & Complying with relavant
standard specification and as directed by the Engineer. The quality &
brand has to be got approved by the competent authority before its use.
Square
a Sqm 563 15 mm thick
Metre
Square
b Sqm 258 10 mm thick
Metre
Square
a Sqm 2970 19 mm thick
Metre
Square
b Sqm 2970 25 mm thick
Metre
555 Supply and Application of acoustic lining of walls and ceiling of AHU SPL
rooms using fibreglass rigid board having density 80kg/cu.m, laminated
with aluminium foil on one side and layers of black glass cloth on the
other side. The acoustic rigid board shall be installed as per the
specifications. All Complete & Complying with relavant standard
specification and as directed by the Engineer. The quality & brand has to
be got approved by the competent authority before its use.
Square
a Sqm 1800 25mm thick
Metre
DDC for AHU as per IO Summary with 15% spare (1 AHU/ controller)
c Nos. 60 SPL Number
DDC for TFA as per IO Summary with 15% spare (1 TFA/ Controller)
d Nos. 6 SPL Number
DDC for Fresh Air & Exhaust Fans as per IO Summary with 15% spare
e Nos. 77 (2 Fans/ controller) SPL Number
DDC for Toilet Exhaust Fans as per IO Summary with 15% spare (3
g Lot 3 Fans/ controller) SPL Lot
DDC for HT/ LT/ Transformer as per IO Summary with 15% spare
i Lot 3 SPL Lot
DDC for Sump & Water Pumps as per IO Summary with 15% spare
j Lot 3 SPL Lot
Note: 1. Contractor has to sign on all the pages of Volume-06- Bill of Quantities.
2. The rate quoted should be inclusive of GST)