Download as pdf or txt
Download as pdf or txt
You are on page 1of 869

1

TAMIL NADU HOUSING BOARD

SUPERINTENDING ENGINEER
Special Project Circle-I
NO: 493,Anna Salai, Nandanam,
Chennai-600035, Tamil Nadu.
Phone No:044-24353544
e.mail : sespc1@ gmail.com

Name of Work - 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

TWO COVER SYSTEM

Contractor No. of Corrections


2

TAMIL NADU HOUSING BOARD

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

Tender No. SE/SPC-1/ 07/ 2020-2021

VOLUME 1

NOTICE OF INVITATION TO TENDER

INSTRUCTIONS TO TENDERERS INCLUDING FORMS OF TENDER, APPENDIX

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

Contractor No. of Corrections


3

TAMIL NADU HOUSING BOARD


OFFICE OF THE SUPERINTENDING ENGINEER, SPECIAL PROJECT CIRCLE –I,
CHENNAI-35.
TENDER NOTICE NO: SE/SPC-1/ 07/ 2020-2021 Dated: 13.01.2021
Sealed pre-qualification tenders in two cover system are invited for the following work by the
Superintending Engineer, Special Project Circle-I, Tamil Nadu Housing Board No.493, Anna Salai,
Nandanam, Chennai-600 035.

Approximate EMD Amount


Sl.
value in Rupees
No. Description of work
Rs.

1 2 3 4

Construction of Tower 1 (2BF+ GF+ 20 Floors), INR


INR
Tower 2 (2BF+ GF+ 16 Floors), Tower 3 (2BF+
1 GF+ 15 Floors), and SKYBRIDGE for Tamil Nadu 486.50 2.45
Commerce Hub (TNCH) at Nandanam, Anna Salai,
Crore Crore
Chennai, Tamil Nadu.

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.

Contractor No. of Corrections


4

TENDER DOCUMENTS

 Notice of Invitation to Tender


Volume 1  Instructions to Tenderers including Forms of Tender, Appendix and
Annexures

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


Volume 3 Employer’s Requirements

Volume 4 Construction Specifications

Volume 5 Tender Drawings

Volume 6 Pricing Documents-BoQ

Volume 7 Reference Documents- Geotechnical Report, Hydrogeological Report, Impact


Assessment Report, Reference Top Down Construction Methodology, Skybridge
Construction Methodology , LEED Feasibility Report

Contractor No. of Corrections


5
NOTICE
INVITATION FOR TENDERS
1.1 General
1.1.1 Name & Particulars of the Works:
Tamil Nadu Housing Board (TNHB) on behalf of Tamil Nadu Commerce Hub Limited, a
Special Purpose Company to be incorporated under the Companies Act, 2013 invites Tenders
under a 2 (two) cover system from eligible Tenderers who fulfil the minimum eligibility
criteria as mentioned below for the Works/ Project.

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

1. Name of Employer Tamil Nadu Commerce Hub Limited

2. Period of Completion of the 36 (thirty-six) months from the Commencement


Works Date

3. Defects Notification Period 24 (twenty-four) months after completion and


taking over of the full Project

4. Type of Tender Item Rate

5. Approximate value of Project 486.50 Crore (Rupees Four Eighty Six crores and
cost including GST Fifty Lakhs)

6. Performance Security 5% (five percent) of the Accepted Contract


Amount1

7. Retention Money 5% (five percent)

8. Mobilisation advance 10% of Project cost payable in two equal


instalments

1.1.2 Key Details of the Tendering Process :


Key Details of the Tender Document are as follows :

1. Tender Inviting Authority Superintending Engineer, SPC- I


Tamil Nadu Housing Board, Head Office, 493,
Anna Salai, Nandanam, Chennai-600035, India

2. Tender Accepting Authority Board


Tamil Nadu Housing Board, Head Office, 493,
Anna Salai, Nandanam, Chennai-600035, India

3. Tender Security Tender Security in form as prescribed in ITB


clause no 19 of Section I of the Tender
Document, for INR 2.45 Crores (Rupees Two
Crores Forty Five lakhs only) to be issued by

1
This amount may be subject to increase in terms of ITB 32.5 in case of seriously unbalanced or front loaded
Tender

Contractor No. of Corrections


6

any Scheduled Bank in India, in favour of the


Executive Engineer & Admn Officer, CIT
Nagar Redevelopment Works Division, TNHB,
payable at Chennai.

4. Cost of Tender Documents (Non-  Volumes 1, 2 , 3 & 6 of the Tender


refundable) Documents only can be downloaded from the
website www.tenders.tn.gov.in
(Procurement Portal)
 The electronic copies of remaining Volumes
– 4, 5, & 7 of Tender Documents shall be
available at office of Superintending
Engineer – Special Project Circle-I and the
Tenderer can collect the same, at free of cost,
by producing the requisition letter signed by
the authorised signatory.
 The hard copies of Volume 1, 2, 3 & 6 of the
Tender Documents can be obtained from
office of the Superintending Engineer –
Special Project Circle-I on payment of Rs
15,750/- (Fifteen Thousand Seven Hundred
Fifty ) including GST in the form of DD,
issued by any Scheduled Bank in India, in
favour of the Executive Engineer & Admn
Officer, CIT Nagar Redevelopment Works
Division, TNHB, payable at Chennai.

5. Start Date ,End date and time of Start Date - 29.01.2021


Availability of Tender Document
on the website End Date 17.02.2021 upto 1700 Hrs IST
www.tenders.tn.gov.in

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

7. Date for submission of Pre-Bid 07.02.2021 in hard copies in Tender Inviting


Queries Office or by Email
8. Date of Response to Pre-Bid 10.02.2021
Queries

9. Last Date & Time of availability 17.02.2021


of the Tender Documents on the
website
10. Date & Time of Submission of 18.02.2021 upto 1500 Hrs IST
Tender

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,

Contractor No. of Corrections


7

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

1.1.3 Instructions to the Tenderers regarding Tendering Process :


(i) After downloading/ getting the Tender Documents, the Tenderers should go through them
carefully and then submit the documents as required, otherwise, the Tender may be rejected.
(ii) Tenderers should take into account the required addendum and corrigendum on the
Procurement Portal (www.tenders.tn.gov.in), if any, published before submitting the Tenders.
It shall be the sole responsibility of the Tenderers to keep looking for any information and
corrigendum on the Procurement Portal (www.tenders.tn.gov.in) in order to keep himself
updated. The Tender Inviting Authority shall not be responsible in any way whatsoever for
notifying the Tenderer about the same.
(iii) Tenderer, shall prepare the Tender Documents to be submitted as indicated and they should
be in the prescribed format.
(iv) The Tenderers are requested to read the Employer’s Requirements- Volume-3, detailed
specification- Volume -4 & drawings- Volume -5 and quote the rates clearly in the Tender
Sheet. Quoted rates in the Tender sheet in Volume -6 for all the items will only be taken up
for comparison and final.
(v) The Tenderers should make sure that the rates both in figures and words filled up in the
Pricing Documents-BoQ (Volume 6).
(vi) The Tenderers are requested to fill up the rates neatly without over writing. Otherwise, the
decision of the TNHB on these rates to be take-up for comparisons which shall be final.
(vii) The Tenderers shall enter the values of rates and other details carefully. The figures and other
details mentioned in the Tender alone will be considered as valid and final. If the Tenderers
fail to do so, his / their Tender(s) will be liable for rejection.
(viii) The Tenderers shall read these terms & conditions and are bound by the same and should be
following the above instructions without fail.
(ix) The Tender Accepting Authority reserves the right to reject any or all the Tenders in part or
full without assigning any reason whatsoever. The Tender Accepting Authority does not bind
itself to accept the lowest evaluated Tenderer.
In case of any discrepancy between the Tender Documents downloaded from Procurement
Portal and the master copy available in the office of Superintending Engineer – Special
Project Circle-I, the later will prevail and will be binding on the Tenderer. No claim on
this account will be entertained.
Superintending Engineer Special Project Circle - I,
Tamil Nadu Housing Board, Chennai

Contractor No. of Corrections


8

Section –I : Instructions to Tenderers

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.

Contractor No. of Corrections


9

o Land Parcel 2 comprises of : TNSCB Site with 1.86 Acres


o The number of floors in the proposed buildings are as follows :

Site No. of Floors

TNHB HQ Building (Tower 1) 2 Basement Floors + 1


Intermediate Basement
+Ground Floor+20
floors

EVR Periyar Site (Tower 2) 2 Basement Floors +2


Intermediate Basements
+Ground Floor+16
floors

TNSCB Site (Tower 3) 2 Basement Floors +2


Intermediate Basements
+Ground Floor +15
floors

Skybridge Double Height


Skybridge at 3rd floor
level

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

Contractor No. of Corrections


10

and identification of the Tender Documents and the details of the


Employer and Project are stated in the Bid Data Sheet (BDS).

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

Contractor No. of Corrections


11

the Government of India, Government of Tamil Nadu, any PSU of


Central Government or Tamil Nadu Government in India during the
last 5 (five) years. Also, the Tenderer must not have failed to take
possession of Site or to commence any Contract after the Award of
Contract.
3.7. A Tenderer shall not have a conflict of interest in terms of ITB 4. All
Tenderers found to have a conflict of interest in this Tender Process
shall be disqualified.
3.8. A Tenderer may have the nationality of any country, unless
ineligible as a matter of law or official regulations by the Reserve
Bank India, Government of Tamil Nadu or the Government of India
or any multilateral funding agency. A Tenderer shall be deemed to
have the nationality of a country if the Tenderer is constituted,
incorporated or registered in and operates in conformity with the
provisions of the laws of that country, as evidenced by its articles of
incorporation (or equivalent documents of constitution or
association) and its registration documents, as the case may be. This
criterion also shall apply to the determination of the nationality of
proposed Subcontractors for any part of the Contract.
3.9. A non-Indian firm is permitted to apply only in a Joint Venture or
Consortium arrangement, with their wholly owned Indian subsidiary,
which must be registered in India under the Companies Act, 1956/
2013, or with any other Indian firm, which will have a minimum
participation interest of at least 40% (forty percent);
3.10. Any Tenderer from a country which shares land border with India
will be eligible to bid, only if such Tenderer is registered with the
Competent Authority, as specified in 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. For details, the Tenderers are advised to refer the before
mentioned Order. Non-compliance with the Order will cause the
Tender of such Tenderer to be rejected out rightly. The aforesaid
Order dated 23rd July, 2020 shall also apply in case of proposed
subcontractors under this Tender.

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

(ii) receives or has received any direct or indirect subsidy from


another Tenderer; or

(iii) has the same legal representative as another Tenderer; or

(iv) has a relationship with another Tenderer, directly or through


common third parties, that puts it in a position to influence
the Tender of another Tenderer, or influence the decisions of
the Tender Issuing Authority or the Tender Accepting

Contractor No. of Corrections


12

Authority or the Employer regarding this Tendering Process;


or

(v) participates in more than 1 (one) Tender in this Tendering


Process. Participation by a Tenderer in more than 1 (one)
Tender will result in the disqualification of all Tenders in
which such Tenderer is involved. However, this does not
limit the inclusion of the same proposed Subcontractor in
more than 1 (one)Tender; or

(vi) any of its affiliates participated as a consultant in the


preparation of the design or technical specifications of the
works that are the subject of the Tender; or

(vii) any of its affiliates has been hired (or is proposed to be


hired) by the Employer as Engineer for the Contract
implementation; or

(viii) would be providing goods, works or non-consulting services


resulting from or directly related to consulting services for
the preparation or implementation of the Project/ Works that
it provided or were provided by any affiliate that directly or
indirectly controls, is controlled by, or is under common
control with that firm; or

(ix) has a close business or family relationship with a


professional staff of the Employer who: (i) are directly or
indirectly involved in the preparation of the Tender
Documents or specifications of the contract, and/ or the
tender evaluation process of such Contract; or (ii) would be
involved in the implementation or supervision of such
contract unless the conflict stemming from such relationship
has been resolved in a manner acceptable to the TNHB and/
or the Employer throughout the procurement process and
execution of the Contract, as the case maybe.

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

Contractor No. of Corrections


13

for site laboratory is provided in “Form-EQU-2” of this Tender


Document. Apart from the list of equipment mentioned in the table,
the Successful Tenderer/ Contractor may enlist any additional
equipment that he may anticipate to use during the construction
period.
6.3. The Tenderer should have sufficient number of technical and
administrative manpower for the proper execution of the Contract.
The Tenderer shall submit a list of this manpower stating clearly
how they would be involved in the Works. The Key Personnel listed
in this Tender Document shall be deployed on-site as per the
approved Staffing Schedule. The approved Staffing Schedule shall
form part of the Contract. The minimum requirement of the
manpower/ Key
Personnel is provided in Form PER-1 of this Tender Document. The
failure on part of the Contractor to deploy the required Key
Personnel, technical and administrative manpower as per the
approved Staffing Schedule on-site, shall attract penalty as per rates
specified in Form- PER- 2.

B. Contents of Tender Documents


7. Contents of the
7.1. The Tender Documents consist of Volumes 1, 2, 3, 4, 5, 6 and 7,
Tender
which include all the Sections specified below, and which should be
Documents
read in conjunction with any Addenda issued in accordance with ITB
9.
Volume 1 Notice of Invitation to Tender and Instructions
to Tenderers including Forms of Tender,
Appendix and Annexures

 Section I: Instructions to Tenderers

 Section II: Bid Data Sheet

 Section III: Evaluation and Pre-


Qualification Criteria

 Section IV: Tendering Forms and


Contract Forms
Volume 2 Conditions of Contract

 Section V: General Conditions

 Section VI: Particular Conditions

Volume 3 Employer’s Requirements (Specification)

 Section VII: Employer’s


Requirements - General.

 Section VIII: Occupational, Health,


Safety & Environmental (OHS&E)
o Part 1 : OHS&E-General

Contractor No. of Corrections


14

Requirements
o Part 2 : OHS&E-Safety and
Health Guidance
o Part 3 : OHS&E-Environmental
Guidance & Procedural
Requirements

 Section IX: Quality Management


Plan

 Section X:LEED Requirements


o Building Envelope
Commissioning
o Building Life Cycle Assessment
o Construction Activity Pollution
Prevention Plan
o Construction Waste
Management Plan
o Indoor Air Quality
Management-Construction
o Commissioning Plan MEP

 Section XI : Instrumentation &


Monitoring

 Section XII: Models Rules For The


Protection of Health and Sanitary
Arrangements for Workers

Volume 4 Construction Specifications


Volume 5 Tender Drawings
Volume 6 Pricing Documents-BoQ
Volume 7 Reference Documents - Geotechnical Report,
Hydrogeological Report, Impact Assessment
Report, Reference Top Down Construction
Methodology, Skybridge Construction
Methodology, LEED Feasibility Report

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

Contractor No. of Corrections


15

Tender all information and documentation as is required by the


Tender Documents.
7.5. The Tenderer shall not make or cause to be made any alteration,
erasure or obliteration to the text of the Tender Documents.

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.

Contractor No. of Corrections


16

8.8. Non-attendance at the Pre-Bid Meeting will not be a cause for


disqualification of a Tenderer but it is meant to be understood that
the Tenderer has complete clarity on the Tender Documents.
8.9. Replies to all clarifications shall be made available at Procurement
Portal www.tenders.tn.gov.in without identifying the source of the
query. It may be noted that the Tender Inviting Authority shall not
forward its response to any prospective Tenderer directly. Hence the
Tenderer are advised to regularly visit the said Procurement Portal
(www.tenders.tn.gov.in) / Office of Tender Inviting Authority and
keep themselves updated. All such clarifications shall become a part
of Tender Document.
8.10. Any modification to the Tender Documents that may become
necessary as a result of the Pre-Bid Meeting shall be made by the
Tender Inviting Authority exclusively through the issue of an
addendum and/ or corrigendum pursuant to ITB 9 and not through
the minutes of the Pre-Bid Meeting.

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

Contractor No. of Corrections


17

of interpretation of the Tender, such translation shall govern.

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

Contractor No. of Corrections


18

authorizing the JV leader of the JV, in form


as prescribed under Form ELI-1.5, to act on
behalf of the entire JV, along with copy of
documentary evidence confirming authority
on the persons issuing the Power of
Attorney for such actions;
(f) The Tenderer shall provide information
regarding proposed Subcontractor to be
engaged for execution of specialized works
in Form ELI-1.6;
(g) The Tenderer shall provide an Undertaking
for non-tampering with the Tender
Documents in Form ELI-1.7;
(h) The Tenderer shall provide a Detailed
Outline of the following under Form ELI-
1.8 (not limited to):
1. Construction methodology based on
LEED certification requirements
2. Work Plan, Staffing Schedule and
Equipment Plan
3. Quality Control Programme
4. OHS&E approach & methodology
5. Environment Management Plan and
BIM implementation
(i) If applicable, the Tenderer shall provide the
duly executed Memorandum of
Understanding (MOU) separately with each
proposed Subcontractor, on a Non-Judicial
stamp paper of appropriate value each in
the format as prescribed under Form ELI-
1.9;
(j) The balance works value in TNHB, other
Government Departments and Private
works shall be furnished in the affidavit in
the format specified at Contract Form 7
under Section IV along with a third party
certificate in each department executing
authority which shall be enclosed as
evidence. The Tenderers should provide the
list of works taking into account the works
listed in the TNHB’s Board Tender
Register, from other Government
Departments and Private Works, and a
documentary evidence in this regard should
be obtained from the concerned executing
authority. If any balance work which is
listed in the TNHB’s Board Tender
Register, from other Government

Contractor No. of Corrections


19

Departments and Private Works, does not


appear in the affidavit furnished in this
regard by the Tenderer, the Tender
submitted shall be liable for rejection
without any correspondence.
(k) All other Technical Bid Forms as provided
under Section IV of the Tender Documents;
and
(l) If applicable, evidence of valid registration
by the Competent Authority in pursuance of
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, both in respect of the Tenderer itself
and the proposed Subcontractor.
(m) The Technical Bid should not contain any
conditions or qualifications else the
Technical Bid of such Tenderer shall be out
rightly rejected. .
Part 2 –Financial Bid
Part-2 shall be named as “Financial Bid” and shall comprise of
Letter of Tender (Financial Bid) and the priced Bill of Quantities
which shall be prepared by the Tenderer using the relevant format
furnished in Volume 6. The Tenderer shall prepare 2 (two) sets of
the Financial Bid. Both Sets shall be hard bound. The Letter of
Tender (Financial Bid) format and the Priced BOQ must be
completed without any alterations to the text and all blank spaces
shall be filled in with the information requested. Any Tender
received as loose sheets shall be treated as non-responsive.
The Tenderer should note that the rates shall not be offered/ quoted
elsewhere in the Part -1 (Technical Bid). If the Tenderer provides
any information in the Part -1 (Technical Bid), which can be used
to determine the financial quote, the Tender shall be summarily
rejected and shall not be evaluated further. In such event the Tender
Security submitted by the Tenderer shall also be forfeited.

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.

Contractor No. of Corrections


20

15. Bid Prices and


15.1. The prices and discounts (including any price reduction) quoted by
Discounts
the Tenderer in the Letter of Tender (Financial Bid) and in the Bill
of Quantities shall conform to the requirements specified below.
15.2. The Tenderer shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Items against which no rate or
price is entered by the Tenderer shall be deemed covered by the rates
for other items in the Bill of Quantities and will not be paid for
separately by the Employer.
15.3. The price to be quoted in the Letter of Tender (Financial Bid) shall
be the total price of the Tender, excluding any discounts offered.
15.4. The Tenderer shall separately quote any discounts and the
methodology for their application in the Letter of Tender (Financial
Bid) at the relevant place.
15.5. Unless otherwise specified in the BDS and the Contract, the rates
and prices quoted by the Tenderer are subject to adjustment during
the performance of the Contract in accordance with the provisions of
the Conditions of Contract.
15.6. Necessary statutory recoveries / taxes such as Goods and Services
Tax, Income Tax, surcharge etc., which are to be recovered and paid
to the State/Central Government and the Retention Amount will be
deducted from the Contractor’s bills.
15.7. The taxes which are applicable to the Project in form of any any
tax/fund/charges announced by the State/ Central Government, shall
be recovered from the payment to the Contractor without prior
information and cannot be refunded. The rate quoted in the Tender
shall be inclusive of all Taxes such as GST etc., as announced by the
State/ Central Government. Any change in the existing levy charges
announced by the State/ Central Government from time to time will
be recovered from the payment to the Contractor without any prior
information.
15.8. As per Notification No. 50/2018 Central Tax dated 13-9-2018 and
G.O.Ms.No.122 dated 12-9-2018 issued by Government of Tamil
Nadu, the provisions relating to Tax deduction at sources under
Section 51 of TNGST/CGST Act is notified to come into force from
1st October, 2018. As per Section 51 of the TNGST Act, 2017, read
with the above notifications, the following persons have to deduct
tax at sources at the rate of one percent for (One percent for SGST +
One percent for CGST) from the payment made or credited to the
supplier of taxable goods or services or both, where the total value
of such supply, under a contract, exceeds INR 2,50,000/-(Indian
Rupees Two Lakh and Fifty Thousand only).

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

Contractor No. of Corrections


21

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.

19. Tender Security


19.1. The Tenderer shall furnish as part of its Tender, a Tender Security.
19.2. Tender Security shall be accepted only in the forms specified as
below and Tender Security furnished in any other form except the
forms specified below in this ITB 19.2 shall not be accepted.
i. Unconditional and irrevocable bank guarantee issued by a
scheduled commercial bank in India for the amount as specified
in the BDS and in original form.
ii. Demand Draft/ Banker’s Pay orders/ Banker’s cheque drawn in
the name of Exe. Engineer /Tamil Nadu Housing Board of
Division concerned (subject to realization of cash) or irrevocable
Bank Guarantee drawn from any nationalized/Scheduled bank in
India.
iii. A deposit at call receipt duly pledged to the Exe. Engineer /
Tamil Nadu Housing Board of concerned Divisions.
(Note item (ii) and (iii) shall be from Nationalized Bank /
Scheduled (Indian) Bank)
iv. Government Securities/ Bonds/ Certificates duly endorsed/
pledged in favour of the Exe. Engineer/ Tamil Nadu Housing
Board of Division concerned.
v. National Savings Certificate (NSC)/ Kisan Vikas Patra (KVP)/
Indira Vikas Patra (IVP) pledged in favour of Exe. Engineer/
Tamil Nadu Housing Board Division concerned, along with the
letter triplicate confirming the pleading scrips to the Exe.

Contractor No. of Corrections


22

Engineer/ Tamil Nadu Housing Board (This is not applicable to


companies and Institutions)
(Note : Item (iv) & (v) above shall be valid for 28 (twenty eight)
days beyond 150 (one hundred and fifty) days from the date of
opening of Tender (i.e. maturity date of above shall be on or
after 28 (twenty eight) days beyond 150 (one hundred and
fifty)days from the date of opening of Tenders)
19.3. In addition to the Tender Security furnished in forms specified in
points (i) to (v) under ITB 19.2 above, the Tenderers may furnish
security deposit in the form of small saving scrip’s / deposit
accounts.
19.4. The forms of Tender Security as specified in ITB 19.2 and 19.3
above are applicable to the Tenderers situated in Tamil Nadu only.
The Tenderers from other States shall remit Tender Security by
means of an unconditional and irrevocable Bank Guarantee from a
scheduled commercial bank in India, cash receipt from the TNHB,
Division office concerned, Bankers’ Demand Drafts, Bankers’ Pay
Order, payable to the EE / TNHB, Division concerned. Other form
of payment of Tender Security shall not be considered in respect of
the Tenderers from other States.
19.5. In case of companies / institutions, selected Small Saving scrip’s like
KVP, NSC, IVP will be accepted towards Tender Security. Time
Deposit will not be accepted for Tender Security. The selected Small
Saving scrip’s like KVP, NSC, IVP if furnished by the companies/
institutions for the Tender Security shall give letter indicating the
name of the post office and its value and confirming to have been
furnished by them towards the Tender Security for the Tender under
reference.
19.6. Actual purchase cost of small saving scrip’s will alone be taken as
the amount paid by the Tenderer. The maturity value will not be
considered.
19.7. This shall form part of Tender Documents and shall supersede any
other stipulations made stated elsewhere in the Tender Documents.
19.8. The Tender Security shall be valid for 28 (twenty eight) days beyond
the original validity period of the Tender, or any period of extension
if requested by the Employer and agreed by the Tenderer in terms of
ITB 18.
19.9. Any Tender not accompanied by a substantially responsive Tender
Security shall be rejected by the Tender Scrutiny Committee as non-
responsive.
19.10. The Tender Security of unsuccessful Tenderers shall be returned as
promptly as possible upon the successful Tenderer’s signing the
Contract and furnishing the Performance Security.
19.11. The Tender Security of the Successful Tenderer shall be returned as
promptly as possible once the Successful Tenderer has signed the
Contract and furnished the required Performance Security.

Contractor No. of Corrections


23

19.12. The Tender Security may be forfeited:


(a) if a Tenderer withdraws its Tender prior to the expiry date
of the Tender Validity Period specified by the Tenderer in
the Technical Submission Letter of Tenderer, or any
extended date provided by the Tenderer; or
(b) if the Successful Tenderer fails to:
i. sign the Contract; or
ii. furnish a Performance Security.
(c) if the Tenderer refuses to agree with the arithmetic
correction proposed by the Tender Scrutiny Committee.
19.13. The Tender Security in case of a JV can be furnished by any member
of the Joint Venture and shall be in the name of the JV that submits
the Tender.

20. Signing of the


20.1. If the Tenderer is an individual, the Tender shall be signed by such
Tender
individual above his/ her full type written name and current address.
20.2. If the Tenderer is a proprietary firm; the Tender application shall be
signed by the proprietor above his/ her full type written name and
the full name of his firm with its current address.
20.3. If the Tenderer is a partnership firm or LLP, the Tender shall be
signed by all the partners of the firm above their full type written
names and current addresses or alternatively by a partner holding
power of attorney for the firm. In the latter case a certified/ notarized
copy of the power of attorney should be enclosed with the Tender. In
both the cases a certified/ notarized copy of the partnership deed and
current address of all the partners of the firm should accompany the
Tender.
20.4. If the Tenderer is a company or a corporation, the Tender shall be
signed by a duly authorized person holding power of attorney for
signing the Tender and certified copy of such power of attorney shall
also be furnished. The Tenderer should also furnish a copy of
Memorandum of Association & Articles of Association duly
certified by a Director of the Tenderer company. The Tenderer shall
submit a written Power of Attorney authorizing the signatory/ies of
the Tender to commit the Tenderer along with copy of Board
Resolution confirming authority on the persons issuing the Power of
Attorney for such actions. Copy of Board Resolution shall be duly
certified by the Company Secretary.
20.5. In case the Tenderer is a JV, the Tender shall be signed by
authorized representative of all the members of JV as evidenced by a
power of attorney executed in favour of such authorized
representatives.
20.6. Any inter-lineation, erasures, or overwriting shall be valid only if
they are signed or initialled by the person signing the Tender.
20.7. Tender Submitted without the original Power of Attorney (ies) in
Part -1 shall be considered as non-responsive and shall not be

Contractor No. of Corrections


24

considered for Technical & Financial evaluation.

21. Late Tenders


21.1. Tenderers have to submit their Tender on or before the time (IST)
and date specified for the Tender Submission. The submission of
Tenders shall be closed at the date & time as per Indian Standard
Time prescribed in the NIT, after which no Tender shall be accepted.
21.2. It shall be the responsibility of the Tenderer to ensure that its Tender
is submitted to Tender Inviting Authority Office on or before the
Tender Submission Date and time.

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.).

23. Sealing and


23.1. The Tenderer shall enclose the original and all copies of the Tender,
Marking of Bids
including Alternative Tenders, if permitted in accordance with ITB
14 in separate sealed envelopes, duly marking the envelopes as
“ORIGINAL” “ALTERNATIVE” and “COPY.”
23.2. These envelopes containing the original and the copies shall then be
enclosed in one single envelope.
23.3. The inner and outer envelopes shall:
a) bear the name and address of the Tenderer;

Contractor No. of Corrections


25

b) be addressed to the Tender Inviting Authority in accordance


with BDS;
c) bear the specific identification of this Tendering Process
specified in the BDS; and
d) bear a warning not to open before the time and date for
Tender opening.
23.4. If all envelopes are not sealed and marked as required, the Tender
Inviting Authority will assume no responsibility for the
misplacement or premature opening of the Tender.
24. Withdrawal,
24.1. Except where expressly permitted by these Instructions, the Tenderer
Substitution,
shall not make or cause to be made any alteration, erasure or
and
obliteration to the text of the documents prepared by it and submitted
Modification of
by the Tenderer with or as part of his Tender.
Tenders
24.2. No Tender shall be allowed to be modified by the Tenderer after the
deadline for submission of Tenders.
24.3. The Tender submitted will be taken as a final Tender.
24.4. No Tender shall be withdrawn, substituted, or modified in the
interval between the Tender Submission Date and the expiration of
the Tender Validity Period specified by the Tenderer on the
Technical Submission Letter of Tenderer or any extension thereof,
else the Tender Security of such tenderer shall be forfeited in terms
of ITB 19.12.

D. Opening, Evaluation and Comparison of Tenders


25. Opening of the
25.1. A Tender Scrutiny Committee may be constituted by the TNHB to
Technical Bids
supervise opening of Tenders, to carry out the preliminary
examination and detailed evaluation of the Tenders received and to
prepare an evaluation report for the consideration of the Tender
Accepting Authority.
25.2. On the date and time as specified in the Tender Documents (or as
modified in pursuance of any Addendum/ Corrigendum), the Tender
Scrutiny Committee shall open the Technical Bids in the presence of
Tenderers designated representatives who chooses to attend. If the
Financial Bid is submitted as a part of the Technical Bid, the Tender
Scrutiny Committee shall reject the entire Tender.
25.3. All the Technical Bids shall be opened one at a time, and the
following details shall be read out and recorded:

(a) the name of the Tenderer;


(b) the presence of Tender Security; and proof of payment of
Tender Fees.
(c) any other details as the Tender Accepting Authority may
consider appropriate.
25.4. Only Technical Bids read out and recorded at tender opening shall be

Contractor No. of Corrections


26

considered for evaluation.


25.5. The Tender Accepting Authority or its authorised representatives
shall prepare record of the opening of Technical Bids.

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

Contractor No. of Corrections


27

with the request may result in the rejection of its Tender.


28.3. Provided that a Tender is substantially responsive, the Tender
Scrutiny Committee shall rectify quantifiable non-material non-
conformities related to the Bid Price. To this effect, the Bid Price
shall be adjusted, for comparison purposes only, to reflect the price of
a non-conforming item or component, by adding the average price of
the item or component quoted by substantially responsive Tenderers.
If the price of the item or component cannot be derived from the price
of other substantially responsive Tenders, the Tender Scrutiny
Committee shall use its best estimate.

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.

Contractor No. of Corrections


28

30.2. Detailed Evaluation of Technical Bids


Tender Scrutiny Committee shall evaluate the Technical Bid of the
Tenderer on the basis of the Tenderer’s prior relevant work
experience and financial strength in terms of “Compliance
Requirements for the Pre-Qualification Criteria” as provided under
the table set forth under Clause 2 of Section III of the ITB. Subject
to the Tenderers declared as “PASS” based upon their Tenders
meeting all the “Compliance Requirements for the Pre-Qualification
Criteria” as provided under the table set forth under Clause 2 of
Section III, the Tenders of such Tenderers shall be taken up further
by the Tender Scrutiny Committee for assigning scores as per the
Scoring Criteria provided under Clause 5 of Section III of the ITB.
a) Technical Qualification – Assigning of Scores
b) The Tender Scrutiny Committee shall take up Tenders declared
“PASS” for marking and giving scores as per the Scoring Criteria
provided under Clause 5 of Section III of the ITB. Each Tenderer
shall be mandatorily required to score the minimum marks as
mentioned against each Pre-Qualification criteria comprising of
General Work Experience, different categories of the Particular
Work Experience, Financial Strength, Key Personnel and Technical
Proposal in the table of Scoring Criteria under Clause 5 of Section
III of the ITB, to qualify. Only those Tenderers whose Technical
Bids score 60 (sixty) marks or more out of 100 (one hundred) shall
technically qualify for further consideration and shall be ranked
from highest to the lowest on the basis of their Technical Score. Any
Tenderer who fails to secure minimum 60 (sixty) marks out of 100
(one hundred) shall be disqualified. If any Technical Bid is
disqualified, the corresponding Financial Bids of such Tenderer shall
be not be opened.
31. Subcontractors
31.1. The Tender Accepting Authority may permit subcontractors for the
following specialized works only :
(i) Post Tensioning works; Stay Cables
(ii) Façade Works;
(iii) Diaphragm Wall;
(iv) Water Proofing;
(v) Health Monitoring System for Skybridge.
However, sub-contracting to a maximum of 20% of the total
Contract value shall be allowed and also, no vertical splitting of sub-
contract shall be allowed.
31.2. Any Tenderer who proposes to avail the services of any third party
for the execution of the aforesaid specialized works (the
“Subcontractor”), shall essentially submit as a part of their Tender,
the credentials of the proposed Subcontractor that it proposes to
engage for execution of one or more of the above specified
specialized works. Accordingly, the Tenderer shall provide
information about the proposed Subcontractor(s) in the Form-ELI-

Contractor No. of Corrections


29

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.

Contractor No. of Corrections


30

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.

34. Opening and


34.1. At the end of the evaluation and scoring of the Technical Bids, the
Evaluation of
Tender Scrutiny Committee shall prepare a technical evaluation
the Financial
report bringing out details of the Technical Bids submitted by
Bids
various Tenderers along with its recommendations regarding the
technical qualification of the Tenderers for the approval of the
Tender Accepting Authority. Upon approval by the Tender
Accepting Authority, the result of the technical evaluation and the
names of the technically qualified Tenderers shall be intimated in
writing to the technically qualified Tenderers and to the non-
qualified Tenderers. The date, time, and location of the opening of
Financial Bids will be intimated by email by the Tender Accepting
Authority. Tenderers shall be given reasonable notice of the opening
of the Financial Bids.
34.2. The Tender Accepting Authority will notify Tenderers in writing,
who have been rejected on the grounds of their Technical Bids being
substantially non-responsive and non-compliant to the requirements

Contractor No. of Corrections


31

of the Tender Document.


34.3. Financial Bids of technically qualified Tenderers, shall be opened
one at a time and the following read out and recorded:
a) the name of the Tenderer;
b) whether there is a modification or substitution;
c) the rate of Financial Bid; and
d) any other details as the Tender Scrutiny Committee may
consider appropriate.
34.4. Only Financial Bids read out and recorded during the opening of
Financial Bids shall be considered for evaluation.
34.5. If the Tender, which results in the lowest evaluated Bid Price, is
seriously unbalanced or front loaded in the opinion of the Tender
Scrutiny Committee, the Tender Scrutiny Committee may require
the Tenderer to produce detailed price analyses for any or all items
of the Bill of Quantities, to demonstrate the internal consistency of
those prices with the construction methods and schedule proposed.
While carrying out evaluation, the Tender Scrutiny Committee shall
include State Goods and Services Tax, Central Goods and Services
Tax, Integrated Goods and Services Tax, and all central duties such
as customs duty in determining the lowest evaluated Bid Price. After
evaluation of the price analyses, taking into consideration the
schedule of estimated Contract payments, the Tender Scrutiny
Committee may require that the amount of the Performance Security
be increased at the expense of the Tenderer to a level sufficient to
protect the Employer against financial loss in the event of default of
the Successful Tenderer under the Contract.

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

37. Tied Tenders


37.1. In the event that 2 (two) or more Tenderers have made the same Bid
Price, the Tender Accepting Authority shall identify the lowest
evaluated Tenderer by adopting one of the following approaches:
(a) by taking into account the Pre-Qualification Criteria of each

Contractor No. of Corrections


32

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,

Contractor No. of Corrections


33

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.

Contractor No. of Corrections


34

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.

Contractor No. of Corrections


35
Section-II : Bid Data Sheet

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.

B. Content of the Tender Documents

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.

Contractor No. of Corrections


36

Section III. Evaluation and Pre-Qualification Criteria

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.

Contractor No. of Corrections


37
1. Minimum Pre-Qualification Criteria

The Tenderer shall be evaluated on the basis of following criteria:

1.1 Work Experience :

(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.

(iv) Particular Work Experience :

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

Contractor No. of Corrections


38
Act by Central/ State Government and published in Central/ State Gazette. Similar works
undertaken by the private entities shall be considered based on the furnishing of the copies of
contract/ work order in respect of such work along with a certificate by Employer/ Statutory
Auditor towards cost of such work.

(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

Contractor No. of Corrections


39
previous to the one in which Tenders are invited.
(xii) Documentary proof such as Completion Certificates or Experience Certificates testifying
satisfactory completion for similar work experience should have been obtained from the
engineer not below the rank of Executive Engineer or any other Class I Officer or equivalent
in respect of a Government Sector/ Public Sector client, should be submitted as a part of the
Tender, clearly indicating the final completion cost and date of completion of the work. In
case the Experience being shown is of a private entity, then work orders, Completion
Certificates and TDS certificates from the respective clients / Employers along with a
certificate by Statutory Auditor towards cost of such work and attested copy of latest Income
Tax Clearance certificate , shall be submitted as part of the Technical Bid for demonstrating
similar work experience; further the Tender Scrutiny Committee has the right to call for and
scrutinize the original bills/ payment certificates, etc. towards proof of payment made in the
name of concerned Tenderer, etc. If these supporting documents are not submitted, then the
Tender Scrutiny Committee reserves the right to declare the Tender as non-compliant.

1.2 Financial Strength

The Tenderer should have the minimum financial capabilities as below :

(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.

1.3 Bid Capacity


The Tenderer should possess the Bid Capacity as calculated by the specified formula. The
formula generally used is:

Available Bid Capacity = A x M x N -B

Contractor No. of Corrections


40
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) 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.

1.4 Proposed Sub-Contractors

(i) Proposed Subcontractors for the specialized 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 :

Contractor No. of Corrections


41

Minimum Qualification Criteria for Sub-Contractors to be appointed by the Main


Contractor
Experience of having successfully
completed works during the last 7 Solvency
Turnover
years up to previous month of last (Minimum
(Minimum
date of submission of tenders shall Solvency of
Average annual
also be considered
financial
Specialist turnover on
S.No
Works One similar Two similar construction the
completed work completed works during the amount in
of aggregate cost works, costing immediate last 3 Crores)
not less than (In not less than consecutive
Crores) (In Crores) financial year)

1 Façade 15.5 7.75 15.5 15.5


2 Diaphragm Wall 14.0 7.0 14.0 14.0
PT works, Stay
3 5.5 2.75 5.5 5.5
cables
4 Water Proofing 1.0 0.5 1.0 1.0
Health
5 Monitoring of 0.15 0.075 0.15 0.15
Skybridge
Note:

 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.

1.5 Details of Adequate Equipment and Manpower

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.

Contractor No. of Corrections


42
2. Compliance Requirements for Pre-Qualification Criteria

Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
1. Eligibility
1.1 Nationality Nationality in Must meet Must meet Must meet Must meet Forms ELI – 1.1
accordance with ITB 3.8 requirement requirement requirement requirement and 1.2, with
attachments

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

2. Historical Contract Non-Performance


2.1 History of Non- Non-performance of a Must meet Must meet Must meet Must meet Form CON-1
Performing contract as a result of requirement requirements requirement requirement
Contracts contractor’s default
since 1st January,
2015 (as evidenced by
two or more contracts
having been
terminated by an
employer due to the
alleged default of the
contractor).

Contractor No. of Corrections


43
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
2.2 Pending Litigation Tenderer’s financial Must meet Must meet Must meet Must meet Form CON-1
position and requirement requirement requirement requirement
prospective long term
profitability should
be sound according to
criteria established in
3.1 below and
assuming that all
pending litigation
will be resolved
against the Tenderer.
2.3 Litigation History No consistent history Must meet Must meet Must meet Must meet Form CON – 1
of court/ arbitral award requirement requirement requirement requirement
decisions against the
Tenderer since 1st
January, 2015
3. Financial Situation and Performance
3.1 Financial (i) The Average Must meet Must meet Must meet Must meet Form FIN – 3.1,
Capabilities annual financial requirement requirement 60% of the 40% of the with attachments
turnover for last 3 requirement requirement
financial years
preceding the Tender
Submission Date shall
be at least INR 245
Crores, from Building
construction works.
The requisite turnover
shall be duly certified

Contractor No. of Corrections


44
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
by a Chartered
Accountant with his
Seal/ signatures and
registration number.

ii) The Tenderer


shall have 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

Contractor No. of Corrections


45
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
Scheduled Bank/
Nationalized Bank (not
more than 1(one)
month old) to be
attached in original.

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.

Contractor No. of Corrections


46
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
(ii) The Tenderer Must meet Must meet Must meet Must meet Form EXP – 1.1,
should have been requirement requirement requirement requirement 1.2
in the business of
civil engineering
construction
works for the last
more than 10
(ten) years
ending last day
of month
previous to the
one in which
Tenders are
invited.
4.2 Particular (a) One similar Must meet N/A Must meet Must meet Form EXP -1.1,
(a) Experience work costing not less requirement requirement requirement 1.2
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

Contractor No. of Corrections


47
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
(b) Two similar Must meet N/A Must meet Must meet Form EXP -1.1,
work costing not less requirement requirement requirement 1.2
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/
institutional/ office/
Hospitality use for any
public or private entity,
in RCC and Prestressed

Contractor No. of Corrections


48
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
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

Contractor No. of Corrections


49
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
Corporation of City
formed under any Act
by Central/ State
Government and
published in Central/
State Gazette. Similar
works undertaken by
the private entities shall
be considered based on
the furnishing of the
copies of contract/
work order in respect
of such work along
with a certificate by
Employer/ Statutory
Auditor towards cost of
such work.

Contractor No. of Corrections


50
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
4.2 Specific Experience (i) The Tenderer should Must meet N/A Any one JV Any one JV Form EXP-1.3
(b) have successfully requirement Member can Member can
completed in last 7 have the have the
years, at least 1 (one) experience experience
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.

(ii) The Tenderer


should have Must meet Any one JV Any one JV
successfully N/A Member can Member can Form EXP -1.4
requirement
completed/ have the have the
substantially experience experience
completed (erection
of structure 100%
completed) two
separate projects of
Cable Stay Bridge of
minimum 50 m
length in the last 7

Contractor No. of Corrections


51
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
(seven) years. Foot
over Bridges shall
not be considered as
experience. In case of
a JV, any one
member of the JV
can fulfil this
experience.

(iii) The Tenderer


should have Must meet N/A Any one JV Form EXP -1.5
successfully Any one JV
requirement Member can
completed in last 7 Member can
have the
(seven) years at least have the
experience
two separate projects experience
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,
either member can
fulfil this experience.

Contractor No. of Corrections


52
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
4.2 Bid Capacity The Tenderer should Must meet Must meet Must meet Must meet Contract Form 7
(c) possess the Bid Capacity requirement requirement requirement requirement
as calculated by the as per their as per their
specified formula. The sharing sharing
formula generally used participation participation
is:

Available Bid Capacity


= A x M x N -B

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)

Contractor No. of Corrections


53
Eligibility and Pre- Qualification Criteria Compliance Requirements Documentation

Joint Venture (existing or intended) Submission


No. Subject Requirement Single Entity All Parties JV Leader JV Member Requirements
Combined
of the existing
commitments and
ongoing works to be
completed in the next
‘N’ years.

Tenderer will only


qualify if their available
bid capacity is more than
INR 730 Crores.

Contractor No. of Corrections


54
3. Contractor’s Representative and Key Personnel

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

1. Project 1 Graduate in Civil Minimum experience Minimum 2 Projects


Manager Engg with M Tech of 25 years, working completed as per similar
in Structures/ continuously for a works – Multi-storeyed
period of 7 years
Project Commercial/ Office/
or more with the
Management/ Hospitality Buildings with
same organisation
Construction Green Certification in last
Management 10 years

2. Planning 1 Graduate in Civil Minimum Experience in Minimum 2


Engineer Engg. With experience of 15 Projects as per similar
excellent years works – Multi-storeyed
working Commercial/ Office/
knowledge in MS Hospitality Buildings with
Project / Green Certification in last
Primavera 7 years
software

3. Billing 1 Graduate in Minimum Experience in Minimum 2


Engineer Civil Engg with experience of 15 Projects as per similar
Post Graduation years works – Multi-storeyed
in Construction Commercial/ Office/
Management/ Hospitality Buildings with
Quantity Green Certification in last
Surveying 7 years

4. Senior Civil 3 Graduate in Civil Minimum 10 yrs Experience in Minimum 2


Engineer Engg after Graduation Projects as per similar
works – Multi-storeyed
Commercial/ Office/
Hospitality Buildings.

At least 1(one) Civil


Engineer shall have
experience of buildings
with D-Wall and top down
construction.

Contractor No. of Corrections


55
Designation
Min no. General Experience
S.No of Key Min Qualification
required Level Specific Experience
Personnel

5. Civil 3 Graduate or Minimum 5 years Experience in Minimum 2


Engineer Diploma in Civil with Degree and 7 Projects as per similar
Engg years for Diploma works – Multi-storeyed
Commercial/ Office/
Hospitality Buildings

6. Architect 1 Minimum 15 years Experience in Minimum 1


Engineer in the field of Project as per similar
B. Arch
Architectural works – Multi-storeyed
(Registered with
finishing works Commercial/ Office/
COA)
Hospitality Buildings with
Green Certification in last
7 years

7. Quality 1 Graduate in Civil Minimum Experience in Completing


Assurance Engg. experience of 20 Minimum 2 Project as
Manager Yrs. For graduate per similar works – Multi-
storeyed Commercial/
Office/ Hospitality
Registered with Buildings with Green
Quality Council of Certification in last 7
India years

8. Material 3 Graduate/ Diploma Minimum experience Experience in Completing


cum Quality in Civil Engg. of 15 Yrs. For Minimum 1 Project as per
Control graduate & 20 Yrs. similar works – Multi-
Engineer For Diploma storeyed Commercial/
Office/ Hospitality
Registered with
Buildings with Green
Quality Council of
Certification in last 7 years
India

9. Structural 1 Master in Minimum 15 years in Experience in Completing


Execution Structural Engg. Structural Execution Minimum 2 Projects as per
Engineer works and also similar works – Multi-
experience in respect storeyed Commercial/
of PT Works /Office/ Hospitality
Buildings with Diaphragm
wall, PT works and top
down construction in last 7
years

Contractor No. of Corrections


56
Designation
Min no. General Experience
S.No of Key Min Qualification
required Level Specific Experience
Personnel

10. Electrical 3 Graduate in Minimum experience Experience in Completing


Engineer Electrical Engg of 10 years Minimum 1 Project as per
similar works – Multi-
storeyed Commercial/
Office/ Hospitality
Buildings with Green
Certification in last 7 years

11. MEP 1 Graduate in Minimum experience Experience in MEP


Engineer Electrical Engg of 20 years execution works for at least
3 similar works – Multi-
storeyed Commercial/
Office/ Hospitality
Buildings with Green
Certification in last 7 years

12. Mechanical 3 Graduate in Minimum experience Experience in Completing


Engineer Mechanical Engg of 10 yrs Minimum 1 Project as per
similar works – Multi-
storeyed Commercial/
Office/ Hospitality
Buildings with Green
Certification in last 7 years

13. Safety 3 Graduate in Minimum 10 Experience in Completing


Engineer Construction years for Graduate Minimum 2 Projects as per
Safety / & 15 years for similar works – Multi-
Diploma in Diploma in storeyed Commercial/
Construction relevant field Office/ Hospitality
Safety Buildings with Diaphragm
Registered with
wall , top down
OSHA or
construction in last 7 years
equivalent
statutory bodies

14. Environmen 1 Graduate in Minimum 10 years Experience in Completing


t specialist Environmental Minimum 1 Project as per
Engineering similar works – Multi-
storeyed Commercial/
Office/ Hospitality
Buildings with Green
Certification in last 7 years

Contractor No. of Corrections


57
Designation
Min no. General Experience
S.No of Key Min Qualification
required Level Specific Experience
Personnel

Land 1 Diploma in Minimum 7 years’ Experience in Completing


15.
Surveyor respective field experience Minimum 1 Project as per
similar works – Multi-
storeyed Commercial/
Office/ Hospitality
Buildings

16. BIM Expert 2 Degree in Minimum 5 years’ Experience in Completing


Architecture/ experience in BIM Minimum 1 Project as per
Structure/ similar works – Multi-
Electrical storeyed Commercial/
Office/ Hospitality
Buildings in last 5 years

17. Chief 1 Post Graduate Minimum 15 years’ Specific Experience in


OHS&E Diploma in experience after completing minimum 2
Manager Industrial Safety
Graduation and Projects as per similar
& Environmental
Management Minimum 10 years works – Multi-storied
(PGDISEM)/ after Post Commercial/ Office/
M.E. in Industrial graduation Hospitality Buildings with
Safety from NIT Diaphragm wall, top down
and construction in last 7 years.
Registered with
B.E. in Fire and
OSHA or
Safety Engg./
B.E. with equivalent statutory
advanced Safety bodies
Management
Diploma/ B.E.or
B.Arch., with one
year Full Time
advanced Safety
diploma/ B.E or
B. Tech full time
Degree with
Diploma in
Industrial Safety.

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.

Contractor No. of Corrections


58
4. Equipment

The Tenderer must demonstrate that it has access to the key equipment listed hereafter:

No. Equipment Type and Characteristics Minimum Number


required

1. Hydraulic Rotary Rigs with casing adapter 4


arrangement or percussion type drilling rigs – BG
28

2. 150 T Crane (Crawler) 3

3. 50 T Crane (Crawler) 3

4. Hydraulic Jacks - 1200 T 1

5. Hydraulic Grab 3

6. Trench Cutter BC-40 4

7. Diaphragm walling Equipment As required

8. Tower Crane 2.7T at 70m 3

9. Bentonite Mixing Unit 3

10. Bentonite Tank A/B/C As required

11. Bentonite Pump 45HP 4

12. Bar Bending Machines 8

13. Automatic stirrup Bending Machine-1TPH 1

14. Strand Jack System-210T 3

15. Strand Jack System-370T 2

16. Strand Jack System-720T 1

17. Concrete Batching Plant 30m3/Hr 1

18. Silo 100T 3

19. De-dusting Unit 1

20. Cement Pump 30TPH 1

21. Concrete Transit Mixture (Truck Mounted) -6m3 10

22. Concrete Pump-Stationary –BP2800 HRD-100cum 3

23. Concrete Placer Boom-90cum/hr-32m 1

Contractor No. of Corrections


59
No. Equipment Type and Characteristics Minimum Number
required

24. Concrete Mixer-Self Loading-2cum 2

25. Weigh Bridge>=50T 1

26. Weighing Scale-1000kg 1

27. Weighing Scale-500kg 1

28. Weighing Scale-300kg 1

29. De-sanding Plant 3

30. Excavator-3 m3 (hydraulic 210 with breaker) 3

31. Excavator-1 m3 2

32. Motor Grader >=150HP 1

33. Loader Backhoe 1.0/0.24m3 3

34. Dumper 6

35. Base Carrier 3

36. Hydraulic Jacks for stop ends 600T 6

37. Diaphragm Pump 4

38. MIG Welding machine 20

39. TIG Welding machine 10

40. Welding Generators-Diesel< 300Amps 3

41. Welding Generators-Diesel>= 300Amps 5

42. Welding Generators-Electrical >= 300Amps 5

43. Welding Invertors < 300 Amps 5

44. Welding Invertors >= 300 Amps 5

45. Welding Rectifiers >= 300 Amps 5

46. Welding Simulator 5

47. Welding Test Equipment 1

48. Bug Cutting Machine 10

Contractor No. of Corrections


60
No. Equipment Type and Characteristics Minimum Number
required

49. Grinding wheel 20

50. Stop Ends As required

51. Tremie pipe per panel 6 sets

52. Rebar threading machine 3

53. Total Station 2

54. Auto Level/Dumpy level 5

55. Laser Assisted Survey Equipment 5

56. Optical Tooling Equipment 1

57. Vibratory Soil Compactor 2

58. Earth Rammer/Mini Vibro Rollers=<3T As required

59. Power Generator- Diesel 400 KVA 2

60. Power Generator- Diesel 250 KVA 4

61. Power Generator- Diesel 180 KVA 2

62. Vibratory Hammer 75 T (Casing Driving for Piles) 1

63. Air Compressor 300 CFM 2

64. Rack &Pinion Material Hoist 2T 6

65. Pick and Carry Crane 15T 2

66. Wheel Loader 3.5m3 2

67. Wheel Loader 1.7m3 3

68. Mono Strand Jacks (Pre stressing Jack) As required

69. Multistrand Jacks (Pre stressing Jack) As required

70. Bar Jacks (Pre stressing Jack) As required

71. Pedestal Jacks (Pre stressing Jack) As required

72. Onion Jack (Pre stressing Jack) As required

73. Master Gauge-Calibration (Pre stressing Jack) As required

Contractor No. of Corrections


61
No. Equipment Type and Characteristics Minimum Number
required

74. Anchor Set or Wedge Set As required

75. Duct Making machine As required

76. Barrel Swager As required

77. Steel Wire Heading Machine As required

78. Rebar Rolling Machine As required

79. Strand Pusher Machine As required

80. Hydraulic Oil Pump/High Pressure Oil Pump As required

81. Pressure gauge As required

82. Volumeter As required

83. Grout Mixer with Hopper As required

84. Vacuum Pump As required

85. Mortar Blender As required

86. Mortar Pump As required

87. Screw Grout Pump As required

88. Man Lift 200Kgs 1

89. Vacuum Dewatering System 2

90. Fork Lift 3T 6

91. Tele-Lighting Mast with PG Set- 9Metres Mast 20

92. Dewatering System 3

93. Water Flow meter 3

94. Water Leak Detectors 3

95. Mud Pump 3

96. Slurry Pump 3

97. Water Pumps-Centrifugal>=25HP 4

98. Water Pumps-Multi stage >=25HP 4

Contractor No. of Corrections


62
No. Equipment Type and Characteristics Minimum Number
required

99. Water Pumps-Submersible <=25HP 3

100. Water Pumps-Submersible >=25HP 3

101. Tippers <= 10T 5

102. Tippers >= 10T 5

103. Truck -10T 3

104. Water Tanker -10KL 1

105. Water Tanker <10KL 2

106. Water Tanker >10KL 3

107. Concrete Vibrator 10

108. Koden Equipment 6

109. Sounding Chain 3

110. Heavy duty breakers 3

111. Rotary Combination hammer drilling machines 3

112. Coring Machine with drill bit 3

113. Air Blowers 5

The Tenderer shall provide further details of proposed items of equipment using Form EQU-1,
2 in Section IV, Tendering Forms.

Contractor No. of Corrections


63
5. Scoring Criteria

S. No. Description Marks

1. Total past relevant Work Experience and Financial Strength 60 marks


in terms of Clause 1.1 and 1.2 of Section III – Evaluation and
Pre-Qualification Criteria

1.1. Past Relevant Work Experience 40 marks


General Work Experience of Civil Engineering works as per sr.
(i) 6 marks
no. (i), (ii), (iii) of eligibility criteria
(4 marks to be mandatorily scored by each Tenderer)

10-15 years 4 marks

more than 15 years 6 marks

(ii) Particular Work Experience 34 marks

(a) Similar Works Experience as per sr. no. (iv) of eligibility 10 marks
criteria (3 marks to be mandatorily scored by each Tenderer)

One similar work for value greater 3 marks


than INR 300 crores
(or)
Two similar works value greater than
150 crores each

One similar work for value greater 8 marks


than INR 450 crores
(or)
Two similar works for value greater
than 250 crores each

One similar work for value greater 10 marks


than INR 700 crores
(or)
Two similar works for value greater
than 500 crores each

(b) Multi-storeyed green building with certification from 8 marks


GRIHA/ LEED/ Equivalent as per sr. no. (v) of eligibility
criteria
(2 marks to be mandatorily scored by each Tenderer)

1 no. Multi-storeyed green building 2 marks

Contractor No. of Corrections


64
S. No. Description Marks

2 no. Multi-storeyed green building 4 marks

3 or more Multi-storeyed 8 marks


green building

(c) Cable Stay bridge as per sr. no. (vi) of eligibility criteria 8 marks
(2 marks to be mandatorily scored by each Tenderer)

2 no. Cable Stay bridge 2 marks

3 no. Cable Stay bridges 5 marks

More that 3 no. Cable Stay bridges 8 marks

(d) Basement of a Building Project with Diaphragm wall as per 8 marks


sr. no. (vii) of eligibility criteria
(2 marks to be mandatorily scored by each Tenderer)

2 no. Basement with Diaphragm wall 2 marks


as per eligibility criteria:

3 no. Basement with Diaphragm wall 5 marks


as per eligibility criteria

More than 3 no. Basement with 8 marks


Diaphragm wall as per eligibility
criteria

1.2. Financial Strength (in INR) 20 marks

Average annual turnover during last 03 years


(5 marks to be mandatorily scored by each Tenderer)

245 crores to 350 crores 5 marks

Greater than 350 crores but lower 8 marks


than or equal to 450 crores

Greater than 450 crores but lower 10 marks


than or equal to 550 crores

Greater than 550 crores but lower 15 marks


than or equal to 750 crores

Above 750 crores 20 marks

2. Total Team of Key Personnel proposed for the Project 15 marks

Contractor No. of Corrections


65
S. No. Description Marks

2.1. Project Manager 3 marks

2.2. Civil Engineer (with D-Wall 2 marks


Experience)

2.3. Structural Execution Engineer (with 2 marks


PT Experience)

2.4. Planning Engineer 2 marks

2.5. Material cum Quality Control 2 marks


Engineer

2.6. MEP Engineer 2 marks

2.7. Chief OHS&E Manager 01 mark

2.8. BIM Expert 01 mark

3. Technical Proposal 25 marks

3.1. Construction methodology 6 marks

3.2. Work Plan, Staffing Schedule and 5 marks


Equipment Plan

3.3. Quality Control Programme 5 marks

3.4. OHS&E approach & methodology 5 marks

3.5. Environment Management Plan and 4 marks


BIM implementation

Grand Total 100 marks

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.

Contractor No. of Corrections


66

SECTION IV: TENDERING FORMS

 TECHNICAL BID FORMS

 CONTRACT FORMS

Contractor No. of Corrections


67

TECHNICAL BID FORMS

Contractor No. of Corrections


68
FORM ELI-1: TECHNICAL BID SUBMISSION LETTER

[This letter should be completed and signed by the Authorized


Signatory on the letterhead of the Tenderer/ JV leader]

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;

S.No. Name of JV Member Address of JV Member

(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;

Contractor No. of Corrections


69
(h) we, including as applicable any JV Member or Proposed Subcontractor for any part of the
contract resulting from this Tendering Process, have not been declared ineligible by the
Government of India or State Government of Tamil Nadu on charges of engaging in corrupt,
fraudulent, collusive or coercive practices;
(i) we, including as applicable any JV Member, confirm that we do not have a record of poor
performance, such as abandoning the works, not properly completing contracts, inordinate
delays, or financial failure and that we do not have, or have had, any litigation against us,
other than that stated in our Bid;
(j) we, are not participating as Tenderers in more than one Tender in this Tendering Process.
We understand that your written Letter of Acceptance shall constitute the acceptance of our
Tender and shall become a binding Contract between us, until a formal Contract is prepared
and executed;
(k) we, including as applicable any JV Member, confirm that we do not have a record of
insolvency, receivership, bankrupt or being wound up, our business activities were not been
suspended, and it was not been the subject of legal proceedings;
(l) we, hereby undertake that our available bid capacity is more than INR 730 crore (seven
hundred and thirty crore) Indian National Rupees.
(m) we, also confirm that we including our JV Members have not defaulted in any loan to any
Bank/FI and our account has not been classified as Non-Performing Asset (NPA) with any
Bank/FI. We further confirm that none of our companies/promoters/directors appear in RBI
Caution List, RBI Wilful Defaulter List (Suit filed as well as non-suit filed) and CIBIL
Defaulter List, updated from time to time;
(n) we, including as applicable any JV Member, confirm that we have fulfilled our obligations to
pay taxes and social security contributions applicable under the relevant national laws and
regulations;
(o) we, understand that you reserve the right to reject all the Tenderer or annul the Tendering
Process, without incurring any liability to Tenderers, in accordance with the Tender
Document;
(p) we, certify that we have read the clause regarding restrictions on procurement from a
Tenderer of a country which shares a land border with India and on subcontracting to
contractors from such countries and we hereby certify that this Tenderer is not from such a
country which shares a land border with India or, if from such a country, has been 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. Further, it is certified that such registration is valid at
the time of submission of this Tender;
(q) we, agree and confirm that we have carefully read through and carried out due diligence of
the terms and conditions of the Tender Documents and the subsequent addendum/
corrigendum issued for the Project and are submitting out Tender accordingly; and
(r) we bind ourselves with all the stipulations of the Tender Documents in respect of the
execution of the Works if awarded the Project.

Signature:
Name:
In the capacity of: Duly authorised to sign the Tender for and on behalf of the Tenderer

Contractor No. of Corrections


70
FORM ELI -1.1: TENDERER INFORMATION FORM

Date: ________________

Tenderer's name

In case of Joint Venture (JV), name of each member:


Tenderer's actual or intended country of registration:
[indicate country of Constitution]

In case of Tenderer of being Indian nationality,


then State of incorporation/ registration:

Tenderer's actual or intended year of incorporation:

Tenderer's legal address [in country of registration]:

Details of registration as Class-I Contractor in TNHB, PWD,


TNPHC, TNSCB and other Government/ Quasi Government
Departments with details of the appropriate monitory limit:
Tenderer's authorized representative information
Name:

Address:_

Telephone/Fax numbers:
E-mail address:
Classification of Registration
Name and Address of Bankers
Name : ---------------------------------------------------
Address : -----------------------------------------------------------------------

No of year of experience …………………………………

Organization chart showing the structure of the company including names and positions of directors and
key personnel to be attached

Contractor No. of Corrections


71
1. Attached are copies of original documents of
 Articles of Incorporation (or equivalent documents of constitution or association), and/or documents
of registration of the legal entity named above.
 In case of JV, JV Agreement, in accordance with ITB.
 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.
 In case of Government-owned enterprise or institution, documents establishing:
 Legal and financial autonomy
 Operation under commercial law
 Establishing that the Tenderer is not dependent agency of the Employer
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.

Signature of Authorized signatory of Tenderer

Contractor No. of Corrections


72
FORM ELI -1.2: TENDERER'S JV INFORMATION FORM
(to be completed for each member of Tenderer’s JV)

Date: ___________

Tenderer’s JV name:

JV Member’s name:

JV Member’s country of registration:

In case of Tenderer’s JV of being Indian nationality,


then State of incorporation/ registration of both Members:

JV Member’s year of constitution:

JV Member’s legal address in country of constitution:

Details of registration of JV Leader as Class-I Contractor in TNHB, PWD,


TNPHC, TNSCB and other Government/ Quasi Government
Departments with details of the appropriate monitory limit
JV Member’s authorized representative information
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.

Signature of Authorized Signatory of Tenderer

Contractor No. of Corrections


73
FORM ELI-1.3: JOINT VENTURE AGREEMENT

(If executed in India, then to be executed on a stamp paper of appropriate


value as per Indian Stamp Act, 1899 and the Schedules thereto. If executed
outside India, then requisite stamp duty to be paid when received in India as
per Indian Stamp Act, 1899 and the Schedules thereto)

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:

A. The ………………, Tamil Nadu Housing Board (hereinafter referred to as “TNHB” or


“Tender Inviting Authority”), on behalf of [Tamil Nadu Commerce Hub Limited]
(hereinafter referred to as “Employer”), has invited Tenders for the Works of “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. ” vide Tender Document, bearing Ref. No. [], dated
[].
B. The JV Leader and the JV Member have decided to submit the Tender as a Joint Venture in
accordance with the provisions of this Tender Document.

NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS:

(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.

Contractor No. of Corrections


74
(3) Mr./Ms. ,authorised representative of the JV Leader and an employee of the JV
Leader whose details are provided as under, shall be the Authorized Representative of the JV
for all intents and purposes he / she shall have the authority to conduct all business for and on
behalf of any and all the Members of JV during the tendering process and in the event the JV
is awarded the Contract, during Contract execution. The details of the Authorized
Representative shall be as follows:
Name : []

Designation: []

Address: []

Tel/Fax no. : []

e-Mail ID: []

(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:

Sl. Name of the Role (JV Distribution of %Participation


No. Member Leader / Responsibilities and scope of
Member) work in execution of
the Works as per Tender
Documents

(6) Joint and Several Responsibility


The Parties undertake that they shall be jointly and severally liable to the Employer in the
discharge of all the obligations and liabilities as per the Contract with the Employer and for
the performance of contract awarded to their JV.

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.

(7) Assignment and Third Parties

Contractor No. of Corrections


75
The Parties shall co-operate throughout the entire period of this JV Agreement on the basis of
exclusivity and neither of the Parties shall make any arrangement or enter into any agreement
either directly or indirectly with any other party or group of parties on matters relating to the
Works except with prior written consent of the other Party.

(8) Executive Authority


The said JV through its Authorized Representative (as specified above) shall receive
instructions, payments from the Employer. The management structure for the Works shall be
prepared in mutual consultation to enable completion of the Work to quality requirements
within permitted cost and time.

(9) Documents and Confidentiality


Each Party shall maintain in confidence and not use for any purpose other than those related
to the Project all commercial and technical information received or generated in the course of
preparation and submission of the Tender.

(10) Dispute Resolution


Any dispute, controversy or claim arising out of or relating to this a JV Agreement shall be
settled in the first instance amicably between Parties. If an amicable settlement cannot be
reached as above, it will be settled by…………………………. [Tenderer to specify].

(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:

(a) The Tender submitted by the JV is declared unsuccessful;

(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.

(12) This JV Agreement shall be construed under the laws of India.

(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.

(15) Representation of the Parties

Contractor No. of Corrections


76

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:

(i) require any consent or approval not already obtained;


(ii) violate any applicable Law presently in effect and having applicability to it;
(iii) violate the memorandum and articles of association, by-laws or other
applicable organisational documents thereof;
(iv) violate any clearance, permit, concession, grant, license or other
governmental authorisation, approval, judgment, order or decree or any
mortgage agreement, indenture or any other instrument to which such Party is
a party or by which such Party or any of its properties or assets are bound or
that is otherwise applicable to such Party; or
(v) create or impose any liens, mortgages, pledges, claims, security interests,
charges or Encumbrances or obligations to create a lien, charge, pledge,
security interest, encumbrances or mortgage in or on the property of such
Party, except for encumbrances that would not, individually or in the
aggregate, have a material adverse effect on the financial condition or
prospects or business of such Party so as to prevent such Party from fulfilling
its obligations under this JV Agreement;
(c) this JV Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
(d) there is no litigation pending or, to the best of such Party's knowledge, threatened to
which it or any of its Affiliates is a party that presently affects or which would have a
material adverse effect on the financial condition or prospects or business of such
Party in the fulfilment of its obligations under this JV Agreement.

(16) Miscellaneous

16.1 This JV Agreement shall be governed by laws of India.


16.2 The Parties acknowledge and accept that this Agreement shall not be amended by the Parties
without the prior written consent of the Employer.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND


DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

Contractor No. of Corrections


77

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED

For and on behalf of

JV Leader by: JV Member

(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)

SIGNED, SEALED AND DELIVERED

In the presence of:

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.

Contractor No. of Corrections


78
FORM ELI-1.4: POWER OF ATTORNEY FOR AUTHORIZED REPRESENTATIVE OF
SOLE TENDERER

(To be submitted in Original)

(If executed in India, then to be executed on a stamp paper of appropriate


value as per Indian Stamp Act, 1899 and the Schedules thereto. If executed
outside India, then requisite stamp duty to be paid when received in India as
per Indian Stamp Act, 1899 and the Schedules thereto)

Know all men by these presents, we do hereby constitute,


appoint and authorize Mr/Ms who is presently employed
with us and holding the position of as our Representative, to
do in our name and on our behalf, all such acts, deeds and things necessary in connection with or
incidental to our Tender for 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., India” ”,
including signing and submission of all documents and providing information/ responses to Tamil
Nadu Housing Board and/or the Employer i.e. Tamil Nadu Commerce Hub Limited, representing us
in all matters, dealing with Tamil Nadu Housing Board or the Employer in all matters in connection
with our Tender for the said Works.

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)

Contractor No. of Corrections


79

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.

Contractor No. of Corrections


80
FORM ELI-1.5: POWER OF ATTORNEY IN FAVOUR OF JV LEADER OF THE JOINT
VENTURE

(To be submitted in Original)

(If executed in India, then to be executed on a stamp paper of appropriate value


as per Indian Stamp Act, 1899 and the Schedules thereto. If executed outside
India, then requisite stamp duty to be paid when received in India as per Indian
Stamp Act, 1899 and the Schedules thereto)

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”.

And Whereas,…………………..,………………………..and……………………….have formed a Joint


Venture (collectively the “JV”) for the purposes of tendering for the aforementioned Works in accordance
with the terms and conditions of the Tender Document and any Addendum/ Corrigendum issued by the
Tender Inviting Authority in this respect:

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.

NOW, THEREFORE KNOW ALL MEN BY THESE PRESENTS

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

Contractor No. of Corrections


81
this regard, authorize it to do on our behalf and on behalf of and in the name of the JV, all such
acts, deeds and things as are necessary or required in connection with or incidental to submission
of the Tender, including but not limited to signing and submission of all applications and other documents
and writings, participate in the Pre-Tender Meeting and any other meetings or conferences as organized
by the Employer in respect of the Tendering Process, to provide information / responses /clarifications,
representing us and the JV in all matters before the TNHB and/or the Employer i.e. Tamil Nadu
Commerce Hub Limited, signing and execution of all contracts including the Contract Agreement and
undertakings consequent to acceptance of our Tender, accept the Letter of Acceptance, and generally
dealing with the Employer in all matters and performing all such activities and executing all such
documents in connection with or relating to or arising out of the Tender of the JV for the said Works
and/or upon award thereof to the JV and/or till entering into of the Contract Agreement with the
Employer.

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.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS


POWER OF ATTORNEY ON THIS ………………DAY OF…………..,20.…

For…………………………... (Signature, Name &


Title)

(Executant)

Witness1: Witness 2:

Name: Name:

Address: Address:

Occupation: Occupation:

(Notarised)

Accepted

………………………………..

(Signature, name, designation 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:

Contractor No. of Corrections


82
(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.

Contractor No. of Corrections


83
FORM ELI-1.6:

INFORMATION SHEET - SUBCONTRACTOR TO BE ENGAGED FOR EXECUTION OF


SPECIALISED WORKS

SUBCONTRACTOR INFORMATION SHEET

1 Name of the Agency / Firm /


Company

2 Address of the Agency /Firm/


Company with Telephone
numbers.

3 Specialized work for which the


Subcontractor shall be engaged

4 Work experience in years

5 Turnover for last 3 (three) 2019-20 2018-19 2017-18


financial years.

6 Name of works executed in last


7 (seven) years ending last day
of month previous to the one in
which Tenders are invited, with
brief detail including Scope of
works, Project area, Project
type, Project start and
completion dates, Project
completion cost etc.

7 Experience of the Tenderer


working with the same
subcontractor in past projects

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

Contractor No. of Corrections


84
in the above form.
5. MOU as per the format prescribed with the Tenderer to be submitted with the Tender.

Date: …………………...

Place: …………...……..

Signature of Authorized Signatory


of Tenderer

Contractor No. of Corrections


85

FORM ELI-1.7: UNDERTAKING FOR NON-TAMPERING OF THE TENDER DOCUMENTS


<<To be executed on letterhead of the Tenderer or in case Tenderer in a JV then to be executed on the
letterhead of the JV Leader>>
We, [insert the name of the Tenderer], agree and undertake that while downloading and using the
Tender Documents issued by the Tamil Nadu Housing Board 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. (the “Project”), we will
not tamper with the Tender Documents in any manner whatsoever.
If during the Evaluation of our Tenders or any time later, the Tender Accepting Authority/ Tender
Scrutiny Committee/other authority notices any tampering of the Tender Documents in any manner
whatsoever, the said authority shall be entitled to reject our Tender and disqualify us from the Tendering
Process or take any action appropriate at that stage including criminal action.

Dated : []

For [insert the name of the Tenderer]

…………………………….
(Signature of the authorized signatory)

Name of the authorized signatory: ………………


Designation:………………………………………………..

Contractor No. of Corrections


86

FORM ELI-1.8: DETAILED OUTLINE OF TECHNICAL PROPOSAL

The Tenderer shall be required to submit Technical Proposal in its Tender containing inter alia the
following:

1) Construction methodology based on LEED certification requirements

2) Work Plan, Staffing Schedule and Equipment Plan

3) Quality Control Programme

4) OHS&E approach & methodology

5) Environment Management Plan and BIM implementation

The Tenderers shall be free to present the above mentioned in any manner whatsoever to satisfy the
conditions of the Tender Documents.

Contractor No. of Corrections


87
FORM ELI-1.9: FORMAT FOR MEMORANDUM OF UNDERSTANDING WITH THE
PROPOSED SUBCONTRACTOR

<<To be executed on Non-Judicial Stamp Paper of an appropriate value>>

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

Contractor No. of Corrections


88
Subcontractor under the Tender Documents.

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.

engaged by the Tenderer.

Contractor No. of Corrections


89
3. SCOPE OF SUBCONTRACTED WORK

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

The Proposed Subcontractor hereby represents and warrants that:


4.1 It has read all the terms and conditions of the Tender Documents and has fully understood the
meaning and intent of each and every provision contained therein and has fully satisfied itself
with the thorough understanding of the Tender Documents.
4.2 It gives its free consent to the Tenderer to use its technical credentials to satisfy the criteria laid
down under the Tender Documents.
4.3 It shall, during the Term of the MoU, efficiently and diligently provide/ deploy all the necessary
assistance and support in whatever form agreed between the Parties to the Tender required in the
best interest of the Project.
4.4 It shall not collude with the other Tenderers during the Tendering Process in any manner
whatsoever.

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.

Contractor No. of Corrections


90
4.5 {It 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 and such registration is valid even as on date.}5

*[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:

(a) If to the Tenderer, at:

Kind Attention

Address:
E-mail address:
Mobile no:

(b) If to the Proposed Subcontractor, at:

Kind Attention

Address:
E-mail address:
Mobile no:

7. GOVERNING LAW AND JURISDICTION

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.

Contractor No. of Corrections


91

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:

SIGNED AND DELIVERED BY: Signed for and on behalf


of the Tenderer by:

_________________________

SIGNED AND DELIVERED BY: Signed for and on behalf


of the Proposed Subcontractor by:

_________________________

Witnesses

1.____________________

2.____________________

Contractor No. of Corrections


92

FORM CON – 1: HISTORICAL CONTRACT NON-PERFORMANCE, PENDING LITIGATION


AND LITIGATION HISTORY

Tenderer’s Name: []


Date: []
JV Member Name: []

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

Year Non- Contract Identification Total Contract


performed Amount (current
portion of value, currency,
contract and INR
equivalent)

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.

Contractor No. of Corrections


93
Year of dispute Amount in Contract Identification
dispute
(currency)
Contract Identification:
Name of Employer:
Address of Employer:
Matter in dispute:
Party who initiated the dispute:
Status of dispute:

Signature of Authorized Signatory of Tenderer

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.

Contractor No. of Corrections


94
FORM EXP-1.1: DETAILS OF SIMILAR WORKS FOR MINIMUM PRE-QUALIFICATION
CRITERIA
[The following table shall be filled in for the Tenderer and for each member of a
JV]

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

Name of the Work/ Project

Location of the Work/ Project

Total Awarded Contract Price


mentioned in Completion
Certificate

Total Contract Price-


Completion cost (IN INR)

Sole Contractor/ Prime


Contractor/ JV Member

If executed as JV Member then


specify the participation share in
the JV

Award Date/ Commencement


Date

Stipulated Date of Completion

Actual Completion date of works


as stated in completion
certificate

Litigation/ arbitration cases


pending / in progress with details

Brief scope of work as per the


definition of “similar works”

a) Physical size of required works


done

Contractor No. of Corrections


95
c) Complexity

d) Methods/ Technology

e) Other characteristics

Employer’s / Owner’s Name

Employer’s Address:

Telephone / Fax
number: E Mail

Name and Address (Postal & E-


mail) / telephone number of
officer to whom reference may
be made

Date: ………………….

Place :……….. ……….

Signature of Authorized Signatory of


Tenderer

Signature of Chartered Accountant/ Statutory Auditor with Seal

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.

Contractor No. of Corrections


96

FORM EXP-1.2: COMPLETION CERTIFICATE

[The following table shall be filled in for the Tenderer and for each member of a JV]

1. Name of work / Project & Location

2. Name of the Contractor/ agency


who executed the work

3. Agreement No.

4. Cost of the project

5 Date of Start

6. Date of completion

(i) Stipulated Date of Completion

(as mentioned in work order)

(ii) Actual Date of Completion

7. i) Whether case of levy of Yes/ No


compensation for delay has
been decided or not If
decided, amount of
compensation levied for
delayed completion, if any.

ii) Arbitration / litigation if any

8. Scope of work in brief covering all


component of the work executed
by the Contractor

9. Performance Report

Overall Performance Outstanding /Very Good/Good

Dated: Executive Engineer or Equivalent with Stamp

Contractor No. of Corrections


97
FORM EXP-1.3: DETAILS OF COMPLETED GREEN BUILDINGS

[The following table shall be filled in for the Tenderer and for each member of a JV]

Details of the Green Buildings

S.No. Description of Criteria Project I Project II

1. Name of the Project

2. Location of the Project

3. Employer’s / Owner’s Name

4. Employer’s Address:

Telephone / Fax number: E Mail

5. Name and Address (Postal & E-


mail) / telephone number of officer
to whom reference may be made

6. Project Plinth Area Including


Basement (Basement area shall not
exceed 20% of the Total Plinth
area of the Building)

7. Details of the Rating obtained


(Attach certificates from the
awarding authority)

8. Please specify which Green


Building is LEED certified
Building6

9. Built-Up Area

Signature of Authorized Signatory of Tenderer

Note: Attach copies of work order and completion certificate issued by the Employer/ Owner.

6
Copy of the LEED certificate issued to be attached.

Contractor No. of Corrections


98

FORM EXP-1.4: CABLE STAY BRIDGE CONSTRUCTION EXPERIENCE

[The following table shall be filled in for the Tenderer and for each member of a JV]

S.No. Description of Criteria Details of the Project

1. Name of the Project

2. Location of the Project

3. Employer’s / Owner’s Name

4. Employer’s Address:

Telephone / Fax number: E Mail

5. Name and Address (Postal & E-


mail) / telephone number of officer
to whom reference may be made

6. Date of Commencement

7. Date of Completion

8. Brief Particulars of the Project

9. Prime Contractor/ Subcontractor/


member of a JV (if JV then specify in
work)

Signature of Authorized Signatory of Tenderer

Note: Attach copies of work order and completion certificate issued by the Employer/ Owner.

Contractor No. of Corrections


99

FORM EXP-1.5: DIAPHRAGM WALL CONSTRUCTION EXPERIENCE

[The following table shall be filled in for the Tenderer and for each member of a JV]

S.No. Description of Criteria Details of the Project

1. Name of the Project

2. Location of the Project

3. Employer’s / Owner’s Name

4. Employer’s Address:

Telephone / Fax number: E Mail

5. Name and Address (Postal & E-


mail) / telephone number of officer
to whom reference may be made

6. Date of Commencement

7. Date of Completion

8. Brief Particulars of the Project

9. Prime Contractor/ Subcontractor/


member of a JV (if JV then specify in
work)

Signature of Authorized Signatory of Tenderer

Note: Attach copies of work order and completion certificate issued by the Employer/ Owner.

Contractor No. of Corrections


100

FORM FIN- 3.1 : ANNUAL FINANCIAL CONSTRUCTION TURNOVER

Tenderer’s Name:[]
Date: []

JV Member’s Name: []

1. Financial Data
Type of Financial information in Historic information for previous 3 (three) years,
(currency)
(amount in INR equivalent)

2019-20 2018-19 2017-18

Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)

Total Liabilities (TL)

Total Equity (TE)

Current Assets (CA)

Current Liabilities (CL)

Working Capital (WC)

Liquidity ( = 2-4 )

Return on Equity

Information from Income


Statement
Total Revenue (TR)

Profits Before Taxes (PBT)

Profits After Taxes ( PAT )

Cash Flow Information

Contractor No. of Corrections


101
Cash Flow from Operating
Activities
Annual Construction
Turnover
Gross Annual Turnover

2. Sources of Finance
Specify sources of finance to meet the cash flow requirements on works currently in progress and for
future contract commitments.

S. No. Source of finance Amount ( INR


Equivalent)
1

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.

 Return of Equity = Net Income/ Shareholders Equity

Contractor No. of Corrections


102
 Return on Equity = Net Income is for the full fiscal year (before dividend paid to
common stock
 Holders but after dividends to preferred stock. Shareholders equity does not
include preferred Shares.

(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.

Signature of Authorized Signatory of Tenderer

Signature of Chartered Accountant/ Statutory Auditor with Seal

Name:………………………

Designation:………………………

Contractor No. of Corrections


103
FORM FIN-3.2: FINANCIAL RESOURCES

[The following table shall be filled in for the Tenderer and for each member of a JV]

Date: [insert day, month, year]

Tenderer’s Legal Name: [insert full name]

JV’s Legal Name: [insert full name]

[Specify proposed sources of financing, such as liquid assets, unencumbered real


assets, lines of credit, and other financial means, net of current commitments, available
to meet the total construction cash flow demands]

Financial Resources

No. Source of Financing Amount (INR equivalent)

Signature of Authorized Signatory of Tenderer

Signature and Seal of the Chartered Accountant/


Statutory Auditor

Name:………………………

Designation:………………………

Contractor No. of Corrections


104
FORM FIN-3.3: BANKER’S SOLVENCY CERTIFICATE FROM A SCHEDULED BANK/
NATIONALIZED BANK

[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.

Name of Bank: []

Senior Bank Manager: []

Address of the Bank: []

Seal of Bank: []

Note :

1. Bankers certificate should be on letter head of the Bank


2. In case of partnership firm and an LLP, certificate should include names of all partners as
recorded with the Bank.

Contractor No. of Corrections


105
FORM FIN-3.4: UNDERTAKING FOR BANNED BUSINESS

(To be Submitted on the Letter Head of Tenderer/ each JV Members)

We ………. (name of Tenderer) ...........................................do hereby undertake and certify that:

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:………………..

Signature of Authorized Signatory of Tenderer

Contractor No. of Corrections


106

FORM FIN 3.5: FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF


OVERDRAFT/CREDIT FACILITIES

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.

 Name of the Bank : []


 Senior Bank Manager : []
 Address of the Bank : []
 Phone & Fax No. : []

Contractor No. of Corrections


107

FORM FIN 3.6: FORMAT FOR LETTER OF TENDER (FINANCIAL BID)

To: Date:

Superintending Engineer – Special Project Circle -1

Tamil Nadu Housing Board


Head office,
493, Anna Salai
Nandanam, Chennai-600035

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.

Contractor No. of Corrections


108

FORM PER-1: DETAILS OF KEY PERSONNEL TO BE EMPLOYED FOR PROPOSED PROJECT

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.

S. Designation of Key Min no. Min General Specific


No Personnel required Qualification Experience Level Experience

1. Project Manager

2. Planning Engineer

3. Billing Engineer

4. Senior Civil Engineer

5. Civil Engineer

6. Architect Engineer

7. Quality Assurance
Manager

8. Material cum Quality


Control Engineer

9. Structural Execution
Engineer

10. Electrical Engineer

11. MEP Engineer


12. Mechanical Engineer

13. Safety Engineer

14. Environment specialist

Contractor No. of Corrections


109

S. Designation of Key Min no. Min General Specific


No Personnel required Qualification Experience Level Experience

15. Land Surveyor

16. BIM Expert

17. Chief OHS&E Manager

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 : …………………..

Place :………….. ……….

Signature of Authorized Signatory of


Tenderer

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.

Contractor No. of Corrections


110
FORM PER-2: PENALTY RATES FOR NON DEPLOYMENTOF KEY PERSONNEL AT THE
PROPOSED PROJECT

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.

2. Contractor has maintain attendance system at site as specified by Engineer. All


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
desired by the Employer.

3. The manpower Specified in S.No. 1, 2, 4, 7, 9, 11, 13 16 & 17 of table in Form PER-1


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 penalised as per the above penalty amount.

Date : …………………..

Place :………….. ……….

Signature of Authorized Signatory of


Tenderer

Contractor No. of Corrections


111
FORM EQU-1: DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT

(Part of background data information)

[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

Equipment Name of manufacturer Model and power rating


information
Capacity Year of manufacture

Current Current location


status

Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured

Provide the following information for equipment not owned by the Tenderer:

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Date : …………………..

Place :…………..………

Signature of Authorized Signatory of Tenderer

Contractor No. of Corrections


112
FORM EQU-2: SITE LABORATORY AND TESTING MATERIALS

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:

S.No. Equipment Numbers


required

1. Digital Compression testing machine (200MT/ 2000KN Capacity) electrical- 1


cum- manually operated)

2. Slump cone with base steel plate, tamping rod, steel scale, scoop 10

3. Vicat Apparatus with Desk pot 0.5mm range 3

4. Le-chatelier Apparatus 1

5. DLBD Cylinder 3 Litre capacity 1

6. DLBD Cylinder 15 Litre capacity 1

7. DLBD Cylinder 20 Litre capacity 1

8. DLBD Cylinder 30 Litre capacity 1

9. Proctor Compaction Mould with Rammer 1

10. Soil Core Cutter(Complete set with Hammer-1 Nos & Cutter dolly-3Nos) 5

11. Sand Pouring Cylinder set 2

12. Megger & earth resistance tester 3

13. Pumps and pressure gauges for hydraulic testing of pressure pipes 2

14. Weighing scale platform type 100 Kg capacity 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

Contractor No. of Corrections


113
S.No. Equipment Numbers
required

18. Mortar Cube moulds size 70.6mmx70.6mmx70.6mm 100

19. Cube moulds size 150 mm x 150 mm x 150mm 100

20. Ultrasonic Test Equipment (For concrete) 3

21. Electrically heated Oven Thermostatically Controlled double wall chamber 1


size 600mmX600mX3 Shelves range 0 to 250 degree digital model with air
circulation fan

22. Hot Plate 1000 Watts 1

23. Flakiness Gauge 1

24. Elongation Gauge 1

25. Electronic weighing balance 600gx0.1g 1

26. Electronic weighing balance 10kg 1

27. Electronic weighing balance 50 kg 1

28. Electronic weighing balance 5 g to 5 kg 1

29. Electronic weighing balance 10g to 10kg 1

30. Electronic weighing balance 20 g to 20 kg 1

31. Electronic weighing balance 250 g to 60 kg 1

32. Electronic weighing balance 100 g to 60 kg 1

33. Physical balance weight up to 5 kg 4

34. Digital Thermometers and Alcoholic Thermometers1-150 degree 4 digital


centigrade / max. and Min/ Dry and wet with table
2 alcoholic

35. Air Content of concrete testing machine 3

36. Gauging trowels 100mm & 20mm with wooden handle 12

37. Spatula 100mm & 20mm with long blade wooden handle 12

38. Vernier calipers 12” & 6” size 6

39. Digital pH Meter, 0.01 PH High Accuracy and Range between 0-14pH 6

Contractor No. of Corrections


114
S.No. Equipment Numbers
required

40. Digital Micrometre least count. 0.01mm 6

41. Digital paint thickness meter for steel 500 microns Range 3

42. GI tray 600x450x50mm, 3 Nos each


450x300x40mm,300x250x40mm, 450x450x40mm

43. Electric Motor mixer 0.25 cum capacity 4

44. Rebound hammer test digital rebound hammer 4

45. Screw gauge 0.1mm-10mm, least count 0.05 6

46. Water testing kit 3

47. Pruning Rods 2 Kg weight length 40 cm and ramming face 25 4


mm2

48. Extra Bottom plates for 15 cm cube mould 50

49. Standard Vibration Table for gauging the cubes 2

50. Pocket concrete penetrometer 0 to 50kg/ sq.cm 2

51. Concrete temperature measuring thermometer with Brass protection sheath 4


0- 100 degree centigrade

52. Mortar Cube vibrator 2

53. Dial type spring balance preferable with zero correction knob capacity 2
100 kgs. reading to ½ kg.

54. Counter scale capacity 1 kg and 10 kg 2

55. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm 2each

56. Brass Weight of 50 gm, 2 gm, 10 gm, 5 gm, 2 gm, 1 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

59. Wash Bottles capacity 500 ml 12

60. Set of box spanner ratchet 3

Contractor No. of Corrections


115
S.No. Equipment Numbers
required

61. Hammer 1lb& 2lb 3 each

62. Distance metre (of 100 metres) 4

63. Measuring tape (5 metres) 6

64. Measuring tape (10 metres) 4

65. Measuring tape (15 metres) 4

66. Measuring tape (30 metres) 4

67. Depth gauge 2 cm 6

68. Shovels& Spade 6

69. Steel plates 5 mm thick 75x75 cm 6

70. Plastic or G.I. Buckets 15 litre, 10 litres, 5 litre 3each

71. Pycnometer with Glass Plate 1000ml 3 Nos

72. Gauging Trowel 200mm 2 Nos

73. Gauging Trowel 150mm 2 Nos

74. Stainless Steel Scoop for Handling material (Big) 3 Nos

75. Stainless Steel Scoop for Handling material (Small) 3 Nos

76. Wood Moisture meter 2 Nos

77. Vernier Caliper 0 to 300mm 3 Nos

78. Stop watch clock 1 Nos

79. Impact value Apparatus 1 Nos

80. Baby Mixer (Pan type)-Trial Mix 1 Nos

81. Wheel Barrow Bucket Type 80 Litres Heavy Duty Front 2 Tyre wheel and 12
Back 2 stand type with Handle

82. Marsh Cone (Bentonite) 3

83. Mud Balance or Hydrometer(Bentonite) 3

Contractor No. of Corrections


116
S.No. Equipment Numbers
required

84. Sand Content Equipment (Bentonite) 3

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.

Contractor No. of Corrections


117

CONTRACT FORMS

Contractor No. of Corrections


118

CONTRACT FORM 1: FORM OF TENDER SECURITY

Guarantee No.: [insert guarantee reference number]

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 with regard to which the Tender is submitted]

The Beneficiary (the “Tender Inviting Authority”) _________________ [insert name and address of
the Beneficiary]

We have been informed that ____________________________________________________ [insert


name and address of the Tenderer] (hereinafter called the “Tenderer”) is submitting a Tender and offer
for such Works in response to your invitation, and that the conditions of your invitation (the “Conditions
of Invitation”, which are set out in a document entitled Instructions to Tenderers) require his/her offer to
be supported by a Tender Security.

At the request of the Tenderer, we _________________________________________ [insert name of


Guarantor] hereby irrevocably undertake to pay, the Beneficiary, any sum or sums not exceeding in total
an amount of Rs___________________________ [insert in figures and words the maximum amount
payable and the currency in which it is payable] upon receipt by us of the Beneficiary’s demand in
writing and statement (in the demand) that:

(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

Contractor No. of Corrections


119
________________________ [insert the date 28(twenty eight) days after the expiry of the Tender Validity
Period], when this guarantee shall expire.

The party liable for the payment of any charges: ___________________[insert the name of the party].

This guarantee shall be governed by the laws of India.

SIGNED by: _____________________ SIGNED by1: _____________________


(signature) (signature)
________________________________ ______________________________
(name) (name)

Date: ____________________

(1)
Whether one or more signatories for the bank are required will depend on the bank and/or
applicable law.

Contractor No. of Corrections


120
CONTRACT FORM-2: FORMAT OF LETTER OF ACCEPTANCE
Tender No: []

Date: []

To:

[Name & Address of the Successful Tenderer/ Contractor]8

Re : Your Tender for : [name of the Project]

KIND ATTN : Mr./ Ms……………………………..

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.

You are thus requested to take following actions :

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

Duly authorised to sign for and on behalf of []

Date:

8
In case the Successful Tenderer is a JV, then the LoA shall be addressed to both the JV Members.

Contractor No. of Corrections


121
CONTRACT FORM-3: FORMAT OF INTEGRITY PACT

[To be executed on plain paper and submitted by the Successful Tenderer]

This Integrity Pact is made at _____ on this _________day of ________20__.

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:

Article-1: Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to observe
the following principles:
(a) No employee of the Principal, personally or through family members, will in connection
with the Tender for, or the execution of a Contract, demand, take a promise for or accept,

Contractor No. of Corrections


122
for self, or third person, any material of immaterial benefit which the person is not legally
entitled to.
(b) The Principal will, during the Tender process treat all Successful Tenderer with equity
and reason. The Principal will in particular, before and during the Tendering Processes,
provide to all Successful Tenderer the same information and will not provide to any
Successful Tenderer confidential/ additional information through which the Successful
Tenderer could obtain an advantage in relation to the Tendering Process or the Contract
execution.
(c) The Principal will exclude all known prejudiced persons from the process, whose conduct
in the past has been of biased nature.
(2) If the Principal obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal Code, 1860 (IPC)/Prevention of Corruption Act, 1988 (PC Act) or
any other Statutory Acts or if there be a substantive suspicion in this regard, the Principal will
inform the Chief Vigilance Officer and in addition can initiate disciplinary actions as per its
internal laid down Rules/Regulations.
Article – 2: Commitments of the Successful Tenderer

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

Contractor No. of Corrections


123
connection with the award of the contract. He shall also disclose the details of services agreed
upon for such payments.
(g) The Successful Tenderer will not instigate third persons to commit offences outlined above or be
an accessory to such offences.
(h) The Successful Tenderer will not bring any outside influence through any Govt. bodies/quarters
directly or indirectly on the bidding process in furtherance of his Tender.
Article - 3 Disqualification from tender process and exclusion from future contracts.

(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

Contractor No. of Corrections


124
(1) If the Principal has disqualified the Successful Tenderer from the Tendering Process prior to the
award according to Article-3, the Principal shall be entitled to forfeit the Tender Security or
demand and recover the damages equivalent to Tender Security apart from any other legal right
that may have accrued to the Principal.
(2) In addition to 1 above, the Principal shall be entitled to take recourse to the relevant provisions of
the Contract related to Termination of Contract due to Contractor’s Default. In such case, the
Principal shall be entitled to forfeit the Performance Security of the Contractor or demand and
recover liquidated and all damages as per the provisions of the Contract against Termination.
Article – 5: Previous Transgressions

(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

If the Principal obtains knowledge of conduct of a Successful Tenderer or Subcontractor, or of an


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

Article- 7: Independent External Monitor (IEM)

(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

Contractor No. of Corrections


125
relations between the Principal and the Contractor. The Parties offer to the Monitor the option to
participate in such meetings.
(5) As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform
the Management of the Principal and request the Management to discontinue or take corrective
action, or to take other relevant action. The monitor can in this regard submit non-binding
recommendations. Beyond this, the Monitor has no right to demand from the Parties that they act
in a specific manner, refrain from action or tolerate action.
(6) The Monitor will submit a written report to the Managing Director, Tamil Nadu Housing Board
within 8 to 10 weeks from the date of reference or intimation to him by the Principal and, should
the occasion arise, submit proposals for correcting problematic situations.
(7) If the Monitor has reported to the Managing Director, Tamil Nadu Housing Board, a substantiated
suspicion of an offence under relevant IPC/PC Act, and the Managing Director, Tamil Nadu
Housing Board has not, within the reasonable time taken visible action to proceed against such
offence or reported it to the Chief Vigilance Officer, the Monitor may also transmit this
information directly to the Central Vigilance Commissioner.
(8) The word 'Monitor' would include both singular and plural.
Article – 8 Pact Duration

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.

Article –9 Other Provisions

(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.

Contractor No. of Corrections


126
In witness whereof the Parties have signed and executed this Pact at the place and date first done
mentioned in the presence of following witness:

(For & On behalf of the Principal)

(Office Seal )

(For & On behalf of the Successful Tenderer)

…………………………………………………

(signature and name of the Authorized Signatory)

Place________

Date_________

Witness 1 : (Name & Address):

Witness 2 : (Name & Address):

{COUNTERSIGNED and accepted by:

JV Partner}

Contractor No. of Corrections


127
CONTRACT FORM-4: FORMAT OF CONTRACT AGREEMENT

THIS AGREEMENT made on the [date] day of [month], [year] at [].

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.

NOW THIS AGREEMENT WITNESSETH as follows:

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 :

(a) the Contract Agreement;

9
In case of JV, mention names of both the Members.

Contractor No. of Corrections


128
(b) the Letter of Acceptance;

(c) the Contractor’s Tender including completed appendices and forms to the Tender;

(d) Addendum, if any;

(e) the Particular Conditions Part A – Contract Data;

(f) the Particular Conditions Part B – Special Provisions & Schedules;

(g) the General Conditions;

(h) the Employer’s Requirement ;

(i) the Construcción Specifications;

(j) the Drawings;the priced Bill of Quantities; and

(k) any other document listed in the Particular Conditions forming part of the Contract.

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in


this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to
remedy defects therein in conformity in all respects with the provisions 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.

Signed by ......................................... Signed by .............................................................................

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

Contractor No. of Corrections


129
CONTRACT FORM-5: FORMAT OF PERFORMANCE SECURITY - DEMAND
GUARANTEE10

Guarantee No.: [insert guarantee reference number]

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]

The Beneficiary (the “Employer”): ____________________________________ [insert name and


address of the Beneficiary]
We have been informed that ______________________________________________ [insert name and
address of the “Contractor”] (hereinafter called the “Applicant”) has entered into Contract No ….
dated…. with the Beneficiaries for the execution of the Project i.e. “ 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” under such contract a Performance Security is required.

At the request of the Applicant, we __________________________________________ [insert name of


Guarantor] hereby irrevocably undertake to pay you, the Beneficiary/ Employer, any sum or sums not
exceeding in total the amount of [insert in figures and words the maximum amount payable and the
currency in which it is payable] (the “Guaranteed Amount”) upon receipt by us of your demand in
writing and your written statement indicating in what respect the Applicant is in breach of its obligations
under the Contract, without the beneficiary needing to prove or show grounds for its demand or the sum
specified therein.
Any demand for payment must contain your signature(s). The authenticated demand and statement must
be received by us at the following office [insert address of office] on or before
_______________________ (insert the date 70 days after the expected expiry of the Defects Notification
Period for the Works) (the “Expiry Date”), when this guarantee shall expire.
The party liable for the payment of any charges: [insert the name of the party].
This guarantee shall be governed by the laws of India.

Signed and sealed this ………. day of ……….., 20……… at ………..

10
In case Tenderer is JV, then the Performance Security BG shall be furnished by the JV from the bank account of
the JV

Contractor No. of Corrections


130

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank Guarantor by: (Signature)


(Name)
(Designation)
(Code Number)
(Address)

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.

Contractor No. of Corrections


131
CONTRACT FORM-6: FORM OF PARENT COMPANY GUARANTEE

Name of Contract/Contract No.: _________________________________


Name and address of Employer:___________________________________________________
(together with successors and assigns).

We have been informed that ____________________________________ (hereinafter called the


“Contractor”) is submitting an offer for such Contract in response to your invitation, and that the
conditions of your invitation require his/her offer to be supported by a parent company guarantee. In
consideration of you, the Employer, awarding the Contract to the Contractor, we (name of parent
company) irrevocably and unconditionally guarantee to you, as a primary obligation, the due performance
of all the Contractor’s obligations and liabilities under the Contract, including the Contractor’s
compliance with all its terms and conditions according to their true intent and meaning.

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.

SIGNED by: _____________________________


(Signature)
(Name)
(Designation)

Contractor No. of Corrections


132
CONTRACT FORM 7: SPECIMEN COPY OF AFFIDAVIT TO BE TYPED ON NON-JUDICIAL
STAMP
PAPER OF Rs. 100/- AND TO BE ATTESTED BY NOTARY PUBLIC

AFFIDAVIT

I / We ....................................................................................................... aged ................ years Son


of ............................. ..................................................do hereby solemnly and sincerely affirm and declare
as follows for and on behalf of the tendering Firm i.e. …………………………….

1) Balance work on hand being


Executed in Private/Public
Undertakings and Government
Departments as on date is Rs...............................

2) No. of Staff in our firm are as


detailed below :

a) Managers :

b) Engineers :

c) Diploma Holders :

d) Skilled workers :

3) No. of Current and incomplete


contract running under pre-
qualification bid :

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

Contractor No. of Corrections


133
CONTRACT FORM 8: FORM OF ADVANCE PAYMENT GUARANTEE

Guarantee No.: [insert Guarantee Reference Number]


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]
The Beneficiary (the “Employer”): Tamil Nadu Commerce Hub Limited
We have been informed that _________________[insert name and address of the Contractor]
(hereinafter called the “Applicant”) is your Contractor under such Contract and wishes to
receive an Mobilization Advance, for which the Contract requires him/her to obtain a guarantee.
At the request of the Applicant, we __________ [insert name of Guarantor] hereby irrevocably
undertake to pay you, the Beneficiary/Employer, any sum or sums not exceeding in total the
amount of ______________ [insert in figures and words the maximum amount payable and the
currency in which it is payable] including the interest thereof as specified by the Employer (the
“Guaranteed Amount”) upon receipt by us of your demand in writing and your written
statement that:
(a) the Applicant has failed to repay the Mobilization Advance in accordance with the
Conditions of Contract, and
(b) the amount of the Mobilization Advance which the Applicant has failed to repay.
This guarantee shall become effective upon receipt [of the first instalment] of the Mobilization
Advance by the Applicant. The Guaranteed Amount shall be reduced by the amounts of the
Mobilization Advance repaid to you, as evidenced by interim payment certificates issued under
Sub-Clause 14.6 of the Conditions of Contract. Following receipt of a copy of each interim
payment certificate, we shall promptly notify you of the revised Guaranteed Amount
accordingly.
Any demand for payment must contain your signature(s) which must be authenticated by your
bankers or by a notary public. The authenticated demand and statement must be received by us at
the following office [insert address of office] on or before ________________________ (the
“Expiry Date”), when this guarantee shall expire.
The party liable for the payment of any charges: _________[insert the name of the party].
This guarantee shall be governed by the laws of India.

Signed by:

(name) ____________________

(signature) __________________

Contractor No. of Corrections


134
1
Signed by :

(name) ____________________

(signature) __________________

Date: __________________________________

(1) Whether one or more signatories for the bank are required will depend on the bank and/or
applicable law.

Contractor No. of Corrections


1

TAMIL NADU HOUSING BOARD

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

Tender No. SE/SPC-1/ 07/ 2020-2021

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

Contractor No. Of Corrections


2

TENDER DOCUMENTS

 Notice of Invitation to Tender


Volume 1  Instructions to Tenderers including Forms of Tender, Appendix and
Annexures

FIDIC Conditions of Contract for Construction for Building and Engineering


Volume 2 Works designed by the Employer (2017 Edition);
 Section V- General Conditions
 Section VI - Particular Conditions

Volume 3 Employer’s Requirements

Volume 4 Construction Specifications


Volume 5 Tender Drawings
Volume 6 Pricing Documents-BoQ
Volume 7 Reference Documents- Geotechnical Report, Hydrogeological Report , Impact
Assessment Report, Reference Top Down Construction Methodology, Skybridge
Construction Methodology Report , LEED Feasibility Report

Contractor No. Of Corrections


3

TABLE OF CONTENTS

VOLUME 2

SECTION V – GENERAL CONDITIONS


This Section refers to the “General Conditions” which form part of the Conditions of Contract
for Construction (Second Edition 2017) published by the Federation Internationale Des
Ingénieurs – Conseils (FIDIC).: For Building and Engineering Works Designed by the Employer
(2017 Edition)

SECTION VI – PARTICULAR CONDITIONS

This Section includes particular conditions of the contract consisting of:

PART A : CONTRACT DATA


PART B : SPECIAL PROVISIONS

The contents of this Section supplement the General Conditions.

Contractor No. Of Corrections


4

SECTION V – GENERAL CONDITIONS

Red Book: © FIDIC 2017. All rights reserved.


FIDIC CONDITIONS OF CONTRACT FOR BUILDING AND ENGINEERING WORKS
DESIGNED BY THE EMPLOYER (2017 Edition)

PART I GENERAL CONDITIONS (GC)

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.

Contractor No. Of Corrections


5

SECTION VI – PARTICULAR CONDITIONS

The following Particular Conditions shall supplement the GC. Whenever there is a conflict, the
provisions herein shall prevail over those in the General Conditions.

PART A : CONTRACT DATA

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

Contract Identification No. : SE/SPC-1/ 07/ 2020-2021

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.

Sub-Clause of GC Data to be given Data


1.1.20 Where the Contract allows for Cost Not Applicable
plus Profit, percentage profit to be
added to the Cost
1.1.27 Defects Notification Period (DNP): 24 months
1.1.31 Employer’s name and address: Tamil Nadu Commerce Hub Private Limited
Anna Salai, Nandanam, Chennai
1.1.35 Engineer’s name and address: Shall be communicated to the Successful
Tenderer
1.1.84 Time for Completion: 3 (three) years from the Commencement
Date
1.3(a)(ii) agreed methods of electronic Email
transmission
1.3(d) address of Employer for Shall be communicated to the Successful
communications: Tenderer
1.3(d) address of Engineer for Shall be communicated to the Successful
communications: Tenderer
1.3(d) address of Contractor for Shall be filled upon selection of Successful
communications: Tenderer.
1.4 Contract shall be governed by the law The Contract shall be governed by the Laws
of: of the Republic of India and to the extent
applicable, the laws of the State of Tamil
Nadu. Any legal dispute under contract shall
be the jurisdiction of courts of law at

Contractor No. Of Corrections


6

Chennai, Tamil Nadu, India.


1.4 Ruling language: English

1.4 Language for communications: English

1.8 Number of additional paper copies of 2 (two)


Contractor’s Documents

Number of copies of Drawings/


1 (one)
Documents supplied to the Contractor

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.

Contractor No. Of Corrections


7

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

Contractor No. Of Corrections


8

while sanctioning of mobilization advance


has been completely repaid. The entire
amount availed as advance loan together
with interest thereon shall be recovered by
the Employer from the interim payments to
the Contractor by the time the Contractor has
completed 80% of the Works.

14.3 Period of Payment At the end of each month, provided the


minimum value of IPC each month is at least
INR 10 cr.
14.3(b) number of additional paper copies of 2(two)
Statements

14.3(iii) percentage of retention 5% (five percent)


14.3(iii) limit of Retention Money (as a 5% (five percent)
percentage of Accepted Contract
Amount)
14.5 (b) (i) Plant and Materials for payment when Not Applicable
shipped
14.5 (c) (i) Plant and Materials for payment when Not Applicable
delivered to the Site
14.6.2 minimum amount of Interim Payment INR 10 crores
Certificate (IPC)
14.7 (a) Period for payment of the Advance Within 30 days of certification
Payment to the Contractor
14.7(b)(i) period for the Employer to make 49 (forty nine) days
interim payments to the Contractor
under Sub-Clause 14.6 [Interim
Payment]
14.7(b)(ii) period for the Employer to make 35 (thirty five) days
interim payments to the Contractor
under Sub-Clause 14.13 [Final
Payment]
14.7(c) period for the Employer to make final 75 (seventy five) days
payment to the Contractor
14.8 financing charges for delayed payment Interest @ SBI’s MCLR (one month)
(percentage points above the average Marginal Cost of Funds based Lending Rate
bank short–term lending rate as
referred to under sub-paragraph (a))
14.11.1 (b) Number of additional paper copies of 3 (three)
draft Final Statement
14.15 currencies for payment of Contract Indian Rupees (INR)
Price:
14.15(a)(i) proportions or amounts of Local and Not Applicable
Foreign Currencies are:

Contractor No. Of Corrections


9

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;

Contractor No. Of Corrections


10

- Third Party Liability Policy;


- Marine Transit Insurance Policy
21.1 time for appointment of DAB within 56 days from the date of issuance of
Notice of Dispute by one Party to the other
Party
21.1 the DAB shall comprise 3 (three) members
21.2 Appointing entity (official) for DAB Will be informed in due course to the
members Successful Bidder.

Contractor No. Of Corrections


11

SECTION II – PARTICULAR CONDITIONS

PART B : SPECIAL PROVISIONS

Supplement to Part I – General Conditions, unless otherwise stated.

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.

SP 2 1.1.7 “Commencement Date” means the date as stated in the


Commencement Date Engineer’s Notice issued under Sub-Clause 8.1
[Commencement of Works] which shall be no later than 7
(seven) days from the date of execution of the Contract.

SP 3 1.1.19 “Cost” means all expenditure reasonably incurred (or to be


Cost incurred) by the Contractor in performing the Contract,
whether on or off the Site, including taxes, profit, overheads
and similar charges. Where the Contractor is entitled under a
Sub-Clause of these Conditions to payment of Cost, it shall
be added to the Contract Price.
The “Cost” shall be inclusive of GST.

SP 4 1.1.20 Deleted. All references to Cost Plus Profit wherever


Cost Plus Profit appearing in the GC be considered as “Not Applicable”.

SP 5 1.1.22 Replace ‘DAAB’ with ‘DAB’


DAAB “DAB” or “Dispute Adjudication Board” means the sole
(to be read as DAB) member or three members (as the case may be) so named in
the Contract, or appointed under Sub-Clause 21.1
[Constitution of the DAB] or Sub-Clause 21.2 [Failure to
Appoint DAB Member(s)]

Wherever the term “DAAB” is appearing in the Contract


Agreement, the same shall be read as “DAB”.

SP 6 1.1.23 Deleted. All references to DAAB Agreement wherever


DAAB Agreement appearing in the GC be considered as “Not Applicable”.

SP 7 1.1.26 Deleted. All references to Daywork Schedule wherever


Daywork Schedule appearing in the GC be considered as “Not Applicable”.

SP 8 1.1.30 “Drawings” means the drawings of the Works included in


Drawings the Contract, and any additional and modified drawings
issued by/ approved by (or on behalf of) the Employer in

Contractor No. Of Corrections


12

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.

SP 9 1.1.47 Replace the entire Sub-Clause 1.1.47 with the following:


JV Undertaking
“Joint Venture Agreement or JV Agreement” means the
agreement provided to the Employer as part of the Tender
setting out the legal undertaking between the two persons or
entities constituting the Contractor as a JV. This agreement
shall be signed by both the persons who are members of the
JV, shall be addressed to the Employer and shall include:
(a) each such member’s undertaking to be jointly and
severally liable to the Employer for the performance
of the Contractor’s obligations under the Contract;
(b) identification and authorization of the leader of the
JV; and
(c) identification of the separate scope or part of the
Works (if any) to be carried out by each member of
the JV.

Wherever the term “JV Undertaking” is appearing in the


Contract Agreement, shall be read as “Joint Venture
Agreement or JV Agreement”.

SP 10 1.1.49 “Laws” means in relation to the Works, all Indian national


Laws (or State of Tamil Nadu) legislation, statutes, acts, decrees,
rules, ordinances, orders, treaties, international law and other
laws, and regulations and by-laws of any legally constituted
public authority, as may be in force and effect during the
subsistence of the Contract.

SP 11 1.1.51 Replace the entire Sub-clause 1.1.51 with the following:


Definition of Letter of
Tender “Letter of Tender” means the letter of Technical Bid and
letter of Tender (Financial Bid) submitted by the Successful
Tenderer for the execution of works

SP 12 1.1.76 Replace the entire Sub-clause 1.1.76 with the following:


Specification
“Specification” means the document titled Employer’s
Requirement and Construction Specifications included in the
Contract as Vol.-3 & Vol.-4 respectively, and any additions
and modifications made to it in accordance with the Contract.
Such documents specifies in detail the scope of Works,
manner of execution & care of Works, technical
specifications to be met by the Contractor, procedure for

Contractor No. Of Corrections


13

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.

SP 13 1.1.84 Replace the entire Sub-clause 1.1.84 with the following:


Time for Completion
“Time for Completion” means the time for completing the
Works or a Section or a Milestone (as the case may be) under
Sub-Clause 8.2 [Time for Completion], as stated in the
Contract Data (with any extension under Sub-Clause 8.4
[Extension of Time for Completion]), calculated from the
Commencement Date.

SP 14 1.1.89 Add the following Sub-clause after Sub-clause 1.1.88 of


Definition of Gross Part I General Conditions :
Negligence
1.1.89 “Gross Negligence” means any act or omission of a
party which is contrary to the most elementary rules
of diligence which a conscientious employer or
contractor would have observed in similar
circumstances, and/or which show serious reckless
disregard for the consequences of such an act or
omission. It involves materially more want of care
than mere inadvertence or simple negligence.”

SP 15 1.1.93 Add the new Sub-clause 1.1.93 of Part I General


Definition of Conditions:
Milestone
1.1.93 “Milestone” means a part of the Project and/or a part
of the Works stated in the Contract Data (if any),
and described in detail in the Specification as a
Milestone, which is to be completed by the time for
completion stated in Sub-Clause 4.24 [Milestone
Works] but is not to be taken over by the Employer
after completion.

SP 16 1.1.94 Add the new Sub-clause 1.1.94 of Part I General


Definition of Conditions :
Milestone Certificate
1.1.100 “Milestone Certificate” means the certificate issued
by the Engineer under Sub-Clause 4.24
[Milestones].

SP 17 1.2 Following sub-paras are added after sub-para (j):


Interpretation
(k) the term taxes appearing in the General Conditions shall
mean any Indian taxes including GST, excise duties,

Contractor No. Of Corrections


14

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;

(l) any agreement, consent, approval, authorisation,


determination, notice, communication, information or
report required under or pursuant to these Conditions
from or by any Party or the Engineer shall be valid and
effective only if it is in writing under the hand of a duly
authorised representative of such Party or the Engineer,
as the case may be, in this behalf and not otherwise.

Following paras added at the end of Sub-clause 1.2 :

The Delay Damages payable by either Party to the other of


them, as set forth in these Conditions, whether on per diem
basis or otherwise, are mutually agreed genuine pre-
estimated loss and damage likely to be suffered and incurred
by the Party entitled to receive the same and are not by way
of penalty or liquidated damages.

The rule of construction, if any, that a contract should be


interpreted against the parties responsible for the drafting and
preparation thereof, shall not apply.

SP 18 1.3(a)(ii) Following proviso is added after sub-para (a)(ii) but


Notices and Other before the word “and” :
Communications
Provided however, the electronic transmission shall be in
case of urgency only. In such an event, the electronic
transmission shall be in the form of email immediately
confirmed by scanned copy of the letter duly signed and
followed by original letter, without which, such
communication shall become invalid.

SP 19 1.4 Replace the entire Sub-clause 1.4 with the following :


Law and Language
The Contract shall be construed and interpreted in accordance
with and governed by the laws of the Republic of India and
to the extent applicable the laws of the State of Tamil Nadu.
Any legal dispute under the contract shall be jurisdiction of
court of law at Chennai (Tamil Nadu, India)

The ruling language of the Contract shall be English.

Contractor No. Of Corrections


15

Special
Provisions GC Clause No. Special Provision
(SP) No.

The language for communications shall be English and


Tamil.
SP 20 1.5 Replace the entire Sub-Clause 1.5 with the following:
Priority of Documents
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 Works and as per decision of Engineer, without any
cost implication. However, as a general rule, if there is any
conflict, ambiguity or discrepancy, the priority of the
documents shall be in accordance with the following
sequence, unless otherwise decided by the Engineer :

(a) the Contract Agreement;


(b) the Letter of Acceptance;
(c) the Letter of Tender;
(d) the Particular Conditions Part A – Contract Data;
(e)the Particular Conditions Part B – Special Provisions &
Schedules;
(f) the General Conditions;
(g) the Employer’s Requirements;
(h) the Construction Specifications
(i) the Drawings;
(j) the priced Bill of Quantities
(k) the JV Undertaking (if the Contractor is a JV); and
(l) any other documents forming part of the Contract.

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.

Provided that in case of Drawings, the detailed Drawings


shall be followed in preference to small scale drawing and
figured dimensions in preference to scale.

Provided further that any error in description, quantity or rate


in Priced Bill of Quantities (Volume 6) or any omission there
from shall not vitiate the Contract or release the Contractor
from the execution of the whole or any part of the works
comprised therein according to the Drawings and
Specifications or from any of his obligations under the
Contract.

If a Party finds an ambiguity or discrepancy in the documents,


that Party shall promptly give a Notice to the Engineer,

Contractor No. Of Corrections


16

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.

SP 21 1.6 Replace the entire Sub-clause 1.6 with the following :


Contract Agreement
The Parties shall sign a Contract Agreement within 28
(twenty eight) days after the Contractor receives the Letter of
Acceptance, unless they agree otherwise and provided the
Contractor has furnished the Performance Security to the
Employer. The Contract Agreement shall be as per the format
prescribed in the Contract Forms. The cost of stamp duties
and similar charges (if any) imposed by law in the State of
Tamil Nadu in connection with entry into the Contract
Agreement shall be borne by the Contractor

If the Contractor comprises a JV, the authorized


representative of each member of the JV shall sign the
Contract Agreement in accordance with Sub-clause 1.14
[Joint and Several Liability].

SP 22 1.7 Replace the entire Sub-clause 1.7 with the following:


Assignment
The Contractor cannot assign the whole or any part of the
Contract or any benefit or interest in or under the Contract
without the prior written approval of the Employer which the
Employer may at its sole discretion deny. However, the
Contractor may, as security in favour of a bank or financial
institution, assign its right to any moneys due, or to become
due, under the Contract at any time with prior approval of the
Employer.

SP 23 1.8 Replace Para 1 of Sub-clause 1.8 with the following :


Care and Supply of
Documents The Specification and Drawings shall be in the custody and
care of the Employer. Unless otherwise stated in the Contract,
one copy of the Contract and of each subsequent approved
Drawing shall be supplied to the Contractor, who may make
or request further copies at the cost of the Contractor. The
Contractor shall provide minimum 2 no. licensed software –
one each to the Employer and the Engineer for monitoring the
BIM model and all related applications and checking the
same. The software shall be same as being used by the
Contractor.
SP 24 1.9 Replace the entire Sub-clause 1.9 with the following
Delayed Drawings or :
Instructions
The Contractor shall give a Notice to the Engineer whenever
the Works are likely to be delayed or disrupted if any

Contractor No. Of Corrections


17

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.

If the Contractor suffers delay and/or incurs Cost as a result


of a failure of the Engineer to issue the notified drawing or
instruction within a time which is reasonable and is specified
in the Notice with supporting details, the Contractor shall be
entitled subject to EOT. However, no claim for extra payment
on this account shall be paid to the Contractor.

However, if and to the extent that the Engineer’s failure was


caused by any error or delay by the Contractor, including an
error in, or delay in the submission of, any of the Contractor’s
Documents, the Contractor shall not be entitled to such EOT.

SP 25 1.10 Following sentence is added at the end of sub-para (c) of


Employer’s Use of para 2 of Sub-clause 1.10 :
Contractor’s
Documents All the software to be used by the Contractor for the
execution of the Works, shall be licensed software.

Following non-obstante clause is added at the end of Sub-


clause 1.10 :

Notwithstanding anything to the contrary contained


elsewhere in the GC :

The Contractor shall hand over BIM model of the completed


Works to the Engineer and the Employer which shall be
developed by the Contractor 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 in a form which is readable by 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 Engineer and 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.

Contractor No. Of Corrections


18

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:

• 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 workflows during the
construction process to capture and link all required
handover information. This workflow 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 Employer 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 Employer’s cost control system.

SP 26 1.12 Following para is added at the end of the second para of


Confidentiality Sub-clause 1.12:

The Contractor shall be permitted to disclose information


required to establish its qualifications to compete for other
projects.
sub-para (d) is to be read as follows:
(d): “being provided to the Employer.”
Following sub-para (e) is to be added below sub-para (d)
:
(e) is required to be disclosed to comply with or under
applicable Laws.

SP 27 1.13 Following sub-paras are added below sub-para (d) of


Compliance with Laws para 1 of Clause 1.13 :

(e) obtaining Completion/ Occupancy Certificates, from


local/ statutory bodies (if required) for the occupancy of
the Towers.

(f) obtaining No Objection Certificates from Fire/ Forest/


Environment Departments etc. (as per the existing rules
of the area).

(g) assisting the Employer in getting water, sewage/


sewerage, electricity connection, permission or No

Contractor No. Of Corrections


19

Special
Provisions GC Clause No. Special Provision
(SP) No.
Objection Certificate (NOC), if required.

(h) assisting the Employer in any activities which are related


to the approval and occupancy of the Towers and
services thereat, etc.

Following sub-paras of para 3 of Clause 1.13 shall be


replaced as follows :

(i) sub-paragraph (c), (e) and (f) above; or


(ii) sub-paragraph (b), (d), (g) or (h) above, provided that the
Employer shall have complied with Sub-Clause 2.2
[Assistance].

SP 28 1.14 Replace sub-para (b) of Sub-clause 1.14 with the


Joint and Several following:
Liability
(b) the JV leader shall have authority to bind the Contractor
and each member of the JV. Without prejudice to the joint
and several liability of all the members of the JV, the JV
leader shall represent all the members of the JV and shall
always be liable and responsible for discharging the
functions and obligations of the Contractor. The
Contractor shall ensure that each member of the JV shall
be bound by any decision, communication, notice, action
or inaction of the JV leader on any matter related to this
Agreement and the Employer shall be entitled to rely upon
any such action, decision or communication of the JV
leader;

SP 29 2.1 As per Contract Data


Access to Site
SP 30 2.2 Following para is added at the end of Sub-clause 2.2 :
Assistance
The assistance to be provided by the Employer under this
Sub-clause shall be limited to providing covering letters
required for the permits/ approvals.

SP 31 2.4 In sub-para (a) of para 3 of Sub-clause 2.4, figure of


Employer’s Financial “10%” is replaced with “25%”.
Arrangements
SP 32 2.5 Following para is added at the end of Sub-clause 2.5:
Site Data and Items of
Reference The Contractor immediately after taking possession of the
Site shall verify and validate the survey data, lines & levels
of reference and record the same in the presence of the
Engineer. Any discrepancy from the original data made
available by the Employer, shall be brought to the notice of
the Engineer immediately and got clarified in writing before
starting execution of the Work.

Contractor No. Of Corrections


20

Special
Provisions GC Clause No. Special Provision
(SP) No.

SP 33 2.6 Replace the entire Sub-clause 2.6 with the following:


Employer-Supplied
Materials No material, tools, manpower, resources, plant and
and Employer’s equipment, etc., shall be supplied by the Employer. The
Equipment Contractor has to arrange all tools, manpower, resources,
plant and equipment, as well as all construction materials,
required for the Works.

SP 34 3.1 Following Para is added at the end of the first sub-para of


The Engineer Sub-clause 3.1:

The Engineer’s staff shall include suitably qualified


engineers and other professionals who are competent to carry
out these duties.

SP 35 3.2 Following Proviso is added at the end of Sub-clause 3.2 :


Engineer’s Duties and
Authority Provided however, the Engineer shall obtain the consent in
writing from the Employer before taking action under the
following Sub-Clauses of these Conditions:

(a) Sub-clause 8.5: agreeing or determining an extension of


time and/or additional cost.

(b) Sub-clause 13.1: instructing a Variation,

(c) Sub-clause 13.3: approving a proposal for Variation


submitted by the Contractor in accordance with Sub-
Clause 13.1 or 13.2.

(d) Sub-clause 7.4: Before instructing any additional tests


under this Sub-clause.

Notwithstanding the obligation, as set out above, to obtain


consent in writing, if, in the opinion of the Engineer, an
emergency occurs affecting the safety of life or of the Works
or of adjoining property, it may, without relieving the
Contractor of any of his duties and responsibility under the
Contract, instruct the Contractor to execute all such work or
to do all such things as may, in the opinion of the Engineer,
be necessary to abate or reduce the risk. The Contractor shall
forthwith comply, despite the absence of consent of the
Employer, with any such instruction of the Engineer. The
Engineer shall determine an addition to the Contract Price, in
respect of such instruction, and EOT if any, in accordance
with Clause 13 and shall notify the Contractor accordingly,
with a copy to the Employer.
SP 36 3.3 Following Para is added at the end of Sub-Clause 3.3:
Engineer’s

Contractor No. Of Corrections


21

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.

SP 37 3.5 Following amendment is made in last para of Sub-clause


Engineer’s Instructions 3.5 :

Replace the number of days given for the Engineer to respond


after receiving this Notice from 7 (seven) days to 14
(fourteen) days.

Following para is added at the end of Sub-clause 3.5 :

If the Engineer or a delegated assistant:

(a) gives an oral instruction;


(b) receives a written confirmation of the instruction from
the Contractor within 2 (two) working days after giving the
oral instruction; and
(c) does not reply by issuing a written rejection and/or
instruction within 7 (seven) working days after receiving the
confirmation,
then the Contractor’s confirmation shall constitute the written
instruction of the Engineer or delegated assistant (as the case
may be).

SP 38 3.6 In the first paragraph, “42 days” is replaced with: “30


Replacement of the days”; In the third para, “shall” is replaced with:
Engineer “should”.

SP 39 3.8 Following provision added at the end of the existing Sub-


Meetings clause 3.8.

1. Management Meetings shall be held at least once every


month;
2. Site Meetings shall be held at least once every fortnight;
3. Coordination Meetings : There shall be regular fortnightly
meetings wherein the Engineer and representatives of the
Employer will review the progress and other aspects of the
work. These meetings shall be held in either the Employer’s
or the Contractor’s office. The Contractor shall record the
minutes of such meetings and maintain them as records for
future reference after obtaining the Employer’s approval for
the same.

4. A monthly progress report starting from the Effective Date


of the Contractor’s contract and other reports shall be
submitted to the Employer, giving the status of individual
activities milestone wise achieved by the Contractor
including planning, procurement, and execution of works
along with the engaged manpower, sub-contractors and their

Contractor No. Of Corrections


22

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.

Following sub-paras are added below sub-para (ii) of


para 3 of Sub-clause 4.1:

(iii) the Contractor shall at its cost obtain the Completion


Certificate, Occupancy Certificate and LEED Platinum
Certificate from competent authority for the completed
Works in terms of this Contract;

(iv) the Contractor shall be responsible for the materials used


and the construction works executed in accordance with
the shop drawings approved by the Engineer as per the
Specification;

(v) the Contractor shall furnish for Review and approval of


the Engineer, detailed Shop Drawings, manuals, plans
including Contract specific Construction Health &
Safety Plan (CHSP), Quality Management Plan, systems
procedures and all technical submittals of all the
Equipment and Materials prior to incorporating the same
into the Works in accordance with the manner specified
in Vol.3.

(vi) the Contractor shall, prior to commencing the


construction of the Temporary Works, submit a `Design
Certificate' to the Engineer, 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;

(vii) the Contractor shall set up Building Information


Modelling (BIM) setup at Site with dedicated team for
working on the same in accordance with the
requirements set forth in the Specification. The
Contractor shall submit a comprehensive Project BIM
Plan prepared in accordance with the Specification, for
approval within (7) calendar days from commencement
date to the Engineer;

Contractor No. Of Corrections


23

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.

Following para is added below para 4 :


The Contractor shall undertake the construction works as per
the approved design and Drawings (Civil, Structure
Architectural, Landscaping, Horticulture & Mechanical,
Electrical, Plumbing (MEP), Ventilation and Air-
conditioning works & BMS) issued by the Employer/
Engineer and to construct and handover LEED Platinum
Certified “Tower 1, Tower 2, Tower 3 and Sky Bridge”
including all internal and external civil structures, basements,
superstructure, finishing of common areas and Sky Bridge,
MEP, LV, Lifts, Façade, Solar, STP, Site Development and
Landscaping Works. The construction methodology is
proposed to be with Diaphragm Wall and Top Down
Construction for the underground construction.

Sub-para (g) of para five of Sub-clause 4.1 is replaced as


follows :

(g) prior to the commencement of the Tests on Completion,


the Contractor shall submit to the Engineer the “as-built”
documents and, if applicable, operation and maintenance
manuals in accordance with the Specification and in
sufficient detail for the Employer to operate, maintain,
dismantle, reassemble, adjust and repair this part of the
Works. Such part shall not be considered to be completed
[Taking Over of the Works and Sections] until these
documents and manuals have been submitted to the Engineer
and the same is approved by Engineer.

Following new paras are added at the end of Sub-clause


4.1:

The Contractor shall pay GST, Building and Other


Construction Workers Welfare Cess or any other tax, levy or
cess, etc. applicable in respect of the Works and the Employer
shall not entertain any claim whatsoever separately in this
regard.

Contractor No. Of Corrections


24

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.

The Contractor shall for smooth and efficient functioning of


the Work, construct/ provide temporary site office (both for
itself as well as the Engineer), labour camp, storage yards,
T&P Yard, Site laboratory, etc. in accordance with the
requirements set forth in Employers Requirement and
Specification at its own cost and bear all maintenance,
running cost & charges for the same. Cost is deemed to be
included in quote.

The Contractor shall at its cost and expense provide and


maintain adequate fire-fighting equipment and take adequate
fire precautions for the safety of all personnel and temporary
and permanent works and shall take action to prevent damage
to or destruction by fire of the property in the site and the
adjoining areas.

If any temporary/ permanent structure is encountered or


safety of such structure in the vicinity is endangered due to
execution of the Project, the Contractor has to protect the
structures by any means as per direction of the Engineer. If
any damage is caused to any temporary or permanent
structure in the vicinity due to execution of the Works, the
Contractor has to make good the same by any means as per
direction of the Engineer. The cost to be incurred on this
account shall be deemed to be included in the Contract
Amount and the Contractor shall not be entitled for any extra
payment in this regard.

SP 41 4.2 Entire Sub-clause 4.2.1 is replace as follows:


Performance Security
4.2.1 Contractor’s obligations

The Contractor shall deliver the Performance Security to the


Employer, with a copy to the Engineer, within 14 (fourteen)
days after receiving the Letter of Acceptance. The
Performance Security shall be issued by a Scheduled
Commercial Bank operating in India and shall be in the form
annexed in Vol.1 of the Tender Document.

In the case of a Joint Venture, the guarantee may be submitted


by the Joint Venture or by the individual member of the Joint
Venture. The Bank Guarantee has to be submitted in the name
of JV and not in the name of individual member. However,
all members shall remain jointly and severally liable for the
fulfillment of any obligation required as per the Contract.

Contractor No. Of Corrections


25

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].

The Contractor shall ensure that the Performance Security


remains valid and enforceable until the issue of the
Performance Certificate and the Contractor has complied
with Sub-clause 11.11 [Clearance of Site]. If the terms of the
Performance Security specify an expiry date, and the
Contractor has not become entitled to receive the
Performance Certificate by the date 28(twenty eight) days
before the expiry date, the Contractor shall extend the validity
of the Performance Security until the issue of the
Performance Certificate and the Contractor has complied
with Sub-clause 11.11 [Clearance of Site].

Whenever Variations and/or adjustments under Clause 13


[Variations and Adjustments] result in an accumulative
increase or decrease of the Contract Price by more than
twenty percent (20%) of the Accepted Contract Amount,:

(a) in the case of such an increase, at the Employer’s request


the Contractor shall promptly increase the amount of the
Performance Security in that currency by a percentage equal
to the accumulative increase; or

(b) in the case of such a decrease, subject to the Employer’s


prior consent the Contractor may decrease the amount of the
Performance Security in that currency by a percentage equal
to the accumulative decrease.

Following paras are added below sub-para (e) of Sub-


clause 4.2.2 :

Upon occurrence of any of the events specified above, the


Employer shall, without prejudice to its other rights and
remedies hereunder or in law, be entitled to encash and
appropriate the relevant amounts from the Performance
Security as damages for such Contractor’s failure/ default.

Contractor No. Of Corrections


26

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].

Sub-para (a) of sub-clause 4.2.3 “Return of Performance


Security” is amended as follows :

(a) within 60(sixty) days after the issue of the Performance


Certificate and the Contractor has complied with Sub-Clause
11.11 [Clearance of Site];

SP 42 4.3 At the end of the second para of Sub-clause 4.3 following


Contractor’s is added :
Representative
The Contractor’s Representative shall be fluent in English
language. In addition, fluency in Tamil language will be an
added advantage.

SP 43 4.4.1 The opening sentence of para 5 of Sub-clause 4.4.1 is


Contractor’s replaced as follows :
Documents
The Engineer shall, within 21 days (or within such days as
otherwise specified in the Contract) after receiving the
Contractor’s Document and this Notice from the Contractor,
give a Notice to the Contractor :

SP 44 4.4.1 Paras 5, 6 and 7 of Sub-clause 4.41 stand amended as


Preparation and follows :
Review
Unless otherwise specified elsewhere in the Contract, the
number of days specified for Review by the Engineer in paras
5, 6 and 7 shall be 30 (thirty) days instead of 21 days.

SP 45 4.4.2 Following provision is added at the end of Sub-clause


As-Built Records 4.4.2:

Upon completion of the Works and prior to issuance of


Taking-Over Certificate, the Contractor shall submit to the
Engineer 4 (four) 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)

Contractor No. Of Corrections


27

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.

The Project BIM model handed over by the Contractor upon


completion of the Works 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 Engineer’s and Employer’s database in a form which is
readable by the Engineer and the Employer.

SP 46 4.4.3 Replace entire Para 2 of Sub-clause 4.4.3 as follows:


Operation and
Maintenance Manuals 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 Works. This
shall be supplementary to manufacturer’s operating and
maintenance manuals.

These manuals besides including the requirements set forth


in the Specification, 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.

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); one each for
retention by the Engineer, the Employer, site representative
and two for Engineer’s Operating Personnel.

The Contractor shall keep up-to-date, the operation and


maintenance manuals in the format and other relevant details
as stated in the Specification.

SP 47 4.8 Replace Para 2 of Sub-clause 4.8 as follows:


Health and Safety
Obligations Within 21 days of the Commencement Date and before
commencing any construction on the Site, the Contractor
shall submit to the Engineer for Review and approval an
Occupational Health and Safety and Environmental
(OHS&E) Plan, Contract specific Health & Safety Plan
(CHSP) which has been specifically prepared for the Works,
the Site and other places (if any) where the Contractor intends
to execute the Works. This manual shall be in addition to any

Contractor No. Of Corrections


28

Special
Provisions GC Clause No. Special Provision
(SP) No.
other similar document required under applicable health and
safety regulations and Laws.

First sentence of Para 3 is replaced as follows:

The health and safety manual shall be prepared by the


Contractor in line with the OHS&E Plan submitted by it at
the tendering stage and shall also set out all the health and
safety requirements :

Following paras are added below para 3:

The Contractor shall carry out all the revisions as proposed


by the Engineer and thereafter submit the revised health and
safety manual for approval of the Engineer. Once the OHS&E
Plan is approved by the Engineer, the Contractor shall
provide 4 (four) copies of the approved Plan to the Engineer.

Following Para is added the end of Sub-clause 4.8:

Failure to comply with the health and safety manual/ OHS&E


Plan at any stage of Work shall entitle the Engineer to
withhold the value of this compliance or obligation from the
payment of the Contractor for the work done in terms of Sub-
clause 14.6.2 until such compliance or obligation has been
performed.

SP 48 4.9.1 Following Para is added after Sub-para (c) of Para 2 of


Quality Management Sub-clause 4.9.1:
and
Compliance The Quality Management and Control Plan to be proposed
Verification under this sub-clause should be prepared by the Contractor in
Systems line with the Quality Assurance Plan submitted by it at the
tendering stage and also in accordance with the requirements
set forth in the Specification.
Para 3 of Sub-clause 4.9.1 is replaced as follows:

The Engineer shall Review the QM System and may give a


Notice to the Contractor stating the extent to which it does
not comply with the Contract. Within 14 days after receiving
this Notice, the Contractor shall revise the QM System to
rectify such non-compliance.

Once the QM System is approved by the Engineer, the


Contractor shall provide 4 (four) copies of the approved QM
System to the Engineer.

New Sub-clause 4.9.4 is added :


Failure to comply with the Quality Management and
Compliance Verification Systems at any stage of Work shall

Contractor No. Of Corrections


29

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.

SP 49 4.10 New sub-para (f) in second para of Sub-clause 4.10 is


Use of Site Data added:

(f) the existing structures, if any, at Site and requirement for


dismantling, shifting or retaining, as the case may be.

SP 50 4.12 Para one of Sub-clause 4.12 is replaced as follows:


Unforeseeable
Physical Conditions In this Sub-clause, “physical conditions” means natural
physical conditions and physical obstructions (natural or
man-made) and pollutants, which the Contractor encounters
at the Site during execution of the Works, including sub-
surface and hydrological conditions but excluding climatic
conditions at the Site and the effects of those climatic
conditions.

The Contractor shall carry out the geotechnical investigations


and hydrological survey of the Site as required for the
execution of Works within 28 (twenty eight) days of
Commencement Date to avoid any Unforeseeable Physical
Conditions. Also, building conditions survey has to be carried
out within 28 (twenty eight) days of the Commencement Date
as measures to be put in place to avoid any
Unforeseeable Physical Conditions.

Provided however, any pre-existing foundations/ sub-


structure are encountered by the Contractor during execution
of Works at the Site, the same shall be dismantled and debris
removed by the Contractor at its cost and to that extent the
Accepted Contract Amount shall be deemed to include the
cost to be incurred on this account.

SP 51 4.13 Second para of Sub-clause 4.13 is amended as follows:


Rights of Way and
Facilities The Contractor shall also obtain, at the Contractor’s risk and
cost, any additional facilities outside the Site which may be
required for the purposes of the Works and diversion of
utilities/ services as required for smooth execution of the
Works.

SP 52 4.15 The last para of this Sub-clause 4.15 shall be replaced


Access Route with the following provision:.

The Contractor shall develop a detailed Traffic Management


Plan for the work under the Contract so as to cope with the

Contractor No. Of Corrections


30

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.

SP 53 4.16 Following provision at the end of Sub-clause 4.16 is


Transportation of added:
Goods
The Contractor shall obtain the Engineer’s permission prior
to delivering to the Site any item of Goods which is identified
in the Specification as requiring such permission. No such
Goods shall be delivered without this permission, which shall
not relieve the Contractor from any duty, obligation or
responsibility under or in connection with the Contract.

SP 54 4.18 Following provision at the end of Sub-clause 4.18 is added


Protection of :
Environment
The Contractor shall prepare a methodology for
implementing Environment Management Plan (EMP)
including a Contract specific Site Environmental Plan (SEP)
for protection of the environment during execution of
construction works, so as to meet the requirements set forth
in the Employer’s Requirements , Specification of Contract
and applicable byelaws and in line with the EMP submitted
by the Contractor at the tendering stage. The EMP shall be
prepared and submitted to the Engineer for Review and
approval within 21 days of the Commencement Date and
before commencing any construction on the Site.

The Contractor shall carry out all the revisions as proposed


by the Engineer and thereafter submit the revised EMP for
approval of the Engineer. Once the EMP is approved by the
Engineer, the Contractor shall provide 4 (four) copies of the
approved EMP to the Engineer.

Following Para is added at the end of Sub-clause 4.8:

Failure to comply with the EMP at any stage of Work shall


entitle the Engineer to withhold the value of this compliance
or obligation from the payment of the Contractor for the
Works in terms of Sub-clause 14.6.2 until such compliance

Contractor No. Of Corrections


31

Special
Provisions GC Clause No. Special Provision
(SP) No.
or obligation has been performed.

SP 55 4.19 Second para of Sub-clause 4.19 shall stand deleted


Temporary Utilities
SP 56 4.20 New sub-para (i) is added below sub-para (h) of Sub-
Progress Reports clause 4.20 :

(i) detailed cash flow estimate in respect of the Works, within


28 days from the Commencement Date. This shall be up-
dated and submitted every subsequent 3 (three) months
thereafter until the completion of the Works.

SP 57 4.21 Following para is added at the end of Sub-clause 4.21 :


Security of the Site
The Contractor shall within a period of not more than three
(3) weeks after the Commencement Date erect signboards
and barricading, security gates etc at the Site before
commencement of any construction work to avoid any
encroachment.

SP 58 4.24 New Clause 4.24 is added:


Milestones
4.24.1 The Contractor shall complete the works of each
Milestone (including all work which is stated in the
Specification as being required for the Milestone to
be considered complete) within the time for
completion of the Milestone, as stated in the Contract
Data, calculated from the Commencement Date.

4.24.2 The Contractor shall include, in the initial programme


and each revised programme, under sub-paragraph
(a) of Sub-clause 8.3 [Programme], the time for
completion for each Milestone. Sub-paragraph (d) of
Sub-clause 8.4 [Advance Warning] and Sub-clause
8.5 [Extension of the Time for Completion] shall
apply to each Milestone, such that “Time for
Completion” under Sub-clause 8.2 shall be read as
the time for completion of a Milestone under this
Sub-clause.

4.24.3 The Contractor may apply, by Notice to the Engineer,


for a Milestone Certificate not earlier than 14
(fourteen) days before the works of a Milestone will,
in the Contractor’s opinion, be complete. The
Engineer shall, within 28 (twenty eight) days after
receiving the Contractor’s Notice:

(a) issue the Milestone Certificate to the Contractor,


stating the date on which the works of the
Milestone were completed in accordance with the

Contractor No. Of Corrections


32

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

(b) reject the application, giving reasons and


specifying the work required to be done and
defects required to be remedied by the Contractor
to enable the Milestone Certificate to be issued.

The Contractor shall then complete the work referred to in


sub-paragraph (b) of this Sub-clause 4.24 before issuing a
further Notice of application under this Sub-clause.

4.24.4 If the Engineer fails either to issue the Milestone


Certificate or to reject the Contractor’s application
within the above period of 28 (twenty eight) days, and
if the works of a Milestone are complete in
accordance with the Contract, the Milestone
Certificate shall be deemed to have been issued on the
date which is 14 (fourteen) days after the date stated
in the Contractor’s Notice of application.

4.24.5 If Delay Damages for a Milestone are stated in the in


the Annexure A of Contract Data, and if the
Contractor fails to complete the works of the
Milestone within the time for completion of the
Milestone (with any extension under this Sub-
Clause):

(i) the Contractor shall, subject to Sub-clause 20.1


[Claims], pay Delay Damages to the Employer
for this default;
(ii) such Delay Damages shall be the amount stated
in the Contract Data, for every day which shall
elapse between the time for completion for the
Milestone (with any extension under this Sub-
clause) and the date stated in the Milestone
Certificate;
(iii) these Delay Damages shall be the only damages
due from the Contractor for such default; and
(iv) the total amount of Delay Damages for all
Milestones shall not exceed the maximum
amount stated in the Contract Data. This shall not
limit the Contractor’s liability for Delay
Damages in any case of fraud, gross negligence,

Contractor No. Of Corrections


33

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 :

(ii) a subcontract for which the Subcontractor is named in


Schedule-8 of the Contract.

The figure of 14 (fourteen) days appearing in the third


para of Sub-clause 5.1 shall be replaced with 28 (twenty
eight) days.

Following paras to be added at the end of the last para of


Sub-clause 5.1:

The Contractor shall enter into a subcontract agreement with


the proposed Subcontractor(s) at least 28 days prior to
commencement of any subcontracted works. The format of
the subcontract agreement shall be got approved by the
Contractor from the Engineer. Upon execution of the
subcontract agreement by the Contractor with the
Subcontractor(s) as per the format approved, the Contractor
shall submit a copy of the executed subcontract to the
Engineer for his reference and record.

If a Subcontractor’s obligations to the Contractor extend


beyond the expiry date of the DNP which is applicable to the
Subcontractor’s work and if the Contractor receives an
instruction from the Engineer to do so not less than 7(seven)
days before such expiry date of the DNP, the Contractor shall
assign the benefit of such obligations to the Employer. Unless
otherwise stated in the assignment, the Contractor shall have
no liability to the Employer for work carried out by the
Subcontractor after the assignment takes effect.

The Contractor shall ensure that the Subcontractors engaged


by it comply with the provisions of Clause 6 [Staff and
Labour] and all applicable labour laws and regulations as
applicable from time to time and shall indemnify and hold
harmless the Employer and Employer’s Personnel from all
claims, damages, fines, expenses, etc.

SP 60 5.2 Sub-clause 5.2.1 is replaced as follows :


Nominated Sub-
contractors If the Employer is not satisfied with the capacity and
experience of the Subcontractor proposed by the Contractor,
the Employer shall have the right to nominate an agency /
agency (called as Nominated Sub-contractors) of their choice
whom the Contractor shall be bound to engage forthwith. The

Contractor No. Of Corrections


34

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

In sub-paragraph (a), on the first line before


“Subcontractor”, “nominated” is added.
In sub-paragraph (c):
“and” is deleted from the end of (i);
“.” at the end of (ii) is replaced with: “, and”.
The following is then added as (iii):
“(iii) be paid only if and when the Contractor has received
from the Employer payments for sums due under the
Subcontract referred to under Sub-Clause 5.2.3 [ Payment to
nominated Subcontractors].”
SP 61 6.3 Following paras are added after last para of Sub-clause
Recruitment of 6.3:
Persons
The Contractor/ Subcontractors shall not make employment
decisions on the basis of personal characteristics unrelated to
inherent job requirements. The Contractor shall base the
employment relationship on the principle of equal
opportunity and fair treatment, and shall not discriminate
with respect to aspects of the employment relationship,
including recruitment and hiring, compensation (including
wages and benefits), working conditions and terms of
employment, access to training, promotion, termination of
employment or retirement, and discipline. However, special
measures of protection or assistance to remedy past
discrimination or selection for a particular job based on the
inherent requirements of the job shall not be deemed
discrimination. The Contractor/ Subcontractors shall provide
equal wages and benefits to men and women for work of
equal value or type.

The Contractor and/or any of his Subcontractors either at the


tendering stage or during execution of Works will not employ
any retired employee of the Employer/ Engineer in any
capacity unless such employee has completed at least 2 (two)
years post retirement period or has obtained a notice of no-
objection from the Employer/ Engineer for being employed
by the Contractor. It will be the responsibility of the

Contractor No. Of Corrections


35

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.

The Contractor/ Subcontractors shall not employ any children


(any natural persons under the age of 18 (eighteen) years).

Further, the Contractor/ Subcontractors shall not employ


forced labour, which consists of any work or service, not
voluntarily performed, that is exacted from an individual
under threat of force or penalty, and includes any kind of
voluntarily or compulsory labour, such as indentured labour,
bonded labour or similar labour-contracting arrangements.

The Contractor/ Subcontractors shall keep complete and


accurate records of the employment of labour at the Site. The
records shall include :
i. The number of labourers employed by the
Contractor on the Work;
ii. Their names, ages and genders;
iii. Their working hours;
iv. The wages paid to them;
v. The accidents that occurred during a month
showing the circumstances under which they
happened and the extent of damage and injury
caused;
vi. Amount of compensation paid for the accident;

These records shall be summarised on a monthly basis and


submitted to the Engineer. These records shall be included in
the details to be submitted by the Contractor under Sub-
clause 6.10 [Contractor’s Records].

SP 62 6.4 Following paras are added after last para of Sub-clause


Labour Laws 6.4:

The Contractor/ Subcontractors shall obtain a valid license


under the Contract Labour (R&A) Act, 1970 and the Contract
Labour (Regulation and Abolition) Central Rules, 1971,
before the commencement of the Work and continue to have
a valid license until the completion of the Work. The
Contractor/ Subcontractors shall also comply with provisions
of the Inter-State Migrant Workmen (Regulation of
Employment and Conditions of Service) Act, 1979. The
Contractor shall also abide by the provisions of the Child
Labour (Prohibition and Regulation) Act, 1986. The
Contractor/ Subcontractors shall also comply with the
provisions of the Building and other Construction Workers
(Regulation of Employment & Conditions of Service) Act,
1996 and The Building and Other Construction Workers

Contractor No. Of Corrections


36

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.

The ESI and EPF contributions required to be paid towards


statutory compliances shall be paid solely by the Contractor/
Subcontractors in respect of its employees/ staff without any
liability on the part of the Employer.

In respect of all the labour directly or indirectly employed in


the Works for the performance of the Contractor’s part of this
Contract, the Contractor/ its Subcontractors shall comply
with or cause to be complied with all the rules framed by the
Government of India and/ or the Government of Tamil Nadu
from time to time including Model Rules for Protection of
Health and Sanitary Arrangements for Workers described in
Specification and Contractor’s Labour Regulations as framed
by the Public Works Department, Government of Tamil
Nadu, for the protection of health and sanitary arrangements
for workers employed by the Contractor/ its Subcontractors.

In the event of the Contractor/ Subcontractors committing a


default of breach of any of the provisions of the aforesaid
Contractor’s Labour Regulations and Model Rules for the
protection of health and sanitary arrangements for the
workers as amended from time to time or furnishing any
information or submitting or filing any statement under the
provisions of the above Regulations and Rules which is
materially incorrect, he/ they shall, without prejudice to any
other liability, pay to the Employer a sum as decided by the
Engineer for every default, breach or furnishing, making,
submitting, filing such materially incorrect statements subject
to a maximum of 5% of the Accepted Contract Amount. The
decision of the Engineer shall be final and binding on the
parties.

The Contractor/ Subcontractors shall be solely accountable


for the violation of any Labour Laws by itself or its Sub-
contractor(s) and will pay any such claim/ damage to the
concerned authorities forthwith on demand. If any moneys
shall, as a result of any instructions, directions or decisions
from the competent authorities or claim or application made
under any of the labour laws or regulations, be directed to be
paid by the Employer, such moneys shall be deemed to be
moneys payable to the Employer by the Contractor and he
will pay the same to the Employer forthwith on demand,
without demur and without asking for any reasons/
explanations from the Employer. On failure of the Contractor
to repay the Employer any moneys paid or to be paid by it as

Contractor No. Of Corrections


37

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.

SP 63 6.5 Following sub-para are added below sub-para (c) of Sub-


Working Hours clause 6.5 :

(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.

The Contractor shall maintain electronic/ bio-metric


attendance system at the Site as specified in the Specification.

SP 64 6.6 Second para of Sub-clause 6.6 is replace with the


Facilities for Staff and following provision :
Labour The Contractor/ Subcontractors shall provide and maintain all
labour camps outside the Site. No labour camps shall be
permitted on Site.

SP 65 6.9 Following para are added after para one of Sub-clause


Contractor’s Personnel 6.9:

The Contractor may bring into the Country any foreign


personnel who are necessary for the execution of the Works
to the extent allowed by the applicable Laws. The Contractor
shall ensure that these personnel are provided with the
required residence visas and work permits. The Employer
may (without any binding obligation), if requested by the
Contractor, use all reasonable endeavors in a timely and
expeditious manner to assist the Contractor in obtaining any
local, state, national, or government permission required for
bringing in the Contractor’s personnel. The Contractor shall
be responsible for the return of these personnel to the place
where they were recruited or to their domicile. In the event of
the death in India of any of these personnel or members of
their families, the Contractor shall similarly be responsible
for making the appropriate arrangements for their return or
burial.”

Contractor No. Of Corrections


38

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.

SP 66 6.12 Para 2 of Sub-clause 6.12 is replaced as follows :


Key Personnel
The Contractor shall appoint the natural persons named in the
Tender to the position of Key Personnel. The Contractor shall
submit the staffing schedule which was approved at the
tendering stage for obtaining consent of the Engineer prior to
commencement of construction.

The Contractor shall compulsorily deploy on Site, the Key


Personnel named in Schedule-6 to these Conditions,
throughout the Contract Period, as per the approved staffing
schedule. Any failure on the part of the Contractor to deploy
on Site the named Key Personnel and other technical staff as
stated in the Contract shall attract penalty at the rate specified
in Schedule-7.

No replacement or substitution of the Key Personnel named


in the Tender shall be allowed after the award of Work. The
Engineer may consider any substitution of the named Key
Personnel only under compelling circumstances i.e. death or
poor health of the Key Personnel beyond the control of the
Contractor and/ or the concerned Key Personnel. The
Contractor shall submit to the Engineer for consent the name
and particulars of another person the Contractor proposes to
appoint to such position, subject to equally or better qualified
and experienced personnel being provided to the satisfaction
of the Engineer. Further, in the event, if such consent is
withheld or subsequently revoked by the Engineer due to any
reason, the Contractor shall similarly submit the name and
particulars of a suitable replacement for such position.

In para 3 replace “14 days” with “21 (twenty one) days”.

SP 67 7.1 Following paras are added below para one of Sub-clause


Manner of Execution 7.1:

All Materials and Equipment to be procured by the


Contractor for the Work, shall conform to the relevant IS
Codes and shall be of the approved make and design as
specified in the Specification. The make of Materials and
Equipment shall be strictly in conformity with the list of
approved manufacturers given in Specification.

The Works are to be designed and maintained so as to achieve


LEED Platinum Rating. The Contractor shall follow all the

Contractor No. Of Corrections


39

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.

SP 68 7.2 First sentence of para 1 of Sub-clause 7.2 is amended as


Samples follows :

The Contractor shall submit the following samples of


Materials, and relevant information, to the Engineer for
consent at least 30 (thirty) days prior to using the Materials
in or for the Works :

Following paras are added at the end of sub-clause 7.2 :

All Materials to be used in construction shall be in conformity


with the requirements set forth in the Specification and
subject to approval of the 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. If requested by the
Engineer, the Contractor shall, furnish proof, to the
satisfaction of the Engineer that the Materials are compliant
with the Specification. The Engineer shall within 30 (thirty)
days of supply of samples or within such further period as he
may require intimate to the Contractor in writing whether
samples are approved by him or not. If samples are not
approved, the Contractor shall forthwith arrange to supply to
the Engineer for his approval, fresh samples complying with
the Specification laid down in the Contract. When Materials
are required to be tested in accordance with Specification,
approval of the Engineer shall be issued after the test results
are received. 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. No Equipment or Materials shall be delivered
to the Site without prior written confirmation from the
Engineer.

The Contractor shall not be eligible for any claim or


compensation either arising out of any delay in the Work or
due to any corrective measures required to be taken on
account of and as a result of testing of Materials.

The Contractor shall, at its risk and cost, make all

Contractor No. Of Corrections


40

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.

The Contractor shall at his own expense, provide a Material


testing lab at the site for conducting routine field tests. The
lab shall be equipped at least with the testing equipment as
specified in in Specification and as per good engineering
practices.

The Engineer shall have full powers to require the removal


from the premises of all Materials which in his opinion are
not in accordance with the Specification and in case of
default, the Engineer shall be at liberty to employ at the
expense of the Contractor, other persons to remove the same
without being answerable or accountable for any loss or
damage that may happen or arise to such Materials. The
Engineer shall also have full powers to require other proper
Materials to be substituted thereof and in case of default, the
Engineer may cause the same to be supplied and all costs
which may attend such removal and substitution shall be
borne by the Contractor.

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 prior to the commencement of
the related activity. All changes and substitutions shall be
requested in writing and approvals obtained in writing from
the Engineer.

SP 69 Clause 7.3 Following paras are added below last para of Sub-clause
Inspection 7.3 :

The Notice to the Engineer to be given by the Contractor


under this Sub-clause 7.3 for undertaking any inspection by
the Engineer and/ or the Employer, the period of such Notice
shall be as follows:

On-site Inspection : 48 hours prior to proposed inspection

Contractor No. Of Corrections


41

Special
Provisions GC Clause No. Special Provision
(SP) No.

Outside Site (but within India): 14 days prior to proposed


inspection

Offshore: 28 days prior to proposed inspection

If required, the Contractor shall at its cost and expense


arrange free factory testing for the Employer and Engineer
where any Material and/ or Plant is being manufactured. All
expenses for travelling, lodging and boarding for a maximum
number of 4 (four) persons shall be borne by the Contractor.
No equipment shall be delivered without prior written
confirmation from the Engineer.
SP 70 Clause 7.4 Under Para 7 of Sub-clause 7.4 each report of test/ test
Testing by the certificate to be submitted by the Contractor to the
Contractor Engineer shall be 2 (two) in number.

Following provision is added at the end of Sub-clause 7.4


:

The Contractor shall carry out the Tests as per the


requirements set forth in Specification, codal provisions and
in line with good engineering practices.

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.

Factory testing is required for all major equipment for HVAC


system, Electrification System, Plumbing System,
Firefighting system, BMS system, LV system, Security
system etc. The same shall be carried out as provided in the
Specification and as per instructions of the Engineer.

SP 71 7.8 Following para is added below last para of Sub-


Royalties clause 7.8 :

The Contractor shall pay royalty and obtain necessary permit


for procurement of bajri, stones, kankar, sand and other
materials, etc. from the local authorities. The Accepted
Contract Amount shall be deemed to be inclusive of such
royalty.

Contractor No. Of Corrections


42

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.

SP 73 8.2 Following para is added below last para of Sub-clause 8.2


Time for Completion :

The Contractor shall complete each Milestone (if any) within


the Time for Completion for the Milestone (as case may be),
including completing all work and achieving the passing of
the Tests on Completion, which is stated in the Contract as
being required for the Milestone to be considered to be
completed for the issuance of Milestone Certificate under
Sub-clause 4.25 [Milestone] and for the purposes of taking
over of the works. .
.

SP 74 8.3 Entire first para of Sub-clause 8.3 is replaced as follows :


Programme
The Contractor shall submit an initial programme for the
execution of the Works to the Engineer within 28 days after
receiving the Notice under Sub-Clause 8.1 [Commencement
of Works]. This programme shall be prepared using the form
provided under MS Project/ Primavera software showing
clearly all activities from the start of work to completion, with
details of manpower, equipment and machinery required for
the fulfillment of the programme within the stipulated period
or earlier and submit the same for approval to the Engineer.
The approved programme shall be then incorporated in BIM
model for monitoring and updation. The Contractor shall also
submit a revised programme which accurately reflects the
actual progress of the Works, whenever any programme
ceases to reflect actual progress or is otherwise inconsistent
with the Contractor’s obligations.

SP 75 8.5 Entire first para of Sub-clause 8.5 is replaced as follows :


Extension of Time for
Completion The Contractor shall be entitled subject to Sub-clause
20.2[Claims for Payment and/ or EOT] to Extension of Time
or re-scheduling of Milestones if and to the extent that
completion for the purposes of Sub-clause 10.1 [Taking Over
of the Works and Sections] or the issuance of Milestone
Certificate under Sub-clause 4.25 [Milestone] is or will be
delayed by any of the following causes:

Sub-para (c) of para one is replaced as follows :

(c) exceptionally adverse climatic conditions, which for the

Contractor No. Of Corrections


43

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;

Para two is replaced as follows :

The Contractor shall be entitled subject to Sub-clause 20.2


[Claims For Payment and/or EOT] to EOT if the measured
quantity of any item of work in accordance with Clause 12
[Measurement and Valuation] is greater than the estimated
quantity of this item in the Bill of Quantities or other
Schedule by more than twenty five per cent (25%) and the
overall variation in Contract is more than 2.5% and such
increase in quantities causes a delay to completion for the
purposes of Sub-clause 10.1 [Taking Over the Works and
Sections]. The agreement or determination of any such
Claim, under Sub-clause 20.2.5 [Agreement or determination
of the Claim], may include a review by the Engineer of
measured quantities of other items of work which are
significantly less (by more than 25%) than the corresponding
estimated quantities in the Bill of Quantities or other
Schedule. To the extent that there are such lesser measured
quantities, the Engineer may take account of any favourable
effect on the critical path of the Programme. However, the net
effect of all such consideration shall not result in a net
reduction in the Time for Completion.

Following proviso is added at the end of the Sub-clause


8.5:

Provided however, any Determination or grant of Extension


of Time by the Engineer under this Sub-clause shall always
be subject to the specific prior written approval of the
Employer.

SP 76 8.8 Following proviso is added at the end of Sub-clause 8.8 :


Delay Damages
Provided however, in case any of the powers conferred upon
the Engineer by this Sub-clause shall have become
exercisable but the same are not exercised, the non-exercised
thereof shall not constitute a waiver of any of the conditions
hereof and such powers shall notwithstanding be exercisable
in the event of any future case of default by the Contractor
and the liability of the Contractor for damages shall remain
unaffected.

SP 77 8.10 Following sub-paras are added at the end of sub-para (b)


Consequences of of sub-clause 8.10 :
Employer’s
Suspension

Contractor No. Of Corrections


44

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.

SP 78 8.11 Sub-para (a)(i) of Sub-clause 8.11 is amended as follows :


Payment for Plant and
Materials (i) the Plant and/or Materials were scheduled, in
after Employer’s accordance with the Programme, to have been
Suspension completed and ready for delivery to the Site during the
suspension period subject to the Contractor submitting
to the satisfaction of the Engineer, proof of placement
of order, payment in respect of the relevant Plant and/
or Materials made and dispatch; and .
(ii) All equipment, material, and services to be incorporated
in or required for the Works shall have their origin in
any eligible source country as defined by the Employer.

SP 79 8.14 Add new Sub-clause after 8.13 is added :


Incentive for Early
Completion The Contractor shall be entitled to a bonus payment if the
Works are completed earlier than the Time for Completion
for the Works. The amount of bonus for early completion of
the Works is stated in the Contract Data.

For the purposes of calculating any bonus payment, the


applicable Time for Completion stated in the Contract Data
is fixed and no adjustments of this time by reason of granting
an EOT will be allowed.

Provided, however, that the payment of bonus, if any, shall


be made only after the issue of the Taking-Over Certificate.

SP 80 10.2 Following proviso is added after sub-para (c) of Para 2 of


Taking Over Parts Sub-clause 10.2:

Provided however, the Employer shall be entitled to


temporarily use any part of the Works for furnishing interiors
and same shall not be considered as Taking-Over.

SP 81 10.3 The Sub-clause 10.3 is not applicable.


Interference with Test
on Completion
SP 82 New Clause 11.12 New Sub-clause is added after 11.11
Supervisory

Contractor No. Of Corrections


45

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.

SP 83 12.1 Entire Sub-clause 12.1 is replaced as follows :


Works to be Measured
The Contractor shall take joint measurements and levels of
the work done with the Engineer on the weekly basis and on
a day as mutually agreed by them. Pursuant to such joint
measurements, the Contractor shall submit the signed
measurement sheets for verification by the Engineer
alongwith such particulars as required or requested by the
Engineer.

After the necessary corrections (if any) made by the Engineer,


the measurement sheets shall be returned to the Contractor
for incorporating the corrections and resubmission to the
Engineer for the dated signatures by the Engineer and the
Contractor or their Representatives in token of their
acceptance.

In the Contractor disagrees with the verification/ correction


done by the Engineer, then the Contractor shall give a Notice
to the Engineer setting out the reasons why the Contractor
considers the measurement on Site or records are inaccurate.
If the Contractor does not give such a Notice to the Engineer
within 5 (five) days after attending the measurement on Site
or examining the measurement records, the Contractor shall
be deemed to have accepted the measurement as accurate.

After receiving a Contractor’s Notice under this Sub-clause,


unless at that time such measurement is already subject to the
last paragraph of Sub-Clause 13.3.1 [Variation by
Instruction], the Engineer shall:
 proceed under Sub-clause 3.7 [Agreement or
Determination] to agree or determine the
measurement; and
 for the purpose of Sub-clause 3.7.3 [Time limits], the
date on which the Engineer receives the Contractor’s
Notice shall be the date of commencement of the
time limit for agreement under Sub-clause 3.7.3.

Until such time as the measurement is agreed or determined,


the Engineer shall assess a provisional measurement for the
purposes of Interim Payment Certificates.

Contractor No. Of Corrections


46

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.

SP 84 12.3 The expression “other Schedule” appearing in 12.3 shall


Valuation of the denote Schedule 3 appended to the Contract.
Works
Sub-para (b) of fourth para of Sub-clause 12.3 is amended
as follows:

(b) (i) the measured quantity of the item is changed by more


than 25% (twenty five percent) from the quantity of this
item in the Bill of Quantities or other Schedule, and

ii) this change in quantity multiplied by the rate or price


specified in the Bill of Quantities or other Schedule for
this item exceeds 2.5% (two point five percent) of the
Contract Amount, and
(iii) this change in quantity directly changes the Cost per unit
quantity of this item by more than 25% (Twenty Five
percent) and,

iv) this item is not specified in the Bill of Quantities or other


Schedule as a “fixed rate item”, “fixed charge” or similar
term referring to a rate or price which is not subject to
adjustment for any change in quantity.

However, no adjustment is to be applied to the items of the


Work which are derived at the market rate or valued on the
basis of current prices.

SP 85 13.1 Following proviso is added at the end of Sub-clause 13.1 :


Right to Vary
The Engineer shall not instruct any Variation(s), except with
the prior approval of the Employer.

SP 86 13.2 Following points are added at the end of para 2 of Sub-


Value Engineering clause 13.2 as follows :
The proposal shall be submitted to Peer review the consultant
appointed by the Employer, for approval, by the Contractor.
The cost of obtaining approval on the proposal of value
engineering from Peer Review consultant shall be entirely
borne by the Contractor.

Contractor No. Of Corrections


47

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.

SP 88 13.5 This Sub-clause is Not Applicable and hence deleted


Daywork

SP 89 13.7 Replace para 1 of Sub-clause 13.7 as follows :


Adjustments for
Changes in Cost The amounts payable to the Contractor shall be adjusted for
rises or falls in the cost of labour, Goods and other inputs to
the Works, by the addition or deduction of the amounts
calculated in accordance with Schedule 5, Schedule of Cost
Indexation. However, no adjustment is to be applied to the
items of the Work which are derived at the market rate or
valued on the basis of current prices.

Following provision is added at the beginning of para 6 of


Sub-clause 13.7 :
Provided however, Adjustment for Change in Cost shall be
due and payable only in respect of work done during the
subject month for which the payment Statement has been
submitted by the Contractor within stipulated time or any
Extension of Time granted in accordance with Sub-clause 8.5
other than due to any delay or default attributable to the
Contractor. Further, adjustment for changes in cost will
exclude value for works executed under Variation for which
rates will be worked separately based on Sub-clause 13 and
Contractor’s profit and overheads shall not be considered
while calculating adjustment for changes in cost.

SP 90 14.2 All the references to “Advance Payment” appearing in


Advance Payment the General Conditions shall be read as “Mobilization
Advance”

Replace the entire Sub-Clause 14.2 with the following:

14.2.1 Mobilization Advance:


i. The Contractor is permitted to avail the facility of
Mobilization Advance with interest prescribed by the
Employer and against submission of unconditional and
irrevocable Mobilization Advance Bank Guarantee, in
two installments equivalent to 10% of the Accepted
Contract Amount (5% after execution of the Contract
and 5% for machinery and equipment reached at Site)
as referred in the Letter of Acceptance issued to the
Contractor.
ii. Upon the Contractor having submitted an application
seeking the Mobilization Advance, the Employer shall

Contractor No. Of Corrections


48

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.

14.2.2 Recovery of Mobilization Advance:


i. The advance loan together with interest as prescribed
below shall be repaid through percentages deductions in
the Payment Certificates in respect of intermediate
payments under the Contract. Deduction shall
commence in the next 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% of
the Mobilization Advance Payment from all interim
payments until such time as the loan together with
interest at the rate specified while sanctioning of
mobilization advance has been completely repaid. The
entire amount availed as advance loan together with
interest thereon shall be recovered by the Employer
from the interim payments to the Contractor by the time
the Contractor has completed 80% of the Works.
ii. Mobilization Advance on machinery and equipment shall
be payable by the Employer against production of
proforma invoices furnished by the supplying company
against the order placed by the Contractor of the
machinery and equipment. Such proforma invoice
should be of a date after the date of the execution of the
Contract.
iii. The Contractor shall prior to availing the Mobilization
Advance, submit an undertaking to the effect that it has
not obtained any mobilization advance from any
Government agency or instrumentality against the
machinery and equipment for which it is presently
claiming payment of Mobilization Advance. This is to
ensure that Mobilization Advance is paid only once
against one purchase. Any wrong declaration, when
comes to light, shall entail recovery of the entire amount
paid in one lump-sum payment from the immediate next
work bill of the Contractor.
iv. Should the Contractor misappropriate any portion of the

Contractor No. Of Corrections


49

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.

SP 92 14.4 The payment shall be paid on measurement of Works


Schedule of Payments completed by the Contractor based on the Priced Bill of
Quantities. There is no schedule of payment, hence this
clause will not be applicable.

SP 93 14.5 This Sub-clause is not applicable and hence deleted.


Plant and Materials
intended for Works
SP 94 14.6 New Sub para (c) is added in para 1 of Sub-clause 14.6 as
Issue of IPC follows :

(c) the Contractor has submitted to the Engineer, the


applicable labour licenses, registration with EPFO, ESIC and
BOCW Welfare Board, etc.

SP 95 14.6.2 Sub para (d) in para 2 of Sub-clause 14.6.2 is amended as


follows :

Contractor No. Of Corrections


50

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.

SP 96 14.7 Following sentence is added in the last para of Sub-clause


Payment 14.7 :

In case the Contractor is a JV, the Employer shall make


payment of the amount due under Sub-Clause 14.7
[Payment] into the bank account nominated by the
Contractor which shall be in the name of the JV; the
Employer shall not in any manner be responsible or be held
liable for the inter se allocation of payments among members
of the JV.

Following proviso is added at the end of Sub-clause 14.7 :

Provided however, not more than one payment shall be made


by the Employer to the Contractor in a given month.
Minimum value of IPC per month shall be INR10 crores for
which the Employer shall make the payment.

SP 97 14.8 Following proviso is added at the end of Sub-clause 14.8 :


Delayed Payments
Provided however no interest shall be paid by the Employer
on disputed amounts of Payment.

SP 98 14.9 Replace Sub-clause 14.9 as follows :


Release of Retention
Money Retention Money shall be released after all contractual
obligations are completed and when the DNP has passed and
the Engineer has certified that all the defects notified by the
Engineer to the Contractor before the end of DNP have been
corrected by the Contractor.

SP 99 18.4 Replace Sub-clause 18.4 as follows :


Consequences of an
Exceptional Event The Contractor shall be paid only as per the Works executed
at Site in accordance with the Bill of Quantities and
Specification. The Contractor shall not be entitled for any
claim for payment on account of delay due to any event
whatsoever.

Contractor No. Of Corrections


51

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.

(ii) The Contractor shall ensure the adequacy of the


insurances at all times in accordance with the provisions
of this Contract.

(iii) Copies of all the insurance policies to be mandatorily


submitted before the submission of first IPC.

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”.

SP 103 21.1 Replace the second para of Sub-clause 21.1 as follows:


Constitution of the
DAB
Disputes shall be decided by an adhoc DAB in accordance
with Sub-Clause 21.4 [Obtaining DAB’s Decision]. The
Parties shall jointly appoint the member(s) of the DAB within
the time stated in the Contract Data.

The DAB shall comprise, as stated in the Contract Data,


either one suitably qualified member (the “sole member”) or
three suitably qualified members (the “members”), each of
whom shall be fluent in the language for communication
defined in the Contract and shall be a professional
experienced in the type of construction involved in the Works
and with the interpretation of contractual documents. If the
number is not so stated and the Parties do not agree otherwise,
the DAB shall comprise of three members.

If the DAB is to comprise three members, each Party shall


select one member for the agreement of the other Party. The

Contractor No. Of Corrections


52

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.

The DAB shall be deemed to be constituted on the date when


the third member of the DAB accepts his/ her appointment in
case where DAB comprises of three members and in case of
sole member when the sole member accepts the appointment
as a DAB Member.

The terms of the remuneration of either the sole member or


each of the three members, including the remuneration of any
expert whom the DAB consults, shall be mutually agreed by
the Parties when agreeing to constitution of the DAB. Each
Party shall be responsible for paying one-half of this
remuneration.

If at any time the Parties so agree, they may appoint a suitably


qualified person or persons to replace any one or more
members of the DAB.

Unless the Parties agree otherwise, a replacement DAB


member shall be appointed if a member declines to act or is
unable to act as a result of death, illness, disability,
resignation or termination of appointment. The replacement
member shall be appointed in the same manner as the
replaced member was required to have been selected or
agreed, as described in Sub-Clause 21.1 [Failure to appoint
DAB Member(s)]. The appointment of any member may be
terminated by mutual agreement of both Parties, but not by
the Employer or the Contractor acting alone.

Unless otherwise agreed by both Parties, the term of the DAB


(including the appointment of each member) shall expire
either:

(a) on the date the discharge shall have become, or deemed to


have become, effective under Sub-Clause 14.12
[Discharge]; or
(b) 28 days after the DAB has given its decision on the
Dispute(s), referred to it under Sub-Clause 21.4
[Obtaining DAB’s Decision] before such discharge has
become effective, whichever is later.

However, if the Contract is terminated under any Sub-Clause


of these Conditions or otherwise, the term of the DAB
(including the appointment of each member) shall expire
28(twenty eight) days after the DAB has given its decision on
all Disputes, which were referred to it (under Sub-Clause 21.4
[Obtaining DAB’s Decision]) within 224 days after the date
of termination.

Contractor No. Of Corrections


53

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.

SP 106 21.6 First para of Sub-clause 21.6 is replaced as follows :


Arbitration Unless settled amicably, and subject to Sub-clause 3.7.5
[Dissatisfaction with Engineer’s determination], Sub-clause
21.4.4 [Dissatisfaction with DAB’s decision], Sub-clause
21.7 [Failure to Comply with DAB’s Decision] and Sub-
clause 21.8 [No DAB In Place], any Dispute in respect of
which the DAB’s decision (if any) has not become final and
binding shall be finally settled by the provisions of the
Arbitration & Conciliation Act, 1996, as amended from time
to time.

The Arbitral Tribunal shall consist of 3(three) Arbitrators,


one each to be appointed by the Employer and the Contractor.
The third Arbitrator shall be chosen by the two Arbitrators so
appointed by the Parties and shall act as Presiding Arbitrator.
In the event of disagreement between the two Arbitrators, the
appointment shall be made in accordance with the rules of
Indian Arbitration and Reconciliation Act 1996.

Arbitration proceedings shall be held at Chennai, Tamil


Nadu, India, and the language of the Arbitration Proceedings
and that of all documents and communications between the
parties shall be English.

The expenses of the Arbitration proceedings shall be borne


equally by both the parties.

Contractor No. Of Corrections


54

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.

The Contractor and Employer agree that an Award may be


enforced against the Contractor and /or the Employer, as the
case may be, and their respective assets wherever situated.

This Contract and the rights and obligations of the parties


shall remain in full force and effect, pending the award in any
arbitration proceedings hereunder.

SP 107 21.8 Sub-clause 21.8 is replaced as follows :


No DAB In Place
If a Dispute arises between the Parties in connection with, or
arising out of, the Contract or the execution of the Works and
the Parties fail to agree to the constitution of DAB even after
the lapse of 70(seventy) days from the date of issuance of
NOD or even the Conciliation proceedings as contemplated
in Sub-Clause 21.3 fails between the Parties :

(a) Sub-Clause 21.4 [Obtaining DAB’s Decision] and Sub-


Clause 21.5[Amicable Settlement] shall not apply; and
(b) the Dispute may be referred by either Party directly to
arbitration under Sub-Clause 21.6 [Arbitration] without
prejudice to any other rights the Party may have.

Contractor No. Of Corrections


55

SCHEDULES

Contractor No. Of Corrections


56

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:

1. TNHB Site; On the Commencement Date


2. EVR Site:
a. 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.
b. Balance EVR site shall be handed over on the Commencement Date.
3. TNSCB Site:
a. The area occupied by TUFIDCO/TNPFC building shall be handed over to the
Contractor, after around 90 days of the Commencement date.
b. Balance TNSCB site shall be handed over on the Commencement date.

Contractor No. Of Corrections


57

SCHEDULE-2
PERFORMANCE SECURITY BANK GUARANTEE
(refer to Sub-clause 4.2)

Included in Forms of Volume 1

Contractor No. Of Corrections


58

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.

Contractor No. Of Corrections


59

SCHEDULE-4
MILE STONE SCHEDULE
(refer to Sub-clause 14.4)

Tower 1

Milestone Description No. of days from


date of
Commencement
KD-A Mobilisation and Setting Up, Start Up activities

KD-A1 Preparation and submission of construction planning, micro 45 days


schedule and approval from Employer along with all equipment’s
and personnel’s mobilization
KD-A2 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-A3 Construction of D-Wall for 50% area including piling work. 200 days

KD-A4 Construction of D-Wall for 100% area including piling work. 300 days

KD-A5 Completion of Piles - 50% 210 days


KD-A6 Completion Piles - 100% 310 days
KD-A7 Pile integrity Test on all piles and Pile dynamic load on 1% of 230 days
piles and any rectification required
KD-A8 Ground Floor Construction (Tower area plus 33% Non-tower area 230 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)

Contractor No. Of Corrections


60

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-A24 Construction of First Floor Slab 585 days


KD-A25 Construction of Second Floor Slab 610 days
KD-A26 Construction of Third Floor Slab 630 days
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
KD-A39 Construction of Fifteenth Floor Slab 870 days
KD-A40 Construction of Sixteenth Floor Slab 890 days
KD-A41 Construction of Seventeenth Floor Slab 910 days
KD-A42 Construction of Eighteenth Floor Slab 930 days
KD-A43 Construction of Nineteenth Floor Slab 950 days
KD-A44 Construction of Twentieth Floor Slab 970 days
KD-A45 Construction of Terrace Floor & Machine Room Slab 990 days

KD-A46 Construction of Mumty & Machine Room Roof Slab, Water Tanks 1010 days
and complete Structure works of main building

Contractor No. Of Corrections


61

KD-A47 Façade, Canopies, External Finishing 1070 days


KD-A48 External development, services including Boundary Wall, 1080 days
landscaping
KD-A49 Internal Finishing Basement, Ground till 5th Floor 700 days
KD-A50 Internal Finishing 6th till 11th Floor 830 days
KD-A51 Internal Finishing 12th till 15th Floor 900 days
KD-A52 Internal Finishing 15th till 20th Floor 1000 days
KD-A53 Complete finishing, fittings and fixtures 1050 days

KD-A54 Handing over 1095 days

Contractor No. Of Corrections


62

Tower 2

Milestone Description No. of days


from date of
Commencement
KD-B Mobilisation and Setting Up, Start Up activities

KD-B1 Preparation and submission of construction planning, micro 45 days


schedule and approval from Employer along with all equipment’s
and personnel’s mobilization

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-B5 Completion of Piles - 50% 210 days


KD-B6 Completion Piles - 100% 450 days
KD-B7 Pile integrity Test on all piles and Pile dynamic load on 1% of 500 days
piles and any rectification required
KD-B8 Ground Floor Construction (Tower area* plus 33% Non-tower 230 days
area
KD-B9 Excavation till Basement -1 level (50% Tower area* and 50% 245 days
Non-tower area)
KD-B10 Casting of Basement-1 slab (50% Tower area* and 50% Non- 265 days
tower area)
KD-B11 Excavation till Basement -2A level (50% Tower area* and 50% 280 days
Non-tower area)
KD-B12 Casting of Basement-2A slab (50% Tower area* and 50% Non- 300 days
tower area)
KD-B13 Excavation till Pile raft level (50% Tower area* and 50% Non- 320 days
tower area)
KD-B14 Construction of Pile raft (50% Tower area* and 50% Non-tower 350 days
area)
KD-B15 Construction of Shear walls, all internal walls, and building 390 days
columns up to Ground floor slab (50% Tower* area and 50%
Non-tower area)
KD-B16 Ground Floor Construction (Next 40% Non-tower area or 375 days
approximately 35 m length)

Contractor No. Of Corrections


63

Milestone Description No. of days


from date of
Commencement
KD-B17 Excavation till Basement -1 level (40% Tower area* and 40% 390 days
Non-tower area)
KD-B18 Casting of Basement-1 slab (40% Tower area* and 40% Non- 420 days
tower area)
KD-B19 Excavation till Basement -2A level (40% Tower area* and 40% 440 days
Non-tower area)
KD-B20 Casting of Basement-2A slab (40% Tower area* and 40% Non- 460 days
tower area)
KD-B21 Excavation till Pile raft level (50% Tower area * and 50% Non- 480 days
tower area)
KD-B22 Construction of Pile raft (50% Tower area* and 50% Non-tower 510 days
area)
KD-B23 Construction of Shear walls, all internal walls, and building 560 days
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-B24 Construction of First Floor Slab 585 days


KD-B25 Construction of Second Floor Slab 610 days
KD-B26 Construction of Third Floor Slab 630 days
KD-B27 Construction of Fourth Floor Slab 650 days
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
KD-B39A Construction of Terrace floor Slab and Machine Room Floor Slab 920 days

KD-B40 Construction of Mumty & Machine Room Roof Slab, Water 1010 days
Tanks and complete Structure works of main building

KD-B41 Façade, Canopies, External Finishing 1070 days

Contractor No. Of Corrections


64

Milestone Description No. of days


from date of
Commencement

KD-B42 External development, services including Boundary Wall, 1080 days


landscaping

KD-B43 Internal Finishing Basement, Ground till 5th Floor 700 days

KD-B44 Internal Finishing 6th till 11th Floor 830 days


KD-B45 Internal Finishing 12th till 16th Floor 1000 days
KD-B46 Complete finishing, fittings and fixtures 1050 days

KD-B47 Handing over 1095 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.

Contractor No. Of Corrections


65

Tower 3

Milestone Description No. of days from date


of Commencement

KD-C Mobilisation and Setting Up, Start Up activities

KD-C1 Preparation and submission of construction planning, 45 days


micro schedule and approval from Employer along with
all equipment’s and personnel’s mobilization

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)

Contractor No. Of Corrections


66

Milestone Description No. of days from date


of Commencement

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-C24 Construction of First Floor Slab 585 days


KD-C25 Construction of Second Floor Slab 610 days
KD-C26 Construction of Third Floor Slab 630 days
KD-C27 Construction of Fourth Floor Slab 650 days
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
KD-C38A Construction of Terrace Floor Slab and Machine Room 900 days
Floor Slab
KD-C39 Construction of Mumty & Machine Room Roof Slab, 1010 days
Water Tanks and complete Structure works of main
building

KD-C40 Façade, Canopies, External Finishing 1070 days

Contractor No. Of Corrections


67

Milestone Description No. of days from date


of Commencement

KD-C41 External development, services including Boundary 1080 days


Wall, landscaping

KD-C42 Internal Finishing Basement, Ground till 5th Floor 700 days

KD-C43 Internal Finishing 6th till 11th Floor 830 days


KD-C44 Internal Finishing 12th till 16th Floor 1000 days
KD-C45 Complete finishing, fittings and fixtures 1050 days

KD-C46 Handing over 1095 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.

Contractor No. Of Corrections


68

Sky Bridge

No. of days from date of


Milestone Description
Commencement

Structural Works

KD-D1 Construction of Pile, Pile Cap – 100% 500 days

Pile integrity Test on all piles and Pile dynamic load


KD-D2 550 days
on 1% of piles and any rectification required

KD-D3 Completion of Prefabrication of Skybridge 650 days

Completion of Erection of Skybridge including all


KD-D4 800 days
connections, cable stays, deck sheet etc.

Completion of Concreting, waterproofing, façade


KD-D5 works, services and finishing works in Skybridge and 1010 days
staircases

KD-D6 Complete finishing, fittings and fixtures 1050 days

KD-D7 Handing over 1095 days

Contractor No. Of Corrections


69

SCHEDULE-5
SCHEDULE OF COST INDEXATION
(refer to Sub-clause 13.7)

PRICE ADJUSTMENT FORMULA FOR CHANGE IN COST

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,

V Total adjustment on account of all factors

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

0.85 x q x R x ({X sail (b) – X sail (a)} / X sail (a))

Vc Adjustment on account of Cement component - increase or decrease in the cost of work


during the month under consideration due to changes in rates for Cement

0.85 x r x R x (Wc – Wco) /Wco

Vf Adjustment on account of POL (Fuel/Lubricant) component increase or decrease in the cost of


work during the month under consideration due to changes in rates for POL

0.85 x s x R x (Wf –Wfo) / Wfo

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

0.85 x t x R x (Wm – Wmo) /Wmo

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

0.85 x u x R x (Wom – Womo) /Womo

Contractor No. Of Corrections


70

p Cost Coefficient of Labour to the Total Cost =0.15

q Cost Coefficient of Steel to the Total Cost =0.20

r Cost Coefficient of Cement to the Total Cost =0.20

s Cost Coefficient of Fuel and Lubricant to the Total Cost =0.05

t Cost Coefficient of other Machinery and Machine Tools to the Total Cost =0.10

u Cost Coefficient of other Materials to the Total Cost =0.30

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

Contractor No. Of Corrections


71

the RBI Bulletins, for the period of work under consideration.

i) Period of Work under consideration is defined as:

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.

ii) Adjustment on Account of Price Adjustment

• 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.

iii) Procedure in case of delay in availability of final RBI Indices

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.

Contractor No. Of Corrections


72

SCHEDULE-6
SCHEDULE OF KEY PERSONNEL
(refer to Sub-clause 6.12)

S. No Designation of Key Personnel

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

17 Chief OHS&E Manager

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.

Contractor No. Of Corrections


73

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.

Rate of penalty per person -Per Month -Per Position

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.

Contractor No. Of Corrections


74

SCHEDULE-8

LIST OF APPROVED SUBCONTRACTOR(S)


(refer to Sub-clause 5.1)

To be added before signing of the Contract providing list of the Subcontractors as approved by the
Employer

Contractor No. Of Corrections


75

Annexure A

Key Dates & Delay Damages – Tower 1

Milestone Description No. of days Liquidated Damages


from date of to be levied on Non
Commenceme achievement of KD’s
nt
KD-A Mobilisation and Setting Up, Start Up
activities
KD-A1 Preparation and submission of construction 45 days INR. 20000 /- Per Day
planning, micro schedule and approval from
Employer along with all equipment’s and
personnel’s mobilization
KD-A2 Site cleaning and Barricading and enabling works, 60 days INR. 50000 /- Per Day
Site Survey, Site Verification, Establishment of
Benchmarks, Geotechnical Investigations and
Executing Initial Pile Load Pull Out Tests and
Providing Results
Structural Works
KD-A3 Construction of D-Wall for 50% area including 200 days
piling work.
KD-A4 Construction of D-Wall for 100% area including 300 days
piling work.
KD-A5 Completion of Piles - 50% 210 days
KD-A6 Completion Piles - 100% 310 days
KD-A7 Pile integrity Test on all piles and Pile dynamic 230 days
load on 1% of piles and any rectification required
KD-A8 Ground Floor Construction (Tower area plus 33% 200 days
Non-tower area
KD-A9 Excavation till Basement -1 level (50% Tower 245 days
area and 50% Non-tower area) For 0-28 days: INR
KD-A10 Casting of Basement-1 slab (50% Tower area and 265 days 50000/day
50% Non-tower area)
KD-A11 Excavation till Basement -2A level (50% Tower 280 days For 29-59 days: INR
area and 50% Non-tower area) 75000/day
KD-A12 Casting of Basement-2A slab (50% Tower area 300 days
and 50% Non-tower area) Above 60 days: INR
KD-A13 Excavation till Pile raft level (50% Tower area 320 days 150000/day
and 50% Non-tower area)
KD-A14 Construction of Pile raft (50% Tower area and 350 days
50% Non-tower area)
KD-A15 Construction of Shear walls, all internal walls, 450 days
and building columns up to Ground floor slab
(50% Tower area and 50% Non-tower area)
KD-A16 Ground Floor Construction (Next 40% Non-tower 375 days
area or approximately 35 m length)
KD-A17 Excavation till Basement -1 level (40% Tower 390 days
area and 40% Non-tower area)
KD-A18 Casting of Basement-1 slab (40% Tower area and 420 days
40% Non-tower area)

Contractor No. Of Corrections


76

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

For 29-59 days: INR


External development, services including 175000/day
1080 days
Boundary Wall, landscaping
Above 60 days: INR
250000/day

Contractor No. Of Corrections


77

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

For 29-59 days: INR


250000/day
KD-A54 Handing over 1095 days
Above 60 days: INR
500000/day

Note: The confirmation of the achievement of Milestone shall be subject to the issuing of Milestone
Certificate by the Engineer.

Contractor No. Of Corrections


78

Key Dates & Delay Damages – Tower 2

Milestone Description No. of days Liquidated Damages


from date of to be levied on Non-
Commenceme achievement of KD’s
nt
KD-B Mobilisation and Setting Up, Start Up
activities
KD-B1 Preparation and submission of construction 45 days INR. 20000 /- Per Day
planning, micro schedule and approval from
Employer along with all equipment’s and
personnel’s mobilization
KD-B2 Site cleaning and Barricading and enabling works, 60 days INR. 50000 /- Per Day
Site Survey, 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 200 days
piling work.
KD-B4 Construction of D-Wall for 100% area including 400 days
piling work.
KD-B5 Completion of Piles - 50% 210 days
KD-B6 Completion Piles - 100% 450 days
KD-B7 Pile integrity Test on all piles and Pile dynamic 500 days
load on 1% of piles and any rectification required
KD-B8 Ground Floor Construction (Tower area* plus 230 days
33% Non-tower area
KD-B9 Excavation till Basement -1 level (50% Tower 245 days
area* and 50% Non-tower area) For 0-28 days: INR
KD-B10 Casting of Basement-1 slab (50% Tower area* 265 days 50000/day
and 50% Non-tower area)
KD-B11 Excavation till Basement -2A level (50% Tower 280 days For 29-59 days: INR
area* and 50% Non-tower area) 75000/day
KD-B12 Casting of Basement-2A slab (50% Tower area* 300 days
and 50% Non-tower area) Above 60 days: INR
KD-B13 Excavation till Pile raft level (50% Tower area* 320 days 150000/day
and 50% Non-tower area)
KD-B14 Construction of Pile raft (50% Tower area* and 350 days
50% Non-tower area)
KD-B15 Construction of Shear walls, all internal walls, 390 days
and building columns up to Ground floor slab
(50% Tower* area and 50% Non-tower area)
KD-B16 Ground Floor Construction (Next 40% Non-tower 375 days
area or approximately 35 m length)
KD-B17 Excavation till Basement -1 level (40% Tower 390 days
area* and 40% Non-tower area)
KD-B18 Casting of Basement-1 slab (40% Tower area* 420 days
and 40% Non-tower area)

Contractor No. Of Corrections


79

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

For 29-59 days: INR


External development, services including 175000/day
1080 days
KD-B42 Boundary Wall, landscaping
Above 60 days: INR
250000/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

Contractor No. Of Corrections


80

Above 60 days: INR


150000/day

KD-B46 Complete finishing, fittings and fixtures 1050 days For 0-28 days: INR
200000/day

For 29-59 days: INR


250000/day
KD-B47 Handing over 1095 days
Above 60 days: INR
500000/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.

Contractor No. Of Corrections


81

Key Dates & Delay Damages – Tower 3

Milestone Description No. of days Liquidated Damages


from date of to be levied on Non-
Commenceme achievement of KD’s
nt
KD-C Mobilisation and Setting Up, Start Up
activities
KD-C1 Preparation and submission of construction 45 days INR. 20000 /- Per Day
planning, micro schedule and approval from
Employer along with all equipment’s and
personnel’s mobilization
KD-C2 Site cleaning and Barricading and enabling works, 60 days INR. 50000 /- Per Day
Site 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 200 days
piling work.
KD-C4 Construction of D-Wall for 100% area including 400 days
piling 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 500 days
load on 1% of piles and any rectification required
KD-C8 Ground Floor Construction (Tower area* plus 230 days
33% Non-tower area
KD-C9 Excavation till Basement -1 level (50% Tower 245 days
area* and 50% Non-tower area) For 0-28 days: INR
KD-C10 Casting of Basement-1 slab (50% Tower area* 265 days 50000/day
and 50% Non-tower area)
KD-C11 Excavation till Basement -2A level (50% Tower 280 days For 29-59 days: INR
area* and 50% Non-tower area) 75000/day
KD-C12 Casting of Basement-2A slab (50% Tower area* 300 days
and 50% Non-tower area) Above 60 days: INR
KD-C13 Excavation till Pile raft level (50% Tower area* 320 days 150000/day
and 50% Non-tower area)
KD-C14 Construction of Pile raft (50% Tower area* and 350 days
50% Non-tower area)
KD-C15 Construction of Shear walls, all internal walls, 390 days
and building columns up to Ground floor slab
(50% Tower* area and 50% Non-tower area)
KD-C16 Ground Floor Construction (Next 40% Non-tower 375 days
area or approximately 35 m length)
KD-C17 Excavation till Basement -1 level (40% Tower 390 days
area* and 40% Non-tower area)
KD-C18 Casting of Basement-1 slab (40% Tower area* 420 days
and 40% Non-tower area)

Contractor No. Of Corrections


82

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

For 29-59 days: INR


External development, services including 175000/day
1080 days
KD-C41 Boundary Wall, landscaping
Above 60 days: INR
250000/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

Contractor No. Of Corrections


83

Above 60 days: INR


150000/day

KD-C45 Complete finishing, fittings and fixtures 1050 days For 0-28 days: INR
200000/day

For 29-59 days: INR


250000/day
KD-C46 Handing over 1095 days
Above 60 days: INR
500000/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.

Contractor No. Of Corrections


84

Key Dates & Delay Damages –Sky Bridge

Milestone Description No. of days Liquidated Damages


from date of to be levied on Non-
Commenceme achievement of KD’s
nt
Structural Works
KD-D1 Construction of Pile, Pile Cap – 100% 500 days For 0-28 days: INR
Pile integrity Test on all piles and Pile dynamic 50000/day
KD-D2 550 days
load on 1% of piles and any rectification required
KD-D3 Completion of Prefabrication of Skybridge 650 days For 29-59 days: INR
75000/day
Completion of Erection of Skybridge including all
KD-D4 800 days Above 60 days: INR
connections, cable stays, decksheet etc 150000/day

For 0-28 days: INR


150000/day

Completion of Concreting, waterproofing, façade For 29-59 days: INR


KD-D5 works, services and finishing works in skybridge 1010 days 175000/day
and staircases
Above 60 days: INR
250000/day

KD-D6 Complete finishing, fittings and fixtures 1050 days For 0-28 days: INR
200000/day

For 29-59 days: INR


250000/day
KD-D7 Handing over 1095 days
Above 60 days: INR
500000/day

Note: The confirmation of the achievement of Milestone shall be subject to the issuing of Milestone
Certificate by the Engineer.

Contractor No. Of Corrections


TAMIL NADU HOUSING BOARD

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

Tender No. SE/SPC-1/ 07/ 2020-2021

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

SECTION VII - GENERAL REQUIREMENTS ....................................................6


1. Introduction & Background ............................................................................ 6
2. Key Features of The Project ............................................................................ 6
3. Project Details ................................................................................................ 7
4. The Role of Contractor: .................................................................................. 9
5. Scope of Works ............................................................................................... 9
6. Duties & Responsibilities of the Contractor: .................................................. 14
7. BUILDING INFORMATION MODELLING –.............................................. 15
8. TECHNOLOGY INFRASTRUCTURE ......................................................... 17
9. PROJECT BIM PLAN ................................................................................. 17
10. Project Monitoring and Common Data Environment (CDE) :- ....................... 18
11. Testing Laboratory ....................................................................................... 19
12. Bye-Laws and Regulations –.......................................................................... 19
13. Fees and Permits........................................................................................... 20
14. Shop Drawings ............................................................................................. 20
15. Integrated Building Management System (IBMS) .......................................... 21
16. Accessibility.................................................................................................. 21
17. Materials and Equipment.............................................................................. 21
18. Quiet Operation and Vibration Isolation ....................................................... 22
19. Manufacturer’s Instructions ......................................................................... 22
20. Tool and Tackles........................................................................................... 22
21. As-Built Drawings ........................................................................................ 22
22. Balancing, Testing and Commissioning.......................................................... 23
23. Quality Management System ......................................................................... 24
24. Project Team of the Contractor ..................................................................... 24
25. Coordination Meetings.................................................................................. 24
26. Interaction with the Employer/ Stakeholders ................................................. 25
27. Deficiencies of Services.................................................................................. 25
28. Completion and Occupancy drawings and documents submission .................. 25
29. Post Construction Stage: ............................................................................... 25
30. LEED Platinum Green Building rating .......................................................... 25
31. Operating Instruction & Maintenance Manual .............................................. 26
32. On Site Training ........................................................................................... 26
33. Guarantee .................................................................................................... 26
34. Warranty ..................................................................................................... 27
35. Defect Notification Period ............................................................................. 27
36. Safety Certification ....................................................................................... 27
37. Contractor's Superintendence ....................................................................... 27
38. Checking of the Contractor's Temporary Works Design ................................ 28

Contractor No. of Corrections


3

39. Barricades and Signboards ........................................................................... 28


40. Fabrication Yard and Batching Plant ............................................................ 28
41. Other Safety Measures .................................................................................. 29
42. Care Of The Works ...................................................................................... 29
43. Protection of the Works from Weather .......................................................... 30
44. Protection of the Work.................................................................................. 30
45. Damage and interference .............................................................................. 30
46. Utilities......................................................................................................... 31
47. Structures, Roads and Other Properties ........................................................ 31
48. Access .......................................................................................................... 31
49. Trees ............................................................................................................ 31
50. Removal of Graves and Other Obstructions ................................................... 31
51. Protection of the Adjacent Structures and Works .......................................... 31
52. Pre-Construction Surveys of Adjacent Buildings and Structures .................... 31
53. Instrumentation Monitoring and Reporting ................................................... 32
54. Work on Roads ............................................................................................. 32
55. SITE BARRICADING, SECURITY & TRAFFIC ARRANGEMENTS .......... 33
56. Site Office and Other Infrastructure Set Up................................................... 34
57. Deployment of Technical Staff and Employees ............................................... 35
58. Submittal Procedures.................................................................................... 35
59. Products - submittal procedures .................................................................... 36
SECTION VIII - OCCUPATIONAL HEALTH, SAFETY &
ENVIRONMENT .......................................................................................41
SECTION VIII- PART –1 OHS&E – General Requirements ..................................... 41
1. Scope............................................................................................................ 41
1.1 Application of this document .................................................................... 41
1.2 Purpose of this document ......................................................................... 41
1.3 OHS&E Objectives ..................................................................................... 41
2. Reference publications .................................................................................. 42
3. Terms and definitions ................................................................................... 42
4. OSHE management system requirements ...................................................... 44
4.1 General requirement .................................................................................. 44
4.2 Planning ..................................................................................................... 44
4.3 Implementation and operation .................................................................. 47
4.7 Deductions ................................................................................................. 60
SECTION VIII: PART 2- OHSE – SAFETY AND HEALTH GUIDANCE ................ 65
1. STANDARD FORMS ................................................................................... 65
2. GUIDANCE DOCUMENTS ......................................................................... 66
3. CONTENTS OF LIFTING OPERATIONS GUIDANCE ............................... 67
4. CONTENTS OF WORKING AT HEIGHTS – GUIDANCE .......................... 69
SECTION VIII- PART –3 OHS&E – Environmental Guidance and Procedural
Requirements ............................................................................................... 70

Contractor No. of Corrections


4

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

Contractor No. of Corrections


5

17. Monthly Progress Report ............................................................................ 127


18. Quality Certifications: ................................................................................ 128
19. Weekly Records .......................................................................................... 128
20. Quality Control Requirements .................................................................... 128
21. Field/Site Laboratory .................................................................................. 129
22. Frequency of Testing .................................................................................. 130
23. Unsuitable Materials ................................................................................... 130
24. Notification of Nonconformities ................................................................... 130
25. Notice of Place of Manufacture And/or Source of Supply ............................. 130
26. Notice of Inspection, Test, Trials by the Contractor ..................................... 130
27. Witness By The Engineer ............................................................................ 131
28. Certificate Of Manufactured Goods Or Materials ........................................ 131
29. Materials Certificate of Compliance: ........................................................... 131
30. Reports of Inspections, Tests And Trials ...................................................... 131
31. Time Limit For Filing Of Reports For Inspections And/Or Tests .................. 131
32. Quality Control Register ............................................................................. 132
33. Summaries of Inspection And / Or Test ....................................................... 132
34. Samples ...................................................................................................... 133
35. Additional Samples ..................................................................................... 133
36. Trials ......................................................................................................... 133
37. Timing For Inspection By The Engineer ...................................................... 134
38. Failure of Contractor to Inspect The Works ................................................ 134
39. Failure of the Contractor to Test the Works ................................................ 134
SECTION X - LEED REQUIREMENTS ...........................................................135
1. CONSTRUCTION ACTIVITY POLLUTION PREVENTION PLAN -
LEED BD+C VERSION 4 ........................................................................... 135
2. CONSTRUCTION & DEMOLITION WASTE MANAGEMENT PLAN
-LEED BD+C VERSION 4 .......................................................................... 144
3. INDOOR AIR QUALITY MANAGEMENT PLAN DURING
CONSTRUCTION- LEED BD+C VERSION 4 ............................................ 151
4. BUILDING ENVELOPE COMISSIONING - LEED BD+C VERSION 4 ...... 157
5. BUILDING LIFE CYCLE ASSESSMENT-LEED BD+C VERSION 4 ......... 161
SECTION XI - INSTRUMENTATION AND MONITORING ...........................178
1.3 Instrumentation, Monitoring & Reporting ................................................... 183
1.4 Ground Movement and EBS Protection ....................................................... 187
1.6 Test Pile Instrumentation ............................................................................ 191
SECTION XII - MODELS RULES FOR THE PROTECTION OF HEALTH
AND SANITARY ARRANGEMENTS FOR WORKERS .........................192
1. APPLICATION .......................................................................................... 192
2. DEFINITION ............................................................................................. 192
3. LABOUR CAMP ........................................................................................ 192
ANNEXURE 01 - KEY PLANS ..........................................................................200

Contractor No. of Corrections


6

SECTION VII - GENERAL REQUIREMENTS

1. Introduction & Background


Tamil Nadu Commerce Hub Limited has conceived the Development of Tamil Nadu
Commerce Hub in the arterial Anna Salai at two prime locations in Chennai. The proposed
Development consists of high-rise Commercial Towers, with two towers connected with a
Curvilinear Skybridge, across Annasalai, a first of its kind in Chennai, whereas the Third
Tower is an independent Tower (the “Project”).
This Project is being developed under the Government of Tamil Nadu’s strategic vision
majorly in the following aspects:
 Decongesting the residential areas
 Improvement of accessibility by introducing multi-modal transits
 Upscaling the Central Business District (CBD) as the core commercial hub.
The Project is expected to fulfil the following objectives:
 The proposed Development would be a forerunner for many such similar developments to
come up in future.
 The proposed Development shall Rejuvenate and give impetus to Redevelopment and
Growth of Central Business District (CBD) in the arterial Anna Salai thus contributing to
the growth of Industry & Commerce in the State
 The proposed Development shall strengthen the CBD. It shall transform the arterial Anna
Salai and shall provide easy accessibility to large business houses.
 The proposed Development shall build synergies with Government’s other infrastructure
initiatives such as Chennai Metro Rail, reinforced bus transport and pave way for
development of similar hubs across the city and other major cities in the State of Tamil
Nadu.
 The proposed Development with Iconic GRADE A/A+ commercial office shall serve as a
model for other similar developments in the Chennai CBD and across other such CBDs in
the major cities of TN for the overall growth of the State.
 The proposed Development shall attract global organizations from Financial Services,
KPOs, FinTech, Multilateral Agencies, Audit and Law firms, Consulting, IT & ITES and
other multi-national corporates at one location to achieve efficiency through synergy and
co-location.
 The proposed Development shall provide an eco-system with an infrastructure of Global
Standards to corner stone businesses and other stake holders.
 The proposed Development shall promote the economic activity and add to the
employment opportunities across growing sectors.
2. Key Features of The Project
The Project is being developed as a State-of-the-Art Infrastructure Development with
following Key Features:

Contractor No. of Corrections


7

 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.

Contractor No. of Corrections


8

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:

S. DESCRIPTION UNIT TNHB HQ EVR BLOCK TNSCB


No. (TOWER 1) (TOWER 2) (TOWER 3)
1 Site Area Sq.ft 75062 61536 81310
2 No of Floors No. G+20 G+16 G+15
3 Basement No. 2 No. + 1 2 No. + 2 2 No. + 2
intermediate floors intermediate intermediate
Mechanical & floors Mechanical floors Mechanical
Conventional & Conventional & Conventional
Parking Parking Parking
4 Amenities Facility Third Floor Third Floor Ground Floor
5 Typical Floor (with No. 19 Nos. Typical 15 Nos. Typical 15 Nos. Typical
marginal changes) Floor Floor Floor
6 Total Height till m 81.00 66.00 61.5
Terrace Slab

Contractor No. of Corrections


9

4. The Role of Contractor:


The Contractor under this contract is being appointed for undertaking the construction works as
per the approved design (Civil, Structure Architectural, Landscaping, Horticulture &
Mechanical, Electrical, Plumbing (MEP), Ventilation and Air-conditioning works & BMS)
issued by the Employer’s Detailed Design Consultant for Construction purpose, and to
Construct and Hand Over LEED Platinum Certified “Tower 1, Tower 2, Tower 3 and Sky
Bridge” including all Internal and External Civil, Structure, Basements, Superstructure,
Finishing of Common Areas and Sky Bridge, MEP, LV, Lifts, Façade, Solar, STP, Site
Development and Landscaping Works, at Nandanam, Chennai.
The construction methodology is proposed to be with Diaphragm Wall and Top Down
Construction for the underground construction.
5. Scope of Works
The scope of works to be executed by the Contractor under this Contract shall include all works,
supplies & services for construction, completion & maintenance as specified in the tender
documents (or as finalized) & stated in brief in the following paragraphs: -
 The work shall be executed strictly in accordance with the Good for Construction
Drawings, Specification, schedule of items, quantities / rates, sketches and written & oral
instructions (to be subsequently confirmed in writing) of the Engineer or any
representative of the Engineer.
 The Tender Drawings issued at the time of Invitation to Tenders are the final design
drawings. The Good for Construction drawings shall be released by the Engineer on
commencement of works and time to time as required.
 In case of any discrepancy in the drawings or any discrepancy between the drawings and
technical specifications, and/or schedule of items/ quantities, the Contractor shall seek
clarifications from the Engineer Any issues related to site conditions shall also be brought
to notice of the Engineer. The Engineer shall provide the instructions and Contractor shall
proceed further according to the instructions.
 The specifications laid in the Volume -4 – Construction Specifications and Volume -6 -
Bill of Quantities shall prevail over and in case of absence of specification the TNDSS,
TNBP, TNPWD, Highways Department, TWAD, CMWSSB, CPWD specifications shall
be followed – as per approval from Engineer.
 Any error in description, quantity or rate in Bill of Quantities or any omission thereof shall
not vitiate the Contract or release the Contractor from execution of whole or any part of
the Works comprised therein according to the Drawings and Specification or from any of
his obligations under the Contract.
The Permanent and Temporary Works shall comprise the Construction of all Works and
services necessary to complete the Tamil Nadu Commerce Hub, as per the Specification,
including, but not limited to, the following:
 Survey and Investigation - Topographical survey of full site and Geotechnical
investigation of the Site.
 Setting out of the works in respect of position, level, dimensions, alignments, etc.
including establishment of benchmarks, survey reference points, etc.

Contractor No. of Corrections


10

 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.

Contractor No. of Corrections


11

 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.

Contractor No. of Corrections


12

 Building information modelling for construction monitoring, updation, shop drawing


production, as built drawings and further for operation and maintenance.
 Setting up of Common Data Environment for monitoring of Project and regular monitoring
the project and reporting at specified intervals.
 Obtaining of Completion /Occupancy Certificates, all approvals, Consent To
Establishment, Consent To Operate from relevant authorities.

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,

Contractor No. of Corrections


13

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

Contractor No. of Corrections


14

r) Firefighting works with supply, installation of all necessary equipment, complete


installation of wet riser fire hydrant and sprinkler system, installation of fire extinguishing
hand appliances, installation of electrically operated and diesel engine driven pumps as per
drawings and specifications.

s) Firefighting works shall include but not limited to the following: -


i Piping for wet riser hydrant systems and for yard hydrants.
ii Landing valves, canvas hose pipes, hose reels, hose cabinets & connections to mains.
iii Fully automatic sprinkler system
iv Isolation valves, non-return valves, installation valves, flow control switches and
Accessories.
v Gas Flooding system for Data/Server/IT/Equipment rooms.
vi Installation of fully charged and tested fire extinguishing hand appliances CO₂ foam,
dry chemical powder type as required by these specifications and/drawings.
vii Installation of sprinkler system as per specifications and/ Schedule of items
and/drawings
viii Electrically operated and diesel engine driven pumps with motors, base plates and
accessories.
ix Alarm system with all accessories wiring and connections
x Pressure gauges with isolation valves & piping.
xi M.S. pipes, valves, suction strainers, delivery and suction headers & accessories.
xii Foundations, vibration eliminator pads and foundation bolts.
t) Air Conditioning and Ventilation system
u) Building management system (BMS), Lifts etc.
General considerations such as: Integrated building wiring (e.g. fibre cabling), appropriate main
electric line and UP S sockets, RJ-45 for data and telephones, appropriate ventilation, entrance
gate, perimeter wall, security rooms, rooms for electric generators, transformer room, sewerage
systems, the drainage of rain water, a wire center and closets on each floor. Work under this
contract shall consist of furnishing all labour, materials, equipment and appliances necessary
and required. The Contractor is required to completely furnish all the general and other
specialized services as described hereinafter and as specified in the schedule of quantities
and/or shown in the Good for Construction Drawings.
6. Duties & Responsibilities of the Contractor:
The Contractor shall carry out the Works and services in accordance with best industry
practices, in compliance with the provisions of the Agreement.
The Contractor as a professional and experienced Contractor, shall accept full responsibility for
the correctness and technical merit of the Works executed and services performed.
The broad scope of work is specified in terms of activities. All the incidental services related
with construction and Defects Notification Period (DNP) phase including surveys and

Contractor No. of Corrections


15

investigations, statutory approvals, obtaining completion/ occupancy certificates etc. shall be


deemed to be included in the scope of services of Contractor. No extra payment shall be made
for such incidental services.
The Contractor shall, obtain all required statutory approvals including, where appropriate, the
approval of the Concerned Government Authorities and utility undertakings, Consent to
Operate and Consent to Establish and demonstrate that all required approvals have been
obtained.
The Topographical survey drawing and Soil investigation report specifying the major
characteristic of soil for site is provided in the Tender Document for reference purposes only.
These reports give the general characteristic of soil and the site and are provided for reference.
The Contractor should do necessary confirmatory surveys and investigations as per the relevant
codes and as specified in the Contract. The Costs for conducting the Surveys and Investigations
shall be deemed to be included in Quoted Price. No extra cost shall be admissible on any
account. The report and findings of the investigations and surveys and recommendations for
foundation design, excavation, filling , pile design etc as required for establishing the
Underground Construction,, Diaphragm wall, excavation,, pile capacity and design etc shall be
signed and stamped and got approved by Licensed Surveyor and Licensed Geotechnical
Engineer by the Contractor and the same shall be submitted to the Engineer prior to
commencement of construction work by the Contractor. Any discrepancies from the reports
given in the Tender Documents and the new findings shall be reviewed and if the need is felt,
the Engineer shall issue revised designs and Good For Construction drawings based on the
revisions provided by the Design Consultant. The Contractor shall execute the works as per the
revised Design and GFC drawings.
7. BUILDING INFORMATION MODELLING –
The Contractor shall set up Building Information Modelling Setup at Site office with
dedicated team for working on the same and presenting the results as per the
requirements of the Engineer.
The Contractor shall be issued LOD 300 (Detailed Design and Documentation) BIM model by
the Design Consultant through the Engineer.
The Contractor shall be required to generate LOD 350 (Construction Documentation)
model and update it every fortnight and share with the Engineer on the agreed CDE (Common
Data Environment). Shop drawings and equipment rooms detail drawings should be extracted
from the BIM model. Required installation sequences should be clearly specified.
The Contractor shall develop and maintain BIM model for the express purpose of visually
demonstrating and communicating proposed Project Construction Schedule and Phasing to
Engineer. The Project BIM model shall enable animation showing sequential construction of
the project based on and driven by the approved Construction Scheduling Software (MS
Project/ Primavera)
The Contractor will further update it for LOD 400 (Construction and Fabrication) and
incorporate specific details and shall serve as a support to Construction in Scheduling,
Documentation and for Cost Monitoring and Control.
The Contractor shall update the model and illustrate which design and construction work will
be remedial in the event of a design change issued by the Engineer. The Contractor shall
employ – Object based Design Change Management : Linking objects (via their unique IDs)

Contractor No. of Corrections


16

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.

Contractor No. of Corrections


17

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.

Contractor No. of Corrections


18

 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

Contractor No. of Corrections


19

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 –

Contractor No. of Corrections


20

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.

Contractor No. of Corrections


21

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

Contractor No. of Corrections


22

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.

Contractor No. of Corrections


23

(b) All equipment layout & distribution layout.


(c) Single line distribution diagram and schematic drawings.
(d) All cabling/piping/ducting etc. layouts with sizes
(e) Fittings and Fixture layouts
(f) Shaft layouts with internal details
(g) Instruction, maintenance and operation manuals including maintenance, SOP’s, schedule
for all equipment.
(h) Testing & commissioning reports of all equipment.
(i) Any other document or drawing as required by the Engineer.
22. Balancing, Testing and Commissioning
Balancing of all air and water systems and all tests as called for the Specifications shall be
carried out by the Contractor through a specialist group, in accordance with the Specifications
and codal provisions / ASHRAE 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 tests shall be as specified in Technical Specifications.
Factory testing is required for all major equipment for HVAC system, Electrification System,
Plumbing System, Firefighting system, BMS system, LV system, Security system etc. The
same shall be carried out as per details provided in the Technical Specifications and as per
instructions of the Engineer.
No equipment shall be delivered without prior written confirmation from the Engineer.
The Contractor shall provide all necessary instruments and labour for testing, shall make
adequate records of test procedures and readings, shall repeat any tests requested by the
Engineer and shall provide test certificate signed by an authorized person. Such test shall be
conducted on all materials and equipment and tests on completed work as called for by the
Engineer at Contractor’s expenses unless otherwise called for.
If it is proved that the installation or part thereof is not satisfactorily carried out, then the
Contractor shall be liable for the rectification of the same. Engineer’s decision as to what
constitutes a satisfactory installation shall be final.
The installation shall be tested again after removal of defects and shall be commissioned only
after approval by the Engineer. All tests shall be carried out in the presence of the Engineer.
Tests on site of completed works shall demonstrate the following:
(a) That the equipment installed complies with specification in all respect and is of the correct
rating for the duty and site conditions.
(b) That all items operate efficiently and quietly to meet the specified requirements.
(c) That all circuits are fully protected and that protective devices are properly coordinated.
(d) That all non-current carrying metal parts are properly and safely grounded in accordance
with the specification and appropriate Codes of Practice.
All tests shall be carried out by a certified/ recognised test house approved by the Engineer.

Contractor No. of Corrections


24

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.

23. Quality Management System


The Contractor shall be responsible for constructing the works in accordance with the drawings
and specifications and statutory requirements, byelaws and Standards. The Contractor shall be
responsible for controlling the quality of the works to meet the designs, specifications, and
related requirements. The Contractor shall submit the Quality Control and Quality Assurance
Plan for approval of the Engineer. After approval of the Engineer the same shall be
implemented and monitored. The Quality Control Plan shall define procedures and program of
inspections, tests, and production controls to attain the required standards of Quality and to
preclude problems resulting from non-compliance. The plan shall provide for tests and
inspections pursuant to various technical specifications.
The detailed requirements of Quality Management System are annexed in Section IX of this
document.
24. Project Team of the Contractor
(a) The Contractor shall be required to form a multi-disciplinary team for this assignment. The
Contractor’s Personnel and Staff shall be manned by an adequate number of experts with
relevant experience in the execution of similar projects. The Contractor shall deploy all the
Technical Manpower as named/ specified in Schedule-6 of Volume 2.
(b) The failure on part of the Contractor to deploy full time On-Site the required Technical
Manpower and other key personnel as per approved Staffing schedule / manpower
deployment schedule as prescribed shall attract recovery as per rates specified in Schedule-
7 of Volume 2.
(c) A list of Key Personnel to be deployed at the Site on full time basis by the Contractor as
per Tender Volume 1 along with suggested staff deployment schedule of balance positions
shall be submitted by the Contractor during the Tendering stage. The Staff Deployment
schedule other than of the full time on site positions, shall be got approved by the Engineer
a per the Site requirements from time to time.
(d) Any replacement of Key Personnel shall be as per conditions laid in Volume 2.
25. Coordination Meetings
The following coordination meetings shall be held for effective implementation of the project:
(a) There shall be regular fortnightly meetings wherein the Engineer will review the progress
and other aspects of the work. These meetings shall be held in either the Employer’s or the
Contractor’s office. The Contractor shall record the minutes of such meetings and maintain
them as records for future reference after obtaining the Engineer’s ’s approval to the same.
(b) A monthly progress report and other reports shall be submitted to the Engineer by the
Contractor starting from the Commencement Date , which shall interalia include the

Contractor No. of Corrections


25

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::

(a) Taking Completion/ Occupancy Certificates from local/ statutory bodies.


(b) Taking No Objection Certificates from Fire/ Forest/ Environment departments etc. (as
required as per extant rules of the area).
(c) Getting water, sewage/sewerage, electricity connection, permission or NOC, as
applicable.
30. LEED Platinum Green Building rating
The project is aimed for LEED platinum rating. The Contractor need to adhere to the guidelines
for the LEED given in Section X of the volume. The Contractor has to follow the USGBC
LEED BD+C Version 4 guidelines for construction. The Contractor need to submit the

Contractor No. of Corrections


26

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.

Contractor No. of Corrections


27

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.

Contractor No. of Corrections


28

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

Contractor No. of Corrections


29

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

Contractor No. of Corrections


30

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.

Contractor No. of Corrections


31

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

Contractor No. of Corrections


32

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.

Contractor No. of Corrections


33

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

Contractor No. of Corrections


34

circumstances, if becomes payable, all be entirely borne by the Contractor.


In the event of any restrictions being imposed by the Security agency, Engineer, Traffic or any
other authority having jurisdiction in the area on the working or movement of labour & material,
the Contractor shall strictly follow such restrictions and nothing extra shall be payable to the
Contractor on such accounts. The loss of time on these accounts, if any, shall have to be made
up by augmenting additional resources whatever required.
The Contractor shall be responsible for maintenance and watch and ward of the buildings,
safety of all fittings and fixture including all equipment, water /electricity meter and shall also
be responsible for any pilferage, theft, damage, penalty etc. in this regard. The Contractor shall
indemnify the Employer against any claim arising out of pilferage, theft, damage, penalty etc.
whatsoever on this account. Performance Security for the work shall be released only after No
Dues Certificates are obtained from the local Authorities from whom temporary electric/ water
/ telephone connection have been obtained by the Contractor. Nothing extra shall be payable on
this account.
The Contractor should adhere to adequate security measures by deploying manpower for
security of his Goods and Materials.
The Contractor shall not allow any visitor on the work site except with written permission of
the Engineer-.
56. Site Office and Other Infrastructure Set Up
a. The Contractor shall set up at each site its Site Office, Site laboratory etc. at his own cost
and bear all maintenance, running cost & charges for office including Electricity, water
supply, RO/drinking water, printing and plotting cartridges, paper, stationery etc. for the
entire duration of the Contract from the date of its execution. The site office shall be fully
furnished and adequate enough to accommodate manpower deployment as per Employer’s
Requirement. The same shall be equipped with A3 Printers, A1 size Plotters, PCs ,
Scanners and photocopiers etc. for smooth and efficient functioning of the project.
b. The Contractor shall construct/provide one site office (semi-permanent structure) at each
site with modern outlook for use by Engineer and Employer consisting of 4 rooms with
toilet and one conference Room with toilet having area not less than 200 Sqm for
Employer and Engineer staff. It should have engineered marble flooring in common areas
and vitrified tiles in rooms with UPVC windows and laminated flush door shutters and
toilet fixtures and specifications to be adopted for project and mentioned in list of
Approved makes. The location and plan shall be got approved from Engineer.
Specification for the site office shall be suitable and matching for running an office which
shall be got approved from Engineer. The Contractor shall provide a typical plan of site
office & conference room (having light fixtures, wiring &, AC, Wi-Fi internet etc.) with
specification within 15 days of award of work commencement. All running cost & charges
(i/c AMC etc.) for office including providing Electricity, water supply, RO/drinking water
etc. shall be borne by the Contractor. The Contractor shall provide, maintain and manage
all expenses for the running and maintaining of the office. The agency shall provide the
following furniture (new) for use at site office.
S. No. Articles Quantity
1. Executive table (wooden) with side racks 3 Nos.
2. Executive Chair 3 Nos.
3. Office Tables 5 Nos.

Contractor No. of Corrections


35

4. Office Chairs 2 Nos.


5. Steel Almirah 3 Nos.
6. Conference table (for 20 seats) 1 Nos.
7. Conference chairs 20 Nos.
8. Digital display arrangement & sound system for 1 set
Video Conferencing
c. The Contractor shall submit the layout plan/ sections/ elevations of the all the above set-up
within 15 days of commencement and get approval from Engineer, prior to setting up the
same.
d. The Site Office shall be ready for occupation and fully functioning with all team members
and facilities within 15 days of date of commencement. As an interim arrangement,
temporary porta cabins/ shelters with proper seating, drinking water and sanitary facilities
– separately for men and women technical staff shall be provided immediately within 3
days of date of commencement.
e. Power supply, water supply required for construction shall have to be arranged by the
Contractor at his own costs i/c required for testing & commissioning. Proper sewage
disposal facilities have to be arranged by Contractor at his own cost.
f. The Contractor shall provide protective clothing and safety equipment for Engineer and his
team comprising of minimum safety helmets, Steel toed construction shoes/ boots, Day
glow waist coat etc. as required by the Engineer.
57. Deployment of Technical Staff and Employees
a) The Contractor shall before commencement of works submit in writing to the Engineer the
organization chart along with the details of Technical staff and manpower, as per the
details specified in the Tender Document. It shall be ensured that all decision-making
powers shall be available to the Contractor’s Representative at Site itself to avoid any
likely delays on this account. The Contractor shall also furnish list of Sub-Contractor’s
personnel for specialized works to be executed for various items of work. The Contractor
shall identify and deploy key personnel and technical manpower having qualifications and
experience in the similar and other major works, as per the field of their expertise. If
during the course of execution of work, the Engineer- is of the opinion that the deployed
staff is not sufficient or not well experienced; the Contractor shall deploy more staff or
better-experienced staff at Site to complete the work with quality and in stipulated time
limit. Contractor’s Representative shall always be available at the Site during the actual
execution of the Works. The failure on part of the Contractor to deploy on site the required
personnel shall attract recovery as per rates specified in Volume-2.
b) The Engineer- shall be at liberty to object to and require the Contractor to remove from the
works any person who in his opinion misconducts himself, or is incompetent or negligent
in the performance of his duties or whose employment is otherwise considered by the
Engineer to be undesirable. Such person shall not be employed again at Works site without
the written permission of the Engineer and the persons so removed shall be replaced
immediately by competent substitutes.
58. Submittal Procedures
i. The Contractor shall submit a schedule of submittals, arranged in chronological order by
dates required by construction schedule. Include time required for review, ordering,
manufacturing, fabrication, and delivery when establishing dates. Include additional time

Contractor No. of Corrections


36

required for making corrections or revisions to submittals noted by Engineer and


additional time for handling and reviewing submittals required by those corrections. This
includes initial as well as final submittals.
ii. The Contractor shall arrange the following information but not limited to, in a tabular
format:
(a) Scheduled date for first submittal.
(b) Specification Section/ BOQ number and title.
(c) Submittal category: Action / Informational.
(d) Name of subcontractor.
(e) Description of the Work covered.
(f) Scheduled date for Engineer final release or approval.
(g) Scheduled date of fabrication.
(h) Scheduled dates for purchasing.
(i) Scheduled dates for installation.
iii. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings will
NOT be provided by Engineer for Contractor's use in preparing submittals.
iv. Coordination: Coordinate preparation and processing of submittals with performance of
construction activities.
v. The Engineer reserves the right to withhold action on a submittal requiring coordination
with other submittals until related submittals are received.
vi. The Contractor shall allow sufficient time for submittal review, including time for
resubmittals. Time for review shall commence on Engineer receipt of submittal. No
Extension of the Time will be authorized because of failure to transmit submittals enough
in advance of the Work to permit processing, including resubmittals.
vii. Paper and Electronic Submittals: Place a permanent label or title block on each submittal
item for identification as per the approved format.
viii. All Submittals shall have unique and distinguished numbering system in a sequential
number. Resubmittals shall include an alphabetic suffix.
ix. Transmittal for Paper Submittals: Assemble each submittal individually and appropriately
for transmittal and handling. Transmit each submittal using a transmittal form. Engineer
will return without review submittals received from sources other than Contractor.
59. Products - submittal procedures
The Contractor shall prepare and submit submittals required by individual Specification
Sections. Types of submittals are indicated in individual Specification Sections.
(i) Submit Paper and electronic submittals via email as PDF electronic files.
(ii) Submit (four) 4 paper copies of each submittal unless otherwise indicated.
(iii) Provide copy of certificates and certifications where indicated.
(iv) Product Data: Collect information into a single submittal for each element of
construction and type of product or equipment with all manufacturers’ details and

Contractor No. of Corrections


37

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.

Contractor No. of Corrections


38

(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.

Contractor No. of Corrections


39

 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.

Contractor No. of Corrections


40

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.

Contractor No. of Corrections


41

SECTION VIII - OCCUPATIONAL HEALTH, SAFETY & ENVIRONMENT


SECTION VIII- PART –1 OHS&E – General Requirements
1. Scope
The Requirements OHS&E details the requirements of the Employer for Safety, Health and
Environmental control measures associated with the Contractor and any other agency, to be
practiced on all construction sites or associated premises. The Costs 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 same.
1.1 Application of this document
1.1.1 The Requirements, OHS&E Part1 applies to all aspects of the Contractor’s scope of work,
including that conducted by their appointed sub-Contractor and other agencies on their behalf.
There shall be no activity associated with the Tamil Nadu Commerce Hub Project which is
exempted from the purview of this document. The Requirements OHS&E Part1 is
supplemented with a further two OHS&E Parts for ease of reference. Their individual scope
and applicability is as follows;
1.1.2 OHS&E Part-1 is the controlling document for the Contract and is fixed throughout the term of
the project. Compliance with OHS&E Part-1 is mandatory.
1.1.3 OHS&E Part-2 provides Safety & Health guidance that the Contractor may choose to use
unless stated as mandatory within Part-2. The contents of OHS&E Part-2 remains subject to
revision by the Engineer in the event of new legislation or changing circumstances. The
information contained within Part-2 are for guidance to Contractor for the preparation and
submission of his OHS&E plan and shall be used by the Engineer in assessing the sufficiency
and suitability of the Contractor’s management systems and performance.
1.1.4 OHS&E Part-3 provides Environmental guidance and procedural requirements for the project.
Part-3 remains subject to periodic revision and updating.
1.2 Purpose of this document
The purpose of this document, the requirements, OHS&E Part-1 is to provide Contractors and
other interested parties with the mandatory requirements relating to Health, Safety and the
Environment practices and performance expectations on the Project Sites.
This document:
1. Describes the OHS&E interfaces between the Employer, Engineer and the Contractor;
2. Details the processes by which the Contractor shall manage OHS&E issues while carrying
out the works under the contract and;
3. Describes by reference, the practices, procedures guidance, contents of reports guidance
and requirements pertaining to the Tamil Nadu Commerce Hub Project.
1.3 OHS&E Objectives
Five principle objectives for attainment during the project is identified. These long-term
objectives shall be supported with quarterly, short and medium-term objectives to enable
structured advancement in overall performance. The Short and medium-term objectives also aim
to facilitate effective monitoring and measurement to identify where a directional change may
be necessary. The Long-term objectives are:

Contractor No. of Corrections


42

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.

Contractor No. of Corrections


43

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

Contractor No. of Corrections


44

achieve those objectives. A management system includes organizational structure,


planning activities (including for example, risk assessment and the setting of objectives),
responsibilities, practices, procedures, processes and resources.
21. OHS&E objective. OHS&E goal, in terms of OHS&E performance that an organization
sets itself to achieve.
22. OHS&E performance. Measurable results of an organization’s management of its
OHS&E risks
23. OHS&E policy. Overall intentions and direction of an organization related to its OHS&E
performance as formally expressed by top management
24. Preventive action. Action to eliminate the cause of a potential nonconformity (3.19) or
other undesirable potential situation
25. Procedure. Specified way to carry out an activity or a process
26. Record. Document stating results achieved or providing evidence of activities performed
27. Risk. Combination of the likely hood of an occurrence of a hazardous event or exposure(s)
and the severity of injury or ill health that can because by the event or exposure(s)
28. Risk assessment. Process of evaluating the risk(s) arising from a hazard(s), taking into
account the adequacy of any existing controls, and deciding whether or not the risk(s) is
acceptable
29. Risk control. Selection and application of suitable measures to reduce risk
30. Shall. Indicates a mandatory requirement within this document
31. Stakeholders. Those with a vested interest in an organization’s achievements that includes,
but is not limited to, internal and “outsourced” employees, customers, suppliers, partners,
employees, distributors, investors, insurers, shareholders, owners, government and
regulators.
32. Status review. Formal evaluation of the OHS&E management system
33. Top management. Person or group of people who direct and control an organization at
the highest level
34. Worker representative. Representative of employee occupational health and safety
4. OSHE management system requirements
4.1 General requirement
4.1.1 The Contractor shall define and document the scope of its Occupational Safety Health and
Environmental (OHS&E) management system to meet legal requirements and the
requirements of as stated within this document.
4.1.2 The Contractor’s OHS&E management system shall determine how the organisation shall
document, implement, maintain and continually improve upon performance in accordance
with the requirements of the International OHSAS Standard.
4.2 Planning
4.2.1 Hazard identification, risk assessment and determining controls
4.2.1.1 The Contractor shall submit a procedure detailing the process in place for the identification of

Contractor No. of Corrections


45

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

Contractor No. of Corrections


46

change in location may introduce additional risks from construction activities.


4.2.1.5.5 Substances hazardous to health shall be subject to assessment by the Contractor. Where
Hazardous substances are identified for use within a process the assessment and determining
controls shall be included within the relative method statement.
4.2.1.6 Design Risk Assessment
4.2.1.6.1 Design Risk Assessments shall be submitted to the Engineer for granting of no objection.
Design risk assessments shall accompany all drawing submittals for operations involving;
Temporary works,
Formwork & false-work
Heavy lifting equipment.
4.2.1.6.2 Drawings shall not be accepted by the Engineer without accompanying design risk
assessment.
4.2.2 Legal and other requirements
4.2.2.1 Contractor shall comply with all legal obligations and the requirements of as contained
herein.
4.2.2.2 Indian statutory requirements
The Contractor shall abide by all national, state and local bye-laws. It is the duty of the
Contractor to ensure that all sub-Contractors appointed also comply with their legal
obligations as listed below including amendments but not limited to:
 Indian Electricity Act 2003 and Rules 1956
 Tamil Nadu Building and other construction Workers (regulations of Employment and
conditions of service) Rules, 2006.
 National Building Code, 2016
 Factories Act, 1948,
 The Tamil Nadu Factories Rules, 1950
 Motor Vehicles Act as amended in 1994, The Central Motor Vehicles Rules, 1989.
 Indian Road Congress Code IRC: SP: 55-2001 ‘Guidelines on Safety In Road
Construction Zones.
 The Petroleum Act, 1934 and Rules 1976
 Gas Cylinder Rules, 2003
 Indian Explosives Act. 1884, along with the Explosives substance Act 1908 and
the explosives Rules 1983
 The (Indian) Boilers Act, 1923
 The Public Liability Insurance Act 1991 and Rules 1991
 Minimum Wages Act, 1948 and Rules 1950
 Contract Labour Act, 1970 and Rules 1971
 Child Labour (Prohibitions & Regulations) Act, 1986 and Rules 1950

Contractor No. of Corrections


47

 Environment Protection Act, 1986 and Rules 1986


 Air (Prevention and control of Pollution) Act, 1981
 Water (Prevention and Control of Pollution) Act, 1974
 The Noise Pollution (Regulation & Control) Rules, 2000
 Notification on Control of Noise from Diesel Generator (DG) sets, 2002
 Recycled Plastic Usage Rules, 1998
 Notification, Central Ground Water Board, Act January 1997
 Manufacture, Storage & Import of Hazardous Chemicals Rules, 1989
 The Hazardous Waste (Management & Handling) Rules, 1989
 Hazardous Waste Management Rules 1989 (as amended in 1999)
 Batteries (Management and Handling) Rules
 Fly ash utilization notification, Sept 1999 as amended in August 2003
 Workman Compensation Act, 1923 along with allied Rules
4.2.2.3 International Standards, Guidelines & ISO Certifications
4.2.2.3.1 If the requirements stated in this document are in conflict or inconsistent with the
requirements of applicable laws or the Requirements for the project, the more stringent
requirements shall apply.
4.2.2.3.2 The works shall be undertaken in accordance with the applicable international guidelines,
standards and specifications on OHS&E and every Contractor shall actively pursue the
achievement of:
ISO 45001:2018 Occupational health and safety (OH&S) management system
ISO 14001:2015 Environmental management systems
4.2.3 Objectives and programme(s)
4.2.3.1 The Contractor shall maintain procedures to establish detailed OHS&E objectives and
performance criteria. Such objectives and performance criteria shall be developed to
incorporate the policy and strategic OHS&E objectives. The Contractor’s objectives shall be
quantified, wherever practicable, and identified with defined timescales. The Contractor is
required to submit for notice of no objection their procedure and objectives as per clause
4.4.4.1 of this control document.
4.3 Implementation and operation
4.3.1 Resources, roles, responsibility, accountability and authority
4.3.1.1 The Contractor shall detail within the Construction Health, Safety and Environmental Plan the
planned roles and resources allocated for the project. In addition to the staffing arrangements
the Contractor shall prescribe the responsibilities specific to role, accountability and the
authority under which they operate.
4.3.2 Responsibility
4.3.2.1 The Project Manager of the Contractor is responsible and accountable for compliance with the
conditions and clauses within this document.

Contractor No. of Corrections


48

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.

Contractor No. of Corrections


49

4.4.2 Competence, training and awareness


4.4.2.1 The Contractor shall ensure that the recruitment, selection and placement processes shall be in
place to ensure that personnel are qualified, competent, and physically fit for assigned tasks.
The Contractor shall produce a procedure that shall be made available to the Engineer for
notice of no objection as per Clause 4.4.4.1.2 of this document. The procedure shall define
the processes in place to ensure competence.
4.4.2.2 Any person employed thereon, who in the opinion of the Engineer, misconducts himself or is
incompetent or negligent or fails to conform with any particular provisions with regard to
safety, health or environment which is set out in the Contractor’s OHS&E Plan or a
requirement of the Contract, or persists in any conduct which is prejudicial to safety or
health, shall be removed from site immediately, and such persons shall not be employed
again upon the Works. The decision of the Engineer in this regard shall be final.
4.4.2.3 Contractor OHS&E personnel-Notice of No Objection from the Engineer
4.4.2.3.1 The name, educational qualifications and work experience for all OHS&E persons intended
for a Contractor’s OHS&E role shall be submitted to the Engineer for notice prior to
employment. Only upon notice of no objection by the Engineer shall OHS&E personnel be
authorised to work on a site. No objection certificate from the previous company to be
attached.
4.4.2.3.2 Age Limit: Shall not exceeding 55 years on the date of submission of proposal.
4.4.2.3.3 The Contractor shall appoint the required OHS&E personnel in accordance with the
qualifications and experience as listed in Table 1.
Table 1 OHS&E Personnel Qualifications & Expérience
Designation Qualification Experience (Years)
Chief The Chief OHS&E Manager shall be qualified in any o Minimum 15 years’
OHS&E f the following degrees/diplomas: experience after
Manager Graduation and
Post Graduate Diploma in Industrial Safety &
Minimum 10 years after
Environmental Management (PGDISEM)
Post Graduation
M.E. in Industrial Safety from NIT
and
B.E. in Fire and Safety Engg./
B.E. with advanced Safety Management Diploma/
Registered with OSHA or
B.E/ .Arch., with one year Full Time advanced Safet equivalent statutory
y diploma/ bodies.
B.E/B. Tech full time Degree with
Diploma in Industrial Safety.
Specific Experience- Completed Minimum 2 Projects
as per Similar works – Multi-storied Commercial/
Office/ Hospitality Buildings with Diaphragm wall ,
top down construction in last 7 years
Safety Graduate in Construction Safety / Diploma in Minimum 10 years

Contractor No. of Corrections


50

Engineer (3 Construction Safety for Graduate


nos)
Specific Experience Completed Minimum 2 & 15 years for
Projects as per Similar works – Multi-storied Diploma in relevant
Commercial/ Office/ Hospitality Buildings with field
Diaphragm wall, top down construction in last 7
Registered with
years
OSHA or
equivalent statutory
bodies.

4.4.2.3.5 OHS&E Induction Training


4.4.2.3.6 The Contractor shall ensure that all personnel working at the site receive an induction
OHS&E training explaining the nature of the work, reporting & communication routes the
hazards that may be encountered during the site work and the particular hazards attached to
their own function within the operation. The training shall cover as a minimum the contents
as directed within OHS&E Part 2.
4.4.2.3.7 Records of all inductions shall be maintained by the Contractor and be made available for
inspection by the Engineer upon request.
4.4.2.3.8 The Contractor shall provide their workforce and management staff with an OHS&E
induction Handbook containing the information as per the induction training.
4.4.2.3.9 A condensed induction shall be given by the Contractor to all visitors. The induction
briefing shall include the risk and hazards associated with the particular site and the
operations being conducted.
4.4.2.3.10 All personnel shall be issued a temporary ID upon the completion of the Contractor’s’
induction. The temporary ID shall be signed by the Human Resource Manager or appointed
representative and limited to a 2 week validity period at which time the temporary ID shall
be replaced with a permanent ID including photograph.
4.4.2.3.11 Individuals found on site by the Engineer without-dated temporary ID cards shall be
removed from site
4.4.2.4 OHS&E Training
4.4.2.4.1 The Contractor shall assess the training requirements for all the employees, plan and initiate
a training program to fulfil the training needs assessment. The assessment of training needs
shall incorporate all levels of staff including Sub-Contractor’s against an individual’s role,
responsibility, ability, language skill and risk.
4.4.2.4.2 The Contractor shall produce a ‘Training Implementation Plan’ to incorporate the findings
of the needs assessment.
4.4.2.4.3 The training needs assessment together with Implementation Plan shall be submitted to the
Engineer for notice of no objection within 4 weeks of commencement. The Engineer shall
evaluate the assessment and plan against the base line training matrix contained within
OHS&E Part 2.
4.4.2.4.4 Records of all training conducted shall be maintained and made available for inspection by
the Engineer upon request.

Contractor No. of Corrections


51

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.

Contractor No. of Corrections


52

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.

Contractor No. of Corrections


53

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 Control of documents

Contractor No. of Corrections


54

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

Contractor No. of Corrections


55

Contractor’s risk and cost.


4.4.6.3.5 The Contractor shall undertake a monthly review of the SEP. The review shall be
recorded and the Engineer notified of any updates.
4.4.6.4 Operational procedures
4.4.6.4.1 The Contractor shall identify within the Hazard Log and Risk Register the operational
control procedures that shall be applicable for the project under their individual scope of
works.
4.4.6.4.2 Operational procedures shall be submitted for review to the Engineer for notice of no
objection together with the Construction Site Safety Plan within 4 weeks of
commencement.
4.4.6.4.3 The operational procedures shall be evaluated by the Engineer against the requirements
stated within OHS&E Part 2, international safety standards such as the International
Labour Organisation, European Norms and British Standards where an equivalent Indian
Standard does not exist.
4.4.6.4.4 Construction works shall not commence until such time as a notice of no objection has
been received; applicable to all operational procedures as identified within Table 4 and the
Contractor’s Hazard Log & Risk Register. 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.
4.4.6.4.5 The submitted procedures shall be individually identified with a unique reference and
detail in sequence the scope, purpose, referenced material and procedure processes.
4.4.6.4.6 In the event that the Contractor is unable to comply with the 28 day timeframe for
submittal of the minimum operational procedures as detailed within Table 3, the
Contractor shall assign an individual identification reference for the outstanding procedure
within the Construction Health, Safety & Environmental Plan together with the statement
‘Under process’. The ‘Under Process’ procedure shall be required to be submitted for
notice of no objection a minimum of 28 days prior to commencement of any activity that
involves the application of the procedure.
Table 3 Operational Procedures
Lifting Operations & Plant & Equipment Occupational Health Emergency Medical
Lifting Equipment provisions Facilities &First Aid
Personal Protective Permit to Work Site Electricity & Welding & Cutting
Equipment Systems Distribution operations
Incident Investigation Traffic Management Working at Height Hazardous Substances
Site Security Fire Safety Manual Handling Site Set-up
Abrasive Wheels Public Interface Noise and Vibration Welfare Arrangements

4.4.6.4.8 The Contractor shall adopt the following colour code scheme across all Sites to ensure
efficient recognition of relevant personnel.

Contractor No. of Corrections


56

Safety Helmet Colour with Logo Designation


White Employers, Engineer and Engineer’s and Employer’s Staff
Violet Contractor’s Engineers & Supervisors
Blue Sub-Contractor’s Engineers & Supervisors
Red All Electricians
Green Safety personnel
Orange Security Guards & Traffic Marshals
Yellow General Workforce
White (With VISITOR Sticker) Visitors

4.4.7 Emergency preparedness and response


4.4.7.1 Emergency Response Plan
4.4.7.1.1 The Contractor shall prepare a project specific Emergency Plan and submit to the Engineer
for notice of no objection. The Emergency Plan shall be submitted within 4 weeks of
contract Commencement.
4.4.7.1.2 The plan must identify the potential for emergencies and the provisions for responding to
such emergencies, particular to their environment and location. The Emergency planning
arrangements shall be assessed as per the provisions in OHS&E Part 2 for suitability.
4.4.7.1.3 The Contractor shall ensure that all persons including sub-Contractors on site are aware of
the emergency procedure to follow in the event of an emergency. Awareness training shall
commence at induction and thereafter through refresher training such as toolbox talks and
monthly emergency drills. Records of refresher training and emergency drills shall be
maintained.
4.4.7.1.4 Site signage shall be erected and detail the emergency process to follow and include
emergency telephone numbers, fire, ambulance, police, nearest hospital etc.
4.4.7.1.5 Arrangements shall be made by the Contractor for casualty evacuation and emergency
medical treatment. The Contractor shall enter into an agreement with a hospital to provide
ambulance services. Alternatively, the Contractor shall provide a fully equipped ambulance
on-site that shall be manned by a paramedic. This provision shall be subject to the
Engineers audit.
4.5 Checking
4.5.1 Performance measurement and monitoring
4.5.1.1 The Contractor shall submit a Monthly OHS&E Progress Report no later than 7th of each
month to the Engineer. The Report shall contain the minimum information specified within
OHS&E Part 2. The report shall contain text, tables and colour photographs.
4.5.1.2 Site Inspection
4.5.1.3 Independent of the plant and equipment inspection, testing and maintenance regimes that shall
be stated within the Contractor’s Plant and Equipment Procedures, the Contractor shall carry
out site monitoring exercises on a daily and weekly basis.

Contractor No. of Corrections


57

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.

Contractor No. of Corrections


58

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

Contractor No. of Corrections


59

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.

Contractor No. of Corrections


60

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

LOW @ rate Rs 10,000/- per day per


C 48 Hrs NCR for Non Compliance with
in48 hrs

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.

Contractor No. of Corrections


61

TABLE-5

S. TOPIC MONTHLY MARS AUDIT DEDUCTIBLE


NO. AMOUNT *
1. MARS Audit Failing to achieve minimum 65% on a monthly As
basis Recommended
by Engineer-in-
Charge
2. OSHE Training i) Not complying to the requirements as mentioned in As
contract requirements on OSHE: Recommend
a) Induction training not given. ed by
b) Supervisor/engineer/manager training not Engineer-in-
conducted. Charge
c) OSH&E training not conducted.
d) Tool-box talk not conducted.
e) Skill development training not conducted.
f) Top management behavior based OSHE training
not conducted.

3. Site tidiness i) Housekeeping maintenance register not properly As


maintained up to date. Recommende
ii) Surrounding areas of drinking water tanks / taps d by
not hygienically cleaned / maintained. Engineer-in-
iii) Office, stores, toilet / urinals not properly Charge
cleaned and maintained.
iv) Required dustbins at appropriate places not
provided / not cleaned.
v) Stairways, gangways, passageways blocked.
vi) Lumber with protruding nails left as such
vii) Openings unprotected
viii) Excavated earth not removed within a reasonable
time.
ix) Truck carrying excavated earth not covered / tyres
not cleaned.
x) Vehicles / equipment parked / placed on roads
obstructing free flow of traffic.
xi) Unused surplus cables / steel scraps lying
scattered.
xii) Wooden scraps, empty wooden cable drums lying
scattered.
xiii) Water stagnation leading to mosquito breeding.

Contractor No. of Corrections


62

S. TOPIC MONTHLY MARS AUDIT DEDUCTIBLE


NO. AMOUNT *
4. Working at i) Not using or anchoring Safety Belt. As Recommended by
Height ii) Not using Safety Net. As Recommended by
Engineer-in-Charge
iii)Absence of life line or anchorage point to anchor Engineer-in-Charge
safety belt.
iv) Non-compliance of OSH&E contract
requirements.
v) Using Bamboo ladders.
vi) Not Painting of ladders.
vii) Improper usage (less than 1m extension above
landing point, not maintaining 1:4 ratio).
viii) Aluminum ladders without base rubber bush.
ix) Usage of broken / week ladders.
x) Usage of re-bar welded ladders.
xi) Improper guardrail, toe board, barriers and other
means of collective protection.
xii) Improper working platform.
xiii) Working at unprotected fragile surface
xiv) Working at unprotected edges.
5. Plant i)Non availability of fitness certificate. As Recommended
ii) Documents not displayed on the machine or not by Engineer-in-
available with the operator. Charge
iii)Maximum Safe Working Load not written on the
machine.
iv)Non-compliance of OSH&E contract requirements.
v) Automatic safe load indicator not provided or not in
working condition.
vi)Non-compliance of any of the items mentioned
regarding rigging requirements.
vii) Failure to submit method statement in case of all
critical lifting.
viii)Person riding on crane.
ix)Creating more noise and smoke.
x) Absence of portable fire extinguisher in
the driver cabin.
xi)Fail to guard hoist platform.
xii) No fencing of hoist rope movement area.
xiii)Hoist platform not in the horizontal position.

Contractor No. of Corrections


63

6. Electrical i) Non-compliance of OSHE contract As Recommended


requirements by Engineer-in-
ii) Exposed electric lines (fermentative Charge
damage) and circuits in the workplace.
iii) Inserting of bare wires into the socket
Improper grounding for the electrical
Appliances
iv)Electrical cables running on the ground
7. Fire precaution i) Smoking and open flames in fire prone area. As Recommended by
ii) Using more than 24V portable electrical Engineer-in-Charge
appliances in the fire prone area.
iii) Not proper ventilation in cylinder
storage area.
iv) Absence of fire extinguisher.
v) Fire extinguishers not refilled once in a year.
vi) Fire extinguisher placed in a not easily
accessible location

8. Excavation Non-compliance of OSHE contract requirements As Recommended by


Engineer-in-Charge
9 Public Non-compliance of OSHE contract requirements As Recommended
Interface & by Engineer-in-
Site Entry Charge
10 Barricades a) Barricades As Recommended
i) Not Cleaned by Engineer-in-
ii) Not in alignment Charge
iii) Not numbered
iv) Not painted
v) Red lights / reflectors not working
vi) Damages not repaired
vii) Not secured properly
viii) Barricade inspector not employed
ix) Protruding parts I portions repaired
x) Barricades maintaining register not properly
maintained up to date
11 Contractor b) Contractor Vehicles As Recommended
Vehicles i) Over loading of vehicles by Engineer-in-
ii) Unfit drivers or operators Charge
iii) Unlicensed vehicles
iv) Absence of traffic marshals
v) Absence of reversing alarm
vi) Absence of fog light (at winter)
vii) Power / hand brakes not in working condition.

Contractor No. of Corrections


64

12. Welfare i) Non adherence of Labour welfare provisions of As Recommended


BOCWA by Engineer-in-
ii) Fail to register establishment and display the Charge
registration certificate at workplace
iii) Absence of workers register and records
iv) Absence of muster roll and wages register
Fail to display an abstract of BOCWA and
BOCWR.
13. Environment i) Tyre wash facility not provided. As Recommended
ii) Spillage from vehicles not arrest. by Engineer-in-
iii) Air monitoring not practiced. Charge
iv) Noise monitoring not practiced.
v) The values of air monitoring and noise
monitoring not within acceptable limits.
vi) Dust control measures at sites not practiced.
vii) Improper disposal of debris / residues.

14. Floor Openings i) No Risk Assessment carried out showing As Recommended by


physical barriers or risk of operatives falling Engineer-in-Charge
into hole. Design assessment does not
incorporate falls from height
ii) Daily monitoring not recorded.

iii) Sub-contractors supervision


management not include inspection in
their weekly report.
15. Confined i) No procedure in place including emergency As Recommended
Spaces actions. by Engineer-in-
ii) No Risk Assessment carried out showing Charge
hazards and risk to operatives.
iii) Untrained operative monitoring air supply.
Faulty equipment on site. Battery low, no
equipment on site, no monitoring
iv) No rescue equipment on site and works in
progress.
16. SHE i) Not complying to the minimum manpower i) As Recommended
Organization requirements as mentioned in the contract by Engineer-in-
Requirement Charge
ii) Not filling up the vacancies
Without limiting to the unsafe acts and or conditions mentioned above the Engineer shall have the right to
deduct charges for any other unsafe act and or condition depending upon the gravity of the situation on a
case-to-case basis. The charges shall be in comparison with that of the similar offence indicated in the
above table.
* Maximum amount deductible for item at S. No. 1 during the entire contract duration shall
not exceed 1% of contract value.
** Maximum cumulative amount deductible for items at S. No. 2 to S. No. 16 during the
entire contract duration shall not exceed 1% of contract value.

Contractor No. of Corrections


65

SECTION VIII: PART 2- OHSE – SAFETY AND HEALTH


GUIDANCE
The tentative list of formats of forms, submittals are provided for reference. The contractor
shall prepare his own OHS plan and submit for approval under guidance of Engineer. The
Forms are as follows but not limited to -

1. STANDARD FORMS
INDEX REFERENCE REVISION DATE

Pre Task Check Form FSAF 01


General Permit FSAF 02
Hazard Log & Risk Register FSAF 03
Scaffold inspection register FSAF 04

Scaffolding Handover certificate FSAF 05


Crane Operator Weekly Inspection Check list FSAF 06
Excavation Permit FSAF 07

Hot Work Permit FSAF 08


Near miss report FSAF 09

Confined Space FSAF 10


First aid slip FSAF 11
Safety Inspection Report Template FSAF 12

Record of Induction Training FSAF13


Induction Checklist Form FSAF14

Visitors Induction FSAF15


MEWP Check list FSAF16
Permit to work on electrical FSAF17

Permit to excavate FSAF18


Excavator Check list FSAF19

Oil Storage FSAF20


Harness Checklist FSAF21
Monthly Accident Statistic Report FSAF22

Formation of Site SHE Committee FSAF23


Minutes of SHE Committee Meeting FSAF24

Contractor No. of Corrections


66

2. GUIDANCE DOCUMENTS
INDEX REFERENCE REVISION DATE

Lifting Operations Guidance GSAF 01

Method Statements Contents GSAF 02

Working At Height GSAF 03

SHE Training Matrix GSAF 04

Emergency Fire Bomb GSAF 05

Audit Criteria GSAF 06

Emergency Response Plan GSAF 07

Health Plan GSAF 08

On Site Traffic Management Plan GSAF 09

GSAF 10
Project OHS Plan

Site Fire Plan GSAF 11

Traffic Management Plan GSAF 12

Training Implementation Plan GSAF 13

Monthly Report Contents GSAF 14

GSAF 15
Safety Posters

ID Card Formats GSAF 16

Days to be Observed GSAF 17

Minimum Lighting Requirements GSAF 18

Contractor No. of Corrections


67

3. CONTENTS OF LIFTING OPERATIONS GUIDANCE

Sample Contents for Guidance-

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 ...............................................................................................................

Contractor No. of Corrections


68

9.3 Controlling Access to the Lift Area ..........................................................................................


9.4 Conducting the Lifting Operation.............................................................................................
9.5 Moving the Load .......................................................................................................................
9.5.1 Load Handling ...........................................................................................................................
9.6 General Instructions for Crane Operators ...............................................................................
9.6.1 The Crane Operator Must NOT: ................................................................................................
9.6.2 The Crane Operator MUST: ......................................................................................................
9.7 Banksman and Load Handler (Slinger) Procedures.................................................................
9.7.1 General Instructions for Banksmen ...........................................................................................
9.8 Reacting to Changing Circumstances ......................................................................................
10. Learn and Record...............................................................................................................
APPENDIX 1 – EXAMPLE Task Based Risk Assessment ..............................................................
APPENDIX 2 – Example Lifting Plan & Lift Method Statement .....................................................
APPENDIX 3 – Wire Ropes – Care and Inspection ..........................................................................
A3.1 Introduction ..............................................................................................................................
A3.2 Construction .............................................................................................................................
A3.2.1 Ordinary Lay.............................................................................................................................
A3.3.2 Lang’s Lay ................................................................................................................................
A3.3.3 Non-Rotating ...........................................................................................................................
A3.4 Wire Ropes Inspection ..............................................................................................................
A3.4.1 Factors Causing Rope Deterioration .........................................................................................
A3.4.2 Wire Rope Discard Criteria ......................................................................................................
APPENDIX 4 – Recommended Hand Signals ..................................................................................
APPENDIX 5 – Lifting of Personnel.................................................................................................
A5.1 Personnel Lifting With a Crane ................................................................................................
A5.2 Personnel Work Cages & Baskets ............................................................................................
A5.2.1 Work Baskets.............................................................................................................................
APPENDIX 6 – Typical Adverse Weather Guidelines......................................................................
APPENDIX 7 – Guideline on Use of Lifting Accessories ................................................................
Table A7.1 Working Load Limit for Slings Using STEEL Cored Rope ..................................................
Table A7.2 Working Load Limit for Slings Using FIBRE Cored Rope ...................................................
Table A7.3 Working Load Limit for Round-slings

Contractor No. of Corrections


69

4. CONTENTS OF WORKING AT HEIGHTS – GUIDANCE

1. Scope .................................................................................................................................................
2. Definitions.........................................................................................................................................
3. Responsibility ...................................................................................................................................
4. Procedure ..........................................................................................................................................
5. Examples / Diagrams / Flow Charts .................................................................................................
6. General Assessments ........................................................................................................................
WORKING AT HEIGHT (GENERAL) RISK ASSESSMENT ..............................................................

Contractor No. of Corrections


70

SECTION VIII- PART –3 OHS&E – Environmental Guidance and


Procedural Requirements
1. Introduction
Significant success has been made in India in developing and enforcing environmental
regulations in many areas.. Many of these areas have a high potential for adverse environmental
impact if allowed to go unregulated. Therefore enforcement of adequate environmental
standards to provide for the protection of the people and the environment is mandatory.
The Contractor shall comply with all applicable Indian laws and regulations to mitigate the
adverse environmental impacts from the construction activities. The Contractor shall conduct an
analysis of the environmental Impacts, and implement suitable measures to mitigate the adverse
impacts so as to comply with all the environmental standards & regulations. All appropriate
categories/areas, such as air quality, noise, water quality, etc. are to be considered in the
environmental analysis. The Contractor will have to undertake Environmental Monitoring and
Audit during construction to measure the environmental impacts. Should the impact
measurements exceed the respective limits set forth in government regulations, the Contractor
shall be required to review and implement effective measures so as to ensure that the impact of
the construction works will not exceed the respective limits set forth in the environmental
regulations.
The Contractor shall be responsible for the total compliance of the Environmental Protection
safeguards as elaborated in this Environmental Management Arrangements.
1.1 The ‘Environmental Management Arrangements’(EMA) document forms an essential part of
the overall Environmental protection system employed by for the construction of the project.
1.2 The EMA has been prepared to facilitate construction progress while ensuring fulfilment of
environmental commitments. It provides systematic procedures for monitoring and minimizing
environmental impacts that may arise from the construction activities.
1.3 The EMA will apply to all construction works of the Project carried out by the Contractors and
Sub-Contractors.
1.4 The primary reason for adopting the EMA approach is to make the Contractor aware of his
environmental responsibilities and to ensure his commitment to achieving the specified
standards.
1.5 The EMA is meant to be a living document that will be updated as design and construction
progresses and when further environmental issues are identified.
1.6 Periodic reviews of the plan and procedures will be performed to ensure continual improvement
of the Plan’s adequacy and it will be expanded and updated during the project duration
1.7 The EMA is set out as follows:
 Section 2 highlights the purpose and scope
 Section 3 outlines the objective, which will form a basis for Environmental Management
System
 Section 4 lists the definitions and abbreviation of terms used
 Section 5 sets out the responsibilities for application of the procedures

Contractor No. of Corrections


71

 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

Contractor No. of Corrections


72

 Result in unmitigated ecological or environmental degradation


2.3 The EMA is intended to guide and assist the Contractors in exploring all reasonable and feasible
means for reducing construction related environmental impacts as they prepare and produce
contract-specific Aspect / Impact Assessments and Site Environmental Plans.
2.4 The EMA stipulates environmental controls that in lieu of alternative controls specified by the
Contractor must be applied.
2.5 Environmental controls adopted by Contractors as an alternative to the measures identified
herein must be as protective of the environment.
2.6 The scope of the EMA is to establish procedures to:
 Supervise Contractor’s compliance with defined environmental control criteria by carrying
out reviews of monitored impact data
 Oversee the procedure for identification of mitigation measures, their design and
implementation
 Carry out environmental monitoring emissions during construction through an impact
monitoring programme
 Undertake additional ad hoc monitoring if required, to address specific instances
3. Objective
3.1 The various components included in the EMA along with the Engineer’s requirements on
Environment will form the basis of an Environmental Management System to be implemented
by, which will enable it to manage the environmental challenges and resolve environmental
issues posed during construction of project.
3.2 The main objectives are to:
 Provide database from which environmental impacts of the project can be determined.
 Provide timely indication if any environmental control measure fails to achieve desired
results.
 Monitor effectiveness of environmental mitigation measures
 Initiate remedial action if unacceptable impacts arise.
 Determine Contractor’s compliance with statutory and legal requirements.
4. Definitions & Abbreviations
4.1 Air Monitoring and Control Plan is abbreviated as AMCP.
4.2 Auditor: Person with the competence to conduct an audit.
4.3 A – Weighted Noise levels in Decibels (referenced to 20 micro-Pascal) as measured with A -
weighting network of standard sound level meter, abbreviated dB(A).
4.4 Central Pollution Control Board, New Delhi is abbreviated as CPCB.
4.5 Continual improvement: Recurring process or enhancing the environmental management
system in order to achieve improvements in overall environmental performance consistent with
the organization’s environmental policy.
4.6 Corrective action: Action to eliminate the cause of a detected nonconformity.

Contractor No. of Corrections


73

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.

Contractor No. of Corrections


74

4.27 Nonconformity: Non-fulfilment of a requirement.


4.28 Nuisance is annoyance, which results from any construction activity that affects the material
comfort and quality of life of the inhabitants of the area surrounding the construction site.
4.29 Organization: Company, corporation, firm, enterprise, authority or institution, or part or
combination thereof, whether incorporated or not, public or private, that has its own functions
and administration. It also includes the Contractor executing the contract of.
4.30 Preventive Action: Action to eliminate the cause of a potential nonconformity.
4.31 Prevention of pollution: Use processes, practices, techniques, materials, products, services or
energy to avoid, reduce or control the creation, emission or discharge of any type of pollutant or
waste, in order to reduce adverse environmental impacts.
4.32 Procedure: Specified way to carry out an activity or a process.
4.33 Record: Document stating results achieved or providing evidence of activities performed.
4.34 Respirable Particulate Matter is abbreviated as RPM and is particulate matter with size less
than 10 µm and is measured in µg/m3(microgram per cubic meter)
4.35 Suspended Particulate Matter is abbreviated as SPM and measured in µg/m3(microgram per
cubic meter)
4.36 Site Environmental Plan: A document prepared by the Contractor that contains detailed
procedures on implementing the Engineer requirements on Environment.
4.37 Usage factor: Expressed as the percent of time that the equipment is operated at full power
while on site.
4.38 Waste is unwanted surplus substance arising from the application of all construction operations
and any substance or articles, which is required to be disposed.
5. Responsibilities
5.1 The Contractor shall set up an environmental team to execute the environmental requirements.
5.2 The duties of the Contractor’s Environmental Team will include (but not limited to):
 To monitor the various environmental parameters as required by the EMA
 To inspect, investigate and audit the work methodology with respect to environmental
mitigation and control
 To anticipate environmental issues before they arise and plan for their mitigation
 To audit and prepare audit reports, weekly/monthly reports on site environmental
conditions for submission to the Engineer .
5.3 Reporting to the Engineer , the Contractor shall
 Work within the scope of contract and other tender condition.
 Operate and strictly adhere to the requirements of his contract specific-SEP
 Undertake any corrective actions as instructed by his Environmental Manager
5.4 To lead his Environmental team, the Contractor shall deploy an Environment Specialist who
shall be responsible for environmental control, pollution monitoring, and record keeping and be
available to the Engineer for resolution of environmental issues.

Contractor No. of Corrections


75

6. Site Environmental Plan


6.1 To effectively implement monitoring, mitigation and remedial requirements, an appropriate
contractual and supervisory framework needs to be established.
6.2 The basis of framework within which implementation will be managed is through the
preparation of contract-specific Site Environmental Plan by the Contractor. The Engineer will
audit this contract-specific plan and advise the necessary remedial actions required through
contractual means.
6.3 The Site Environmental Plan shall provide details of the means by which the Contractor (and
all subContractors working for the Contractor) will implement the recommended mitigation
measures and achieve the environmental performance standards defined both in Indian
environmental legislation and in the Engineer ’s requirements.
6.4 Based on Site Environmental Plan outline given in this document, as Appendix – I, Contractor
shall prepare a Site Environmental Plan for submission as part of the tender process.
6.5 The outline Environmental Plan shall demonstrate the determination and commitment of
Contractor’s organisation towards environment and indicate how the environmental
performance requirements laid out in the Engineer ’s requirements will be met and, where
appropriate exceeded.
6.6 Within 28 days of the date of commencement, the Contractor shall submit a Site Environmental
Plan in line with the Tender and contract requiremnts for notice of approval/ Notice of no
objection of the Engineer. .
6.7 The contract-specific Site Environmental Plan will contain description of all procedures
developed to control environmental pollution. Elements of the plan must address the
management of pollution, the monitoring programme, and the reporting requirements.
6.8 The Site Specific Environmental Plan shall contain an Aspect Impact register together with
outline proposals/procedure for mitigating negative impacts.
7. Contractor’s Method Statement
7.1 It shall be the practice for the Contractor to prepare method Statement in advancement of actual
works, for the notice of no objection of the Engineer .
7.2 The Contractor’s Environment Specialist will be one of the signatories to the Method Statement,
after assessing and verifying the environmental impact of the prepared construction activity and
ensuring that effective control measures will be in place, timely.
8. Environmental Performance Reviews
8.1 Environmental Performance Reviews, through an Environmental Audit Programme, may be
carried out quarterly by the Engineer to assess the effectiveness of the Site Environmental Plan,
and that the required mitigation measures are routinely implemented and environmental
standards are maintained.
8.2 The preliminary objective of the audit programme will be to assess the effectiveness of
management systems established by the Contractor to implement the environmental mitigation
measures.
8.3 The reviews by The Engineer shall focus on the effectiveness of the implemented measures to
achieve the purpose not simply the fact that a measure has been implemented.

Contractor No. of Corrections


76

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.

Contractor No. of Corrections


77

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

Contractor No. of Corrections


78

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

Contractor No. of Corrections


79

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

Contractor No. of Corrections


80

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

Contractor No. of Corrections


81

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.

Contractor No. of Corrections


82

(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

Contractor No. of Corrections


83

(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

Contractor No. of Corrections


84

alternatives, which generate reduced quantities or even no chemical waste, or less


dangerous types of chemical waste.
(ii) The Contractor should explore the possibilities given in (i) above and produce
evidence of acceptable disposal methods (e.g., waste transfer) to the Engineer .
(iii) Containers used for the storage of chemical waste should:
 Be suitable for the substances they are holding, resistant to corrosion, maintained in
good condition, and securely closed.
 Be of adequate capacity and
 Display a label in English and local language as to the contents, quantity and safe
method of disposal in accordance with instructions contained in Environment
regulations and local and statutory body approvals and notifications..
(iv) The storage area for chemical waste should:
 Be clearly labelled and used solely for the storage of chemical waste;
 Be enclosed on at least three sides;
 Have an impermeable floor and bunding, of capacity to accommodate 110% of the
Part of the largest container or 20% by Part of the chemical waste stored in that area,
whichever is higher
 Have adequate ventilation;
 Be covered to prevent rainfall entering and
 Be arranged so that incompatible materials are adequately separated.
(v) Disposal of chemical waste should be through a licensed waste collector, duly
authorized by State Pollution Control Board as the case may be. License of the
waste collector shall be shown to the Engineer on demand.
(vi) The Contractor should maintain an inventory of chemicals, solvents and adhesives.
He should minimise disposal of excess material, reuse when applicable and dispose
of chemical waste properly. He should prepare a plan that identifies proper
ventilation, protected clothing and personal protective equipment.
(vii) The Contractor should have a point of contact, who will maintain the above
information and also conducts periodic inspections.
(g) Hazardous Waste
(i) Classification of waste as Hazardous shall be in accordance with Hazards Waste
(Management & Handing) Rules 1989, and 2003 or its latest amendment.
(ii)The Contractor shall identify all the hazardous waste generated as a result of his activities.
If such waste is generated then the Contractor shall apply to State Pollution Control Board
for ‘authorisation’ according to Form 1 of the Hazardous Waste (Management &
Handling) Rules and dispose the same only to currently authorised recyclers( a list of
which can be obtained from State Pollution Control Board) under intimation to the
Engineer .

Contractor No. of Corrections


85

(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

Contractor No. of Corrections


86

Recyclable Blue Paper & Plastic


Burning / Combustible Red Burning
Scrap Metal Brown Metal

(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.

Contractor No. of Corrections


87

(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.

Contractor No. of Corrections


88

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.

Contractor No. of Corrections


89

(i) Such material/chemicals/substances used shall be treated, handled, stored, transported


and disposed off, by the Contractor, in a manner specified in the MSDS.
8.9 Prevention of Mosquito Breeding
(a) Measures shall be taken to prevent mosquito breeding at site. The measures to be taken
shall include, but not limited to, the following:
(i) Construction run of shall not be allowed to stagnate at work sites specially at
construction depots and batching plant locations, by executing and efficient drainage
system and/ or levelling off low lying areas;
(ii) Empty cans, oil drums, packing and other receptacles which may retain water shall be
deposited at a central collection point and shall be removed from the Site regularly;
(iii) Still waters shall be treated at least once every week with oil in order to prevent
mosquito breeding;
(iv) Contractor’s Equipment and other items on the Site, which may retain water, shall be
stored, covered or treated in such a manner that water could not be retained.
Posters in both local language and English which draw attention to the dangers of permitting
mosquito breeding shall be displayed prominently on the site.
10. Landscape and Aesthetics
1.1 The Contractor should be able to demonstrate evidence that the landscape and aesthetics quality
during construction have been considered and appropriate actions have seen taken to mitigate
negative impacts due to construction.
1.2 The construction of system will have negative but temporary impacts on the landscape and
aesthetics due to loss of amenities and tress. Large-scale construction activity will impact
negatively on roadside areas and residential communities immediately adjacent to the
construction sites.
1.3 However, transplanting, replanting of trees and additional landscape treatment is likely to result
in long-term beneficial impacts. Some such species are given in
Table –2 for guidance.

Contractor No. of Corrections


90

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

Sl. No. Botanical Name Common Name


B PALMS
1. Areca leutescens Areca Palm
2. CycusRevoluta Cycus
3. OreodoxaRegia Royal Palm/Bottle Palm
4. Phoenix palm Date Palm
5. Rhapihis palm Rhaphis Palm
C GROUND COVER
1. Asparagusprengeril Asparagus
2. Chlorophytumcomosum Chlorophythum
3. Durantagoldeana Golden Duranta
4. Iresinherbestii Lal Sag
5. Lantana alba White Lanta

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.

Contractor No. of Corrections


91

(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

Contractor No. of Corrections


92

 Provision of sidewalks of least 2m where feasible


 Physical separation between construction zone and sidewalks of concrete barriers or
wood fencing or mesh fencing
12.4 Wherever heavy equipment like cranes or dozers have to be moved on public roads and the
normal moving dimensions are infringed, these shall be moved under advice to traffic police, and
with adequate precautions and at low speed.
13. Archaeological and Historic resources
No Buildings of Archeological or Historic importance are within the project sites. However
during construction , archeological or historical resources may potentially be affected by direct
or indirect construction activity . If any such structures are likely to be affected, special
measures to be initiated with the notice of no objection of the Engineer.
14. Environmental Monitoring – General
14.1 The Contractor’s Environmental Team shall carry out the monitoring of environmental impacts
during construction. Representative sensitive receivers in the vicinity of the works shall be
monitored for noise, water and air quality impacts.
14.2 For carrying out impact monitoring for noise and air, equipment shall be provided, operated and
maintained by the Contractor. The equipment shall be kept in a good state of repair in
accordance with the manufacturer’s recommendations and maintained in proper working order
with sufficient spare equipment available in the event of breakdown to maintain the planned
monitoring programme.
14.3 The calibration of monitoring instruments and their respective calibrators shall be carried out in
accordance with the manufacturer’s requirement to ensure they perform to the same level of
accuracy as stated in the manufacturer’s specifications.
14.4 Suspended Particulate Matter (SPM) levels shall be measured by following the standard high
Part sampling method as set out in High Part Method for Suspended Particulate, BIS: 5182-
1981. Respirable Particulate Matter (RPM) shall be measured in accordance with BIS 5182 Part
4.
14.5 24-hour average SPM concentration shall be measured by drawing air through a High Part
Sampler (HVS) fitted with pre-weighted Glass Fiber filter paper at an average flow rate not less
than 1.1m3 per minute. Similarly for RPM, Respirable dust sampler, fitted with pre-weighted
Glass Fiber and an average flow rate of not less than 1.1m3/minute shall be used. The duration
of monitoring of RPM shall be 24 hrs.
14.6 The minimum requirements to the specifications of sound level meter are given in IS: 9779-
1981.
14.7 The Contractor’s monitoring programme is summarised in Table –3.

Contractor No. of Corrections


93

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.

Contractor No. of Corrections


94

ENVIRONMENTAL IMPACTS OFTHE PROJECT AND MITIGATION MEASURES


S. Activity / Mitigation
Area Measures/Management Plan
No Pollutant Source Frequency
1 Site Air Dust from Temporary Water sprinkling shall be done at the
Clearance, Emissions construction during location where dust generation is
Levelling SPM, RPM, activities and construction anticipated.
and CO, NOx, excavation. phase only
Necessary steps would be taken to
Construction. SO2 NOx, SO2 and maintain all the equipment and
CO from vehicle vehicle used and transportation of
materials in proper condition for
exhaust
reduce the emissions and prevent
pollution.
Low Sulphur diesel will be used for
the construction equipment. DG sets
will be let out through the stacks
installed with adequate height.
The stacking of all the construction
materials shall be
covered and confined within the site
to avoid air emissions.
Solid waste Temporary The generation of construction waste
Earth / from during initial shall be used for the formation of
Solid waste construction construction roads and backfilling and levelling
activity and phase within the site
excavation
Noise generated
from Temporary Ear muffler / plug will be given to
Noise construction during initial the workers working around the or
equipment and construction operating plant and machinery
machinery phase emitting higher noise levels than the
permissible limits.
Wastewater Temporary The waste water disposal will be
Wastewater from during done using septic tank with soak pit
construction construction arrangements
activities phase

Contractor No. of Corrections


95

15. Air Monitoring


15.1 Construction activities that will generate dust impacts include excavation, material handling
and stockpiling, vehicular movement, and wind erosion of unpaved work areas.
15.2 The impact of fugitive dust on ambient air pollution depends on the quantity generated, as well
as the drift potential of the dust particles injected into the atmosphere. Large dust particles will
settle out near the source and smaller particles are likely to undergo dispersal over greater
distance from the sources and impeded setting. SPM and RPM levels will be monitored to
evaluate the dust impact during the construction phase of the Project.
15.3 The Air Quality Monitoring and Control Plan (AMCP) in contract-specific Site Environmental
Plan prepared by the Contractor shall establish procedures to monitor impact air quality and
measures to control air pollution including dust suppression due to construction activities at
work sites. This plan shall contain description of activities that will cause degradation in air
quality, environmental procedures to manage pollutants, monitoring programme record keeping
and reporting.
15.4 The Engineer shall monitor Contractor’s performance of tasks specified and will inspect
necessary records, reports and procedures related to the control of air quality given in AMCP.
15.5 Information gathered during the AMCP will be catalogued and maintained by the Contractor
and shall be available for review by the Engineer .
15.6 The exact location of the air monitoring stations located near air sensitive receptors adjoining
the construction sites, such as residences, schools, and hospitals and placement of monitoring
equipment shall be agreed with the Engineer prior to commencement of air monitoring
programme.
15.7 Impact monitoring during the course of the Works shall be carried out at the monitoring
stations for two days (continuous twenty-four hours) every fifteen days and where there is a
perceived air quality problem.
15.8 The Contractor should construct suitable fence, lockable gate, 220V AC power point and
suitable access at each air monitoring station. Monitoring stations should be free from local
obstructions or sheltering.
15.9 Should impact monitoring record dust 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 air quality;
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 air quality.
15.10 The Contractor shall keep records of air quality monitoring (including location, date, time). The
Contractor shall submit a copy of monitoring results to the Engineer . The results should
represent a statistical evaluation of data by calculating maximum, minimum, mean, for
valuation of trends, and comparison with emission standards.

Contractor No. of Corrections


96

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

Contractor No. of Corrections


97

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

LAND USE MAXIMUM NOISE LEVELS – Lmax dB (A)

Residential Day Time -75 Night Time - 65


Commercial At all Times -85

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.

Contractor No. of Corrections


98

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.

Contractor No. of Corrections


99

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.

Contractor No. of Corrections


100

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.

Contractor No. of Corrections


101

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

Sl. No. Condition of Structure Max. PPV in mm/sec

1. Most structures in “good condition” 25

2. Most structures in “fair condition” 12

3. Most structures in “poor condition” 5

4. Water supply structures 5

5. Heritage structures/bridge structures 5

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.

17. Environmental Site Inspection


17.1 Site inspection shall be undertaken by the Contractor’s staff to inspect the construction
activities in order to ensure that appropriate environmental protection and pollution control
measures are properly followed and implemented. The frequency of site inspection shall be at
least once a week.
17.2 The Contractor shall prepare an ‘Environmental Inspection and Action Reporting System’,
submit to the Engineer for notice of no objection and make amendments as suggested. It
shall contain a contract specific comprehensive Environment Inspection checklist as
requirement of Site Environmental Plan.
17.3 The area of inspection shall not be limited to environmental compliance within the site but
areas outside the site which are likely to be affected, directly or indirectly by activities at site.
17.4 Results of inspection shall be discussed with Engineer and his recommendations on better
environmental protection shall be notified to the Contractor for taking immediate action and
rapid resolution of identified non-compliance.
17.5 If significant environmental problems are identified or if there is an environmental complaint
or as a part of investigation work, then the Engineer shall also carry out Ad hoc site
inspection which shall be attended by Contractor’s Representative.

18. Environmental Audits

Contractor No. of Corrections


102

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:

Contractor No. of Corrections


103

 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

Contractor No. of Corrections


104

(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

Contractor No. of Corrections


105

STEP 2: Identify the Hazards


a) Are you using (Tick boxes)
[ ] plant/equipment [ ] scaffolding
[ ] portable electrical equipment [ ] ladders
[ x ] pressure vessels/boilers [ ] lifts/hoists/cranes/dogging/rigging/load
[ x ] hazardous substances shifting machinery
b) Does the project/task involve (Tick boxes)
[ ] using tools/equipment with [ ] working around electrical installations
moving part(s) [ ] working near traffic
[ ] using tools/equipment that [ ] working at a height (>3m)
vibrate [ ] working in isolation
[ x ] working with x-rays ,or lasers [ ] working in a confined space
[ ] electrical wiring [ ] manual handling
[ x ] asbestos removal [ ] repetitive or awkward movements
[ ] welding [ x ] lifting or moving awkward or heavy objects
[ x ] hazardous waste
[ ] excavation / trenches (>1.5m)
c) Is there (Tick boxes)
[ ] noise [ ] slippery surfaces/trip hazards
[ ] dust/fumes/vapours/gases [ x ] poor ventilation/air quality
[ x ] extreme temperatures [ x ] a poorly designed work area for the project/task
[ x ] risk of fire/explosion

STEP 3: Assess the Risk


During Construction Phase:
Air Water Noise Soil Occupational
Activities
Pollution Pollution Pollution Pollution Hazard
A. Material Handling:
Cement +M - - +M +M
Steel - - + - +M
Sand - - - - -
Stone - - - - +L
Wood - - - - -
Glass - - - - +H
Hardware - - - - -
Color - +H - +H -
B. Construction Machinery
Rotary Driller +L - +H - +H
Mixers +M - +M +L +M
Excavator +L - +L - +H
Material Lift - - +L - +H
Risk Factor:
+ : Positive
- : Negative
L : Low
M : Medium
H : High
For any projects/tasks that present a high or extreme risk, a Safe Work Method
Statement must be completed.

Contractor No. of Corrections


106

STEP 4: Control the Risk

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

a) Note Permits/Licenses/Registration required


[x ] Demolition work [ ] Electrical [ x ] Friable asbestos removal [ x ]
wiring [ x ] Pressure vessels Ionizing radiation sources
[ ] registers for chemicals, Personal
protective Equipment, training,
ladders, lifting gear
b) Note certificates of competency/licenses for operators
[ ] Scaffolding [ ] Rigging [ ] Pesticide application [
] Crane operation
[ ] Load shifting machinery operation
[ ] Hoist operation

c) Note emergency systems required


[ ] first aid kit [ ] Fire control
[ ] extended first aid kit [ ] remote communication mechanism

[ ] emergency stop button [ x ] others


[ ] additional emergency procedures

Contractor No. of Corrections


107

STEP 5: Actions Required Controlling the Risk

A. During construction to reduce pollution:


 Manual water sprinkling during dust excavation
 Using RMC to reduce air pollution
 Dust cover for Trucks
 New Construction Machinery
 Equipment will work intermittently
 Rotary drillers instead of acoustic drillers
 Vehicular trips will not be at peak traffic hour
 Ear Plugs to workers
 No noise polluting work in night shifts
B. Safety & Hygienic Measures:
 Adequate drinking water, toilet and bathing facilities
 There will be free medical camps and first aid rooms for workers
 Safety equipments like helmets, safety shoes etc. to personnel and visitors
 Personnel protective equipments like leather gloves, goggles and ear muffs when required
 Personnel working on heights will wear safety equipments and will not work alone
 To prevent any accidents, the entire area under construction will be cordoned off with tin
sheets and safety tape is run outside this fence
 Regular pest control will be done
 Adequate fire fighting equipments will be provided

Contractor No. of Corrections


108

Appendix –I SITE ENVIRONMENTAL PLAN OUTLINE


Sl. NO. SITE ENVIRONMENTAL PLAN OUTLINE
1 GENERAL
(i) The Environmental Policy of the Contractor is clearly defined in the Site Environmental
Plan, which, inter-alia, commits the Contractor to follow national and state environmental
legislation and regulations.
(ii) The Contractor is committed to Environmental Management System and shall provide
desired manpower and financial resources for its success
(iii) The person responsible for day-to-day environmental matters is identified and vested with
authority to execute the Site Environmental Plan.
(iv) Procedure is available for Contractor’s system of enforcing good environmental practices
of its Sub-contractor.
(v) The Site Environmental Plan contains procedures for screening material used in the
contract, for their environmental friendliness.
2 ENVIRONMENTAL FRIENDLY CONSTRUCTION PRACTICES
(i) The Site Environmental Plan must contain specific procedures for achieving
environmental performance requirements as given in the Engineer ’s requirement on
Environment and Environmental Management Manual.
(ii) Procedures for carrying out Aspect/Impact analysis of Contractor’s proposed works and
their affect on environment.
(iii) Procedures for setting up Objectives and Targets commensurate with Engineer 's
requirement on Environment and Environmental Management Manual and how these shall
be met.
(iv) Procedures for formulating Environmental Management Plans and Operational Control
Procedures to meet contractual requirements.
(v) Procedures for offering environmental training and methods for promoting environmental
awareness amongst his employees.
(vi) The SEP must contain details on Air Monitoring and Control Plan which details Mitigation
measures / Corrective Action / Preventive Action and Monitoring Schedule.
(vii) The SEP must contain details on Noise Monitoring and Control Plan which details
Mitigation measures / Corrective Action / Preventive Action and Monitoring Schedule.
(viii) The SEP must contain procedures on prevention and control of water pollution from
sanitary surface runoff and process wastewater.
(ix) The SEP must contain details on procedures for Storage, handling and disposal of waste
including, municipal, construction, chemical and hazardous wastes.
(x) The SEP must contain procedures for reuse/recycle of waste, selling to authorised
recyclers and records thereof.

Contractor No. of Corrections


109

(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

3 MONITORING, AUDITS AND RECORDS

(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.

Contractor No. of Corrections


110

Appendix – II Weekly Environmental Inspection Checklist

SUMMARY SHEET

1.Major issues of non-conformity in the past week are:


Issue Reason
(i) Air (Specify)
(ii) Water (Specify)
(iii) Noise (Specify)
(iv) Waste (Specify)
(v) Storage (Specify)
(vi) Housekeeping (Specify)
(vii) Roads (Specify)
2.Over the last week have been able to implement environmental management requirements as per
contract

Yes No if not yes reasons are


(i)
(ii)
(iii)
3.Following issues have not been resolved for more than past two weeks
(i)
(ii)
(iii)
4.Support/Clarification from Engineer required in the following:
(i)
(ii)
(iii)
5.Complaints received in the past week.
(i) From Action Taken Reasons for Delay
(ii) Public
(iii) Client
(iv) Statutory Agency

Auditor: Project Manager

Contract Number: Contractor:

Contractor No. of Corrections


111

Environmental Manager Project Director Document No.:

Weekly Environmental Inspection

Report No.: Inspection Date: Inspected by :

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

Contractor No. of Corrections


112

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

2.2 Adjacent Drains  Not damaged


 No signs of pouring bentonite
 No signs of pouring Chemicals
 Signs of discharging Silt/
debris

2.3 Separator Tanks Tank not full of silt


 Tank regularly emptied
3.0 NOISE
POLLUTION
3.1 Noise control  All powered mechanical
measures equipment are sound
reduced
 Acoustic / enclosures
constructed in areas of
excessive noise
 Equipment located and
directed away from noise
receptors

3.2 Generators  Effective


provided with  Not effective
acoustic  Not provide
enclosures

Contractor No. of Corrections


113

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)

4.2 Storage  Adequate number and


Containers & properly place
Bins  Proper quality
 Emptied regularly
 Labelling proper
 No spillage on container
surface noticed

4.2 Storage  Pollutants (e.g. waste


Containers & chemical), not dumped in
Bins bins
 Recyclable (e.g. metal) not
dumped in garbage bins

4.3 Oil Waste  Drip pans available


 No oil stains on ground
 Spill absorption material
available
 Waste oil poured in to
designated waste drums
 Used oil filters not dumped
in garbage bins

Contractor No. of Corrections


114

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

Contractor No. of Corrections


115

WEEKLY ENVIRONMENTAL AUDIT


AUDIT No. : WEEK ENDING :

PROGRESS IN THE LAST WEEK:

PLANNING /GOALS FOR THE NEXT WEEK:

Environmental Manager Project Director Document No.:

Contractor No. of Corrections


116

APPENDIX - III-DETAILS ON FLY ASH

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

Contractor No. of Corrections


117

 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

Contractor No. of Corrections


118

SECTION IX - QUALITY MANAGEMENT PLAN

1. Quality System Definitions


The following Quality Management System terms are used in these requirements; the
definitions whereof are derived from International standards :
(i) Audit Systematic, independent and documented process for obtaining audit evidence and
evaluating it objectively to determine the extent to which audit criteria are fulfilled
(ii) Clause under the Conditions of Contract means the relevant sub-clause of Volume-2 of the
Tender Document
(iii) Conformity Fulfilment of a requirement
(iv) Design and Development Set of processes that transforms requirements into specified
characteristics or into the specification of a product, process or system. These are prepared
to support the Quality Plan for a particular element of the Works
(v) Hold Point (H)A point in time when a notice of permission, consent or No Objection by
the Contractor Quality Assurance Team (or that the Engineer may elect to witness), is
required before the Contractor can proceed with an activity
(vi) Inspection and Test Plan - Plans specifying the activities required to establish whether
conformity is achieved. They identify the responsibilities for executing the activities, the
documents controlling them and details requirements for the production of records
(vii) Method Statements - Documented procedures, concerning particular aspects of the
process, developed to define the manner of production, installation and servicing.
Nonconformity Non-fulfilment of a requirement.
(viii) Observation Point (O) A stage identified on an Inspection and Test Plan where the
Engineer or authorised third parties may observe activities and any associated verification
(ix) Procedure Specified way to carry out an activity or a process
(x) QualityDegree to which a set of inherent characteristics fulfils requirements
(xi) Quality Management System Management system to direct and control an organization
with regard to quality as formally expressed by top management
(xii) Quality Plan - Document specifying the procedures and associated resources shall be
applied by whom and when to a specific project, product, process or contract. Quality Plan
shall specify the quality management system of an organization
(xiii) Requirement - Need or expectation that is stated, generally implied or obligatory
(xiv) Record Document stating results achieved or providing evidence of activities performed
(xv) Witness Point (W) A stage in the pre-construction or construction activities in which a
party is invited to witness
2. Introduction
The Contractor shall maintain and implement a Quality Management System that shall remain
in effect during the execution of the Works. Contractor’s organisation is required to operate a

Contractor No. of Corrections


119

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. ,.

Contractor No. of Corrections


120

(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.

Contractor No. of Corrections


121

5. Quality Management System Requirements


The organization of the Contractor’s Project Plan shall comply with ISO 10005 (2005):
Quality Management-Guidelines for Quality Assurance Plan.
(i) All on-Site and off-Site testing sampling is to be carried out by laboratories accredited
by NABL (National Accreditation Board of Testing and Calibration Laboratories) or
internationally accredited laboratory to ISO 17025: 2005.
(ii) A fully equipped concrete laboratory shall be installed at Site along with laboratory
technicians and support staff. Testing machines shall be periodically calibrated in
accordance with NABL requirements.
(iii) The Engineer may require the Contractor to stop using a particular laboratory and find
an alternative if the Engineer has reasonable grounds to be dissatisfied with its
performance.
(iv) All testing of systems, software, plant and materials must be carried out by persons
accredited to meet the requirements and Standards.
(v) Within twenty eight (28) days of the Commencement Date, Contractor shall submit to
the Engineer for his review, comment and approval the following, as appropriate:
(a) Quality Plan;
(b) Design Quality Plan and Delivery Schedule for any value engineering and/or
Temporary and Enabling Works/ Construction Methodologies; and
(c) Manufacturing Quality Plan and Delivery Schedule.
(vi) The Contractor shall promptly supply the Engineer with four (4) controlled copies of
his Quality Plans, Inspection and Test Plan(s), related procedures / instructions / forms
upon such documents being reviewed and approved by the Engineer. The Contractor
shall maintain such controlled documentation throughout the duration of the Contract.
For any amendment to the quality system documentation, the Contractor shall as soon
as practicable prepare and submit the proposed amendment for review by the Engineer.
In addition, the Engineer may request further copies of the quality system documents
and these documents shall reach the Engineer’s office within fourteen (14) days of
notification, at no additional cost to the Contract.
(vii) The Contractor shall maintain and make available for inspection by the Engineer at its
site, a complete, up-to-date, organized file of all submittals (plans, procedures, Method
Statements etc), including an index and locator system which identifies the status of
each submittal.
Pursuant to relevant sub-clause, a ‘controlled copy’ means a document prepared and issued in
accordance with the provisions regarding document control contained in the relevant
International standard.
6. Types of Quality Plans
No design, procurement, construction, installation, commissioning or maintenance activity shall
commence without a suitable Quality Plan that has been submitted to Engineer for review and
comment, consent, approval and Notice of No Objection.

Contractor No. of Corrections


122

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;

Contractor No. of Corrections


123

(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

Contractor No. of Corrections


124

arrangements for Contractor/Engineer inspection of material or manufactured product


prior to release for use/installation;
(ii) The construction process including Temporary Works so as to ensure compliance
with drawings and specifications;
(iii) The construction and installation process so as to ensure clear identification and
traceability of material and manufactured parts;
(iv) The inspection and testing activities of incoming materials, in process and final
product;
(v) The identification of the inspection and test status of all material and manufactured
products during all stages of the construction and installation process to ensure that
only products that have passed the required inspections and tests are dispatched for
use and/or installation;
(vi) Record of non-conformities and the disposition of non-conforming material or
product, supported by applicable documentation, agreed remedial action instituted
prior to the initiation so as to avoid unintended use/installation. Contractors Non-
conformity system provides for the monitoring and tracking of all Non-conformities
that occur within his scope of Contract, regardless of who identifies the Non-
conformance;
(vii) The assessment and disposition of nonconforming material(s) and product(s) and
approval for reworking or rejection as scrap;
(viii) The identification of preventive action so as to prevent recurrence of similar non-
conformance; and
(ix) The handling, storage, packaging, preservation and delivery of products.
(p) The list of Inspection and Test Plans and Method Statements to manage and control any
test and inspection activities;
(q) All particulars of materials submitted for review by the Engineer;
(r) Where required by the Contract, the quality control requirements for major components;
and
(s) Lists of forms and formats to be used to record the activities under the construction
Quality Plan(s) shall be attached at the end of each section or reference included to
existing standard procedures.
The Quality Plan(s) shall ensure that conditions adverse to quality such as failures,
malfunctions, deficiencies and defects in materials and equipment shall be promptly identified
and recorded as Non-Conforming Product and specific procedures to rectify non-conformities
raised. This includes systems non-conformities raised as a result of both internal audit by the
Contractor and external audits by the Engineer.
The Quality Plan(s) shall address the controls to be applied by its organisation to its
subcontractors, suppliers and lower tier Contractors thereof, both directly and by identifying the
quality system documentation that subcontractors, suppliers and lower tiers thereof are required
to produce. The Contractor shall ensure that subcontractors, suppliers and lower tiers thereof
agree to and implement the applicable controls specified in the Contractor Quality Plan and the
identified Quality Management System documentation.

Contractor No. of Corrections


125

9. Quality Audit, Reviews And Updates


(i) Contractor shall submit with his Quality Plan a schedule of internal team consultant,
subcontractor and supplier audits that are to be conducted by his personnel The
schedule, scope and method of the audits shall be sufficient enough, such that the
Contractor can verify that all aspects of the Works are being conducted in accordance
with the contractual requirements. The schedule and any amendments are subject to the
acceptance by the Engineer. The schedule shall be reviewed by the Engineer.
(ii) The Contractor shall ensure that audits of all the activities in each quality plan are
carried out to ensure the continuing suitability and effectiveness of the Quality
Management System. Reports of each such audit shall be submitted promptly to the
Engineer for his information.
(iii) The Contractor shall audit his consultants, subcontractors, sub-consultants and suppliers.
(iv) The Contractor shall allow the Engineer to observe/participate in these audits and to
conduct additional independent audits, as they consider appropriate to provide
assurance that the Works are being conducted in accordance with contractual
requirements. The Contractor shall provide the facilities and access necessary for these
audits to be carried out effectively.
(v) Plan reviews and updates:
(a) The Contractor shall conduct Management Reviews of its quality system, at least
annually. As work progresses, the Contractor shall update the Quality Plan to
reflect current conditions. The need for revisions to the Quality Plan may be
identified by the Contractor and/or the Engineer. The Contractor shall submit any
revisions or updates to the Quality Plan to the Engineer for his Approval within
thirty (30) days of the identification of the need for a revision.
(b) In addition, the Contractor shall submit its Quality Plan for review by the Engineer
annually even if no revisions have occurred during the preceding twelve (12)
months. The Contractor shall submit a certified copy of the updated Quality Plan
with revisions highlighted.
10. Method Statements
Contractor shall prepare Method Statements for each area and/or type of activity conducted,
and submitted to the Engineer for his review, comment and approval prior to commencing
construction on any Temporary or Permanent Works. Methods Statements shall be prepared for
all Temporary and Permanent Works and shall be specific to the work being constructed and to
the location of work.
All Methods Statements shall be consistent with Design Drawings and Works Specifications
that have been subjected to checks and reviews as specified.
Any deviations from the requirements of the Design Drawings or Works Specifications shall be
submitted to the Engineer for his review and approval/ Notice of No Objection.
Approved Methods Statements shall be available for examination by the Engineer upon request
at site.
Method Statements shall address the following items but not limited to:
a. Scope of work covered by the Method Statement;

Contractor No. of Corrections


126

b. Relevant drawings and Works Specifications;


c. Hazard analysis and the precautions to be taken to eliminate or mitigate identified hazards;
d. Methods to be used and programme for the work;
e. Resources (plant and labour);
f. Supervision to be provided (by name);
g. Safety provisions;
h. Environmental provisions;
i. Traffic control and temporary diversions to be implemented; and
j. Inspection and Test Plan.
The Contractor shall reference applicable portions of previously prepared plans, such as the
Safety Plan or Quality Plan, in its Method Statements.
11. Inspection And Test Plans
The Contractor, and through him, his consultants, subcontractors and suppliers engaged in
supplying, manufacturing, construction, installation, commissioning and testing or any other
service connected with the Works, shall maintain Inspection and Test Plans (ITP) appropriate
for the services they provide that are accepted by the Engineer. These accepted ITP’s will
stipulate the necessary level and frequency of tests and inspections for each aspect of the Works,
and also stipulate, without limitation:
(a) The personnel responsible and/or involvement of various parties for undertaking and
certifying the inspection and/or testing;
(b) The procedure or instructions for the inspection and/or testing;
(c) The test method or a reference to the relevant standard of testing;
(d) The inspection and/or testing required prior to commencement of an activity;
(e) The inspection and/or testing during an activity and its frequency;
(f) The inspection and/or testing required for the completion of an activity;
(g) All Quality ‘Hold Points’ (H), ‘Witness Points’ (W) and ‘Observation Points’ (O) shall be
identified by the Contractor for his Quality Department to inspect and verify its acceptance;
(h) The Engineer can place additional Quality ‘Hold Points’ (H), ‘Witness Points’ (W) and
‘Observation Points’ (O) for the Contractor’s Quality Department on a case-by-case basis;
and
(i) Engineer may designate additional Quality ‘Hold Points’ for his inspection on a case-by-
case basis.
The Contractor shall conduct inspections and tests in accordance with his detailed plans as
stipulated in the ITP. Records shall be kept of the completion of the inspections and tests that
identify the record of the results which shall be made available for review during Engineer
audit.
12. Quality Personnel

Contractor No. of Corrections


127

(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

Contractor No. of Corrections


128

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).

Contractor No. of Corrections


129

(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.

Contractor No. of Corrections


130

22. Frequency of Testing


All materials shall be tested in confirmation to the standards and codes, plans and as per the
requirements specified in the Contractor’s Quality Plan and approved by Engineer. All test
reports shall be documented in hard copy as well as soft copy.
23. Unsuitable Materials
If at any stage of execution of work, Engineer finds that the particular material is not suitable to
be used in any component of the work, the Engineer may order retesting of the material from
any approved laboratory at the cost of the Contractor. The rejected material either after the
initial test or after re-testing, as the case may be, shall be immediately removed from the Site by
the Contractor at his own cost. In case of default on the part of the Contractor in removing
rejected materials and any work executed with such unaccepted materials, the Engineer shall be
at liberty to have them removed and/or dismantled by other means at the risk and cost of the
Contractor.
24. Notification of Nonconformities
If the Contractor has used or proposes to use or repair any item of the Works which does not
conform to the requirements of the Contract, he shall immediately submit for review by the
Engineer a proposal for rectification, and supply full particulars of the nonconformity and, if
appropriate, of the proposed means of repair.
If the Engineer issues nonconformity reports, either product based as a Non-Conformance
Report (NCR) or procedural through quality audit as a Corrective Action Request (CAR) or
similar documents to notify the Contractor of any item of the Works which does not conform to
the requirements of the Contract, the Contractor shall promptly investigate the matter and
submit for review within fourteen (14) days of notification by the Engineer of the remedial
measures to be taken and stating the reasons for the measures and the corrective and preventive
action.
The Contractor shall maintain a Non Conformity Register to indicate the status of all
nonconformities which have been identified by the Engineer and the Contractor.
The Engineer reserves the right to inspect and audit these documents at any time.
25. Notice of Place of Manufacture And/or Source of Supply
The Contractor shall notify the Engineer of the places of manufacture and/or the source of
supply of all goods and materials to be incorporated into the Works and shall give reasonable
notice (which shall not in any event be less than fifty-six (56) days) to the Engineer before the
start of any manufacturing and/or the supply of goods and materials. For initial works, design
mix etc, Contractor shall notify the Engineer within 7 days of Commencement.
26. Notice of Inspection, Test, Trials by the Contractor
In relation to all Quality Control points and Quality ‘Hold Points’ involving inspection and/or
witness testing by the Engineer, the Contractor shall give the Engineer notice of when the
relevant work will be inspected and/or tested. The period of notice shall be as follows; unless
otherwise agreed by the Engineer:
(a) In the case of on-Site work, such notice shall be given not less than Forty-eight (48) hours
of normal working time before the work is to be inspected and/or tested;

Contractor No. of Corrections


131

(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

27. Witness By The Engineer


In relation to all Quality Control Points involving inspection and/or testing by the Contractor,
the Engineer may elect to witness such inspections and/or tests but, on expiration of the period
of notice pursuant to relevant clause, the Contractor may proceed with the inspections and/or
tests notwithstanding the absence of the Engineer or of any response to the said notice. Witness
by the Engineer shall not discharge the Contractor of the responsibility to provide acceptable
product, nor shall it preclude subsequent rejection by the Engineer.
28. Certificate Of Manufactured Goods Or Materials
The Contractor shall obtain certificates for each batch of manufactured goods and documentary
evidence that goods, supplies and materials and Contractor’s Equipment conform to the
standards, codal, provisions and Contract requirements for incorporation in the Works. Each
certificate and/or proofing document shall include all reports of inspections and/or tests carried
out at the place of manufacture.
The Contractor shall make available at the Site no less than twenty-four (24) hours prior to
installation or use of such goods, supplies or materials and Contractor’s Equipment all
certificates and/or proofing document(s).
The Engineer reserves the right to inspect and audit these documents at any time.
29. Materials Certificate of Compliance:
Within seven (7) days of the issue of a Completion Certificate for a Section or for all the Works,
the Contractor shall submit a Certificate of Compliance signed by the Project Manager and the
Quality Assurance Manager indicating that all materials, goods and supplies incorporated in the
Works conform to the requirements of the Contract.
30. Reports of Inspections, Tests And Trials
The Contractor shall compile reports of each inspection and/or test. Such reports shall show the
results of all the inspections and/or tests carried out and shall certify that the work has been
inspected and/or tested in accordance with the standards and codal provisions requirements of
the Conditions of Contract to ensure that the work complies with the requirements contained
therein. Any analysis of the results required to confirm that the work complies with the
requirements of the Conditions of Contract shall be compiled in accordance with relevant
clauses and reported to the Engineer in accordance with the relevant sub-clause.
Each report of inspection and/or test shall be signed by a representative of the Contractor who
has been allocated the requisite authority under the relevant Inspection and Test Plan and
signed by the Contractor’s Quality Assurance Manager.
The Engineer reserves the right to inspect and audit these documents at any time.
31. Time Limit For Filing Of Reports For Inspections And/Or Tests

Contractor No. of Corrections


132

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.

32. Quality Control Register


The Contractor shall provide and maintain at all stages of the work a quality control register or
registers to identify the status of inspections, sampling and testing of the work and all
certificates. Each register shall:
(a) List the certificates received for each batch of manufactured goods or materials
incorporated in the Works and compares this against the certification required by the
Contract and the Contractor's Quality Plan(s);
(b) List the inspection, sampling and testing activities undertaken by the Contractor on each
element of the Works and compare these activities against the amount of inspection,
sampling and testing required by the Contract and the Contractor's Quality Plan(s);
(c) Show the results of each report of inspection and/or test and any required analysis of these
results and compare these results against the acceptance criteria, including:
(i) Standard deviation and coefficient of variation for each grade of concrete;
(ii) Summary of trial mix for each grade of concrete;
(iii) Summary of sample type and quantity that has been sent for third party testing;
(iv) Summary of third party testing reports;
(v) Summary of calibration status of monitoring and measurement equipment, batching
plant/s; and
(vi) Summary of in-process testing for routine dynamic pile load test, static pile load
test, lateral load test (if required) and pile integrity test etc that have been conducted
that month.
(d) Cumulative quantity of each grade of concrete produced from RMC and/or dedicated
batching plant/s;
(e) Summary of Non Conformance Reports (NCR), raised internally by Contractor in its
Quality Management System and as directed by Engineer.
(f) The Engineer reserves the right to inspect and audit these documents at any time.
33. Summaries of Inspection And / Or Test
The Contractor shall submit to the Engineer for his information summaries based on each
quality control register showing the type and amount of certification received and the sampling,
inspection, and/or testing undertaken on each element of the Works during the previous week
as part of the Weekly Report, in accordance with relevant provisions of the Conditions of
Contract. The summaries shall identify and demonstrate the compliance of such certification,
sampling, inspection and/or testing with the requirements of the Contract and shall identify any
item which does not conform to the requirements of the Contract.

Contractor No. of Corrections


133

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.

Contractor No. of Corrections


134

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.

Contractor No. of Corrections


135

SECTION X - LEED REQUIREMENTS

1. CONSTRUCTION ACTIVITY POLLUTION PREVENTION PLAN - LEED BD+C


VERSION 4
1.1 General
All the specifications in this document are for USGBC LEED BD+C submission and are applicable to
all materials & procedures followed for the project. The specification as stated here should be adhered
to the word. In case of a dispute LEED guidelines shall be followed.
Brochures, product specification sheets and/or certificates as specified in this document should be
submitted along with the material procurement. The Contractor must submit documents, records and
other submittal related to the different credits as mentioned in the specification.
Contractor will have to submit photographs of activities on site as mentioned in CONSTRUCTION
ACTIVITY POLLUTION PREVENTION PLAN
1.2 Purpose of Guidelines-:
This document promotes environmental protection measures that reduce construction project
disturbances to neighboring properties, rainwater systems, and the site itself. The Natural
Environment preservation is mostly given least importance while any construction activity is
undertaken. Many a times, the complete site is excavated with all the top soil, vegetation etc is
destroyed. But what people tend to forget is invariably the cost of managing a damage landscape or
creating a new landscape is much more than protecting and preserving the natural features of site.
A site control plan is necessary to control the erosion & sedimentation activities that can lead to
significant environment degradation.
A very important first step in reducing sedimentation of receiving water bodies is to develop a plan
for controlling erosion before any earth moving equipment disturbs a construction site. This plan is an
integral part of the total site development plan and prescribes all the steps necessary, including
scheduling, to assure erosion and sediment control during all phases of construction.
1.3 Construction Activity Pollution Prevention Plan -: During Construction
To limit and prevent construction activity pollution following measures will be taken:
Construction Sequencing
Purpose and Application. Following a specified work schedule that coordinates the timing of land
disturbing activities and the installation of control measures is perhaps the most cost-effective way of
minimizing erosion and controlling sediment during construction. The removal of surface ground
cover leaves a site vulnerable to accelerated erosion. Construction has to be planned in a way that
excavation/basement work, up to plinth level is not coinciding with rainy season and the site
disruption is restricted to pre-designated areas
The construction sequence schedule is an orderly listing of all major land-disturbing activities
together with the necessary erosion and sedimentation control measures planned for a project.

Contractor No. of Corrections


136

SAMPLE SITE LOGISTIC PLAN

SAMPLE CONSTRUCTION SCHEDULE

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.

Contractor No. of Corrections


137

Good quality topsoil has the following characteristics:

Tree Preservation (If Exist At Site)

Contractor No. of Corrections


138

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.

Contractor No. of Corrections


139

Stabilization With Plastic Cover & Water Sprinkling


Purpose and Application. In situations where building material are exposed to air, plastic sheeting can
provide a temporary ground cover that prevents erosion and off-site sediment discharges. Plastic
sheeting must be anchored or held in place to prevent the material from moving.
Also, water sprinkling need to be done 2 times in a day to prevent air pollution due to loose building
materials causing dust.

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.

Contractor No. of Corrections


140

Chemical Storage & Spill Prevention


Purpose and Application. Proper storage and disposal of chemicals on a construction site prevents or
reduces the discharge of pollutants to storm water from leaks and spills by reducing the chance for
spills, stopping the source of spills, containing and cleaning up spills, properly disposing of spill
materials.
Accidental releases of materials from aboveground liquid storage tanks, drums, dumpsters, or other
containers have the potential for contaminating storm water with many different pollutants.
Chemicals stored on a construction site should be stored in a weatherproof building or container.
Other options include storing chemicals within a containment system. Store chemicals in a centralized
location. Keep spill containment and cleanup materials at the chemical storage area. Do not washout
or pour leftover chemicals into the storm drain system.

Contractor No. of Corrections


141

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.

Tyre Washing Facility


Purpose and Application. Tyre washing facilities should be used where rock construction exits do not
provide adequate protection from tracking sediment and mud off the construction sites. Sites with
high clay content soils may benefit from tire washing facilities. Long term construction projects may
also benefit from tire washing facilities.
Several different types of tyre washing facilities can be constructed based upon the project longevity
and the desire for an active or passive washing facility. Washing facilities can simply be a cattle guard
design coupled with a water source and hose with sprayer or more robust such as a pre-fabricated tyre
washing facility. The washing facility must have provisions for intercepting and treating the sediment
wash water and directing it into a deposition area.
Post signage at tire washing facilities or designate personnel to oversee traffic exiting the construction
site at tire washing facility locations.

Contractor No. of Corrections


142

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.

Contractor No. of Corrections


143

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)

Contractor No. of Corrections


144

2. CONSTRUCTION & DEMOLITION WASTE MANAGEMENT PLAN -LEED


BD+C VERSION 4
2.1 General
All the specifications in this document are for USGBC LEED BD+C submission and are
applicable to all materials & procedures followed for the project. The specification as stated
here should be adhered to the word. In case of a dispute LEED guidelines shall be followed.
Brochures, product specification sheets and/or certificates as specified in this document should
be submitted along with the material procurement. All Contractors, manufactures must submit
documents, records and other submittal related to the different credits as mentioned in the
specification.
2.2 Purpose of Guidelines-:
The Guidelines contained in this report are intended to:
 promote a coherent, integrated approach, whereby the management of construction and
demolition waste is given due consideration throughout the duration of a project;
 outline the manner in which clients, planners, designers, Contractors, sub-contractors and
suppliers can act co-operatively in order to reduce C&D waste arising and to improve the
manner in which any waste generated is managed;
 provide designers, developers, practitioners and competent authorities with an agreed basis
for determining the adequacy of Construction and Demolition Waste Management Plans;
2.3 Methodology-:
The management of C&D waste should reflect the waste management hierarchy, with waste
prevention and minimization being the first priority succeeded by reuse and recycling. During
site clearance and reconstruction works, there are numerous opportunities for the beneficial
reuse and recycling of the demolition materials. The subsequent use of recycled materials in
reconstruction works also reduces the quantities of waste which ultimately needs to be
consigned to landfill sites.

2.4 Prevention of Waste


The primary effort therefore should be to engage in waste prevention and reduce the amount of
waste generated in the first place i.e. minimize the resources needed to do the job. Prevention is
financially

Contractor No. of Corrections


145

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

Contractor No. of Corrections


146

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.

Contractor No. of Corrections


147

ii. Install industrial grade weighing scale on site


iii. Provide separate recycling container or dedicated space for the following materials at a
minimum
 Steel and Metal Scrap
 Cement Bags
 Wood
 Plastic Cans
 Tiles/Blocks Waste
 Insulation Waste
 Debris Waste

Sample Photographs

Sample Photographs

Contractor No. of Corrections


148

Sample Photographs

iv. Use a Construction Waste Management Specification


a) The lead Contractor takes responsibility for all waste dumpsters and for reporting reuse
and recycling results to PMC/architect for the entire project.
b) A recycling goal is set. Target 75% recycling goal. Cardboard, metal, concrete and
commingled recyclables (cans & bottles) have markets nearly everywhere in country.
Additional materials that need markets development include wood, shingles and drywall.
c) Construction waste management is discussed at the pre-bid meeting in order to establish
understanding by potential bidders for reuse and recycling.
d) Progress documentation will be submitted by the lead Contractor on recycling results as
part of project submittals to the architect.
e) Final documentation will be submitted by the lead Contractor with a summary of solid
waste disposal and diversion. This documentation should indicate weight or volume for
each material type recycled, reused and land filled, what markets were used and total
project reuse/recycling rate.
f) Submittals-:
a) Waste accountability report which includes following information:
I. Total quantity of waste generated in tons.
II. Quantity of waste recycled in tons.
III. Quantity of waste salvaged in tons.
IV. Quantity of waste land filled in tons.
V. Waste diversion rate – Total quantity of waste recovered as a percentage of total waste
generated.
b) Record of donation / sales: Indicate receipt and acceptance of salvageable waste donated to
individual or organization.

Contractor No. of Corrections


149

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.

Contractor No. of Corrections


150

Construction and Demolition Waste Management Monitoring


Project Name-: Start Date-:
Name of Site Manager -: End Date-:
Type of Tick if Estimate Estimate Details off the Waste Declaration
Waste reuse on quantities quantities of Collector from
site* or of waste waste diverted recycler
Donated generated from land
to Labor (tones) filling (tones)
Debris Org Name-:
Contact Person-:
Stone/ Org Name-:
Blocks Contact Person-:
Steel Org Name-:
Scrap Contact Person-:
Cement Org Name-:
Bags Contact Person-:
Plastic Org Name-:
Cans Contact Person-:
Cardboard Org Name-:
Contact Person-:
Wood Org Name-:
Contact Person-:
Insulation Org Name-:
Contact Person-:
Glass Org Name-:
Contact Person-:
Gypsum Org Name-:
Board Contact Person-:
Total

* Provide the photographs of reusing waste on site

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)

Contractor No. of Corrections


151

 Photographs of reusing waste on site (quarterly)


 Photographs of dedicated area for waste management on site (quarterly)
3. INDOOR AIR QUALITY MANAGEMENT PLAN DURING CONSTRUCTION- LEED
BD+C VERSION 4
3.1 General
All the specifications in this document are for USGBC LEED BD+C submission and are
applicable to all materials & procedures followed for the project. The specification as stated
here should be adhered to the word. In case of a dispute LEED guidelines shall be followed.
Brochures, product specification sheets and/or certificates as specified in this document should
be submitted along with the material procurement. All Contractors, manufactures must submit
documents, records and other submittal related to the different credits as mentioned in the
specification.
Contractor will have to submit photographs of activities on site as mentioned in INDOOR AIR
QUALITY MANAGEMENT PLAN
3.2 Purpose of Guidelines-:
As per USGBC, the intent of the Indoor Air Quality (IAQ) Management Plan is to prevent
indoor air quality problems resulting from the construction / renovation process in order to help
sustain the comfort and well-being of construction workers during the construction process, and
also to protect the building's occupants after construction is complete and people move into the
building.
An IAQ Management Plan will help monitor and improve the quality of air in the building with
the following objectives: -
1. Reduce the level of indoor air pollutants through preventive measures such as routine
maintenance activities, periodic building evaluations and inspections, and IAQ-specific policies.
2. Provide and maintain adequate air exchanges by repairing and maintaining ventilation
equipment, which will promote a comfortable and healthy indoor environment.
3. Respond to IAQ related concerns and problems in a thorough and prompt manner, and to
effectively communicate the progress of investigations and their resolution to all interested
parties.
3.3 Indoor Air Quality Management During Construction
To maintain indoor air quality during construction following measures will be taken:
i. HVAC PROTECTION:
 Cleanliness of the equipment’s prior to the installation is one of the important factors
which affect the quality of the air supplied to the occupancy areas. All the equipment’s
need to be stored covered at site.

Contractor No. of Corrections


152

 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.

Contractor No. of Corrections


153

ii. SOURCE CONTROL:


 Low VOC emission materials and adhesives have been used.

 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.

Contractor No. of Corrections


154

 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.

iii. PATHWAY INTERRUPTION:


 Isolation of completed areas of Construction/fit out from areas that are in progress by
proper use of hard barricades.
 Isolation of construction site by hard barricades from developed areas.

iv. HOUSE KEEPING:


 Efficient dust control by prevention measures such as good housekeeping.

Contractor No. of Corrections


155

 Wet mopping of construction area suppressing dust.


 Regular vacuuming of areas in advance completion stages to eliminate dust removal
instead of regular booming.

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.

vi. NO USE OF TOBACCO


The use of tobacco products during construction is now explicitly prohibited inside the
building and within 25 feet (7.5 meters) (or greater, if required by the local jurisdiction)
of the building entrance.

Contractor No. of Corrections


156

3.4. Strategies For Iaq Management


i. Appoint IAQ Manager
Appoint an IAQ manager who is sole point of contact for all IAQ related purposes. The IAQ
manager is responsible for timely (bi-monthly) and regular completion of IAQ maintenance
checklists (samples provided). The IAQ manager is responsible for submitting completed
checklists on a bi-monthly basis to the architect/PMC. He is also responsible for capturing the
necessary pictures documenting the IAQ management practices.
ii. Conducting periodic walk through to assess the current IAQ situation
Conduct periodic (bi-monthly) walk through inspections which involves both occupied areas
and mechanical rooms. During the walkthrough, IAQ problem indicators are Checked and
noted on a floor plan.
iii. Training
Contractor’s personnel whose functions could impact IAQ (e.g., housekeeping staff,
maintenance Contractors) should be identified and trained.
All employees play an important role in maintaining and improving air quality since their
behavior can affect the quality of the air present in buildings. For example, placing heavy
objects on unit ventilators, adjusting the room thermostats, or turning off noisy unit ventilators
can worsen the quality of air in a room. An educated employee is more likely to take steps that
maintain good air quality. In addition, an employee with an understanding of IAQ is more
likely to report IAQ concerns quickly and accurately the project should perform an annual IAQ
training session, as part of the training program, such as health and safety, employee right to
know. The IAQ manager performs the training. The training is complete according to training
agenda: for example, describing the importance of IAQ to health and learning, and the
behavioral and building characteristics that are associated with poor IAQ.
3.5 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.
 Photos of properly covered MEP equipment at site before and after installation (quarterly)
 Photos of housekeeping measures followed at site (quarterly)

Contractor No. of Corrections


157

 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)

4. BUILDING ENVELOPE COMISSIONING - LEED BD+C VERSION 4


4.1 General
All the specifications in this document are for USGBC LEED BD+C submission and are
applicable to all materials & procedures followed for the project. The specification as stated
here should be adhered to the word. In case of a dispute LEED guidelines shall be followed.
Brochures, product specification sheets and/or certificates as specified in this document should
be submitted along with the material procurement. All Contractors, manufactures must submit
documents, records and other submittal related to the different credits as mentioned in the
specification.
4.2 Building Envelope Commissioning
Building envelope commissioning (BECx) is a process to help verify that a building enclosure
is designed and constructed to meet the owner’s objectives.
Building envelope commissioning (BECx) is used to validate that the design and performance
of materials, components, assemblies, and systems achieve the objectives and requirements of
the owner.
Contractor will have to hire third party for building envelope commissioning who will be
responsible to conduct all building enclosure field testing. The third party BECx authority shall
be responsible to perform complete commissioning process (CxP) activities for the building’s
thermal envelope in accordance with ASHRAE Guideline 0–2005 and the National Institute of
Building Sciences (NIBS) Guideline 3–2012. The third party BECx authority and Contractor
has to perform building envelope testing by creating a suitable size mockup at site. At a
minimum following parameter must be tested
o Thermal imaging of façade (Thermal performance)
o Waterproofing of façade (Water infiltration testing)
o Air leakage gap identification (Air Infiltration testing)
All the necessary equipment to perform above testing shall be arranged by Contractor and third
party BECx authority at site. This includes but not limited to infrared camera, smoke generator,
water spray nozzle, blow door system etc. Also, the calibration certificate of each equipment
must be submitted before testing of building envelope.
The mockup shall be created by Contractor at site for performance of testing of façade.

Contractor No. of Corrections


158

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.

Contractor No. of Corrections


159

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.

Contractor No. of Corrections


160

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

Contractor No. of Corrections


161

5. BUILDING LIFE CYCLE ASSESSMENT-LEED BD+C VERSION 4


5.1 General
All the specifications in this document are for USGBC LEED BD+C submission and are
applicable to all materials & procedures followed for the project. The specification as stated
here should be adhered to the word. In case of a dispute LEED guidelines shall be followed.
Brochures, product specification sheets and/or certificates as specified in this document should
be submitted along with the material procurement. All Contractors, manufactures must submit
documents, records and other submittal related to the different credits as mentioned in the
specification.
5.2 Life Cycle Assessment
Life Cycle Assessment (LCA) is the systematic analysis of the environmental impact of
products during their entire life cycle. The life cycle of a product comprises of production, use
and disposal phases. Environmental impacts are evaluated throughout, also including the
upstream and downstream processes associated with the production (e.g. production of raw,
auxiliary and operating materials) and with the disposal (e.g. waste treatment). Environmental
impacts refer to all relevant extractions from the environment (e.g. ores and crude oil), as well
as emissions into the same (e.g. wastes and carbon dioxide).
The International Organization for Standardization (ISO) provides guidelines for conducting a
Life Cycle Assessment within the series ISO 14040 and 14044.
The Contractor will have to perform the Life Cycle Assessment for the Project works.
The main phases of an LCA are:
• Goal & Scope definition, the product or service to be assessed is defined, a functional
basis for comparison is chosen and the required level of detail is defined.
• Inventory analysis of extractions and emissions. An inventory list of all the inputs and
outputs of a product or service.
• Impact assessment the effects of the resource use and emissions generated are grouped
and quantified into a limited number of impact categories which may then be weighted for
importance.
• Interpretation, the results are reported in the most informative way possible and the need
and opportunities to reduce the impact of the product(s) or service(s) on the environment
are evaluated.
5.3 Scope Of LCA
To assess and quantify the environmental performance of buildings pursuing LEED v4
certification using life cycle assessment standard in comparison to a baseline building with
focus on various environmental performance indicators such as primary energy demand, global
warming potential, human toxicity, acidification potential, ozone depletion potential etc. across
the various life cycle phases of the buildings as well as the contribution from the whole
building to each of the materials used in the buildings

Contractor No. of Corrections


162

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)

Contractor No. of Corrections


163

• End of Life/ Demolition -Final Disposal/Recycle/Waste


 Raw material extraction: The life cycle of the building starts with the extraction of the
raw materials. This phase includes both the production of raw material and the use of these
raw materials to produce other materials and substances. The environmental aspects and
impacts from this phase arise from the mining operations, refining of ores, and
manufacturing of materials and substances.
 Building components manufacturing: This phase covers the manufacturing of the
components used in the building as concrete, paint, bricks, gypsum fibre boards,
aluminium windows etc. The components manufacture is characterized by several
environmental aspects mainly among them being energy consumption and use of materials
with hazardous properties. The role of component manufacturers is crucial to reduce the
environmental impacts from this phase.
 Building components transportation: Components are delivered to the construction site
by road transport. The environmental impacts in this phase mainly arise from the energy
consumption of the carriers.
 Construction Stage: This phase covers the construction of the building.
 Use and Maintenance stage: This stage includes the use phase of the building and all
maintenance activities during its useful life. This stage deals mostly with energy that is
consumed for cooling, heating and lighting purposes. Operation phase covers the full
service life for HVAC: Heating, Ventilation and Air Conditioning, and other activities
such as illumination, domestic hot water (DHW), electrical appliances and cooking.
 Demolition - Final Disposal/Recycle/Waste Management stage: This phase begins after
the building has served its intended purpose and includes the demolition process and the
solid waste management system (recycling and final disposal of inert materials).
 Exclusions
The following are to be excluded from LCA study:
• Electrical and mechanical equipment and controls
• Plumbing fixtures
• Fire detection and alarm system fixtures,
• Elevators, conveying systems
• Excavation
5.4 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.
Preparation of LCA Report as per ISO 14044 which will also include all the environmental
impacts of the building along with the baseline comparison highlighting reduction in listed
below impact categories
 global warming potential (greenhouse gases), in CO2e;

Contractor No. of Corrections


164

 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 or kg ethene; and
 depletion of non-renewable energy resources, in MJ.
5.5 Recommended Software for LCA
 GaBi
 SimaPro
 OneClick
6. Building Commissioning Plan-Leed BD+C Version 4
6.1. Overview Of The Commissioning Process
What is Commissioning?
Commissioning ----- is a Systematic Quality Assurance Process.
A PROCESS
 For Achieving, Verifying & Documenting the Performance of Equipment.
 To meet the Operational needs of the Facility within the capabilities of the design.
 To meet the Design Documentation and the Owner’s functional Criteria
Commissioning process involves following activities
 Document the owner’s requirements for each commissioned system in the building
 Include commissioning requirements in the construction documents
 Develop & utilize a commissioning plan.
 Verify installation, functional performance, training & documentation
 Complete a commissioning report.
Why Commissioning? What it means to the Project?
Buildings are very complex systems, especially “High Performance” Buildings. Without
commissioning, building systems do not work properly. As all building systems are integrated,
deficiency in one system can result in sub optimal operation & performance among other
systems. Hence projected savings are not achieved. Also Indoor environment is not adequate.
“High Performance” isn’t really “High”.
These deficiencies are avoided in Commissioned Building resulting in variety of benefits
including
 Energy & Water Savings
 Minimized environmental impacts
 Maximized occupant health & comfort
 Optimize life cycle cost

Contractor No. of Corrections


165

 Overcoming technical risks of innovation


 Maximum building productivity
Commissioning Plan addresses following details of commissioning process
 List of commissioned system & features
 Commissioning Participants & their roles
 Communication and Management of Commissioning Plan
 Commissioning Procedure for Equipment / Systems
 Commissioning Schedule
6.2 Commissioning Participants & Their Roles
Commissioning team is responsible for accomplishing the commissioning process activities. It
provides leadership for identifying & resolving all commissioning process issues.
Although the participants’ roles & responsibility will vary, their ultimate goal will be to provide
a quality building that meets the design intent.
A) PROJECT TEAM:
Sr No Role Organization
1 Owner Tamil Nadu Commerce Hub Ltd.
2 Design Consultant Voyants Solutions Private Limited
4 Green Building Consultant Godrej & Boyce through Voyants Solutions
Private Limited
5 Commissioning Authority Godrej & Boyce through Voyants Solutions
Private Limited
6 PMC To be named
7 Contractor To be named

B) ROLES & RESPONSIBILITY


Contractor/ PMC/ Green Building Consultant
 Contractor & Commissioning Authority to integrate commissioning activities
 Float enquiries & finalize the equipment supplier, Sub Contractors etc.
 Provide final approval & acceptance of the project.
Contractor –MEP Works for HVAC/Electrical/Plumbing/BMS/Solar PV
 Work with Commissioning Authority to integrate commissioning activities into the
construction process.
 Provide equipment submittals for review & approval.
 Ensure that the commissioning requirements are executed properly.
 Start-up procedures & test procedures

Contractor No. of Corrections


166

 Submitting commissioning reports and results


 Assembling & Submitting O & M Manuals
 Arrange training sessions during handing over with facility team
Equipment Suppliers
 Participate training sessions
 Participate in start-up, testing & training activities.
 Provide TAB, testing procedures & Functional performance testing methods.
Commissioning Authority
 Review the basis of design & provide cohesive document to all stakeholders
 Develop a commissioning plan at the start of the commissioning process.
 Witness startup & initial checks outs of all items.
 Apply appropriate sampling techniques to verify that construction, start-up & initial
checkouts of all commissioned systems & assemblies is successfully completed.
 Prepare written, repeatable functional test procedures.
 Verifying TAB results
 Review of Operation & Maintenance manual
 Witness & provide written verification for training conducted for all commissioned
systems.
 Developing commissioning report
6.3 Communication & Management Of Commissioning Plan
Communication & management plan provides healthy relationships between the participants
involved in commissioning process resulting in a quality commissioning work.
Following tasks helps to make communication & management plan successful.
 Commissioning Authority shall give updated and current Commissioning Plan, Owner’s
requirements, design basis and performance criteria of all commissioned systems to the
LEED facilitator & Project Manager
 Commissioning Authority shall coordinate directly with each Contractor in reference with
his or her roles & responsibilities, disputes & pending problems in commissioning process
 Periodic commissioning team meetings to discuss progress, commissioning scope, resolve
conflicts, plan ahead and other pertinent issues
 Contractors will provide documentation and verification of all observed tests and
procedures for final review by CA
 Reporting all progress and deficiencies to Owner along with solutions and methods to
prevent setbacks in future

Contractor No. of Corrections


167

6.4 Scope Of Commissioning Process


The commissioning process activities start at the design phase of the project & ends with the
warranty period that extends into occupancy. During this period following typical
commissioning task occurs in a systematic order.
1. BASIS OF DESIGN DOCUMENTATION
 Set original goals for performance
 Energy Performance
 Environmental performance
 Comfort
 Operating Cost
 Identify the primary design assumptions in the basis of design:
 Occupancy
 Space & process requirements
 Codes, Policies & standards
 Load & climatic assumptions
 Verify that the design intent is met in Design
 Verification of goal in documents
 Coordination between design disciplines
 On the basis of these points, commissioning team shall clearly document the project
requirements.
 Document the design concept narrative describing how goals are achieved & measured.
2. INCLUDE THE COMMISSIONING REQUIREMENTS IN THE BID
DOCUMENT
 A focused review of all Contractors’ submittals will be conducted & documented by the
Commissioning Authority.
 The contractors’ commissioning process responsibilities must be integrated in the contract
documents.
 O & M manual creation by Contractor, reviewed by Commissioning Authority
3. INSTALLATION VERIFICATION
 Commissioning Authority must ensure proper installation of each commissioned system as
per manufacturers’ instructions
 Ensure other building systems do not comprise performance of each feature.
4. START-UP & TESTING
 The commissioning Authority will prepare pre-verification checklist to show that the
equipment & systems are both ready for TAB & Functional Testing.

Contractor No. of Corrections


168

 Contractor completes start-up & checkouts of all items listed in commissioning


documents.
 Results must be documented as per manufacturers’ instructions & commissioning
documents.
 The installing Contractors or equipment vendors will be responsible for correcting all areas
that are incomplete or deficient.
 The Test & Balance Contractor will submit, prior to starting their site work, a preliminary
report & agenda.
 The Controls Contractor will develop & submit a written plan to the commissioning
Authority describing control system checking process & testing format document.
 The Commissioning Authority shall review detailed software documentation for all DDC
control systems.
 The commissioning authority applies sampling testing to verify & checkout of equipment
is successfully completed. It identifies systemic issues early avoiding rework at complete
system checkout.
5. OPERATING & MAINTENANCE MANUALS
 The commissioning authority shall review the draft form of the O & M manuals provided
by Contractors
 The O & M information shall be system specific, concise, to the point
 System Description
 Detailed description of each system & each of component with diagrams
& Illustrations
 Control sequence describing start-up, all modes of operation
 As Built drawings
 Copies of approved certifications & laboratory test reports
 Copies of warranties
 Operating Instructions
 Starting up / shutting down of equipment
 Operating the equipment in emergency or unusual conditions
 Safety precautions
 Trouble shooting suggestions
 Instructions for Chillers, pumps, DDC, VFD & other systems
 Ongoing & Preventive Maintenance
 Maintenance & overhaul instructions
 Lubricating schedule including type, grade, temperature & frequency range
 Parts list including source of supply & recommended spare parts

Contractor No. of Corrections


169

 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

Contractor No. of Corrections


170

8. SAMPLE TESTS & FORMATS


Chiller:
Water Cooled Chiller Functional Test (at Available Load)
Description Unit Values
Percent Loading %
Compressor Discharge Pressure psig
Chilled water set point Deg C
Compressor Suction Pressure Psig
V(R-Y) V
Voltage V(Y-B) V
V(B-R) V
Ir A
Motor Current Iy A
Ib A
Power factor Cos ᶲ
Power consumed KW
Discharge Gas Temperature deg C
Condensing saturated ref temperature deg C
Saturated suction ref temperature deg C
Motor temperature deg C
Chilled water entering pressure kg/cm2
Chilled water leaving pressure kg/cm2
Chilled water Inlet Temperature deg C
Chilled water Outlet Temperature deg C
Delta across Evaporator deg C
Condenser water Outlet Temperature deg C
Condenser water Inlet Temperature deg C
Delta across Condenser deg C
Condenser water entering pressure kg/cm2
Condenser water leaving pressure kg/cm2
Expansion valve position % open
Chilled Water Flow USGPM
Condenser Water Flow USGPM
Chiller Tonnage TR
Oil pressure KPA
Chiller COP KW/KW
Chiller KW/TR KW/TR

Contractor No. of Corrections


171

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 %

Contractor No. of Corrections


172

HVAC/DOMESTIC PUMPS:

Description Unit Nameplate value

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 %

Contractor No. of Corrections


173

AHU/TFA/HRW:
AHU return airflow reading
Measurements

Filter area (Sft)


Average FPM
Airflow
Power consumption
Fan No. Voltage Current Power
RY- R-
YB- Y-
BR- B-
Average - Average --

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)

Contractor No. of Corrections


174

AHU MODULATING VALVE VERIFICATION:


To simulate and verify the operation of the valve carry out the check as follows:
AHU No: Set Value of Actual Supply Modulating Valve Actual Response
SA/RA Temp (°C) Air Temp. Response expected
(°C) response
Condition 1
Condition 2

Computer Room AC Unit / VRV Units:


Following aspects to be checked
1. General Observation
2. Start-up testing & ON/OFF operations
3. Verifying temperatures
4. Power & Flow Measurements
5. Refrigerant charge with respect to rated values
Indoor Unit:
Space Design Actual Actual Rated
Temperature Flow Flow Voltage Current Power Power
Description Deg C CFM CFM V A kW kW
Unit-1
Unit-2

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

Building Management System:


IO Summary for all the equipment and the control logic to be verified at both system & device
levels

Contractor No. of Corrections


175

FUNCTIONAL VERIFICATION: -

Remarks
Sr. No. Description Remarks
Yes No N/A

1 I/O points verification at DDC level


2 Sensors calibration verification
3 I/O summary verification in BMS graphics
4 Alarm/normal status verification on BMS
5 Integrated system test

FUNCTIONAL VERIFICATION PROCEDURE –


A. DDC panel
1- Check the continuity of cables connected to DDC panel and all should be potential free.
2- Check DDC power supply ON/OFF switch is OFF condition. Check the input power
supply at MCB incoming end.
3- Switch ON the power to the DDC panel after getting the required voltage level i.e 230V.
4- Check the LED display on the DDC controller.
5- Connect the laptop and check the third-party integration parameter at individual DDC
panel level as specified in approved summary.
6- Rectify the problems if any error observed due to wrong connection of cable.
7- Check third party soft integration value with shared O&M resister value.
B. Operational verification of BMS system:
1- Ensure that all the pre-commissioning check are carried out successfully.
2- Check power supply provided to network switch, printer and PC.
3- Check network communication link is up between BMS server DDC panels and
controllers.
4- Check all graphics are uploaded/created as per I/O summary requirements.
5- Check all logic configuration and resister binding done as per approved I/O summary.
6- Check parameters of individual third-party device/equipment as per I/O summary.
7- Check all the logic operations as per approved logic.
8- Check the alarm and messaging interface between printer and auto dialer ( as applicable)
9- Check the alarms printing status on connected printer.

Contractor No. of Corrections


176

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

Simulated Operation by creating motion (walking) in the


spaces which are controlled by the Occupancy Sensors.
Simulating OFF conditions by not allowing any motion in
these areas. After fixed time (2mins for commissioning)
1 Occupancy Sensors lights will switch off.
Simulated Dark Operation by covering the sensors.
Simulating Bright Operation by incendenting light on the
2 LUX Sensors sensors

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)

Contractor No. of Corrections


177

 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

Contractor No. of Corrections


178

SECTION XI - INSTRUMENTATION AND MONITORING


1. Site Formation, Geotechnical and Foundations
1.1 General
i. Purpose and Scope
This section covers the the site formation ,geotechnical and foundation works for this Contract.
The purpose is to establish the minimum requirements for the investigations, design of
temporary, enabling works, instrumentation and monitoring for the site formation, geotechnical
and foundation works in this Contract.
“Site formation” shall mean preparation, of the ground surface, installation of vertical drains,
controlled filling, preloading, removal of preload and completion to formation level.
"Geotechnical works" shall mean; ground assessment, instrumentation, monitoring and
reporting for the Works and protection to EBS
“EBS” shall mean all existing buildings, structures, services, utilities, railways, pavements,
slopes, street furniture and the like.
“Foundation works” shall mean construction of the foundations for all proposed structures
within the Site including all buildings, drains, roads and the like.
ii. Standards and Regulations
The principal standards listed in Employer’s requirements, Technical Specs
The version of the standards, codes, and regulations shall be the latest version and with latest
amendments issued up to the date of submission of the tender.
iii. EBS Protection
The Contractor shall minimise the induced total and differential deflections (angular distortion)
of the ground surface and EBS above or below the ground surface that may be affected by the
Works.
A “green-field” condition shall be considered in determining the total and differential
defections of the ground and EBS.
1.2 Ground Assessment
i. General Ground Conditions
1. The Contractor shall be responsible for determining the geology, ground conditions and
geotechnical design parameters for his proposed construction area.
2. The regional geology for the area are generally documented by the Geological Survey of
India.
3. The Employer will make available to the Contractor, for information only, geotechnical
information he has collated – refer Volume 7. The Contractor shall supplement this
information to the extent necessary to ensure that all his construction will satisfy the
Employer’s requirements as set out in the Contract.
4. The soil investigation undertaken by the Employer shall not be relied upon to provide
adequate information concerning the nature of the ground to enable the

Contractor No. of Corrections


179

5. Contractor to fully develop comprehensive method statements for construction works. In


preparing his designs and method statements, the Contractor shall carry out his own
assessment on the adequacy of the available geotechnical information, and shall indicate
where he considers such information to be deficient having regard to the particular works
or activities to which the design or method statement relates.
6. The Contractor shall at his own expense conduct further soil investigations where his
designs or method statements identify that it is necessary or prudent to do so. This is to
enable the Contractor to identify all reasonably foreseeable circumstances which may
affect the execution of the Works and to ensure that there is no likelihood of meeting
unexpected conditions of a critical nature. The Contractor shall compile a list of risks
expected in his Risk Register and submit this for notice to the Engineer together with his
proposed designs.
7. If the Contractor intends to carry out additional ground investigation from the surface,
beyond the limits of the Works areas, he shall make his own arrangements with
landowners and occupiers for the necessary access. He shall not assume that such access
will necessarily be granted. The Engineer will provide assistance where such additional
investigation is deemed to be to the benefit of the Works. If surface access for ground
investigation is not available, or if for any other reason there is a significant likelihood of
encountering geological hazards whose location is unknown, the Contractor shall identify
in his method statements the means by which such hazards will be identified as
construction proceeds. The Contractor shall also identify how his construction activities
will be modified to recognise any deficiency in the ground information prior to
construction.
8. Detailed seismic loading and ground-acceleration criteria to be considered for design of
Temporary structures and Enabling works. Consideration of design-level seismic forces in
the design of temporary structures is generally not required, except that such designs shall
ensure public safety and cause no loss or damage to adjacent projects or properties. The
effects of the design seismic event on the stability of excavations, the performance of the
structures and on the potential for liquefaction and/or remoulding of the soils shall be
taken into account in the design.
ii. Investigation Requirements
(1) The intent and objectives of the additional site investigations shall be to collect all
pertinent and reliable data and information required to produce a safe and economical
design and also to meet Contract and construction requirements.
(2) The site investigation shall be considered to include, but not be limited to, the following.
a) Compiling and reviewing pertinent existing geological data.
b) Compiling and reviewing pertinent existing geotechnical data supplied and from the
vicinity projects.
c) Compiling and reviewing pertinent existing foundation, structure,
substructure, utilities and other related data from the vicinity projects.
d) Performing a detailed field reconnaissance.
e) Performing geophysical surveys.
f) Performing ground investigations that include, but are not limited to drilling, soil sampling,

Contractor No. of Corrections


180

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-

Contractor No. of Corrections


181

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

Contractor No. of Corrections


182

seasonal fluctuations in groundwater levels. The GI programme shall incorporate the


details of a groundwater observation plan, including locations and details of
piezometer installations and frequency and duration of observations. The GI
programme shall also include chemical analysis of groundwater.
b) Where deemed necessary full-scale groundwater pumping tests shall be conducted to
develop design parameters for construction dewatering schemes.
c) Groundwater information shall be interpreted, and recommendations for design
groundwater levels, including variation of levels that may develop across structures
during Construction and subsequent Rail Operation shall be provided by the
Contractor.
iv. Laboratory Testing Methods
(1) General
The Contractor shall develop a laboratory testing programme which allows for the
particular site conditions, project requirements and the applicable design standards,
codes, regulations, and related publications as identified in these documents.
(2) Preparation and submission of information
All laboratory test data shall be prepared using the latest version of AGS format,. All
data shall be provided in both printed and electronic file formats. All testing shall be
conducted by laboratories holding current accreditation under International Standards
Organisation /Bureau of Indian Standards.
(3) Soil testing
a) Index/classification soil tests shall comprise the following; natural moisture
content, specific gravity, particle size distribution (with and without hydrometer
grading) Atterberg limits, bulk and dry density, dry density and moisture content
relationships, and shrink-swell limits, where applicable.
b) Strength testing shall include single- and/or multi-stage, consolidated- drained
and consolidated-undrained (with pore pressure measurement) triaxial tests;
unconsolidated undrained triaxial tests; on “undisturbed” samples of diameter not
less than 70 millimetres, in-place, and hand-held vane shear tests.
c) Consolidation testing shall include one-dimensional, consolidation or Rowe cell
test methods on undisturbed 60 to 100 millimetre diameter specimens.
d) Soil permeability tests shall include constant-head and variable-head
permeability methods.
e) Chemical tests for soil and groundwater shall include determinations of resistivity,
redox potential, acidity (pH), chloride ion content, sulphate ion content, total
sulphate content, total sulphide content, organic content, and carbonate content
and identification of other potentially corrosive conditions.
f) Environmental testing for heavy metals.

(4) Rock testing

Contractor No. of Corrections


183

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

Contractor No. of Corrections


184

movements, deflections, pressures, stresses and the like.


d) Proposed types of instrumentation, location of and programs for establishing the base
readings and continuous observations.
e) Proposed methodology for installation, calibration, maintenance and operation/
running of the instrumentation system, including location of gauge houses, proposals
for de-airing of piezometers and any other special requirements.
f) Frequency of the monitoring/data recording
g) Trigger (Alert, Action & Alarm) levels for each and every instrument.
h) Frequency of reporting monitoring records to Contractor’s construction site staff and
to the Engineer
i) Possible preventive and remedial measures to be adopted to ensure that the trigger
levels are maintained within acceptable limits.
iii. Types of Instrumentation
(1) Instruments of robust nature shall be used which are capable of giving reliable data to
within the manufacture’s tolerances over long periods measurement.
(2) Diaphragm wall behavior shall be monitored during construction for conformance with
design. The Contractor shall establish suitable temporary bench marks for the purposes of
monitoring vertical movements. Such bench marks shall be outside the zone of influence
of construction, and shall be agreed with the Engineer. Marking points shall be
established along the diaphragm wall top at every 20m center to center. Two additional
survey points on road edge and two on neighboring buildings (subject to necessary
permissions) should also be established and shall be agreed with the Engineer. These
points should be referenced to a permanent bench mark /immovable benchmark
established at site with survey equipment.
(3) Monitoring of all adjacent EBS shall commence 15 days before construction
commencement to enable a base line to be established. Monitoring will continue until
such time when it is mutually agreed that movement due to the works or ground treatment
has stopped or slowed sufficiently to be deemed negligible.
(4) Precise levelling points shall be provided on monuments (settlements plates)at ground
level to extend throughout the area where predicted settlement is expected to exceed 5
millimetres.
(5) Precise levelling shall be carried out of survey monuments and of settlement monitoring
points on buildings sufficient to determine the imposed strain. Where the structures are
subjected to protective works, electro level beam systems shall be employed, with a back-
up system relying on the use of precise levelling pins also installed.
(6) Piezometers (vibrating wire, pneumatic, Casagrande and three standpipe) are to be
provided in the ground for measuring changes in piezometric pressure at different depths
to monitor ground water lowering during basement construction. The type of piezometer
required will be determined by the response times anticipated.
(7) Vertical inclinometers should be installed inside the diaphragm wall at periodic
distances in the D wall. Proposed locations of inclinometers are shown on layout of
Inclinometer locations enclosed in the Volume -7 of Tender Document.

Contractor No. of Corrections


185

(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

Contractor No. of Corrections


186

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

Contractor No. of Corrections


187

to the instrumentation location, type or records.


1.4 Ground Movement and EBS Protection
i. General
(1) The Contractor shall be responsible for the control of all ground movements and
distortions, and for any resulting damage to EBS. The Contractor shall investigate all
EBS that may be influenced by the Works and establish allowable movement and
distortion criteria for each individual or group of EBS, immediately on commencement. .
(2) The Contractor has to follow all requirements imposed by applicable government
agencies , utility companies, and the Engineer .
(3) The Contractor shall design his Temporary and Permanent Instrumentation Works and
construction methodology to ensure that ground and EBS movements and distortions are
maintained within tolerable limits. The Contractor shall also design these Works such that
changes to the groundwater level do not exceed normal seasonal variations.
(4) The Contractor shall obtain notice or/and approval of the Engineer and relevant
governments or utilities companies prior to carrying out any dewatering of the ground.
Dewatering may only be carried out within contained excavations once the walls or cut-
offs which provide that containment are all in place and proven to be effective to the
satisfaction of the Engineer.
(5) The Contractor's attention is drawn to the General Conditions of Contract and Employer's
Requirements relating to repair of damage should any arise as a result of the Contractor’s
construction activities.
(6) The Contractor shall take due regard of the presence of all utilities and services within
and adjacent to the Works.
(7) The Contractor shall instrument and regularly monitor the ground and EBS adjacent to all
excavations to determine the rate and magnitude of any movements and distortions.
(8) Movement and distortion shall be limited such that any individual EBS shall not suffer
damage greater than "Slight" as defined in the Damage Classification Table 1.4
(9) Movement and distortion to critical structures such as hospitals, bridges and heritage
buildings shall be limited to “Negligible” as defined in the Damage Classification Table
1.4.
ii. Minimising Ground Movements
(1) All works shall be constructed in such a way as to minimise ground and EBS movements
and distortions.
(2) Construction from the surface shall be undertaken with due regard to the settlement
associated with the particular method chosen.
The following support methods are not permitted.:
(a) Use of ground anchors beneath adjacent buildings.
(b) Non-recoverable timber ground support.
iii. Condition Surveys
(1) The Contractor shall determine the potential influence zones for his Works and undertake

Contractor No. of Corrections


188

condition surveys of all EBS within these influence zones.


iv. Prediction of Ground Movements
(1) The Contractor shall provide predictive assessments of the anticipated ground and EBS
movements and distortion within the potential zones as determined above, and submit
these predictions to the Engineer when making submittal for notice of his proposed
method of construction, and Temporary and Permanent support methods.
v. Assessment of Impact on Structures
(1) The Contractor shall provide an assessment of the effect of the predicted movement on all
structures within the zones of influence.
(2) The Contractor shall assign to each and every EBS that may be affected by the Works
one of the risk categories, in accordance with criteria listed in column of the
Damage Classification Table 1.4
(3) Movements and distortions shall be limited as defined in clause 1.4 .
(4) Depending upon the level of risk, the Contractor shall propose precautionary and
protective measures and submit these to the Engineer for his notice. Once agreed these
measures shall be implemented prior to any works within the areas.
vi. Staged Assessment
The Contractor shall assess the effects of movement and distortion in one, two or three stages,
depending upon the findings at each stage, as described below.
Stage 1.
The effect of movement and distortion on building foundations is assessed but the pattern of
settlement is ignored. Any structure where the predicted settlement is less than 10mm and the
predicted ground slope is less than 1/500 need not be subject to further assessment. All other
structures within the zone of influence shall be subjected to a Stage 2 assessment.
Stage 2
Structures subject to settlement shall be individually assessed using a limiting tensile strain
approach. This method of assessment takes into account the tensile strains in the ground and
uses a simple idealized model of the building. Tried and tested references from the literature
may be utilised as an alternative.
Assessment shall be based on the work of Peck and Clough and O'Rourke using parameters
derived from recent case histories or any other method accepted by the Engineer.
Numerical simulation of ground movement due to construction activities may also be used to
assess settlement subject to the acceptance by the Engineer.
Stage 3.
All structures which are placed in Category 3 or above in the Damage Classification Table 1.4,
during the second stage assessment, shall be subjected to a further settlement assessment. A
structural survey shall be undertaken by the Contractor to determine the structural form and
condition of a building, followed by an analysis of how individual elements of the building
would be affected by the predicted settlement. The method, extent and detail of the analysis
will be determined on a case-by-case basis and may include, inter alia, an analysis of the

Contractor No. of Corrections


189

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.

Contractor No. of Corrections


190

(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.

Contractor No. of Corrections


191

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

1.6 Test Pile Instrumentation


i. Instrumentation of test piles shall be carried out to study displacement between pile and
pile cap, skin friction.
ii. VW Arc Weldable/ SM strain gages to be installed 4 number per section with sections
spacing at every 4-5 m.
iii. Displacement sensors and load cells shall be used during the load testing of piles.
iv. Inclinometers shall also be installed to monitor the lateral shift/ deformation.
v. 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.
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 to the instrumentation location,
type or records.

Contractor No. of Corrections


192

SECTION XII - MODELS RULES FOR THE PROTECTION OF


HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS
1. APPLICATION
These rules shall apply to all buildings and construction works in which twenty or more
workers are ordinarily employed or are proposed to be employed in any day during the period
during which the contract work is in progress
2. DEFINITION
Work place means a place where twenty or more workers are ordinarily employed in
connection with construction work on any day during the period during which the contract
work is in progress
3. LABOUR CAMP
EMPLOYER WILL NOT PROVIDE QUARTERS FOR CONTRACTOR’S LABOUR
The Employer will not provide living accommodation for the use of the Contractor or any of his
staff or labour employed on the Works. Living accommodation shall not be established on any
land provided to the Contractor by the Employer.
PROVISION OF LABOUR CAMP
If necessary the Contractor, shall, at his own expense, make adequate arrangements for the
housing, supply of drinking water and provision of bathrooms, latrines and urinals, with
adequate water supply, for his staff and workmen directly or through Sub-contractors employed
on the Works at the location authorised by the Engineer.
The Contractor at his own cost shall maintain all campsites in a clean and sanitary condition.
The Contractor shall obey all health and sanitary rules and regulations, and carry out at his cost
all health and sanitary measures that may from time to time be prescribed by the Local/Medical
Authorities and permit inspection of all health and sanitary arrangements at all times by the
Engineer and the staff of the local municipality or other Authorities concerned. Should the
Contractor fail to provide adequate health and sanitary arrangements these may be provided by
the Engineer and the cost recovered from the Contractor.
The Contractor shall at his own cost, provide First Aid and Medical facilities at the Labour
Camp and at work sites on the advice of the Medical Authority in relation to the experience,
and number of the Contractor’s staff and workmen, employed directly or through Sub-
contractors.
The Contractor shall at his own cost, provide the following minimum requirements for fire
precautions:
 Portable Fire Extinguishers.
 Manual Fire Alarms.
 Water Supply for use by the Fire Service.
The Contractor at his own cost shall provide necessary arrangements for keeping the camp area
sufficiently illuminated to avoid accidents to the workers. He should also ensure that electrical

Contractor No. of Corrections


193

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

Contractor No. of Corrections


194

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.

Contractor No. of Corrections


195

xiv. 1 bottle containing 100 tablets (each of 5 gms.) of aspirin.


xv. Ointment for burns.
xvi. A bottle of suitable surgical antiseptic solution
b) For work places in which the number of contract labour exceed 50. Each first-aid box shall
contain the following equipment’s.
(i) small sterilized dressings.
(ii) 6 medium size sterilized dressings.
(iii) 6 large size sterilized dressings.
(iv) 6 large size sterilized burn dressings.
(v) 6 (15 gms.) packets sterilized cotton wool.
(vi) 1 (60 ml.) bottle containing two per cent alcoholic solution iodine.
(vii) 1 (60 ml.) bottle containing salvolatile having the dose and mode of administration
indicated on the label
(viii) 1 roll of adhesive plaster.
(ix) 1 snake bite lancet.
(x) 1 (30 gms.) bottle of potassium permanganate crystals.
(xi) 1 pair scissors
(xii) 1 copy of the first-aid leaflet issued by the Director General Factory Advice Service
and Labour Institutes /Government of Employer.
(xiii) A bottle containing 100 tablets (each of 5 gms.) of aspirin.
(xiv) Ointment for burns.
(xv) A bottle of suitable surgical antiseptic solution.
Adequate arrangements shall be made for immediate recoupment of the equipment when
necessary.
Nothing except the prescribed contents shall be kept in the First-aid box
The first-aid box shall be kept in charge of a responsible person who shall always be readily
available during the working hours of the work place
A person in charge of the First-aid box shall be a person trained in First-aid treatment in the
work places where the number of contract labour employed is 150 or more
In work places where the number of contract labour employed is 500 or more and hospital
facilities are not available within easy distance from the works. First-aid posts shall be
established and run by a trained compounder. The compounder shall be on duty and shall be
available at all hours when the workers are at work
Where work places are situated in places which are not towns or cities, a suitable motor
transport shall be kept readily available to carry injured person or person suddenly taken ill to
the nearest hospital

Contractor No. of Corrections


196

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

Contractor No. of Corrections


197

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

Contractor No. of Corrections


198

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.

Contractor No. of Corrections


199

(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.

Contractor No. of Corrections


1

TAMIL NADU HOUSING BOARD

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

Tender No. SE/SPC-1/07/2020-2021

VOLUME 6

PRICING DOCUMENTS – BILL OF QUANTITIES

SUPERINTENDING ENGINEER
Special Project Circle-I
NO: 493,Anna Salai, Nandanam,
Chennai-600035, Tamil Nadu.
Phone No:044-24353544
e.mail : sespc1@ gmail.com

Contractor No. of Corrections


2

TENDER DOCUMENTS

 Notice of Invitation to Tender


Volume 1  Instructions to Tenderers including Forms of Tender, Appendix and
Annexures

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

Volume 3 Employer’s Requirements

Volume 4 Construction Specifications


Volume 5 Tender Drawings
Volume 6 Pricing Documents-Bill of Quantities
Volume 7 Reference Documents- Geotechnical Report, Hydrogeological Report, Impact
Assessment Report, Reference Top Down Construction Methodology, Skybridge
Construction Methodology , LEED Feasibility Report

Contractor No. of Corrections


3

TABLE OF CONTENTS

1. PREAMBLE
2. BILL OF QUANTITIES

Contractor No. of Corrections


4

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.

Contractor No. of Corrections


5

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. Quantities and Measurement


2.1 The quantities here given are those upon which the tender cost for the work is based but they are subject
to alteration, omission, deduction or addition, as provided for in the conditions of the contract and do not
necessarily show the actual quantities of the work to be done.

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.

3. Payments and Variations


The payments for the work done, measurements, variations etc shall be as per the conditions provided in
the Volume -1, Volume-2 of the Tender Document.

Authorized Signatory

Contractor No. of Corrections


6

BILL OF QUANTITIES

Contractor No. of Corrections


7
Name of Work: 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.

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,

Contractor No. of Corrections


8
including providing recess for bearing plates and fixing
insert plates as per design and as directed by the Engineer-
in-charge, Drilling,Garbs,cranes of adequate capacity,
pilling Rings, but excluding the cost of reinforcement. (rates
include cost of all inputs of labour, material and T & P, cost
of handling, lifting & placing in position the reinforcement
cage in the trench, including the additional cost of welding
the reinforcement bars etc., involved in the work and all
other incidental expenditure loading, unloading, erection,
commissioning, permissions etc. for completing the works
and demobilization after completion of works as directed by
the Engineer-in-charge), However, the actual area of the
diaphragm wall, correct to two places of decimal, from
design bottom level to the design cut off level (including
portion anchored in the rock upto the design bottom level)
only shall be measured for payment etc all complete and
as directed by the Engineers. FOR TOWER 1 AT TNHB
SITE

Contractor No. of Corrections


9
b Cum 5857.00 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,

Contractor No. of Corrections


10
including providing recess for bearing plates and fixing
insert plates as per design and as directed by the Engineer-
in-charge, Drilling,Garbs,cranes of adequate capacity,
pilling Rings, but excluding the cost of reinforcement. (rates
include cost of all inputs of labour, material and T & P, cost
of handling, lifting & placing in position the reinforcement
cage in the trench, including the additional cost of welding
the reinforcement bars etc., involved in the work and all
other incidental expenditure loading, unloading, erection,
commissioning, permissions etc. for completing the works
and demobilization after completion of works as directed by
the Engineer-in-charge), However, the actual area of the
diaphragm wall, correct to two places of decimal, from
design bottom level to the design cut off level (including
portion anchored in the rock upto the design bottom level)
only shall be measured for payment etc all complete and as
directed by the departmental officers. FOR TOWER 2
ON EVR SITE

Contractor No. of Corrections


11
c Cum 9063.00 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
1200 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,

Contractor No. of Corrections


12
including providing recess for bearing plates and fixing
insert plates as per design and as directed by the Engineer-
in-charge, Drilling,Garbs,cranes of adequate capacity,
pilling Rings, but excluding the cost of reinforcement. (rates
include cost of all inputs of labour, material and T & P, cost
of handling, lifting & placing in position the reinforcement
cage in the trench, including the additional cost of welding
the reinforcement bars etc., involved in the work and all
other incidental expenditure loading, unloading, erection,
commissioning, permissions etc. for completing the works
and demobilization after completion of works as directed by
the Engineer-in-charge), However, the actual area of the
diaphragm wall, correct to two places of decimal, from
design bottom level to the design cut off level (including
portion anchored in the rock upto the design bottom level)
only shall be measured for payment etc all complete and as
directed by the departmental officers. FOR TOWER 3
ON TNSCB SITE

Pile work

Contractor No. of Corrections


13
2 Boring, providing & installing bored cast - in - situ
reinforced cement concrete pile of specified diameter using
approved drilling method to the required depth up to the cut
off level in pile cap in RCC M30 grade to carry a safe
working load not less than the specified, excluding the cost
of steel reinforcement but including the cost of boring with
casing from Natural/formed ground level (For Main
reinforcement High Strength deformed bar should be
used), bentonite mud circulation of approved specific
gravity and the length of pile to be embedded in the pile
cap. The cost shall include the disposal of waste bore mud
from the site for all leads and lifts. The rate shall include all
machineries required for boring, genset, skilled labour,
setting out piles, cutting and preparing the top of the piles,
and preparing pile heads, Moving rig to new pile position,
Pitching & setting up Empty bore, permanent and
temporary liners etc., ( Length of pile for payment shall be
measured upto the bottom of pile cap) Vertical Tolerance
should be as per per(IS2911(Part - 1) sec - 2 - 2010)
Clause 8.1.2 Control of Alignment of piles upto 40m depth
from Natural/Finish ground level including the socketing in
the all types of soils and rocks for the various depths as
specified in the drawings and documents, complete in all
respects as directed by the Engineer. Payment under this
item shall be made for the Casted portion of Piles as per
the Design and drawings.

a Rmt. 14712.00 600 mm dia pile SPL Running


metre

b Rmt. 10360.00 1000 mm dia pile SPL Running


metre

c Rmt. 2080.00 300 mm dia pile SPL Running


metre

d Rmt. 525.00 1200 mm dia pile for skybridge pylons SPL Running
metre

Contractor No. of Corrections


14
3 Auger Boring/ Rotary Drilling for cast in situ pile up to the
required depth and diameter with minimum 6 m long
temporary steel casing, true to vertical, providing bentonite
slurry and maintaining water level in the hole, washing the
hole for at least 30 minutes, cleaning the bore-hole and
making the bore- hole ready for placing steel cage and
concreting including hire charge of rig set, trimie pipe, cost
of fuel, lubricant, mobilization, demobilization,
maintenance, spares, stand-byes, insurance coverage,
bentonite, water, electricity and other charges , removing
slush, waste for all leads and lifts all complete approved
and accepted by the Engineer. Before commencing boring
operation, contractor shall submit the method statement of
cast-in-situ pile work including sequence of boring and
casting, disposal of spoils, test result of materials to the
Engineer for approval. However, Engineer‟s approval shall
not relieve the contractor of his responsibilities and
obligations under contract. Payment under this item shall
be made for the Empty boring for Building Piles.
a Rmt. 4167.00 600 mm dia pile SPL Running
metre

b Rmt. 8696.00 1000 mm dia pile SPL Running


metre

4 Dismantling of laitenance/weak concrete and cutting of


extra reinforcement as per BIS norms, removal of
dismantling debris from the site for all leads and lifts as
directed by the Engineer - in - charge.
a Cum 241.87 600 mm dia pile SPL 1 cu.m
(One
cubic
metre)
b Cum 106.21 1000 mm dia pile SPL 1 cu.m
(One
cubic
metre)

Contractor No. of Corrections


15
5 PILE LOAD PULL OUT TESTING -One number of Initial
pile load test with 2.0 times of pile load carrying
capacity for every 600 number of piles and routine pile
load test for 1.5% of working piles with 1.5 times of
pile load carring capacity by dynamic test , including
submitting methodology, getting it approved, all
equipment, labour compelte as per Specifications and
codal provsions and as directed by Engineer - in -
Charge
Initial pile Pull Out Load test
a per 1.00 600 mm dia pile with Socket depth -8D and with Design SPL per test
test load - 200 T , Testing load at 2 times - 400 T

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

Initial pile Pull Out Load test


g per 2.00 600 mm dia pile with Socket depth -6D and with Design SPL per test
test load - 210 T, Testing load at 2 times - 420 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

Contractor No. of Corrections


16
k 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 1.5 times - 637.5 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.

Contractor No. of Corrections


17
7 Nos 64.00 Sonic logging test for Diaphragm Wall- Conducting cross SPL Number
Hole Sonic Logging Test in Diaphram wall, by inserting
50mm internal dia pipes arranged in full length and
protrude by 0.5m above ground level, rigidly tied with
binding wire and filled with water. Pipes shall be joined by
threaded sockets with proper adhesive and attached to
main re-bars. The test shall consist of inserting transducers
upto bottom into two pipes of same wall, activated and
pulled back with arrival time versus depth continuously
recorded. The work shall be done installation and
protection of all access pipes , ensuring integrity of
concrete is maintained throughout the time. The work shall
include submission of report for each panel tested
specifying the results
8 Nos 64.00 Soil Investigation - Probe Holes along the axis of diaphram SPL Number
wall to ascertain grade of rock srata every 12m interval for
a depth of at least 4m inside the rock, The bore holes shall
be terminated till the diaphragm wall trench level and probe
holes shall be terminated at least 4m inside rock hard rock
stratum. Collection of UDS (undisturbed Samples from
cohesive soil layers and conducting SPT (Standard
Penetration Tests) and as per the Employer requirement,
complete and as directed by the Engineer in charge
The work includes removal of contaminated water ,
observation and recording and monitoring water level rise
in the borehole, sample collection for disturbed and
undisturbed samples , water samples , extraction of cores,
preparation of bore logs and submission of a report for the
results of the investigation along with core samples and
recommendation of foundation and excavation complete a
directed by Engineer in charge.
After completion of activity, casing shall be removed and
each borehole shall be back filled with approved material.

Contractor No. of Corrections


18
9 Earth work in all soils and sub-soils and to full depth as
may be directed except in rock requiring blasting, inclusive
of shoring, shuttering, strutting, dewatering, bailing out
water wherever necessary and depositing the surplus
excavated earth with a lead of 10 mts. within the compound
in places shown by the departmental officers and clearing
and levelling the site, etc., complete complying with
standard specification and for Excavation in Top down
Construction as per Approved Construction Methogology
complete and as directed by Engineer in Charge.(Excluding
Refilling)
a Cum 32726.10 Earth work excavation in soil -0 to 2 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
b Cum 14456.00 Earth work excavation in soil -2 to 3 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
c Cum 14377.00 Earth work excavation in soil -3 to 4 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
d Cum 14376.40 Earth work excavation in soil -4 to 5 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
e Cum 14271.00 Earth work excavation in soil -5 to 6 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
f Cum 14219.00 Earth work excavation in soil -6 to 7 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
g Cum 14219.00 Earth work excavation in soil -7 to 8 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)

Contractor No. of Corrections


19
h Cum 14219.00 Earth work excavation in soil -8 to 9 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
i Cum 14219.00 Earth work excavation in soil -9 to 10 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
j Cum 14219.00 Earth work excavation in soil -10 to 11 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
k Cum 14219.00 Earth work excavation in soil -11 to 12 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
l Cum 14219.00 Earth work excavation in soil -12 to 13 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
m Cum 12126.00 Earth work excavation in soil -13 to 14 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
n Cum 7583.00 Earth work excavation in soil -14 to 15 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)
o Cum 2652.00 Earth work excavation in soil -15 to 16 m depth SS 17, 23, 1 cu.m
24 & 25 , (One
SPL cubic
metre)

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.

Contractor No. of Corrections


20
11 Cum 209784.00 Transporting excavated earth/SDR (upto 10km) outside the SPL 1 cu.m
site as per the instructions from Site-Engineer including (One
loading / unloading in trucks. Rate is including Royalty, cubic
cleaning of roads, addressing local issues, permissions metre)
from local and statutory authorities etc. 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.

Contractor No. of Corrections


21
16 Cum 3919.38 Providing and Laying Cement Concrete 1:3:6 (One SS 28 1 cu.m
Cement, Three m-sand and six hard broken stone jelly) (One
using 20 mm gauge hard broken granite stone jelly for cubic
foundation & under floor including dewatering wherever metre)
necessary and laid in layers of not more than 15 cm thick
well rammed, consolidated and curing etc. complete
complying with standard specification & as directed by
Engineer in Charge.
a Cum 51.00 In Basement-2 SS 28 1 cu.m
(One
cubic
metre)
b Cum 20.00 In Basement-2a SS 28 1 cu.m
(One
cubic
metre)
c Cum 43.83 In Basement-1 SS 28 1 cu.m
(One
cubic
metre)
d Cum 20.00 In Basement-1a SS 28 1 cu.m
(One
cubic
metre)
e Cum 1096.10 In Ground floor SS 28 1 cu.m
(One
cubic
metre)
f Cum 35.23 In 1st floor SS 28 1 cu.m
(One
cubic
metre)
g Cum 35.23 In 2nd floor SS 28 1 cu.m
(One
cubic
metre)
h Cum 35.23 In 3rd floor SS 28 1 cu.m
(One
cubic
metre)

Contractor No. of Corrections


22
i Cum 35.23 In 4th floor SS 28 1 cu.m
(One
cubic
metre)
j Cum 45.87 In 5th floor SS 28 1 cu.m
(One
cubic
metre)
k Cum 35.23 In 6th floor SS 28 1 cu.m
(One
cubic
metre)
l Cum 35.23 In 7th floor SS 28 1 cu.m
(One
cubic
metre)
m Cum 35.23 In 8th floor SS 28 1 cu.m
(One
cubic
metre)
n Cum 45.87 In 9th floor SS 28 1 cu.m
(One
cubic
metre)
o Cum 35.23 In 10th floor SS 28 1 cu.m
(One
cubic
metre)
p Cum 35.23 In 11th floor SS 28 1 cu.m
(One
cubic
metre)
q Cum 35.23 In 12th floor SS 28 1 cu.m
(One
cubic
metre)
r Cum 45.87 In 13th floor SS 28 1 cu.m
(One
cubic
metre)

Contractor No. of Corrections


23
s Cum 35.23 In 14th floor SS 28 1 cu.m
(One
cubic
metre)
t Cum 35.23 In 15th floor SS 28 1 cu.m
(One
cubic
metre)
u Cum 16.34 In 16th floor SS 28 1 cu.m
(One
cubic
metre)
v Cum 16.34 In 17th floor SS 28 1 cu.m
(One
cubic
metre)
w Cum 16.34 In 18th floor SS 28 1 cu.m
(One
cubic
metre)
x Cum 16.34 In 19th floor SS 28 1 cu.m
(One
cubic
metre)
y Cum 16.34 In 20th floor SS 28 1 cu.m
(One
cubic
metre)

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)

Contractor No. of Corrections


24
18 Supplying and erecting centering for sides and soffits
including necessary supports and strutting upto 3.29 M
height for plane surfaces as detailed below in all floors with
all cross bracings using Mild Steel sheets of size 90 x 60
cm and 10 BG stiffened with welded Mild Steel angle of
size 25mm x 25mm x 3 mm for boarding laid over silver
oak joists of size 10cm x 6.50 cm spaced at abote 90 cm
centre to centre and supported by casurina props of 10cm
to 13 cm dia spaced at not more than 75 cm centre to
centre etc. complete complying with the standard
specificaiton complete as directed by Engineer in Charge
for all leads and lifts.(Payment for centering shall be given
after the concrete is laid)
a Sqm 117986.25 For plane surfaces such as RCC floor slab, roof slab, SS 30 (S), 1 sq.m.
beams, lintels, bed blocks, landing slab, waist slab, portico 86 & 86 (A) (One
slabs and beams, etc. square
metre)
b Sqm 13587.45 For plane surfaces such as vertical slab, side slabs of SS 30 (S), 1 sq.m.
boxing, vertical drops, facia, vertical wall, etc. 86 & 86 (A) (One
square
metre)
c Sqm 96611.20 For plane surfaces such as rectangular or square RCC SS 30 (S), 1 sq.m.
columns, sunshades, top and bottom slab of RCC boxing, 86 & 86 (A) (One
etc. square
metre)
d Sqm 6124.00 For circular columns SS 30 (S), 1 sq.m.
86 & 86 (A) (One
square
metre)
e Sqm 2054.03 For Guide Wall L-Shape Shuttering along with D-wall SS 30 (S), 1 sq.m.
86 & 86 (A) (One
square
metre)
f Sqm 48325.84 12mm thick Well lubricated Plywood centering over Rubble SPL 1 sq.m.
soling - Basement-2A, 1, 1A & Ground floor (One
square
metre)

Contractor No. of Corrections


25
19 Sqm 184757.00 Providing additional strutting to centering of RCC slabs of SPL 1 sq.m.
plain surface for every additional 1.0 metre height or part (One
thereof but not less than 30 cm, over the initial 3.00 metre square
height from floor level using casurina props of 10cm to metre)
13cm dia including cross bracing etc., complete complying
with standard specification complete as directed by
Engineer in Charge for all leads and lifts.
20 Providing and laying in position, Standardised Concrete Mix
M-20 Grade in accordance with IS:456-2000, using 20mm
and down graded hard broken granite stone jelly for all
RCC items of works as recommended by the IIT / Anna
University / PWD design mix in recommended proportions
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 and Engineer in
Charge. 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).

a Cum 5.40 In Basement-2 SS 30, 1 cu.m


Std (One
Concrete cubic
Mix Data metre)
Item-1
b Cum 2.92 In Basement-2a SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
c Cum 6.56 In Basement-1 SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1

Contractor No. of Corrections


26
d Cum 1.92 In Basement-1a SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
e Cum 8.30 In Ground floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
f Cum 6.58 In 1st floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
g Cum 6.58 In 2nd floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
h Cum 6.58 In 3rd floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
i Cum 6.58 In 4th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
j Cum 6.58 In 5th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
k Cum 6.58 In 6th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1

Contractor No. of Corrections


27
l Cum 6.58 In 7th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
m Cum 6.58 In 8th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
n Cum 6.58 In 9th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
o Cum 6.58 In 10th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
p Cum 6.58 In 11th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
q Cum 6.58 In 12th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
r Cum 6.58 In 13th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
s Cum 6.58 In 14th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1

Contractor No. of Corrections


28
t Cum 6.58 In 15th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
u Cum 5.00 In 16th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
v Cum 3.00 In 17th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
w Cum 3.00 In 158th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
x Cum 3.00 In 19th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
y Cum 3.00 In 20th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1
z Cum 5.58 In Terrace SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-1

Contractor No. of Corrections


29
21 Cum 438.83 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-1
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).

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

Contractor No. of Corrections


30
23 Providing and laying in position, Standardised Concrete Mix
M-30 Grade in accordance with IS:456-2000, using 20mm
and down graded hard broken granite stone jelly for all
RCC items of works as recommended by the IIT / Anna
University / PWD design mix in recommended proportions
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. 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).

a Cum 1151.93 Foundation SS 30, 1 cu.m


Std (One
Concrete cubic
Mix Data metre)
Item-3
b Cum 682.20 Ground Floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-3

Contractor No. of Corrections


31
24 Providing and laying in position, Standardised Concrete Mix
M-35 Grade in accordance with IS:456-2000, using 20mm
and down graded hard broken granite stone jelly for all
RCC items of works as recommended by the IIT / Anna
University / PWD design mix in recommended proportions
to accelerate, retard setting of concrete, improve
workability without impairing strength and durability
excluding cost of reinforcement grill and fabricating
charges, centering and shuttering and also 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. 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).

a Cum 583.00 In 1st floor SS 30, 1 cu.m


Std (One
Concrete cubic
Mix Data metre)
Item-5
b Cum 591.00 In 2nd floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
c Cum 591.00 In 3rd floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
d Cum 583.00 In 4th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5

Contractor No. of Corrections


32
e Cum 1508.00 In 5th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
f Cum 1922.09 In 6th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
g Cum 1930.70 In 7th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
h Cum 1906.70 In 8th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
i Cum 1913.70 In 9th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
j Cum 2423.70 In 10th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
k Cum 2425.70 In 11th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
l Cum 2408.55 In 12th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5

Contractor No. of Corrections


33
m Cum 2388.55 In 13th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
n Cum 2397.55 In 14th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
o Cum 2390.49 In 15th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
p Cum 2378.90 In 16th floor and Terrace floor of TNSCB SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
q Cum 1049.00 In 17th floor and terrace floor of EVR SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
r Cum 823.00 In 18th floor and Water tank of EVR SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
s Cum 755.00 In 19th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
t Cum 629.00 In 20th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5

Contractor No. of Corrections


34
u Cum 595.00 Terrace SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
v Cum 85.00 Headroom SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5
w Cum 285.16 Overhead Water tank SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-5

25 Providing and laying in position, Standardised Concrete Mix


M-45 Grade in accordance with IS:456-2000, using 20mm
and down graded hard broken granite stone jelly for all
RCC items of works as recommended by the IIT / Anna
University / PWD design mix in recommended proportions
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 also 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. 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).
a Cum 23693.00 Raft at (-)12.0m and (-)14.1 m level / Raft at (-)12.55m and SS 30, 1 cu.m
(-)14.65 m level Std (One
Concrete cubic
Mix Data metre)
Item-7

Contractor No. of Corrections


35
b Cum 526.00 In Basement-2 level (-) 12 to (-)9m SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-7
c Cum 2714.00 In Basement-2A - Level (-) 9m to ( -) 6m SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-7
d Cum 3460.00 In Basement-1 -level (-)6m to (-0 3 m SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-7
e Cum 2026.00 In Basement 1A- Level (-) 3 m +0.00/0.6m SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-7
f Cum 3972.00 In Ground floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-7
g Cum 960.00 In 1st floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-7
h Cum 938.00 In 2ndt floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-7
i Cum 918.00 In 3rd floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-7

Contractor No. of Corrections


36
j Cum 917.00 In 4th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-7

26 Providing and laying in position, Standardised Concrete Mix


M-50 Grade in accordance with IS:456-2000, using 20mm
and down graded hard broken granite stone jelly for all
RCC items of works as recommended by the IIT / Anna
University / PWD design mix in recommended proportions
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 also 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. 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).

a Cum 714.63 In foundation, ground and 1st floor SS 30, 1 cu.m


Std (One
Concrete cubic
Mix Data metre)
Item-8
b Cum 440.13 In 2nd floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-8
c Cum 438.54 In 3rd floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-8

Contractor No. of Corrections


37
d Cum 514.13 In 4th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-8
e Cum 942.19 In 5th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-8
f Cum 942.19 In 6th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-8
g Cum 942.19 In 7th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-8
h Cum 1014.19 In 8th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-8
i Cum 1091.17 In 9th floor, 10th floor, 11th floor, 12th floor levels including SS 30, 1 cu.m
skybridge pylons Std (One
Concrete cubic
Mix Data metre)
Item-8

Contractor No. of Corrections


38
27 Providing and laying in position, Standardised Concrete Mix
M-60 Grade in accordance with IS:456-2000, using 20mm
and down graded hard broken granite stone jelly for all
RCC items of works as recommended by the IIT / Anna
University / PWD design mix in recommended proportions
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 also 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. 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).

a Cum 1567.45 In Basement-2 SS 30, 1 cu.m


Std (One
Concrete cubic
Mix Data metre)
Item-9
b Cum 678.01 In Basement-2 A SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-9
c Cum 1140.72 In Basement-1 SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-9
d Cum 644.32 In Basement-1 A SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-9

Contractor No. of Corrections


39
e Cum 1255.27 In Ground floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-9
f Cum 523.00 In 1st floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-9
g Cum 523.00 In 2nd floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-9
h Cum 523.00 In 3rd floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-9
i Cum 520.00 In 4th floor SS 30, 1 cu.m
Std (One
Concrete cubic
Mix Data metre)
Item-9

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.

Contractor No. of Corrections


40
29 Providing & Laying AAC Block Work using Self curing AAC
mortar joint 2-3mm thick in between the blocks with a
spread of 170sqft/40 kg ,cement mortor 1:6 ( One of
cement and Six of M-sand) along the boundaries using
Blocks of size 600x200x200mm having minimum average
crushing strength of 50Kg/sqcm in foundation & basement
including dewatering and in Superstructure wherever
necessary proper setting curing etc., complete in all
respects complying with relevant standard specifications
and as directed by the departmental officers / Engineer in
Charge.

a Cum 664.00 In Basement-2 Sch .Item 1 cu.m


N0-264(c) (One
Page No72 cubic
metre)
b Cum 410.00 In Basement-2A Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
c Cum 780.00 In Basement-1 Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
d Cum 401.00 In Basement-1A Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
e Cum 1319.22 In Ground floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
f Cum 531.00 In 1st floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
g Cum 531.00 In 2nd floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)

Contractor No. of Corrections


41
h Cum 544.00 In 3rd floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
i Cum 511.00 In 4th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
j Cum 534.00 In 5th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
k Cum 494.00 In 6th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
l Cum 503.00 In 7th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
m Cum 509.00 In 8th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
n Cum 541.00 In 9th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
o Cum 494.00 In 10th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
p Cum 494.00 In 11th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
q Cum 499.00 In 12th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)

Contractor No. of Corrections


42
r Cum 537.00 In 13th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
s Cum 497.00 In 14th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
t Cum 515.00 In 15th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
u Cum 512.00 In 16th floor & terrace of TNSCB Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
v Cum 292.00 In 17th floor & mumty terrrace of TNSCB & terrace of EVR Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
w Cum 130.00 In 18th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
x Cum 137.00 In 19th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
y Cum 121.00 In 20th floor Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)
z Cum 49.00 In terrace floor of TNHB Sch .Item 1 cu.m
N0-264(c) (One
Page No72 cubic
metre)

Contractor No. of Corrections


43
30 Providing & Laying AAC Block partition wall in cement
mortor 1:4 ( One of cement and four of M-sand)
600x200x100mm thick for superstructure having minimum
average crushing strength of 50Kg/sqcm. including labour
for fixing the doors,windows and ventilator frames in
position fixing of hold fasts scaffolding, curing etc. complete
in all respects complying with relevant standard
specifications and drawings and as directed by the
departmental officers / Engineer in Charge.
a Cum 10.00 In Ground floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
b Cum 9.00 In 1st floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
c Cum 9.00 In 2nd floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
d Cum 9.00 In 3rd floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
e Cum 9.00 In 4th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
f Cum 9.00 In 5th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
g Cum 9.00 In 6th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
h Cum 9.00 In 7th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)

Contractor No. of Corrections


44
i Cum 9.00 In 8th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
j Cum 9.00 In 9th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
k Cum 9.00 In 10th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
l Cum 9.00 In 11th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
m Cum 9.00 In 12th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
n Cum 9.00 In 13th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
o Cum 9.00 In 14th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
p Cum 9.00 In 15th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
q Cum 5.00 In 16th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
r Cum 2.00 In 17th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)

Contractor No. of Corrections


45
s Cum 2.00 In 18th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
t Cum 2.00 In 19th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)
u Cum 2.00 In 20th floor Sch .Item 1 cu.m
N0-264(a) (One
Page No71 cubic
metre)

31 Tremix / Vaccuum Dewatered Flooring


a Sqm 10651.00 Providing and laying RCC vaccum dewatering concrete SPL 1 sq.m.
flooring with floor hardener of approved make to be (One
sprinkeled at the rate of 5 kg/sqm before mechanical square
troweeling as per manufacturer's specifications including metre)
mixing, tamping mechanically, consolidating, leveling
cement concrete of grade M25 Design Mix in grade slab,
150 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.

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.

Contractor No. of Corrections


46
c Sqm 5000.00 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, 50 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 doweled construction joints for all
leads and lifts as per drawings.
32 Providing and laying in position granolithic floor finish of the
following thickness with plain cement concrete 1:2:4 (One
Cement, Two M-sand and Four aggregate) using 10 to
12mm gauge hard broken stone jelly including laying,
finishing and the top rubbed smooth with power trawel,
thread lining, curing etc. complete complying with standard
specification and as directed by the departmental officers
for all leads and lifts. (The rate is inclusive of necessary
planking for panelling wherever necessary and as directed
by the departmental officers)

a Sqm 5394.54 40mm thick SPL 1 sq.m.


(One
square
metre)

Contractor No. of Corrections


47
33 Sqm 1043.00 Self-leveling epoxy floor for 7 mm thick SPL 1 sq.m.
a) Surface Preparation:By any one of the suitable methods (One
based on site conditions /availability. square
b) Primer Coat: Over the cleaned surface apply one coat of metre)
solvent less epoxyPrimer for a thickness of 100 to 150
microns for bonding epoxy flooring toConcrete surface.
c) Epoxy underlay/screed (5.0 mm): Over the primed
surface apply EpoxyMortar underlay to a thickness of 5 mm
to cover the undulation orIrregularities in the floor to make it
uniform.
d) Primer Seal Coats (0.5 mm): Over the screed two coats
of epoxy primer sealCoat to seal off the pores in the screed
and also to act as an intermediate coatBetween screed &
topcoat.
e) Self leveling epoxy floor topping 1.5 mm): Over the Seal
coats, applicationof around 1.5 mm thick three component
epoxy-self leveling colored floorWith smooth and
glossyfinish.(choice of colour-as specified by Engineer in
charge)

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.

Contractor No. of Corrections


48
35 Sqm 3482.00 Providing & laying the kota stone slab of 18 / 20mm (un- SPL 1 sq.m.
polished) for steps and including 2 grooves for full length (One
on each tread of steps and half round edge nosing (single square
piece stone shall be used for staircase tread & riser) in all metre)
floors for all leads and lifts laid in of cement mortar 1:3 (one
cement three M-sand), minimum 20mm thick and pointed
with colour 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. The kota 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 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.

Contractor No. of Corrections


49

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.

39 Sqm 1186.65 Granite wet cladding on walls/columns/cills/facias/ SS 30 1 sq.m.


jambs/soffits /Bands/ skirting ;Providing and fixing Granite (One
Stone machine cut and machine high prepolished best square
quality approved colour granite slab of thickness not less metre)
than 17/18mm for wall lining (veneer work)/ dado of
approximate size 1200 x 600 / 900 x 600 mm, backing filled
with a grout of average 18 mm thick in cement mortar 1:3
(1 cement : 3 coarse M-sand) set in laticrete adhesive L290
or equivalent, including pointing with matching colour of
Laticrete or Araldite Joint filler or approved equivalent to
match the granite shade including rubbing, curing and
polishing including chamfering and edge polishing at
exposed surfaces etc. all complete as specified and as
directed by the Engineer-in-Charge all complete as per
Architectural drawings, complete for all leads and lifts. The
cost to include all shuttering, scaffolding, props. Also it has
to be ensured that the bedding mortar thickness is adjusted
to achieve the desired level to flush the surfaces with
adjoining finishes.

Contractor No. of Corrections


50
40 Granite Counter Providing and fixing 18mm /19 mm thick
gang saw cut, mirror polished, premoulded and
prepolished, machine cut for kitchen platforms, vanity
counters and similar locations including 200 mm high
facias of required size,approved shade, colour and texture
over sub counter made on RCC. The granite counter shall
be fixed with 20 mm thick base cement mortar 1:4 (1
cement : 4 coarse M-sand), joints treated with laticrete or
Araldite joint filler or approved equivalent joint filler of
approved shade etc, epoxy touch ups, including making
holes/ openings for Taps/ washbasins/ sinks/ bathtubs,
rubbing, curing, half round/ full round moulding at exposed
edges and polishing to edges to give high gloss finish etc
as/ approved drawing. complete at all levels including
protecting the finished surface with Polythene and POP
covering till the buidling is handed over complete for all
leads and lifts. .Granite of any colour and shade as
approved by Engineer In Charge. Finished counter top in
plan shall be measured and paid. Jet Black granite or as
per selection by Engineer In charge.

a Sqm 530.00 Area of slab upto 0.50 sqm. 30 1 sq.m.


(One
square
metre)
41 Rmt. 938.00 Extra for fixing marble /granite stone, over and above SS 30 Running
corresponding basic item, in facia and drops of width upto metre
150 mm with epoxy resin based adhesive, including
cleaning etc. complete.
42 Nos. 616.00 Extra for providing opening of required size & shape for SS 30 Number
wash basin/ kitchen sink in kitchen platform, vanity counter
and similar location in marble/ Granite/ stone work,
including necessary holes for pillar taps etc. including
moulding, rubbing and polishing of cut edges etc. complete.

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

Contractor No. of Corrections


51
45 Sqm 8153.00 Providing and laying Double Charged Vitrified Tiles in SS 39.A 1 sq.m.
different sizes with water absorption less than 0.08% and (One
conforming to IS: 15622, of approved make, in all colours square
and shades, laid on 20mm thick cement mortar 1:4 (1 metre)
cement : 4 coarse m-sand), jointing with grey cement slurry
@ 3.3 kg/ sqm including grouting the joints with white
cement and matching pigments etc.,complete for all leads
and lifts complete as directed by Engineer in Charge.
Size of Tile 600x600 mm & 12mm thick

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)

Contractor No. of Corrections


52
49 Sqm 12786.00 Vitrified Tile Cladding/ Dado SOR AnX- 1 sq.m.
Providing and laying Glossy/ satin matte finish Vitrified tiles VI, S.No. 14 (One
in different sizes , with water absorption less than 0.08% of Page No 41 square
approved brand & manufacturer, in all colours and shade, metre)
on walls/ partitions etc in cladding/ dado laid with cement
based high polymer modified quick set tile adhesive (water
based) in average 6 mm thickness or set in 1: 4 Cement
Mortar, including grouting of joints using epoxy grout
stainfree Laticrete/ Balendura or of approved equivalent
make and brand of 0.70 kg of organic filler of desired
shade (0.10kg of hardener and 0.20 kg of resin per kg),
including cutting/ mitring/ curing/ filling/ grouting and
finishing complete as per direction of Engineer - in - charge
for all leads and lifts.
Size of Tile 600x300 mm

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...

Contractor No. of Corrections


53
52 Sqm 744.00 Providing and fixing dry cladding for all leads and lifts with SPL 1 sq.m.
20 mm thick gangsaw cut mirror polished / sandblasted/ (One
flamed granite stone(as approved by departmental officer) square
with machine cut edges of uniform colour and size upto 1m metre)
x 1m, fixed to structural steel framework and/ or with the
help of Stainless Steel cramps, pins etc and sealing the
joints with approved weather sealant as per approved shop
drawing and direction of Engineer - in - charge including
providing and fixing structural steel frame on walls at all
heights using M.S. square/ rectangualr tube in the required
pattern as per architectural drawing, including cost of
cutting, bending, welding etc. The framework shall be fixed
to R.C.C. Structure with the help of M.S brackets / lugs of
angle iron / flats etc. which shall be welded to the frame
and fixed to R.C.C. Structure, including cost of necessary
centering and shuttering and with approved expansion hold
fasteners on CC/ RCC surface, including drilling necessary
holes. Approved cramps / pins etc shall be welded to the
frame work to support stone cladding, the steel work will be
given priming coat of ZInc primer or any other anti
corrosive paint / treatment as approved by Engineer - in -
Charge and painted with two or more coats of epoxy paint
(Shop drawings shall be submitted by the contractor to the
Engineer - in - Charge for approval before execution). The
frame work shall be fixed in true horizontal & vertical lines /
planes, The item includes providing and fixing adjustable
stainless steel cramps of approved quality, required shape
and size, adjustable with stainless steel nuts, bolts and
washer (total weight not less than 260 grams) for dry stone
cladding fixed on frame work at suitable location, including
making necessary rebates/recesses in stone slab, drilling
required holes etc complete as per direction of Engineer -
in - Charge. Also it has to be ensured that the framework
and cladding is adjusted to achieve the desired level to
flush the surfaces with adjoining finishes.

Contractor No. of Corrections


54
53 Sqm 6150.00 Providing and laying 60mm thick factory made cement SPL 1 sq.m.
concrete interlocking paver block of M -30 grade made by (One
block making machine with strong vibratory compaction, of square
approved size, design & shape, laid in required colour and metre)
pattern over and including 50mm thick compacted bed of M
sand, filling the joints with m-sand etc. all complete as per
the direction of 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)

55 Stainless Steel Railing and Handrail

Contractor No. of Corrections


55
a Sqm 90.00 Manufacturing, Supplying and Fixing of Stainless Steel SOR-Page- 1 sq.m.
Railing with Handrail using 50mm dia 304L Grade Stainless 63/item 239 (One
Steel pipe of minimum 1.60mm thick at required locations square
to a height of minimum 1000 mm from finished floor level metre)
welded to 38mm dia Stainless Steel pipe post of 1.00mm
thick as vertical at 900mm centre with 2 Nos. of 25mm dia
intermediate horizontal stainless steel pipe of 1.60mm thick
in between. The vertical pipe has to be welded to the 100
X 100 X 6mm MS base plate encased in the base
concrete. The rate is inclusive of the charges for cutting,
bending, welding, grinding, polishing, conveyance,
electrical charges, etc. complete for all leads and lifts and
as directed by Engineer in Charge

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

Contractor No. of Corrections


57
62 Sqm 60868.51 Supplying and painting the walls with two coats of oil bound SS 65, 66(A) 1 sq.m.
distemper over one coat of water based cement primer (One
including cost for distemper, primer, cleaning and square
scrapping the walls, rendering the walls smooth with metre)
necessary putty, brushes, scaffolding arrangements, labour
charges, etc., as per standard specification for all leads
and lifts and as directed by Engineer in Charge. (The
colour and shade of the distemper shall be got approved by
the Executive Engineer before use of work).

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)

Contractor No. of Corrections


58
67 Sqm 5036.54 Finishing walls with textured exterior paint of required Sch .Item One square
shade for all leads and lifts and as directed by Engineer in N0-147
Charge.. :
New work (Two or more coats applied @ 3.28 ltr/10 sqm)
over and including priming coat of exterior primer applied
@ 2.20kg/10 sqm.

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

Contractor No. of Corrections


59
69 Sqm 884.00 Aluminium Louvers- Providing and installing fixed SPL 1 sq.m.
aluminum louvre assembly with louvres all polyester (One
powder coated using high strength weighing approx. 2.32 square
kg/m @ 90 mm vertical centres along vertical service/ metre)
ventilation shafts including epoxy-coated structural steel
brackets and support framework all complete as per
approved shop drawings, samples and specifications
including interface with curtain wall and cladding system,
wherever applicable complete all as specified and directed
by Engineer - in- charge for all leads and lifts.
System Description : Design, Fabrication, Supply,
Installation, Cleaning & Handover of Aluminium "Z"
(150mm x 50mm) Louvers along with SS316 screws
formed into panels and fixed to concrete structure with
steel brackets and necessary accessories. The aluminium
profiles should be powder coated to a approved colour with
a thickness of 60 microns.
Aluminium extrusions: The extruded Aluminium sections of
Alloy 6063 T5 / T6 & tolerances confirming to DIN / EN
standard from approved extruder. The structural profiles
shall have minimum 3mm wall thickness at screwing or
load transfer locations.
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

Contractor No. of Corrections


60
Anchor Fasteners: Anchor fastener material shall be Non -
magnetic Stainless steel - 316 grade of Hilti make or
approved equivalent.
Brackets: Glazing system is supported by means of hot dip
Galvanized (HDG) brackets of suitable size and thickness
to sustain the designed loads with serated plate & washers
designed to accommodate three dimensional movement.
Hotdip galvanizing shall be minimum 80 microns thick and
shall conform to IS: 4759-1996.The brackets is fixed with
SS anchor bolts to RCC slab , Separator with EPDM / PVC
/ Nilon pad shall be considered wherever the two different
material connections to avoid Bi-Metallic Corrosion.
Fasteners: SS 316 Grade Fasteners of Kundan make or
Approved equivalent.The size and type of fasteners shall
as per approved design calculation and shop drawings.

Contractor No. of Corrections


61
70 Sqm 36.00 Supplying and fabrication and fixing in position of DATA 1 sq.m.
anodised powder coated colour finish sliding window in two ANNX-VI (One
track in all floors for all leads and lifts with following S.No 82(b), square
sizes. All the three shutters with sliding 85 & 133 metre)
arrangements, the bottom section should have Gutter
arrangements so as to drain the water entering and
made with extruded aluminium section for outer
frames with necessary accessories such with required
EPDM rubber/ neoprene gasket, sealants etc. .Sections
shall be smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle,
Aluminium snap beading for glazing / paneling, C.P. brass /
stainless steel screws, all complete as per architectural
drawings and the directions of Engineer-in-charge.The
frames and Shutters shall be Polyester powder coated
aluminium (minimum thickness of polyester powder coating
50 micron) with 6 mm thick toughened glass in panelling
fixed in aluminum windows shutters with C.P. brass /
stainless steel screws etc. complete as per architectural
drawings and directions of engineer-in-charge. The door/
window shall be complete with all Aluminium/ Stainless
Steel handles/ hinges/ stoppers/ stays/ lock etc as required
and approved by the Engineer. Necessary dismantling
making holes in RCC columns, beams, masonry
wherever necessary with power drill to the extent required
and made good to the original conditions after
fixing as directed by the departmental officers.

Contractor No. of Corrections


62
71 Sqm 395.00 Providing and fixing aluminium work for frames and SPL 1 sq.m.
shutters of doors, windows, ventilators and partitions with (One
extruded built up standard tubular sections/ appropriate Z square
sections and other sections of approved make conforming metre)
to IS: 733 and IS: 1285, fixing with dash fasteners of
required dia and size, including necessary filling up the
gaps at junctions, i.e. at top, bottom and sides with required
EPDM rubber/ neoprene gasket, sealants etc. Aluminium
sections shall be smooth, rust free, straight, mitred and
jointed mechanically wherever required including cleat
angle, Aluminium snap beading for glazing / paneling, C.P.
brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-in-
charge for all leads and lifts.The frames and Shutters shall
be Polyester powder coated aluminium (minimum
thickness of polyester powder coating 50 micron) with
12mm thick fibre cement board with decorative lamination
on both sides or 12mm thick toughened glass in panelling
fixed in aluminum doors, windows shutters and partition
frames with C.P. brass / stainless steel screws etc.
complete as per architectural drawings and directions of
engineer-in-charge. The door/ window shall be complete
with all Aluminium/ Stainless Steel handles/ hinges/
doorstoppers/ stays/door lock etc as required and approved
by the Engineer in charge.

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.

73 Providing wood work ( 75mm x 125 mm approximately) in


frames of doors, windows and other frames, wrought
framed and fixed in position with holdfast lugs or with dash
fasteners of required dia & length in first class teak wood
for all leads and levels. (Wood to be FSC certified)

Contractor No. of Corrections


63
a Cum 5.60 Teak wood upto 2m height SS 72, 1 cu.m
Data for (One
SOR RA cubic
Item No-62 metre)
b Cum 23.80 Teak wood 2m - 4m height SS 72, 1 cu.m
Data for (One
SOR RA cubic
Item No-62 metre)

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.

Contractor No. of Corrections


64
75 Sqm 1461.00 Supply & Fixing 120 minutes metal fire rated doors system SPL 1 sq.m.
duly tested at CBRI, Roorkee or Building Fire Research (One
center for integrity & insulation criteria as per the IS 3614 square
Part 2 and BS: 476 part 20 & 22 at independent accredited metre)
fire test laboratory with standard heating conditions as
specified in IS: 9309 - 1979 and BS: 476 part 20 & 22:
1987 to achieve the required integrity & insulation
(Temprature rise on the fire non fire side to the maximum if
180 deg C above the ambient temprature on the
unexpected surface of the shutter) with folloeing
specification but not limiting to Frame of section 143 x 57
mm 16 SWG galvanized iron sheet (zinc coating not less
than 120 gm/ sqm) dully filled with vermuculite based
concrete mix with three side of imported promseal
intumescent strip (10mm x 4mm) nto take care of hot
smoke, Concealed in the groove of the frame with fixing
arrangements of 4 nos of stainless steel ball bearing
hinges of SS 304 / 316 of size 100 mm x 75 mm x 3mm
thick to be capable of taking load upto 150 Kg of the shutter
with SS pin, 50 mm thick single leaf shutter of 18 SWG
galvanized steel sheet ( with Zinc coating not less than 120
gm/sqm), and 2 nos 9 mm thick Non combustible Board
with 300 mm x 100 mm internal stiles. The infill shall be fire
rated insulation ceramic fiber blankets of 30 mm thick x 96
Kg/ cum with fire rated cobra Acrlic sealant of 1mm on both
sides. The imported Intumescent strip of size 20mm x 4mm
1 nos. tobe mounted in the grooves in the shutter on all
sides except bottom finished with approved coat of branded
fire resistant primer and coated with silicon based epoxy
paints. Each door to be fitted with fire rated door closer in
SS finish, 120 min fire rated clear wired glass vision panel
200mm x 300 mm x 6 mm complete as directed by
Engineer in charge for all leads and lifts.

Contractor No. of Corrections


65
76 Nos 500.00 Providing and fixing panic bar / latch (Double point) fitted SPL Number
with a single body, Trim Latch & Lock on back side of the
Panic Latch of reputed brand and manufacture to be
approved by the Engineer- in- charge, all complete.

77 Providing and fixing frameless glass doors shutters made


of 12mm float glass (toughened) with patch fitting etc.
including top pivot, bottom and upper patch, floor lock ,
strike plate and floor springs, door stopper etc. of approved
make, all including cutting and making good the floor.
Providing and fixing set of stainless steel door handle
minimum 22mm dia minimum 300mm overall length for
each leaf of frameless door shutter. All hardware and
fixtures and fittings to be in Stainless Steel of DORMA or
equivalent brand complete all as specified and approved by
Engineer-In-charge. All SS fixtures shall confirm to Grade
SS 304 . Provision of access control to be given as
required. 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.

Contractor No. of Corrections


66
d Sqm 1464.27 Providing and fixing of Frameless Glass fixed full height SPL 1 sq.m.
partition of any height as per drawings and specifications at (One
all floors with 12mm thick clear toughened glass with all square
necessary fittings and hardwares of approved make metre)
including necessary fixing arrangements. The glass is fixed
up with the cill / floor and lintel/ roof beam/ wooden partition
by embedding polyester powder coated Aluminium U
channel of minimum size 25 mm x 25 mm of 16 gauge.
The U bottom will be grouted in the cill / floor and lintel/
partition by chasing the cill / floor and lintel including
necessary filling up gaps at sides, top & bottom with
required weather proof silicon & backer rod shall be
inserted between aluminium channel and glass as well as
both inside and outside around the periphery of the glass
making the glazing air and water tight etc all complete as
per directions and instructions of Engineer - in - charge at
site for all leads and lifts. The item includes making
provisions of fixing frameless glass doors in the partition
including SS patch fittings required to fix the door to the
partition. All the exposed edges of glass shall be grinded
and polished. The frameless glass partition shall be
supported above the false ceiling with wooden battens / ply
etc for stability and the cost shall be included in the rate of
the item.The clear area of glass partition below false ceiling
after deducting the doors shall be measured for payment.

78 Supplying and erecting pull and push type rolling shutter


with ISI make of approved size and section using 18 GI
sheet. The shutter shall be painted with one coat of red
oxide primer and the rate is inclusive of hood covers,
transportation charges etc.,
a Sqm 59.00 Gear operated type (from 8 m2 to 12 m2 area) SOR- 1 sq.m.
129b/Page- (One
50 square
metre)
Post Tensioning

Contractor No. of Corrections


67
79 MT 365.39 Design and execution of post tensioning work, including SOR- 1 MT (
decoiling, the strands, cutting to the required lengths, 279/Page-76 One
supplying, laying of HT strands sheathing (GI corrugated Metric
ducts minimum 0.3mm thick) jointing with couplers and Tonne)
inserting the strands, profiling, fixing liveend anchorages,
including marking, supply of stressing anchorages,
suitable for 5-5 & 5-4 tendons as per drawings, grout vents,
making dead end anchorages, including flowering the
strands, fixing tendon support bars,decoiling the stands,
cutting to the required lengths, preparing tendons of
required number of strands as per drawings, making
dead ends of tendons in flowing to achieve rigid ends,
inserting tendons within the sheating, fixing tendon support
bars, supervising the fixing of antibursting reinforcement,
stressing the cables, end trimming, grouting the cables,
with cement slurry, mixed with admixtures with required
tools, plants, and machineries, and consumables etc.
(Shuttering, concreting & reinforcement steel shall be paid
under respective items) at all heights including all leads,
lifts, coordination, with the post- tensioning agency,
preparation of drawings, obtaining approval from the
Enginee, rstressing of cables in sequence as per design to
required loads with required stressing jacks, noting the
readings & grouting with cement sand grout having
maximum water cement ratio 0.4 using approved
admixture for workability also to
get the approval of the noted results from the structural
consultant. The work shall also include grouting, bending,
cutting, tying and providing necessary standard,
anchorages, stressing, as per detailed drawing including
necessary plant , Anchorage assembly and machinery
complete. etc. Rate to include providing water, power,

Contractor No. of Corrections


68
cement and admixture for grouting, packing of sheathing
and anchorages blockings, filling of recess pockets after
stressing using grouts (cement slurrymixed with approved
admixtures) including providing access to post tensioning
at all heights including all leads, lifts etc., all complete and
as approved and as directed by the Engineer but excluding
shuttering, concreting & reinforcement steel which shall be
payable under respective items separately etc complete
with standard specification and as directed by the
departmental officers.

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)

Contractor No. of Corrections


69
81 Sqm 2310.00 BASEMENT WATERPROOFING RAFT: Providing and SPL 1 sq.m.
mixing, XYPEX or equivalent Admix C-2000 NF crystalline (One
waterproofing admix @ 0.8% by weight of cement in the square
complete RAFT concrete, the product should have metre)
demonstrated the reduction of chloride diffusion Coefficient
(Based on Fick’s 2nd law) by at least 90% in concrete
exposed to severe marine environment for 19 years, and
product should supported by at least two International Test
reports showing clear Scanning Electron Microscopic
(SEM) photographs of densified and mature crystals
formation to plug all the capillary tracks and pores of the
concrete permanently. Work shall be carried out as per the
approved method of waterproofing accepted by
architect/engineer Incharge. Considering Raft thickness 2.0
M

82 Sqm 11776.73 BASEMENT WATERPROOFING RAFT: Providing and SPL 1 sq.m.


mixing, XYPEX or equivalent Admix C-2000 NF crystalline (One
waterproofing admix @ 0.8% by weight of cement in the square
complete RAFT concrete, the product should have metre)
demonstrated the reduction of chloride diffusion Coefficient
(Based on Fick’s 2nd law) by at least 90% in concrete
exposed to severe marine environment for 19 years, and
product should supported by at least two International Test
reports showing clear Scanning Electron Microscopic
(SEM) photographs of densified and mature crystals
formation to plug all the capillary tracks and pores of the
concrete permanently. Work shall be carried out as per the
approved method of waterproofing accepted by
architect/engineer Incharge. Considering Raft thickness 1.5
M

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.

Contractor No. of Corrections


70
84 Sqm 12955.28 D WALL WATERPROOFING: XYPEX or equivalent Admix SPL 1 sq.m.
C 2000 NF @0.8% by weight of cement. the product should (One
have demonstrated the reduction of chloride diffusion square
Coefficient (Based on Fick’s 2nd law) by at least 90% in metre)
concrete exposed to severe marine environment for 19
years., and product should supported by at least two
International Test reports showing clear Scanning Electron
Microscopic (SEM) photographs of densified and mature
crystals formation to plug all the capillary tracks and pores
of the concrete permanently. Work shall be carried out as
per the approved method of waterproofing accepted by
architect / engineer Incharge. Considering wall thickness
1200mm/ 800 mm

85 Rmt. 2577.90 TREATMENTS OF CONSTRUCTION JOINTS (PORE SPL Running


JOINTS) IN DIAPHRAGM WALL-Contractor shall provide Metre
clean surface of D Wall for XYPEX or equivalent
application. Cutting groove 20mm x 20mm. with cutting
machine, And clean the groove with wire brush. Filling the
‘U’ cavity upto surface with XYPEX or equivalent Megamix
II / “Patch ‘n Plug” after application of XYPEX or equivalent
Crystalline slurry in to the cavity.

Contractor No. of Corrections


71
86 Nos 936.00 NOZZLE GROUTING IN DIAPHRAGM WALL:- Contractor SPL Number
shall clean surface of D Wall for XYPEX or equivalent
application. The distance form nozzle to nozzle should be
1mt c/c. The depth of Nozzle should be 200 mm & 400 mm
in alternate manner. Nozzle to be fixed with XYPEX or
equivalent Patch N Plug. Cement slurry admixed with
XYPEX or equivalent Admix C 2000 NF crystalline based
grout of M/S XYPEX or equivalent should be injected
though out the network of nozzles by grouting pump upto
pressure of 3kgs. Considering minimum 1 kg XYPEX or
equivalent Admix C-2000 NF in one SQMT, but
consumption depend on porosity. The protruded ends of
the nozzles shall be cut and sealed off with XYPEX or
equivalent Patch N Plug / Megamix II after the grouting
operations are over. Allow it to cure for days and Grout the
Nozzle with cement slurry admixed with XYPEX or
equivalent Admix C 2000 NF.

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.

Contractor No. of Corrections


72
88 Sqm 16948.54 TERRACE/TERRACE GARDEN- Treating the cracks and SPL 1 sq.m.
construction joints by routing-out to a minimum 10mm x (One
10mm groove and treating it with a Polymer Modified square
Mortar. Making vata (gola) at the interface joint of the slab metre)
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 & applying three coats APAAR Flexiroof – 60 by
brush including Primer High Performance Rubber Modified
Liquid Waterproofing Membrane over the entire 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.

Contractor No. of Corrections


73
90 Sqm 5717.00 Providing Polymer Coating (Water Proof Coating) in toilet SOR- 1 sq.m.
with following specification and the surface shall be 215/Page-61 (One
cleaned to remove all dust, foregin, matters lose materials square
or any other deposits of contamination by rubbing with wire metre)
brush.
Slurry: Dry blend and polymer liquid blend shall be mixed
into the desired ratio as per recommendation of the
supplier. The mix shall be stirred thoroughly until no
bubbles remain in the mix. Any lumps found in mix shall
be removed.
Apply first coat of polymer modified cementitious slurry by
brush on wet cleaned surface. After drying, second coat
shall be applied on the first coat as directed by the
departmental officers etc. The rate inclusive of cost of
materials and labour, etc., complete as directed by
Engineer in Charge for all leads and lifts..

Contractor No. of Corrections


74
91 Providing and fixing false ceiling at all height including
providing and fixing of frame work made of special
sections, power pressed from M.S. sheets and galvanized
with zinc coating of 120 gms/sqm (both side inclusive) as
per IS : 277 and consisting of angle cleats of size 25 mm
wide x 1.6 mm thick with flanges of 27 mm and 37mm, at
1200 mm centre to centre, one flange fixed to the ceiling
with dash fastener 12.5 mm dia x 50mm long with 6mm dia
bolts, other flange of cleat fixed to the angle hangers of
25x10x0.50 mm of required length with nuts & bolts of
required size and other end of angle hanger fixed with
intermediate G.I. channels 45x15x0.9 mm running at the
spacing of 1200 mm centre to centre, to which the ceiling
section 0.5 mm thick bottom wedge of 80 mm with tapered
flanges of 26 mm each having lips of 10.5 mm, at 450 mm
centre to centre, shall be fixed in a direction perpendicular
to G.I. intermediate channel with connecting clips made out
of 2.64 mm dia x 230 mm long G.I. wire at every junction,
including fixing perimeter channels 0.5 mm thick 27 mm
high having flanges of 20 mm and 30 mm long, the
perimeter of ceiling fixed to wall/partition with the help of
rawl plugs at 450 mm centre, with 25mm long dry wall
screws @ 230 mm interval, including fixing of gypsum
board to ceiling section and perimeter channel with the help
of dry wall screws of size 3.5 x 25 mm at 230 mm c/c,
including jointing and finishing to a flush finish of tapered
and square edges of the board with recommended jointing
compound , jointing tapes, finishing with jointing compound
in 3 layers covering upto 150 mm on both sides of joint and
two coats of primer suitable for board, all as per
manufacturer's specification and also including the cost of
making openings for light fittings, grills, diffusers, cutouts
made with frame of perimeter channels suitably fixed, all
complete as per drawings, specification and direction of the
Engineer in Charge but excluding the cost of painting with :

Contractor No. of Corrections


75
a Sqm 873.38 12.5 mm thick tapered edge gypsum plain board SPL 1 sq.m.
conforming to IS: 2095- Part I. (One
square
metre)
b Sqm 14094.54 12.5 mm thick tapered edge gypsum moisture resistant SPL 1 sq.m.
board. (One
square
metre)
92 Rmt 4424.00 False ceiling Cove Gypsum SPL Running
Providing Cove in Gypsum ceiling 150 mm x 150 mm in Metre
straight / curved profile as required with all supporting
members and finish as per Gypsum false ceiling

Contractor No. of Corrections


76
93 Sqm 16461.54 False ceiling Water Resistant Decosonic CNBM or SPL 1 sq.m.
equivalent GRG Ceiling Tile - Providing and Fixing (One
Decosonic™ Hi-Strength Glass Reinforced Gypsum Board square
Ceiling Tile with water resistant properties, suspended on metre)
24mm Decosonic™ Suspension System for superior water
resistance and durability. Panels shall be of Size
600*600*9mm with decorative PVC vinyl top layer of the
choice of site in-charge with a PVC tape on all four sides
for greater water resistance. The bottom of the tile shall be
covered with factory pressed Aluminum foil for lifetime
protection and combustion Grade B1 according to the
standard GB8624-1997 and fire resistance class
conforming to BS1230 Part1 1985,BS 476 Part 8 1972.
GRID: Providing and fixing tiled false ceiling of approved
materials of size 600*600 mm in true horizontal level,
suspended on inter locking Decosonic metal grid of hot
dipped galvanized steel sections consisting of main "T"
runner with suitably spaced joints to get required length and
of size 24x32 mm made from 0.27 mm thick sheet, spaced
at 1200 mm center to center and cross "T" of size 24x28
mm made of 0.27 mm thick sheet, 1200 mm long spaced
between main "T" at 600 mm center to center to form a grid
of 1200x600 mm and secondary cross "T" of length 600
mm and size 24x28 mm made of 0.27 mm thick (minimum)
sheet to be interlocked at middle of the 1200x600 mm
panel to form grids of 600x600 mm and wall angle of size
24x24x0.3 mm and laying false ceiling tiles of approved
texture in the grid including, required cutting/making,
opening for services like diffusers, grills, light fittings,
fixtures, smoke detectors etc. Main "T" runners to be
suspended from ceiling using GI adjustable wire spaced
at 1200 mm center to center along main T, bottom exposed
width of 24 mm of all T-sections shall be pre-painted with
polyester paint, all complete for all heights as per
specifications, drawings.

Contractor No. of Corrections


77
94 Sqm 8109.00 Providing and fixing false ceiling with GI frameworks and SPL 1 sq.m.
Ecophon ADVANTAGE E T-15 Ecophon ADVANTAGE E (One
or equivalent tiled ceiling with micro look edge and 15 mm square
thickness ,easily demountable tile , manufactured from metre)
High density glass wool with the visible surface is a batch
painted glass tissue in white and the back of the tile should
be covered with glass tissue. Tiles should be classified
under absorption class A with "alpha w " value of 0.9 at 110
& 200 o.d.s. Sound absorption test results should be
measures according to EN ISO 354 and classification
according to EN ISO 11654 and the single value rating for
NRC and SAA according to ASTM C 423 . Tiles should be
easily demountable with the option of weekly dusting and
vacuum cleaning . Tiles should have white color " White
500 " nearest NCS color sample S 0500 - N with 83% light
reflectance. The tiles should withstand a permanent
ambient RH up to 95% at 30 degree C without sagging,
warping and delaminating ( ISO 4611). Should be certified
by the Indoor Climate labeling , emission class Rmt for
building materials and recommended by Swedish Asthma
and Allergy Association . Should have been granted the
Nordic Swan eco - label with fully recyclability . The glass
wool core of the tiles is tested and classified as non-
combustible according to EN ISO 1182 with reaction to fire
classification class A2 s1 d0 according to EN 13501 - 1
standard of Europe. Tiles should have a re-cycled content
of more than 70%.
False ceiling framing shall be Gypsteel pre coated
(Exposed portion only) GI T Grid system in 600x600mm
module which includes providing and fixing wall
angle(24x24x0.40x300mm) along the perimeter of the
room with help of self-tapping screws (3.5x35) at 300mm

Contractor No. of Corrections


78
centers. Then suspending the main T(40x15x0.30x3600)
from the soffit with help of soffit cleat (27x37x25x1.6), rawl
plugs(38x12 dia) and wire rod of dia 4mm with Leveling
spring clip(85x30x0.8mm) at 1200mm c/c. 1200mm Cross
T(40x15x0.30 mm) is then interlocked into the pre-cut slots
in the main T at 600mm centers in direction perpendicular
to the main T to make a grid of 600x1200mm.Finally
600mm Cross T(40x15x0.30mm) are then interlocked into
the precut slots in the 1200mm T at 1200mm centers and
in direction parallel to the main T. Cross T’s having length
more than 600mm are to be supported independently. the
rates shall include required cutting/making, opening for
services like diffusers, grills, light fittings, fixtures, smoke
detectors etc.

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..

Contractor No. of Corrections


79
96 Nos 557.00 Toilet cubicles : Supply and install modular toilet cubicles of SPL Number
Greenlam Sturdo Classique-Versatile Series, Besco Titan
Standard Series with Merino,Sifo or equivalent as per
manufaturer's std specifications.All intermediate panels,
pilasters, doors shall be made up of minimum 12 mm thick
Solid Compact Laminate (Phenolic Core Board) with
textured finish on both sides as per IS codes based on
thermosetting resins, homogeneously reinforced with
cellulose fibers making cubicles impervious to Water,
resistant to Fire, etc. Compact laminate should be
Greenguard and IGBC certified IN APPROVED COLOUR
AS PER ENGINEER IN CHARGE. All accessories shall be
of SS 304 grade including all hardware/fittings. The
pilaster are anchored to the flooring using adjustable SS
legs.The SS top rail shall be fixed on the top of the
pilasters. Std accessories include SS self closing Hinges,
SS Door knob,SS adjustable legs, SS thumb turn indicator,
SS coat hook, SS door stopper , SS top rail and SS
channels and noise deafening tapes for grooves in doors.
(All accessories in SS 304 grade) ( Height is including 150
mm gap from bottom) . Intermediate shall be one
continuous panel without any joint.
Minimum Size of Cubical 1500x1000mm

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.

Contractor No. of Corrections


80
a Kg 1500.00 In stringers, treads, landings etc. of stair cases, including SPL 1 Kg.
use of chequered plate wherever required, all complete (One
Kilogram)

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)

100 Steel work in built up tubular (round, square or rectangular


hollow tubes etc.) trusses etc., including cutting, hoisting,
fixing in position and applying a priming coat of approved
steel primer, including welding and bolted with special
shaped washers etc. complete.
a Kg 49956.80 Electric resistance or induction butt welded tubes 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.

105 Diaphragm wall monitoring


a Nos 3.00 Establishing marking points (X marks) along the complete SPL Number
length of Diaphragm wall at every 20m c/c and surveying to
a permanent bench mark within 30 of the Diaphragm wall.

Contractor No. of Corrections


82
b Visit 72.00 Surveying Marking points (northing and easting) on SPL Visit
diaphragm wall with survey equipment every 2 weeks and
sending readings to site in-charge, including transportation,
travel, site visits, equipment, reporting, etc. complete.
c Rmt. 225.00 Installing vertical inclinometers from approved SPL Running
instrumentation vendor/make adjacent to diaphragm wall Metre
(within 0.5m) at locations shown in drawings, up to a depth
of 15m below ground including drilling, supply of all
materials, protective caps, components. Inclinometer
casing/access tubing shall be flexible, with accuracy of
1.5mm for 15m length.

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

Contractor No. of Corrections


83
k Nos. 9.00 Mobilisation of all necessary Equipment & Machinery, SPL Number
Personnel & Labours to site of work and demobilisation on
completion of the entire job.
Drilling exploratory holes of size, upto 100mm dia. in soil,
rock, fill, hard soils, etc.
Installation of stand pipe Piezometer in borehole with
screened rigid PVC Pipe in completed boreholes excluding
cost of boring but including supply and transportation of
rigid PVC pipes for Piezometers.
(3nos x 20m= 60m)
l Nos. 16.00 VW Strain Gauges-AW SPL Number
Modes: AIM 820
Range: +/- 1500 micro strains
Resolution: 1 micro strain
Operating temperature: - 10 to 70 deg C.
Thermister: YSI 44005
Material: Stainless steel
Cable: 1, 4-Core.
m Rmt. 400.00 Cable: Supply of 4-Core armored cable for cable extension. SPL Running
Metre

n Nos 16.00 Cable splicing kit with sealing adhesive: SPL Number

o Nos 1.00 Multipoint Borehole Extensometer ). SPL Number


Model: AIM 760 Series
Supplied with displacement sensors, connecting rods,
protective pipes, groutable anchors & with mounting head
assembly.
Range: 0-50 mm.
No-of- Anchors: 3
Depth of anchors: 5,10 & 15 meters.
Accuracy:
Material : SCM/SS
Operating temp: - 10 to 70 deg C.
Cable: 1m, 4-Core

p Nos 1.00 Portable Digital readout unit, supplied with carrying case, SPL Number
data cable & charging cable.
Model: AIM 875-500

Contractor No. of Corrections


84
q Nos. 1.00 Load cells: (For Test piles-for different loads will vary from SPL Number
200T to 500T)
V.Wire type load cell designed to measure large
compressive load or axial forces. Suitable for pile testing,
also has great resistance to extraneous forces and is
protected against dust, moisture and adverse
environmental conditions.
Cap: loads will vary from 200T to 500T
Over range capacity: 150 %.
Cable: 4-Core shielded 3 m long.
r Nos. 1.00 Detailed report preparation; SPL Number
Pile load calculation’s and data interpretation based upon
Strain gage data.

Contractor No. of Corrections


85

Structural Façade works


106 Structural Glazing - Semi Unitized System
Location: Ground Floor to Fourth floor in Towers,
Skybridge staircases facade
Wind load: 3.4 kpa with safety factor of 1.5

Scope: Design, Fabrication, Testing, Supply, Installation,


Protection, Cleaning & Handover with specified warranty.
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.

Contractor No. of Corrections


86

Aluminium extrusions: The extruded Aluminium sections


of Alloy 6063 T5 / T6 & tolerances confirming to DIN / EN
standard from Jindal/Bhoruka or approved equivalent. The
structural profiles shall have minimum 3mm wall thickness
at screwing or load transfer locations.

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.

Contractor No. of Corrections


87

Gaskets: weather barrier to ensure the air & water


tightness at minimum 3 stages and to ensure that the
system is thermally isolated . The first barrier exposed to
weather condition shall be Elastomer EPDM (Ethylene
Propylene Dinine Monomer) synthetic rubber and its
properties like hardness, expanded density (Specific
gravity) compressive set, water absorption, skin surface,
cell structure, ozone resistance, low temperature includes
work shall be in accordance with ASTM D – 1056.
Color of the gasket shall be Black.
The ultimate elongation of 250% (+/- 10%). Contractor
shall submit the Manufacturer test certificate confirming
that the properties of the Gasket supplied is meeting the
specification, codes and standards and copy of such codes
shall be produced by the Contractor for verification of
Engineer-in-charge.
All gaskets shall be of EPDM micro cured. Steam cured or
nitrite cured gaskets will not be acceptable. Amee rubber
or Goldseal or Equivalant imported gaskets only with micro
curing facility.

Contractor No. of Corrections


88

Silicon Sealants: Providing and applying the structural


sealant for the glazing at factory confirming to the
thickness & bite of sealants as designed & determined by
calculation, verified and tested by Manufacture's of sealant.
Bite and thickness shall be designed to withstand 3 times
of the stress caused by the design wind pressure and the
Design calculation of sealant manufacturer shall be
produced along with shop drawing for approval. Supplying
and fixing the Double Adhesive spacer tapes for glazing
the panel at factory shall be open cell polyethylene and it
shall be Nortan V-2100 / 2200 of Nortan Grind well make
or approved equivalent.
Jointing / Sealing shall be done with Non structural
(weather) sealant / Non staining sealant of DC 991 HP of
Dowcorning make or approved equivalent with
Polyurethane backing rods of Supreme make or approved
equivalent. Acetoxy sealant shall not be used for Structural
Glazing application. In general, the type of sealant shall be
as follows:
i) Structural Sealant shall be DC 795 (one part) or DC 995
(one part) or DC 983 (Two part) of Dow corning make or
approved equivalent.
ii) Non-Structural (weather) sealant shall be DC 789 HP of
Dow corning make or approved equivalent. Colour - Grey
or Black as per architects choice.

Anchor Fasteners: Anchor fastener material shall be Non -


magnetic Stainless steel - 316 grade of Hilti make or
approved equivalent.

Contractor No. of Corrections


89

Brackets: Glazing system is supported by means of hot


dip Galvanized (HDG) brackets of suitable size and
thickness to sustain the designed loads with serated plate
& washers designed to accommodate three dimensional
movement.
Hotdip galvanizing shall be minimum 80 microns thick and
shall conform to IS: 4759-1996.The brackets is fixed with
SS anchor bolts to RCC slab , Separator with EPDM / PVC
/ Nilon pad shall be considered wherever the two different
material connections to avoid Bi-Metallic Corrosion.
Secondary steel support required to support curtainwall
shall be considered whereever required and the cost of the
same is included in this item.

Fasteners: SS 316 Grade Fasteners of Hilti make or


Approved equivalent.The size and type of fasteners shall
as per approved design calculation and shop drawings.

Contractor No. of Corrections


90

Flashings: Aluminium trims and flashings to seal the gaps


between Curtainwall and the building structure all complete
required to perform as per specification and drawing in
conjunction with BOQ. Flashing / Trim / Floor Closure at
Top level, floor level and required flashings shall be
provided continuously with required Aluminium sheet.
Internal & External concealed Flashings shall be minimum
1.5mm thk Aluminium cromatized sheet. External exposed
flashing shall be minimum 1.5mm thk. All finishes are as
per BOQ and specification.

Note :- All Sealents & Adesive shall be of low VOC


(Volatile organic compound) content as per LEED
specification & approval.
a Sqm 1719.00 Semi Unitised system: cost excluding the cost of One
Glass, spandral Shadow Box with spandrel Insulation Square
and smoke seal and Rate includes with Cleaning after SPL Metre
installation for item no.106.
Structural Glazing - Semi Unitized System
Location: Ground Floor to Fourth floor Towers and
skybrsge staircase facade
Wind load: 3.6 kpa with safety factor of 1.5
b Sqm 1586.04 Semi Unitised system: cost excluding the cost of One
Glass, spandral Shadow Box with spandrel Insulation Square
and smoke seal Rate includes with Cleaning after SPL Metre
installation for item no.106a including all as per item
no.106

Contractor No. of Corrections


91

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 .

Contractor No. of Corrections


92

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

Contractor No. of Corrections


93

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.

Contractor No. of Corrections


94

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.

Contractor No. of Corrections


95

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

Contractor No. of Corrections


96

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.

Contractor No. of Corrections


97

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.

Entrance Spider Glazing


Location: Ground Floor
Wind load: 3.4 kpa with safety factor of 1.5
System description:

Contractor No. of Corrections


98

Design,supply, fabricate,finish, package, deliver (to Job


site), install Frameless Glazed Single height facade with
Spider Fitting system at the Ground floor entrance till 1st
floor Floor slab with 15mm HS Clear Glass fixed
panels,Laminated Glass Fins of 21.52mm HS clear glass
and SS grade - 316 fittings and Articulated bolt assembly
to support the Glass fins.
System to withstand the Design windpressure with SS
Articulated Routels and Laminated Glass Fin supports Half
height from roof fixed with HDG brackets at the Glass
panel joint locations with 10mm wide glass to glass joints
sealed with clear weather sealant. The glass facade
perimeter with aluminium U-channel framing of adequate
thickness and depth to meet the structural requirement.
Refer tender drawings for more details.
Facade Glass: 21.52mm HS (10mm HS Clear+1.52
PVB+10mm HS Clear) Single Glass Unit as per
specification conforming to the minimum spectral
parameters as specified.
Fin Glass: 25.52mm (12mm HS+1.52 PVB+12mm HS)
Laminated Clear Glass Unit of specified thick the
laminated glass shall having outer pane and inner pane
interlayed PVB lamination.
Aluminium: All aluminum extruded profiles shall be
confirming to alloy 6063 T6.Extruded Aluminium brackets
and other Structural elements shal be confirming to alloy
6005 T6.
Brackets: Glazing system is supported by means of
SS316 brackets of suitable size and thickness to sustain
the designed loads with serated plate & washers designed
to accommodate three dimensional movement.
The brackets is fixed with SS316 anchor bolts to RCC slab

Contractor No. of Corrections


99

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.

Contractor No. of Corrections


100

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.

Contractor No. of Corrections


101

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

Contractor No. of Corrections


102

conditions of contract and technical specifications for


details. Rate includes with Cleaning after
installation,Scaffolding, Insurance for Glass and other
materials, Labour charges, Glazing charges 5% and
Handling Charges 10%. 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.

107 Structural Glazing - Unitized System Framing


Location: Sky Bridge
Wind load: 3.4 kpa with safety factor of 1.5
Scope: Design, Fabrication, Testing, Supply,
Installation, Protection, Cleaning & Handover with
specified warranty.

Contractor No. of Corrections


103

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.

Aluminium extrusions: The extruded Aluminium sections


of Alloy 6063 T5 / T6 & tolerances confirming to DIN / EN
standard from Jindal/Bhoruka or approved equivalent. The
structural profiles shall have minimum 3mm wall thickness
at screwing or load transfer locations.

Contractor No. of Corrections


104

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.

Gaskets: weather barrier to ensure the air & water


tightness at minimum 3 stages and to ensure that the
system is thermally isolated . The first barrier exposed to
weather condition shall be Elastomer EPDM (Ethylene
Propylene Dinine Monomer) synthetic rubber and its
properties like hardness, expanded density (Specific
gravity) compressive set, water absorption, skin surface,
cell structure, ozone resistance, low temperature includes
work shall be in accordance with ASTM D – 1056.
Color of the gasket shall be Black.
The ultimate elongation of 250% (+/- 10%). Contractor
shall submit the Manufacturer test certificate confirming
that the properties of the Gasket supplied is meeting the
specification, codes and standards and copy of such codes
shall be produced by the Contractor for verification of
Engineer-in-charge.
All gaskets shall be of EPDM micro cured. Steam cured or
nitrite cured gaskets will not be acceptable. Amee rubber
or Goldseal or Equivalant imported gaskets only with micro
curing facility.

Contractor No. of Corrections


105

Silicon Sealants: Providing and applying the structural


sealant for the glazing at factory confirming to the
thickness & bite of sealants as designed & determined by
calculation, verified and tested by Manufacture's of sealant.
Bite and thickness shall be designed to withstand 3 times
of the stress caused by the design wind pressure and the
Design calculation of sealant manufacturer shall be
produced along with shop drawing for approval. Supplying
and fixing the Double Adhesive spacer tapes for glazing
the panel at factory shall be open cell polyethylene and it
shall be Nortan V-2100 / 2200 of Nortan Grind well make
or approved equivalent.
Jointing / Sealing shall be done with Non structural
(weather) sealant / Non staining sealant of DC 991 HP of
Dowcorning make or approved equivalent with
Polyurethane backing rods of Supreme make or approved
equivalent. Acetoxy sealant shall not be used for Structural
Glazing application. In general, the type of sealant shall be
as follows:
i) Structural Sealant shall be DC 795 (one part) or DC 995
(one part) or DC 983 (Two part) of Dow corning make or
approved equivalent.
ii) Non-Structural (weather) sealant shall be DC 789 HP of
Dow corning make or approved equivalent. Colour - Grey
or Black as per architects choice.

Anchor Fasteners: Anchor fastener material shall be Non -


magnetic Stainless steel - 316 grade of Hilti make or
approved equivalent.

Contractor No. of Corrections


106

Brackets: Glazing system is supported by means of hot


dip Galvanized (HDG) brackets of suitable size and
thickness to sustain the designed loads with serated plate
& washers designed to accommodate three dimensional
movement.
Hotdip galvanizing shall be minimum 80 microns thick and
shall conform to IS: 4759-1996.The brackets is fixed with
SS anchor bolts to RCC slab , Separator with EPDM / PVC
/ Nilon pad shall be considered wherever the two different
material connections to avoid Bi-Metallic Corrosion.
Secondary steel support required to support curtainwall
shall be considered whereever required.

Fasteners: SS 316 Grade Fasteners of Hilti make or


Approved equivalent.The size and type of fasteners shall
as per approved design calculation and shop drawings.

Flashings: Aluminium trims and flashings to seal the gaps


between Curtainwall and the building structure all complete
required to perform as per specification and drawing in
conjunction with BOQ. Flashing / Trim / Floor Closure at
Top level, floor level and required flashings shall be
provided continuously with required Aluminium sheet.
Internal & External concealed Flashings shall be minimum
1.5mm thk Aluminium cromatized sheet. External exposed
flashing shall be minimum 1.5mm thk. All finishes are as
per BOQ and specification.

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

Contractor No. of Corrections


107

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.

Contractor No. of Corrections


108

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.

Contractor No. of Corrections


109

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.

108 Structural Glazing - Semi Unitized System (Vertical


Glazing 1100mm Module)
Location: First Floor to Terrace Floor
Wind load: 3.4 kpa with safety factor of 1.5

Scope: Design, Fabrication, Testing, Supply, Installation,


Protection, Cleaning & Handover with specified warranty.

Contractor No. of Corrections


110

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.

Aluminium extrusions: The extruded Aluminium sections


of Alloy 6063 T5 / T6 & tolerances confirming to DIN / EN
standard from Jindal/Bhoruka or approved equivalent. The
structural profiles shall have minimum 3mm wall thickness
at screwing or load transfer locations.

Contractor No. of Corrections


111

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.

Gaskets: weather barrier to ensure the air & water


tightness at minimum 3 stages and to ensure that the
system is thermally isolated . The first barrier exposed to
weather condition shall be Elastomer EPDM (Ethylene
Propylene Dinine Monomer) synthetic rubber and its
properties like hardness, expanded density (Specific
gravity) compressive set, water absorption, skin surface,
cell structure, ozone resistance, low temperature includes
work shall be in accordance with ASTM D – 1056.
Color of the gasket shall be Black.
The ultimate elongation of 250% (+/- 10%). Contractor
shall submit the Manufacturer test certificate confirming
that the properties of the Gasket supplied is meeting the
specification, codes and standards and copy of such codes
shall be produced by the Contractor for verification of
Engineer-in-charge.
All gaskets shall be of EPDM micro cured. Steam cured or
nitrite cured gaskets will not be acceptable. Amee rubber
or Goldseal or Equivalant imported gaskets only with micro
curing facility.

Contractor No. of Corrections


112

Silicon Sealants: Providing and applying the structural


sealant for the glazing at factory confirming to the
thickness & bite of sealants as designed & determined by
calculation, verified and tested by Manufacture's of sealant.
Bite and thickness shall be designed to withstand 3 times
of the stress caused by the design wind pressure and the
Design calculation of sealant manufacturer shall be
produced along with shop drawing for approval. Supplying
and fixing the Double Adhesive spacer tapes for glazing
the panel at factory shall be open cell polyethylene and it
shall be Nortan V-2100 / 2200 of Nortan Grind well make
or approved equivalent.
Jointing / Sealing shall be done with Non structural
(weather) sealant / Non staining sealant of DC 991 HP of
Dowcorning make or approved equivalent with
Polyurethane backing rods of Supreme make or approved
equivalent. Acetoxy sealant shall not be used for Structural
Glazing application. In general, the type of sealant shall be
as follows:
i) Structural Sealant shall be DC 795 (one part) or DC 995
(one part) or DC 983 (Two part) of Dow corning make or
approved equivalent.
ii) Non-Structural (weather) sealant shall be DC 789 HP of
Dow corning make or approved equivalent. Colour - Grey
or Black as per architects choice.

Anchor Fasteners: Anchor fastener material shall be Non -


magnetic Stainless steel - 316 grade of Hilti make or
approved equivalent.

Contractor No. of Corrections


113

Brackets: Glazing system is supported by means of hot


dip Galvanized (HDG) brackets of suitable size and
thickness to sustain the designed loads with serated plate
& washers designed to accommodate three dimensional
movement.
Hotdip galvanizing shall be minimum 80 microns thick and
shall conform to IS: 4759-1996.The brackets is fixed with
SS anchor bolts to RCC slab , Separator with EPDM / PVC
/ Nilon pad shall be considered wherever the two different
material connections to avoid Bi-Metallic Corrosion.
Secondary steel support required to support curtainwall
shall be considered whereever required and shall be
considered included in the cost of this item.

Fasteners: SS 316 Grade Fasteners of Hilti make or


Approved equivalent.The size and type of fasteners shall
as per approved design calculation and shop drawings.

Flashings: Aluminium trims and flashings to seal the gaps


between Curtainwall and the building structure all complete
required to perform as per specification and drawing in
conjunction with BOQ. Flashing / Trim / Floor Closure at
Top level, floor level and required flashings shall be
provided continuously with required Aluminium sheet.
Internal & External concealed Flashings shall be minimum
1.5mm thk Aluminium cromatized sheet. External exposed
flashing shall be minimum 1.5mm thk. All finishes are as
per BOQ and specification.

Note :- All Sealents & Adesive shall be of low VOC


(Volatile organic compound) content as per LEED
specification & approval.

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.

Contractor No. of Corrections


114

b Sqm 1440.30 Structural Glazing - Semi Unitized System (Vertical One


Glazing 1100mm Module) : cost excluding the cost of Square
Glass, spandral Shadow Box with spandrel Insulation Metre
and smoke seal. Rate includes with transportation and
Cleaning after installation for item no.102/102A with SPL
the following specifications
Location: First Floor to Terrace Floor
Wind load: 3.6 kpa with safety factor of 1.5

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.

Contractor No. of Corrections


115

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.

Contractor No. of Corrections


116

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.

Contractor No. of Corrections


117

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.

Contractor No. of Corrections


118

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.

Contractor No. of Corrections


119

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

Scope: Design, Fabrication, Testing, Supply, Installation,


Protection, Cleaning & Handover with specified warranty.

Contractor No. of Corrections


120

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.

Aluminium extrusions: The extruded Aluminium sections


of Alloy 6063 T5 / T6 & tolerances confirming to DIN / EN
standard from Jindal/Bhoruka or approved equivalent. The
structural profiles shall have minimum 3mm wall thickness
at screwing or load transfer locations.

Contractor No. of Corrections


121

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.

Gaskets: weather barrier to ensure the air & water


tightness at minimum 3 stages and to ensure that the
system is thermally isolated . The first barrier exposed to
weather condition shall be Elastomer EPDM (Ethylene
Propylene Dinine Monomer) synthetic rubber and its
properties like hardness, expanded density (Specific
gravity) compressive set, water absorption, skin surface,
cell structure, ozone resistance, low temperature includes
work shall be in accordance with ASTM D – 1056.
Color of the gasket shall be Black.
The ultimate elongation of 250% (+/- 10%). Contractor
shall submit the Manufacturer test certificate confirming
that the properties of the Gasket supplied is meeting the
specification, codes and standards and copy of such codes
shall be produced by the Contractor for verification of
Engineer-in-charge.
All gaskets shall be of EPDM micro cured. Steam cured or
nitrite cured gaskets will not be acceptable. Amee rubber
or Goldseal or Equivalant imported gaskets only with micro
curing facility.

Contractor No. of Corrections


122

Silicon Sealants: Providing and applying the structural


sealant for the glazing at factory confirming to the
thickness & bite of sealants as designed & determined by
calculation, verified and tested by Manufacture's of sealant.
Bite and thickness shall be designed to withstand 3 times
of the stress caused by the design wind pressure and the
Design calculation of sealant manufacturer shall be
produced along with shop drawing for approval. Supplying
and fixing the Double Adhesive spacer tapes for glazing
the panel at factory shall be open cell polyethylene and it
shall be Nortan V-2100 / 2200 of Nortan Grind well make
or approved equivalent.
Jointing / Sealing shall be done with Non structural
(weather) sealant / Non staining sealant of DC 991 HP of
Dowcorning make or approved equivalent with
Polyurethane backing rods of Supreme make or approved
equivalent. Acetoxy sealant shall not be used for Structural
Glazing application. In general, the type of sealant shall be
as follows:
i) Structural Sealant shall be DC 795 (one part) or DC 995
(one part) or DC 983 (Two part) of Dow corning make or
approved equivalent.
ii) Non-Structural (weather) sealant shall be DC 789 HP of
Dow corning make or approved equivalent. Colour - Grey
or Black as per architects choice.

Anchor Fasteners: Anchor fastener material shall be Non -


magnetic Stainless steel - 316 grade of Hilti make or
approved equivalent.

Contractor No. of Corrections


123

Brackets: Glazing system is supported by means of hot


dip Galvanized (HDG) brackets of suitable size and
thickness to sustain the designed loads with serated plate
& washers designed to accommodate three dimensional
movement.
Hotdip galvanizing shall be minimum 80 microns thick and
shall conform to IS: 4759-1996.The brackets is fixed with
SS anchor bolts to RCC slab , Separator with EPDM / PVC
/ Nilon pad shall be considered wherever the two different
material connections to avoid Bi-Metallic Corrosion.
Secondary steel support required to support curtainwall
shall be considered whereever required.

Fasteners: SS 316 Grade Fasteners of Hilti make or


Approved equivalent.The size and type of fasteners shall
as per approved design calculation and shop drawings.

Flashings: Aluminium trims and flashings to seal the gaps


between Curtainwall and the building structure all complete
required to perform as per specification and drawing in
conjunction with BOQ. Flashing / Trim / Floor Closure at
Top level, floor level and required flashings shall be
provided continuously with required Aluminium sheet.
Internal & External concealed Flashings shall be minimum
1.5mm thk Aluminium cromatized sheet. External exposed
flashing shall be minimum 1.5mm thk. All finishes are as
per BOQ and specification.

Note :- All Sealents & Adesive shall be of low VOC


(Volatile organic compound) content as per LEED
specification & approval.
a Sqm 8089.00 Semi Unitised system: cost excluding the cost of
Glass, spandral Shadow Box with spandrel Insulation One
and smoke seal Rate includes with Cleaning after SPL Square
installation and transportation charges for item Metre
no.109.

Contractor No. of Corrections


124

b Sqm 4213.58 Structural Glazing - Semi Unitized System (Vertical


Glazing 1100mm Module) : cost excluding the cost of
Glass, spandral Shadow Box with spandrel Insulation
and smoke seal. Rate includes with Cleaning after
installation and transportation charges for item One
no.103A with the following specifications and all SPL Square
including Item 109 Metre
Location: First Floor to Terrace Floor
Wind load: 3.6 kpa with safety factor of 1.5

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.

Contractor No. of Corrections


125

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.

Contractor No. of Corrections


126

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.

Contractor No. of Corrections


127

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.

Contractor No. of Corrections


128

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.

Contractor No. of Corrections


129

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

Contractor No. of Corrections


130

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.

Entrance Glass Canopy with Point Fixings


Location: First Floor, Elevation - South
Wind load: 1.7 kpa with safety factor of 1.5

Contractor No. of Corrections


131

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.

Contractor No. of Corrections


132

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.

Contractor No. of Corrections


133

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.

110 Aluminium Composite Cadding - Wall Area


Location: Ground floor to Terrace floor
Wind load: 3.4 kpa to 3.6kpawith safety factor of 1.5

Contractor No. of Corrections


134

Design, engineer, furnish, fabricate, package, deliver (to


Job site) and install in tray form with face sealed 4mm thick
Composite Aluminium Cladding FR Grade Mineral based
polymer core with 2 hours Fire rated (A2 Grade) with
Aluminium sheet alloy AA 3000 or 5000 series fabricated
panels of Approved shade of Metal Cladding with Face
sealed joint system with sealants DC 991 grade from Dow
corning make or approved equivalent.
The aluminium composite panel cladding sheet shall be
coil coated with Kynar 500 based/ hylar 5000 PVDF /
Lumiflon / Exterior grade compliance to AAMA2605 based
flouropolymer based resin lead free coating of Approved
color and shade on face # 1 and polymer (service) coating
on face # 2 with overall weight of not less than 7.38 Kg/m²
The ACP panels will be mechanically fixed with Aluminium
cleats, aluminium stiffeners and SS fasteners to
accomodate dead and maintenance load of 75 kg/100
Sqmm to Aluminium Horizontal secondary framing
members, surface should be sealed firmly to drain water to
SS full length gutter, All Grooves of ACP cladding should
be sealed by silicon. Rate includes cleaning after
installation, scaffolding
The cladding system shall be supported by Primary
structural steel horizontal & vertical members in
accordance with Concept Drawings and Details to flush the
cladding surface with granite cladding/ glazing or any other One
6510.28 surafce alignment required. The cost of the primary SPL Square
a Sqm
structure with all primer / paint shall be included in this item
Metre
cost..
The ACP sheet shall be PVDF coated compliance to
AAMA 2605. Modulation as shown in the Tender Drawings.
Cladding sheet: 4mm thick Composite Aluminium Panel

Contractor No. of Corrections


135

Comprising of two skins of 0.50mm thick coil cored


aluminium sheets sandwiched with Mineral Filled polymer
core (2 hour fire rated, A2 Grade) of 3mm thick and
exterior grade coating of PVDF coil coated aluminium with
Exterior Grade compliance to AAMA2605 based
fluoropolymer resin lead free coating Paint. Approved
Makes: Alucobond / Aludecor / VIVA or Approved
Equivalent
Finish For Aluminium: All concealed aluminum framing
profiles shall be chromatized.
Secondary Steel Structure : The cost of item shall Include
Secondary steel supports for framing of metal cladding
where ever required.
All screws used shall be only stainless steel 316 grade. All
bolts, nuts and washers used shall be only stainless steel
of 316 Grade.

111 Fixed Windows


Location: Ground floor to Terrace floor
Wind load: 3.4 kpa with safety factor of 1.5

Contractor No. of Corrections


136

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

Contractor No. of Corrections


137

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

Contractor No. of Corrections


138

Glass Balustrade With Supporting Steel Member


(Height - 1.0m)
112
Location: Refuge Floor/Balcony Area
Wind load: 3.4 kpa & 3.6kpa with safety factor of 1.5

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.

Aluminium Composite Cadding - Soffit Area &


Skybridge Staircase facade
113
Location: Ground floor to Terrace floor
Wind load: 3.4 kpa and 3.6 kpa with safety factor of 1.5

Contractor No. of Corrections


139

Design, engineer, furnish, fabricate, package, deliver (to


Job site) and install in tray form with face sealed 4mm thick
Composite Aluminium Cladding FR Grade Mineral based
polymer core with 2 hours Fire rated (A2 Grade) with
Aluminium sheet alloy AA 3000 or 5000 series fabricated
panels of Approved shade of Metal Cladding with Face
sealed joint system with sealants DC 991 grade from Dow
corning make or approved equivalent.
The aluminium composite panel cladding sheet shall be
coil coated with Kynar 500 based/ hylar 5000 PVDF /
Lumiflon / Exterior grade compliance to AAMA2605 based
flouropolymer based resin lead free coating of Approved
color and shade on face # 1 and polymer (service) coating
on face # 2 with overall weight of not less than 7.38 Kg/m²
The ACP panels will be mechanically fixed with Aluminium
cleats, aluminium stiffeners and SS fasteners to
accomodate dead and maintenance load of 75 kg/100
Sqmm to Aluminium Horizontal secondary framing
members, surface should be sealed firmly to drain water to
SS full length gutter, All Grooves of ACP cladding should
be sealed by silicon. One
a Sqm 909.00 The cladding system shall be supported by Primary SPL Square
structural steel horizontal & vertical members in Metre
accordance with Concept Drawings and Details.
The ACP sheet shall be PVDF coated compliance to
AAMA 2605. Modulation as shown in the Tender Drawings.
Cladding sheet: 4mm thick Composite Aluminium Panel
Comprising of two skins of 0.50mm thick coil cored
aluminium sheets sandwiched with Mineral Filled polymer
core (2 hour fire rated, A2 Grade) of 3mm thick and

Contractor No. of Corrections


140
core (2 hour fire rated, A2 Grade) of 3mm thick and
exterior grade coating of PVDF coil coated aluminium with
Exterior Grade compliance to AAMA2605 based
fluoropolymer resin lead free coating Paint. Approved
Makes: Alucobond / Aludecor / VIVA or Approved
Equivalent
Finish For Aluminium: All concealed aluminum framing
profiles shall be chromatized.
Secondary Steel Structure : Where applicable Quote to
Include for Secondary steel supports for framing of metal
cladding where ever required
All screws used shall be only stainless steel 316 grade. All
bolts, nuts and washers used shall be only stainless steel
of 316 Grade.

Solar Panels (BIPV) - Wall Area


114 Location: Ground floor to Terrace floor
Wind load: 3.4 kpa with safety factor of 1.5

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.

Contractor No. of Corrections


141

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.

Contractor No. of Corrections


142

1. Support structure design and foundation or fixation


mounting arrangements should withstand horizontal wind
speed as per relevant IS Code/NBC.
2. The total load for facade BIPV should be less than 60
Kg/m2.
3. The load bearing capacity and residual life of building
must be checked and measures to strengthen structure, if
required and economical, be taken.
4. The module mounting steel structure shall be Mild Steel
Fixed Tilt as per IS 2061-1992 and galvanizing HDGI (Hot
dip Galvanized) with 85 micron coating as per IS 4759 and
should be designed as per the requirement of the
installations and module
configurations.
5. All fasteners, nut and bolts should be made of Stainless
steel - SS 304 Grade, painted with rust free paint and
should allow easy replacement of any module.
6. The minimum clearance of the structure from the facade
should be 200 mm minimum or as approved by
Client/Architect/Consultant.
7. The material shall be corrosion resistant and
electrolyticaly compatible with material used in module
frame.
8. The structures shall be designed to allow easy
replacement of any module. Each structure should have
angle of inclination as per the site conditions to take
maximum
insulation.
9. Modules shall be mounted on the facade to maximize
annual energy output.

Contractor No. of Corrections


143

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.

Contractor No. of Corrections


144

Identification and Traceability:


Each PV module must use a RF identification tag (RFID).
The following information must be mentioned in the RFID
used on each module. This must be laminated inside the
paneland it must be able to withstand harsh environmental
conditions.
(i) Name of the manufacturer of PV Module
(ii) Name of the Manufacturer of Solar cells
(iii) Month and year of the manufacture for solar cells and
module individually
(iv) Country of origin for solar cells and module individually
(Make in INDIA only)
(v) I-V curve for the module
(vi) Peak Wattage, Im, Vm and FF for the module
(vii) Unique Serial No and Model No of the module
(viii) Date and year of obtaining IEC PV module
qualification certificate
(ix) Name of the test lab issuing IEC certificate
(x) Other relevant information on traceability of solar cells
and module as per ISO 9000 series.

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.

Contractor No. of Corrections


145

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)

3.00 Semi Unitized Curtainwall - two bays two floor (Typical


Floor) - 2.2m x 7.5m with composition of Vision,
a job SPL job
Spandrel Glass and operable panel plus 2.2 * 7.5 m of
Solar panel
b job 3.00 Cladding - 4 Panels SPL job
116 Façade Access System - BMU System
a job 3.00 Davit System - On Roof/On Parapet SPL job
980.00 Number
b Nos. Rope and Eye Bolt System SPL
3.00
Façade Testings - 1 for each site
Pre load 50% Design wind load - ASTM E 330
Air leakage test - ASTM E 283
Static water penetration test - ASTM E 331
Dynamic water penetration test - AAMA 501.1
117 job SPL job
Structural performance test- + ve - ASTM E 330
Structural performance test- + ve - ASTM E 330
Seismic floor racking test - AAMA 501.4
Proof Structural load 150% + ve - ASTM E 330
Proof Structural load 150% - ve - ASTM E 330

Contractor No. of Corrections


146
Sky Bridge Structural Works
118 Sqm 4042.90 Supply and Application of Anti Corrosive Treatment to SPL 1 sq.m.
Structural Steel members with two coats of epoxy (One
polyamide based Red Oxide Zinc Phosphate Primer square
of Dry Film Thickness (DFT) 25 microns. (Berger metre)
paints epilux 610 primer or equivalent ) until the required
DFT is achieved as per the applicators DFT schedule,
followed by third and fourth coat of Epoxy Polyamide
based finish – (Berger paints Epilux 4, Shalimar enamel
or equivalent ) to DFT of 35 microns until the required
DFT is achieved as per the applicators DFT schedule.
The total dry film thickens shall be 120 microns and
color as per Engineer’s approval. All works to be
completed in a protected environment against dust and
rain, application using brush, roller, airless and
conventional spray, including lifting, shifting, tilting,
placing the painted sections on drying platform with
Hydra/crane or any suitable equipment, including cost
and conveyance of all materials to work site, all labour,
tools and tackles, machine charges etc, including any
other incidental, final touchup works (if any) occurred
during erection complete as per the specification and
drawings all complete as per the directions of

Contractor No.of Corrections


147
119 Sqm 1784 Supply and Application of Water Based Intumescent SPL 1 sq.m.
Paint confirming to BS 476 Pt 21 for 120 mins fire rating (One
to Structural Steel members/sheet with the base coat of square
Water Based low VOC acrylic Intumescent Paint metre)
(Interchar 1190) , covrage of 1sqm/lit at 700 microns
(single application 1st coat) untill the required DFT is
achived as per the applicators DFT schedule, final coat
with Polyurethane (Interthane 990) with coverage of
11.4 sqm/lit at 50 microns DFT, on two component
epoxy anti-corrosive primer pigmented with zinc
phosphate (Intergard 251), in a protected environment
against dust and rain, application of paint using
compressor, stirrer and airless spray gun, including
lifting, shifting, tilting, placing the painted sections on
drying platform with Hydra/crane or any suitable
equipment, including cost and conveyance of all
materials to work site, all labour, tools and tackles,
machine charges etc, including any other incidental,
final touchup works (if any) occured during erection
complete as per the structural & fire proof design
specfication and drawings all complete as per the
120 MT 14.22 Providing / fabricating, installing,several stages of stay SPL 1 MT (
cables of parallel strand system of 15.24mm dia.With One
GUTS of 1860 MPa for stay cable, cutting and placing Metric
them in proper profiles for permanent deck support Tonne)
including HDPE sheating ducts, live anchorages, at that
and that anchorage at pylon with steel anchor Box
embeded in Pylon, Recess pipe and AV Pipe as per
approved drawings, complete as per approved drawings
and specifications, including fabrication, Delivery, recess
filling with approved material and applying protective
coating and wax after tensioning as per specifications,
recording the tensioning data, presenting /repoting the
same, treating the projected end of the strands after
anchores and covering the same with material as per
specifications all complete monitoring and stressing /
prestressing in complete as per drawing and Technical
Specifications and as per PTI stay cables
recommendations.

Contractor No.of Corrections


148
121 Sqm 2086 Providing and fixing roofing consist of 0.8 mm thick and SPL 1 sq.m.
60mm depth hot dip galvanized steel deck sheet (One
Flooring & roofing confirming to IS 277:1992 used as square
permanent shuttering over which MS wire mesh 3mm metre)
laid at 100x100 mm grid including edge trim covered
with concrete. This metal deck to be supported on
structural steel beam with shear studs. It is
recommended to provide 275GSM galvanize coating for
prevention of the corrosion of the deck slab. All
complete including transport, storage handling , lifting ,
positioning with all fasteners fixtures, scaffolding, self
drilling /self tapping screws hooks, bots, shear studs etc
complete at all heights as per drawings and
specification including preparation of bill of materials &
shop drawings as per engineer in charge. (Structural
steel like Beam, column, joists etc. & concrete of
different grade as per design will be paid separately).

Contractor No.of Corrections


149
122 Sqm 114 Gutter and Downpipe: Gutter shall be manufactured out SPL 1 sq.m.
of 0.8 mm thick Plain aluminum sheets in lengths of 2.5 - (One
3 m min.(Longer lengths preferred). All the gutter joints square
shall be fixed by bulb tight rivets and silicon sealant shall metre)
be applied all over the joint for leak proof performance.
The gutter end caps shall be provided at either ends
and duly sealed with silicon sealant. The opening shall
be made in the gutter for down spot position with
sleeves fixed on the gutter and connecting the sown
take pipe. Silicon sealant to be applied all over the joints
to ensure water tightness. The gutter slope shall be in
such a way that the water collected from the roof move
on the down take pipe smoothly without stagnation of
water at any point of the gutter. Size & Shape of the
gutter will be trapezoidal section of min. 400mm x
300mm with min. 200 mm depth for effective drainage
of the storm water depending upon the rainfall to be
designed by the supplier and approved by engineer in
charge. The Gutter openings at the top of the water
down pipe should be provided with suitable MS wire
mesh to prevent the entry of foreign materials like dry
leaves, polythene bags etc. and choke the water down
pipe/drains. For effective drainage of storm water, the
down pipe will be heavy duty PVC drain pipe (100-150
mm depending on design) running inside columns. Cost
of clamp, brackets and accessories etc. to be included
in the cost. Please note no structural member to be
used as a gutter. Gutter to be tested with water filled for
24 hrs to ensure it is water tight.

Contractor No.of Corrections


150
123 Supply, Fabrication, Assembling, hoisting/ erecting and
Fixing in position at all heights and with all leads,Sky
Bridge with Structural steel work of grade E 350 MPa ,
riveted, bolted or welded in built up sections, tubular
sections, (round, square or rectangular hollow sections)
, base plate, stiffener plate, Angle cleat, purlins, trusses,
framed work,Channels, MS Plates, Structural bolts,
Anchor bolts and I sections of different sizes in mild
steel confirming to IS Codes,Bearings cutting and
fabricating to required sizes and shapes, placing in
position with bolt and nuts or rivets or welds and
providing two coats of anti-corrosive paint over a prime
coat of red oxide paint etc. as per approved designs and
drawings, including connection designs preparation of
shop drawings and connection drawings, approval of
construction methodology, erection methedology,
correction designs from IIT and including cost and
conveyance of all Mild steel sections to site and all
wastages such as overlaps, couplings, welded joints,
etc., and all operational, incidental charges,Including
Labour charges for fabricating all heavy steel works like
Trusses,Stanchions, Heavy Beams and Girders
including cost of welding rods, power charges, etc
including overheads and contractor's profit complete for
finished item of work. (Measurement to be given for
finished installed sizes only) of the Sky Bridge.

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.

Contractor No.of Corrections


151
124 Rmt 47 Strip Seal Expansion Joint - Providing and laying of a SPL 1 Rmt .
Single Strip / Box Seal Exansion Joint including (One
anchorage catering to maximum horizontal movement running
upto 70/80 mm, complete as per drawings, metre)
specifications and standard specifications as per IRS
SP-69 . The sealing element shal be preformed
/extruded single strip made of chloroprene rubber (CR)
of such shape as to promote self-removal of foreign
material during normal joint operation. The Single Strip
/box Seal joints shall be anchored in the concrete with
rigid loop anchorage or headed shear stud anchors,
satisfying the IRC- SP -69 requirements. The
expansion joint to be installed by the
manufacturer/supplier or their authorized representative
ensuring compliance to the manufacturer's instructions
for installation.

Contractor No.of Corrections


152
Landscape Work
SITE CLEARANCE WORKS
125 Sqm 21637.72 Clearing jungle including uprooting of rank vegetation, SPL 1 sq.m.
grass, brush wood, trees and saplings of girth up to 30 (One
cm measured at a height of 1 m above ground level and Square
removal of rubbish up to a distance of 50 m outside the metre)
periphery of the area cleared.
126 Cum 1445.92 Supplying and stacking of good earth at site including SPL 1 cu.m
royalty and carriage up to 5 km complete (earth (One
measured in stacks will be reduced by 20% for payment). cubic
metre)
127 Cum 481.97 Supplying and stacking sludge at site including royalty SPL 1 cu.m
and carriage up to 5 km complete (sludge measured in (One
stacks will be reduced by 8% for payment). cubic
metre)
128 Supplying and stacking at site dump manure from
approved source, including carriage up to 5 km complete
(manure measured in stacks will be reduced by 8% for
payment) :
a Cum 144.59 Screened through sieve of I.S. designation 20 mm SPL 1 cu.m
(One
cubic
metre)
b Cum 144.59 Screened through sieve of I.S. designation 16 mm SPL 1 cu.m
(One
cubic
metre)
c Cum 192.79 Screened through sieve of I.S. designation 4.75 mm SPL 1 cu.m
(One
cubic
metre)

Contractor No. of Corrections


153
129 Sqm 5347.18 Fine dressing of the ground. SPL 1 sq.m.
(One
Square
metre)
130 Cum 2409.87 Spreading of sludge, dump manure and/or good earth in SPL 1 cu.m
required thickness as per direction of officer-in-charge (One
(cost of sludge, dump manure and/ or good earth to be cubic
paid separately). metre)
131 Cum 2409.87 Mixing earth and sludge or manure in the required SPL 1 cu.m
proportion specified or directed by the Officer-in-charge (One
cubic
metre)
132 Grassing with selection No. 1 grass including watering
and maintenance of the lawn for 60 days or more till the
grass forms a thick lawn, free from weeds and fit for
mowing including supplying good earth, if needed (the
grass and earth shall be paid for separately).

a Sqm 249.22 In rows 5 cm apart in both directions SPL 1 sq.m.


(One
Square
metre)
b Sqm 1865.05 With grass Turf SPL 1 sq.m.
(One
Square
metre)

Contractor No. of Corrections


154
133 Sqm 249.22 Supplying & Stacking of Selection No.1 Grass at site SPL 1 sq.m.
fresh & free from weeds having proper roots in green (One
including loading, unloading, carriage and all taxes paid Square
etc. And as per direction of officer in charge. metre)

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.

Contractor No. of Corrections


155
139 Nos. 34.00 Providing and stacking of Delonix regia (Gulmohar) of SPL Number
height 150-165 cm. in big poly bags of size 25 cm as per
direction of the officer-in-charge.
140 Nos. 21.00 Providing and stacking of Jacaranda mimosifolia of SPL Number
height 150-165 cm. in big poly bags of size 25 cm as per
direction of the officer-in-charge.
141 Nos. 31.00 Providing and stacking of Cassia siamea of height 150- SPL Number
165 cm. in big poly bags of size 25 cm as per direction of
the officer-in-charge.
142 Nos. 28.00 Providing and stacking of Eugenia jambolana (Jamun) of SPL Number
height 150-165 cm. in big poly bags of size 25 cm as per
direction of the officer-in-charge.
143 Nos. 15.00 Providing and stacking of Ficus religiosa (Peepal) of SPL Number
height 150-165 cm. in big poly bags of size 30 cm as per
direction of the officer-in-charge.
144 Nos. 29.00 Providing and stacking of Albizzia lebbek of height 150- SPL Number
165 cm. in bag of size 25 cm as per direction of the
officer-in-charge.
145 Nos. 9.00 Providing and stacking of Tamarindus indica (Imli) of SPL Number
height 120-150 cm. in big polybags of size 25 cm as per
direction of the officer-in-charge.
146 Nos. 16.00 Providing and stacking of Ravenala Madagascariensis of SPL Number
height 120-150 cm. in big polybags 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.

Contractor No. of Corrections


156
Food Production Plants
150 Nos. 1491.83 Providing and stacking of Lettuce as per direction of the SPL Number
officer-in-charge.
151 Nos. 1491.83 Providing and stacking of Spinach as per direction of the SPL Number
officer-in-charge.
152 Nos. 1491.83 Providing and stacking of Bell Pepper as per direction of SPL Number
the officer-in-charge.
153 Nos. 1491.83 Providing and stacking of Herbs as per direction of the SPL Number
officer-in-charge.
154 Sqm 1865.05 Providing and fixing Reinforced HDPE Grass Pavers SPL 1 sq.m.
(size, thickness and fixing as per manufacturer (One
specifications.) in Parking Flooring with goodearth over Square
70 mm substrate of 20% sand, 20% soil and 60% small metre)
stones over 300mm soling, laid to required gradient and
finishing and cleaning of surface, etc. all complete.
(Terram or equivalent) - The rate to include all materials
and installation mention in this item.

Contractor No. of Corrections


157

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.

Contractor No.of Corrections


158

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.

Contractor No.of Corrections


159
INTERNAL & EXTERNAL ELECTRICAL WORKS
Wiring for light point/ fan point/ exhaust fan point/ call bell
point with 2 X 1.5 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, one way Junction Box, S P 5/6A
one way modular switch with ISI marked, modular base,
PVC Fastener, cover plate for 2 module, suitable GI box
157
and continous earth by means of 1.5 sq.mm FRLS PVC
insulated copper conductor single core cable Fire retardant
1.1 KV Grade with ISI mark conforming to ISI : 694/2010,
including neat finishing with cement mortar as required. All
complete complying with relevant standard specification
and as directed by the Engineer.

Group C(Commercial)
a Point 2280.00 SPL Point

Wiring for group controlled (looped) light point/fan


point/exhaust fan point/ call bell point ( without
independent switch etc.) with 3X 1.5 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 Sockets,iron
158 staples,saddles,screws, , suitable GI box and continous
earth by means of 1.5 sq.mm FRLS PVC insulated copper
conductor single core cable Fire retardant 1.1 KV Grade
with ISI mark conforming to ISI : 694/2010, including neat
finishing with cement mortar as required. All complete
complying with relevant standard specification and as
directed by the Engineer.

a Point 5317.00 Group C(Commercial) SPL Point

Contractor No. of Corrections


160
Wiring for twin control light point with 2 X 1.5 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, one way
and Two way PVC Junction Box , S P 5/6A two way
modular switch with ISI marked, modular base,PVC
159 Point 66.00 Fastener, cover plate for 2 module, suitable GI box and SPL Point
continous earth by means of 1.5 sq.mm FRLS PVC
insulated copper conductor single core cable Fire retardant
1.1 KV Grade with ISI mark conforming to ISI : 694/2010,
including neat finishing with cement mortar as required. All
complete complying with relevant standard specification
and as directed by the Engineer.

Supplying and fixing suitable size Modular GI box for 3


module(Flush mounting box -GI ) Concealed and modular
plate and cover in front on surface or in recess, including
providing and fixing 5 pin 5 / 6 amps universal socket-2
160 Nos. 343.00 module and 5 / 6 amps modular switch 1 W -1 module, SPL Number
PVC Fastener, cover plate for 2 module, etc.as
required.All complete complying with relevant standard
specification and as directed by the Engineer.

Supplying and fixing suitable size Modular GI box for 3


module(Flush mounting box -GI ) Concealed and modular
plate and cover in front on surface or in recess, including
providing and fixing 6 /16 amps socket-2 module and 16
161 Nos. 1593.00 amps modular switch 1 W -1 module, PVC Fastener,Base SPL Number
and cover plate for 3 module, etc.as required.All complete
complying with relevant standard specification and as
directed by the Engineer.

Contractor No. of Corrections


161
Wiring for light/ power plug with 2X4 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 Box , ,
modular base,PVC Fastener,and continous earth by Running
162 Rmt. 6122.50 SPL
means of 4 sq.mm FRLS PVC insulated copper conductor Metre
single core 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.

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.

Supplying and concealing following modular switch/ socket


on the existing modular plate & switch box including
connections but excluding modular plate etc. as
164
required.All complete complying with relevant standard
specification and as directed by the Engineer.

Telephone socket outlet


a Nos. 16.00 SPL Number

Contractor No. of Corrections


162
Supplying and fixing following size/ modules, GI box for 2
module (Flush mounting box GI), along with modular base
& cover plate, for modular switches, PVC Fastener,etc
including labour charge etc. as required.All complete
complying with relevant standard specification and as
directed by the Engineer.

1 or 2 Module (75mmX75mm) ( ForT.V., Data and Voice)


165 Nos. 36.00 SPL Number
Wiring for circuit/ submain wiring alongwith earth wire with
the following sizes of 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 heavy class PVC conduit, including necessary
specials such as PVC bends,PVC Sockets,iron
166 staples,saddles,screws and continous earth by means as
mentioned below FRLS PVC insulated copper conductor
single core cable Fire retardant 1.1 KV Grade with ISI
mark conforming to ISI : 694/2010 as required labours
etc.All complete complying with relevant standard
specification and as directed by the Engineer.

2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire


Running
a Rmt. 26571.00 SPL
Metre
2 X 10 sq. mm + 1 X 6 sq. mm earth wire
Running
b Rmt. 130.00 SPL
Metre
4 x 6 sq. mm + 2 x 6 sq. mm earth wire
Running
c Rmt. 265.00 SPL
Metre
4 x 10 sq. mm + 2 x 6 sq. mm earth wire
Running
d Rmt. 445.00 SPL
Metre
4 x 16 sq. mm + 2 x 6 sq. mm earth wire
Running
e Rmt. 245.00 SPL
Metre
2 X 4 sq. mm + 1 X 4 sq. mm earth wire
Running
f Rmt. 15.00 SPL
Metre

Contractor No. of Corrections


163
Supplying, installation, testing and commissioning of
Passive Infrared (PIR) technology based occupancy
sensor having high preformance, non regulating
programmable type, suitable for connected load upto
10Amp , for mounting height up to 2.8 mtr and suitable for
167 Nos. 215.00 SPL Number
area of minimum diameter 5m cartage @ 1% of A1 along
with necessary fixing arrangements i/c programming at site
etc. complete as required.All complete complying with
relevant standard specification and as directed by the
Engineer.
Supplying and laying of UTP 4 pair CAT 6 LAN cable,0.5
mm dia FRLS PVC insulated annealed copper conductor
in the existing surface/ recessed steel/ PVC conduit as
168
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.

Supplying and fixing two module stepped type


(300W/450W)electronic fan regulator on the existing
modular plate switch box including connections but
170 Nos. 7.00 SPL Number
excluding modular plate etc. as required.All complete
complying with relevant standard specification and as
directed by the Engineer.

Contractor No. of Corrections


164
Supplying and fixing suitable size GI box with modular
plate and cover in front on surface or in recess, including
providng and fixing 2 nos. 3 pin 5/6 A modular socket
outlet and 2 nos. 5/6 A modular switch, connections etc. as
171 Nos. 20.00 required. (For light plugs to be used in non residential SPL Number
buildings). (For UPS Supply on workstations)All complete
complying with relevant standard specification and as
directed by the Engineer.

Supply and Fixing 20W 4 Feet LED Fitting with


LED(Higher End Phillips/ Havells/ Equivalent) including Annx-VII,
172 Nos. 767.00 necessary wiring as required labours etc. All complete Item no. 15 Number
complying with relevant standard specification and as b
directed by the Engineer.
LED INDOOR FITTINGS (LIGHT EMITTING DIODE)
Annx-VII,
Item No. -16
Part A
Supply and fixing 18W LED 3000K Round Type Recessed
Fitting with LED(Higher End Phillips/Havells/Equivalent)
including necessary wiring as required labours etc.All Item No. -16
173 Nos. 1500.00 Number
complete complying with relevant standard specification C
and as directed by the Engineer.

Supply, Installation, Testing and Commissioning of


following fittings on the existing point with making
connection with 1.5 sqmm FRLS PVC insulated copper
conductor single core cable Fire retardant 1.1 KV Grade
with ISI mark conforming to ISI : 694/2010 in surface /
174 recessed heavy class PVC conduit, including necessary
specials earthing wire etc. As required.( Note: All LED
Fixtures shall have power factor ≥0.90 (For item No 1 to
5).All complete complying with relevant standard
specification and as directed by the Engineer

10W LED BULK HEAD LIGHT


a Nos. 1030.00 SPL Number

10W LED MIRROR LIGHT


b Nos. 522.00 SPL Number

40W LED TB LIGHT SURFACE MOUNTED


c Nos. 1623.00 SPL Number

Contractor No. of Corrections


165
10W LED DL RECESS MOUNTED
d Nos. 1110.00 SPL Number

10W LED DL SURFACE MOUNTED


e Nos. 662.00 SPL Number

Supply and fixing of Emergency EXIT Light with laser


etched translucent polyacrylic 8mm thick sheet illuminated
with the hidden LED strip in green colour. The Unit shall be
with 230V
f Nos. 100.00 AC to 12V DC changing Unit and inbuilt self contained SPL Number
battery for 2 hour battery backup and hanging/mounting
arrangements etc.All complete complying with relevant
standard specification and as directed by the Engineer.

Supply and fixing of Integral LED Aviation Light comprising


of Al. housing with polycarbonate enclosure and LEDs
g Nos. 6.00 complete as required etc.All complete complying with SPL Number
relevant standard specification and as directed by the
Engineer.
CEILING FAN Supply and fixing of BEE Energy efficient
1200mm sweep ceiling fan 5 star rated, inverter driven
controlled by microprocessor with 300mm down rod with
SOR Page
regulator/ remote control (35 W) (Usha / Super Fan /
175 Nos. 7.00 116, Part B, Number
Equivalent) and 0.5 sqmm copper twin core flex wire
1a
,etc.,All complete complying with relevant standard
specification and as directed by the Engineer.

Supply and fixing of AC Exhaust Fan 300mm (12") Sweep


26 Annx-VII,
(Light Duty) and necessary arrangements etc .All complete
176 Nos. 6.00 Item No. -2 Number
complying with relevant standard specification and as
Part B
directed by the Engineer.

Contractor No. of Corrections


166
Supply,Installation,testing and commissioning of SINGLE
PHASE DISTRIBUTION BOARD WITH MCBs 4 way / 8
way / 12 way vertical SPMCB sheet steel distribution
boards flush type / surface type fitted with blanking
plate,bus bars and neutral links with single phase MCB
outgoings and separate 2 way provision for
Annx-VII,
accommodating One No. 2 pole incoming MCB / Isolator,
177 Item No. -18
and another separate 2 way provision for accommodating
Part L
One No. 2 pole ELCB / RCD with label holder and
provisions for taking up cable for size not less than 35
sq.mm. (The rate of is inclusive of alll MCBS, ELCBS,
INCOMER) etc. All complete complying with relevant
standard specification and as directed by the Engineer.

SPMCB DB with Metal Door Cover with IP42 Protection


8 ways single phase DB
No. of ways incomer MCB / Isolator - 2
No. of ways incomer ELCB / RCD - 2
a Nos. 17.00 No. of outgoings ways - 6 Number
(Including 6 Nos. of Single Pole & Neutral 6A to 32A, 10KA
,1 No. of Double Pole 40A, 10KA,1 No. of 25 Amps 30 MA
DP)
12 ways single phase DB
No. of ways incomer MCB / Isolator - 2
No. of ways incomer ELCB / RCD - 2
b Nos. 36.00 Number
No. of outgoings ways - 10(Including 10 Nos. of Single
Pole & Neutral 6A to 32A, 10KA ,1 No. of Double Pole
40A, 10KA,1 No. of 25 Amps 30 MA DP)
Supplying and fixing of HORIZONTAL THREE PHASE
DISTRIBUTION BOARD WITH MCBS 4 way / 6 way / 8
way / 12 way TPMCB sheet steel distribution boards flush
type / surface type fitted with bus bars and neutral links
with blanking plate single / three phase MCB outgoings
and separate 4 way provision for accommodating One No.
Annx-VII,
4 pole incoming MCB / Isolator and another separate 4
178 Item No. -14
way provision for accommodating One No. 4 pole ELCB /
Part L
RCD with label holder and provisions for taking up cable
for size not less than 35 sq.mm.(The rate of is inclusive of
alll MCBS,ELCBS,INCOMER).All complete complying with
relevant standard specification and as directed by the
Engineer.

Contractor No. of Corrections


167
TPMCB DB with Metal Door Cover with IP42 Protection
4 ways 3 phase DB
No. of ways incomer MCB / Isolator - 4
a Nos. 2.00 Number
No. of ways incomer ELCB / RCD - 4
No. of outgoings ways - 12
6 ways 3 phase DB
No. of ways incomer MCB / Isolator - 4
No. of ways incomer ELCB / RCD - 4
b Nos. 40.00 No. of outgoings ways - 18(Including 18 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)

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)

Supplying and fixing of Vertical TPN Distribution Boards


(with MCCB Incomer);
Double Door; IP43, as per IS 8623 III; Impact resistance
IK09; Frame MCCB Incomer & Single Phase/Three Phase
Annx-VII,
MCBs as Outgoing (for power loads exceeding 100A)
179 Item No. -17
Suitable for 160 Amps Incomer
Part L
All complete complying with relevant standard specification
and as directed by the Engineer.

TPMCB DB with Metal Door Cover with IP42 Protection


4 Way, MCCB + 12 Modules(Including 12 Nos. of Single
Pole & Neutral 6A to 32A, 10KA ,1 Triple Pole & Neutral
a Nos. 12.00 Number
6A to 32A,10KA, 3 Nos. of 40 Amps 30 MA DP)

LT Panels

Contractor No. of Corrections


168
Design, manufacture, supply, installation, testing and
commissioning of following Utility panels suitable for 415
V, 3 phase, 4 wire, 50 Hz power distribution system. The
panel shall be Indoor, free standing, floor mounting, sheet
metal clad, cubicle, dead front, dust and vermin proof type
compartmentalized design fabricated out of 2mm thick
CRCA sheet steel for Load bearing members and 1.6 mm
thick for non-load bearing members, complete with color
coded, heat shrinkable PVC insulated, Cu bus bars and
separate earth bus bar of adequate cross section through
out the length of the panel. The incoming and outgoing
feeders shall be accommodated in a fully segregated,
modular multitier arrangement with adequate size and
distinct cable alley, bus bar alley/chamber (form-3b
Construction). The panel shall be complete with name
plate, earthing, numbering, danger plate etc. as required
and as per specifications and drawings. The panel shall
withstand the fault level of as indicated elsewhere or
shown in Single Line Diagrams.

General Notes: Applicable for all Panels:


All Panels with incomer rating 400A or above shall be as
per IEC61439 (part-1 & 2) TTA and panels with below
400A rating incomer shall be IEC61439 PTTA type

Degree of protection as per IEC60529 for 1 sec.


The BOQ shall be read in conjunction with general notes,
specification, single line diagram & boq. Incase of any
discrepancy between General notes, SLD, specification &
BOQ, the same shall be brought to the notice of
Client/Consultant before quoting the rates, otherwise
stringent condition shall be deemed to have been
considered.
Fault current wherever mentioned shall be Ics=Icu=Icw for
1 sec for ACBS & Ics=Icu for 1 sec for MCCBS.

All MCCB shall be provided with door interlocked rotary


handle and ON, OFF, TRIP Indicating lamp protected with
2A, SP MCBs . The MCCB upto 250A shall be with
thermal magnetic releases and above 250A shall be
with micro processor based releases.

Contractor No. of Corrections


169
All Microprocessors based MCCBs shall be provided with
inbuilt O/C, S/C and E/F releases & thermal magnetic
based shall be with inbuilt O/C & S/C releaseswith earth
fault module CBCT.
All feeder doors shall have pad locking arrangement.
All TP feeders shall have solid isolable neutral link.
All Star/Delta starter to be provided with Motor duty MCCB,
AC-3 duty contactor, over load relay with single phase
preventor, digital ammater, suitable ratio CL-1, 5VA cast
resin CTS, start/stop push button & on/off/trip indicating
lamps etc. All Switchgears should by type-2 coordinated.
All starters shall have BMS compatability.

All DOL starter to be provided with Motor Protection Circuit


Beaker MPCB, AC-3 duty contactor, over load relay with
single phase preventor, digital ammater, suitable ratio CL-
1, 5VA cast resin CTS, start/stop push button & on/off/trip
indicating lamps etc. All Switchgears should by type-2
coordinated.
All starters shall have BMS compatability.
The Automatic Power Factor capacitor Panel shall be
composed of the minimum followings:-
Shunt capacitor (440v) with damping reactor.
Discharge reactor
Thysistar Switching Module
Fuse for Capacitor current protection.
APFC Relay/Controller
Control/Monitoring/Measurement equipment.
The rating shall be as per IEC 61921. The degree of
protection shall be as per IEC 60529.
All ACB's shall be provided with Breaker Control Switch
(BCS) having lost motion device.
All ACBs shall be provided with O/C, S/C and E/F
releases.
Bus Coupler shall be provided without releases but with on
& off indicating lamps.
Spare contacts of ACB/Relays/Contactor etc. shall be
wired upto terminal block.
All Energy meters are digital type & with RS-485 port for
communication.

Contractor No. of Corrections


170
Bus bar chamber shall be kept at top of the all panels.

Internal wiring of panel shall be with size 2.5sqmm Flexible


Copper Conductor for CT circuit and control wiring with 1.5
sqmm.
All Lift Panels transport section should not be more then
1000 mm.
In soft starter Vender should supply power contactor with
aux. Contactor & All necessary accessories required etc.
(As per BOQ & specification)
All indicating light shall be LED type .
Each vertical section of floor mounted panel shall have
independent base frame (75mm x 40mm) size made out of
3 mm sheet steel (LT Panel & DG Panel).

All the makes shall be as per approved make list only.

Wherever only voltmeter & ammeter are required, the


same may be provided in combined meter suitable for both
parameter.
Space heater shall be provided in each cable alley.

All links/drops for ACB/MCCB shall be designed for full


rated current of ACB/MCCB rating at same current density
of Main Bus Bar.
Arch flash Protection shall be in Cable allay & busbar
Chember.
Gas flooding system of panel will be the part of Panel
Manufacturer and furher Necessary Co-ordination shall be
done by the Panel Manufacturer / Vendor with the vendor
of "Gas flooding system" for fire protection, for making
suitable provisions in the panels, at the Design stage,
Manufacturing stage, stage of testing at works & stage of
commissioning at site.

All LT panels & Distribution Boards shall be provided with


TVSS (SPDs). Panel vendor/Manufacturers shall Co-
ordinate with SPD Vendor for the calculation, supply and
installation for the same (SPDs).
All outgoing feeders of Main LT Panel to be provided with
dual source energy meter.

Contractor No. of Corrections


171
All Incomer of panels, Bus Bar & bus coupler has 3 Nos.
phase indicating LED lamps each with 2 amp back up
MCB. Or as per SLD & Technical specification.

All ACB Breaker 'ON' , 'OFF', & spring charged lamps


with 2 Amp MCB for controlling.
PLC shall be provided in Main LT Panel for Load
Management, Auto Start/Stop of DG Sets, Auto change
over of DG Sets & Grid Supply breakers, interlocking etc.
complete & auto change over from Grid Supply & DG
Supply & vice versa shall be achieved within 30 seconds
as per NFPA 110.
All CTs and PTs shall be cast resin type.
All complete complying with relevant standard specification
and as directed by the Engineer.
The list of the panel incorporating the above general notes
as given above :
Single Line of the Panels is attached for reference -
180 Nos. MAIN LT PANEL#EVR(Ground Floor) SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type LT 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,
SMC bus bar supports,with short circuit withstand capacity
of 50 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 GI earth bar of size 50 mm x 6 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.

Transformer Incomer:-

Contractor No. of Corrections


172
Two (2) Nos. ACB, 1600A, 50 kA, 4 Pole, Microprocessor
release Horizontal drawout type of fault breaking capacity
50KA (Ics=lcu=Icw) Electrical Draw Out Motorised
operated, 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
Independent Electrical & manual spring closing
mechanism, Microprocessor release (EMI & EMC
certified) for over current, earth fault & short circuit
protection, Shunt trip coil 24V D.C / 220V A.C, Breaker
Control Switch - 16A, Test terminal block set, circuits as
per standard practice, auxiliary contactors with contacts
(minimum 4NO+4NC) for positive interlocking of the
breakers, necessary interlocking with PLC auto controls
with all protection i/e Earth fault, Under/Over Voltage,
Under/Over Frequency, Current Unbalance, etc. and Real-
time on-line display of measurements, Current : phase /
neutral / earth, average, max, % loading, Voltage : Phase,
Line and with communication port facility etc.

D.G Incomer:-

Contractor No. of Corrections


173
Two (2) Nos ACB,2000A, 50 kA, 4 Pole, Microprocessor
release Horizontal drawout type of fault breaking capacity
50KA (Ics=lcu=Icw) Electrical Draw Out Motorised
operated, 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
Independent Electrical & manual spring closing
mechanism, Microprocessor release (EMI & EMC
certified) for over current, earth fault & short circuit
protection, Shunt trip coil 24V D.C / 220V A.C, Breaker
Control Switch - 16A, Test terminal block set, circuits as
per standard practice, auxiliary contactors with contacts
(minimum 4NO+4NC) for positive interlocking of the
breakers, necessary interlocking with PLC auto controls
with all protection i/e Earth fault, Under/Over Voltage,
Under/Over Frequency, Current Unbalance, etc. and Real-
time on-line display of measurements, Current : phase /
neutral / earth, average, max, % loading, Voltage : Phase,
Line and with communication port facility etc.

Each Incomer shall have one set of the following


items:
Intelligent multi function digital meter to read V,A,kVA, KW,
kVAR, PF, Hz etc with communication facility (RS485 port)
and LED display with required Nos CTs, of Same rating as
breaker have (i.e. 2000/5 OR 1600/5 ), 15 VA, class 1.0
and control circuit wiring with 2 Amp MCB for controling.

Microprocessor based relay for 27, 49, 32, 52BF, 25, 59,
51, 51N, 46, 37, 40 & 81 with Protection Class 5P10 CTs.

1 Set of Indication Lamps, LED type, R,Y,B Phase


indicating lamp with 2 Amp MCB for controling.
1 Set of Indication Lamps, LED type for breaker 'ON' ,
'OFF', 'TRIP' & spring charged lamps with 2 Amp MCB
for controling.
240 V AC Shunt trip coil. - 1 Set
Each Transformer incomer feeder shall have 1 no. 1600/5
A, 15VA CL : 1.0 CT for APFCR.
Accessories for Electrical Interlocking

Contractor No. of Corrections


174
PLC based arrangement required for electrical
interlocking among as per drawing.
Bus Coupler
2000A, 50 kA, 4 Pole, (EDO) 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.

Breaker 'ON' , 'OFF', & spring charged lamps with 2


Amp MCB for controlling.
Bus Bars
TPN aluminium extensible type main bus bars of minimum
of 2500 Amps. capacity with heat shrinkable coloured
sleeves and i/c DMC/SMC bus bars supports at required
intervals complete for cross section, size supports & their
spacing etc. for withstanding fault level of 50kA capacity
for 1 sec.
Outgoing
Bus Section-1
1No. ACB(MDO), 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)
1 No. ACB(MDO), 800A, TP, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module.(For APFCR Panel)

3 No. MCCB, 125A, TP, 50 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Plumbing
Panel,Ventillation Panel & Spare)
3 No. MCCB,200A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Common Area Panel
Supply - 1, Lift Panel Spare)

Contractor No. of Corrections


175
1 No. MCCB,100A, TP, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(Spare)
1 No. MCCB, 160A, TP, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(Spare)
1 No. MCCB, 320A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Pressurization Panel)

1 Nos. MCCB, 630A, 4P, 50 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Rising Main L+P)

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)

1 No. ACB(MDO), 800A, TP, 50 kA with adjustable


setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module.(For APFCR Panel - 2)

2 Nos. MCCB (MDO), 630A, 4P, 50 kA with adjustable


setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module.(For Rising Main # L+P
& Rising Main AHU)
1 No. MCCB, 125A, TP, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(Basement 2 Ventillation
Panel)
3 No. MCCB,200A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module. (For Common Area Panel
(Supply 2), Lift Panel & Spare)
1 No. MCCB,400A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Fire fighting Panel)

Contractor No. of Corrections


176
2 No. MCCB, 63A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Lift Panel 3& Spare)

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

Contractor No. of Corrections


177
Supplying, installation, testing & commissioning of factory
built floor mounted auto-manual power factor correction
panel of 400KVAR capacity having 3 phase, Mixed Die
Electric (total power loss not exceeding 0.50 W/ KVAr)
power capacitor in 9 steps, filled with suitable oil and
provided with 50 KVAR fixed capacity and balance
Electronic Thyristor switching & with 14.0% detuned filters
to suppress switching of inrush current and reducing
harmonics to improve capacitor life., (10 x 50 kVAR + 2 x
25 kVAR), 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, 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.

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.

Contractor No. of Corrections


178
One numbers binary type automatic power factor sensing
and correction relay 9 Step (APFC REALAY ) complete
with its all accessories etc. as required. 01 No

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)

2 nos. 63 Amp TP Moulded Case circuit breaker with built


in thermal magnetic release(Ics = Icu = 35 KA)
7Nos Bank of 50 kVAR Mixed dielectric type heavy duty
type units.
2 Nos Bank of 25 kVAR Mixed dielectric type heavy duty
type units.
9 Sets of Auxilary Control contractors.
9 Sets of Start/ Stop push buttons.
9 Sets of Indicating lamps (LED type) for capacitor ON
(Green) & capacitor OFF (Red) & Trip (AMBER)
9 Sets A/M Selector Switch.
2 Sets of Axial flow fans with thermostat.
1 Set of Rotary operating mechanism and terminal
extension / spreaders for all the MCCB's.
Complete in all respect including all interconnections from
the bus bars to MCCB and MCCB to contactor and
contactor to terminal blocks of Capacitor. Automatic
Switching "ON" and "OFF" capacitor panel described as
above
Note
All outgoing feeder shall have OL & S/C protection.
All breakers breaking capacities shall be Icu=Ics upto 433
V.
EVR Site
HVAC Panel#EVR
182 Nos. 1.00 SPL Number

Contractor No. of Corrections


179
Supply, Installation, Testing and Commissioning of cubicle
type HVAC 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.

2Nos 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.

3 Sets Indication Lamps, LED type, for RYB with2 Amp


control MCB.& breaker 'ON' , 'OFF', & spring charged
lamps with 2 Amp MCB for controlling.
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 1250 /5A , Class I accuracy and 15 VA burden-
1set.

Contractor No. of Corrections


180
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.

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)

3 Nos. MCCB, 63A, TP, 25 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For 1 No.Secondary Pump
and 2 Nos. Spare)
Two Nos 25 HP Star-Delta Starter with Motor Duty MCCB

Two Nos 12.5 HP Star-Delta Starter with Motor Duty


MCCB
One(1) No. 63 A TP MCCB (25 kA) (For Spare)
Four (4) Nos. TP MPCB suitable for 10 HP C.T fans
Bus Section-2

Contractor No. of Corrections


181
2 Nos. MCCB, 630A, TP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For 1 No. Chiller & Spare)

One Nos 25 HP Star-Delta Starter with Motor Duty MCCB

One Nos 12.5 HP Star-Delta Starter with Motor Duty


MCCB
Two Nos 15 HP Star-Delta Starter with Motor Duty MCCB

2 Nos. MCCB, 63A, TP, 35 kA


Two (2) Nos. TP MPCB suitable for 10 HP C.T fans
UPS Panel#EVR
183 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type UPS 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 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.

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

Contractor No. of Corrections


182
Each Incomer shall have one set of the following
items:
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 125 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.

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.

40 Amp 4P MCB (10kA) - 2 Set.

63 Amp 4P MCB (10kA) - 2 Set.

Bus Section-2
32Amp DP MCB (10kA) - 10 Set.

63 Amp 4P MCB (10kA) - 2 Set.

Plumbing Panel#EVR
184 Nos. 1.00 SPL Number

Contractor No. of Corrections


183
Supply, Installation, Testing and Commissioning of cubicle
type Plumbing 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.

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

Contractor No. of Corrections


184
Six Nos.15 HP S/D Starter with motor duty MCCB
Three(3) Nos.12.5 HP S/D Starter with Motor duty MCCB

One (1) Nos.10 HP DOL Starter with MPCB


One (1) Nos.5 HP DOL Starter with MPCB
One (1) Nos.3 HP DOL Starter with MPCB
Two (2) Nos.1.5 HP DOL Starter with MPCB
Four (4) No. 40 A 4P MCB (10 kA)
MDB#L+ P#EVR(1st floor to 16th floor)
185 Nos. 16.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type MDB-EVR , 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, 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:

Contractor No. of Corrections


185
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) - 3 Set.

32Amp DP MCB (10KA) - 3 Set.

Note: Energy Meter will be provided by TNEB. The


internal wiring between energy meter & MCB to be
done by contractor.
1.Each Meter Box Size is 400mm (H) X 350mm(W) X
400mm (D). Sealing bolt required in front of the each
meter box door. IC & OG Terminal Block to be marked
inside the meter box. Sufficient cable loop to be kept
inside the meter box so that at the time of meter
installation cable can be plug out from terminal block
and plug in to the meter terminal. MCB (TPN) should
be outside of meter box. Outgoing cable from meter
box to MCB shall be laid through conduit
2. Transparent window in front of each meter box. 3.
R,Y,B Indication in each meter board panel is required.
Sealing bolt also required on the bus bar box chamber

AHU Panel-GF#EVR
186 Nos. 1.00 SPL Number

Contractor No. of Corrections


186
Supply, Installation, Testing and Commissioning of cubicle
type AHU 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.

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 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
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

Contractor No. of Corrections


187
Two (2) Nos. 32A 4P MCB (10 kA)
AHU Panel-1st Fl. to 16th Fl.#EVR (Typ.)
187 Nos. 16.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type AHU 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 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 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

Contractor No. of Corrections


188
Three(3) Nos. 40A , 4P MCB (10kA) with direct supply
dual source prepaid energy meter with RS 485 port

One(1) No. 40A , 4P MCB (10kA)


TFA Panel#EVR(Basement)
188 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type TFA 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 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 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.

Contractor No. of Corrections


189
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
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

Contractor No. of Corrections


190
1 Nos. ATS 200 Amp. 35 kA 4 Pole (Automatic Transfer
Switch)with phase indicating lamps protected with 2A ,SP
MCB on both source
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 200 /5A , Class I accuracy and 15 VA burden-
1set.
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 25 KA for 1 sec.

OUTGOING
63Amp 4P RCCB (100mA) - 9 Set.

2 Nos. MCB, 40A, TP, 10 kA .


Lift Panel-2#EVR & Lift Panel-3#EVR (Typ.)(Terrace)
190 Nos. 2.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Lift panel-2, 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.

Contractor No. of Corrections


191
INCOMING
1 Nos. MCCB, 63A, FP, 35 kA with phase indicating
lamps and ON , OFF trip indicating lamps protected by 2A
, SP MCBs
1 Nos. ATS 63 Amp. 35 kA 4 Pole (Automatic Transfer
Switch)with phase indicating lamps protected with 2A ,SP
MCB on both source
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
63Amp 4P RCCB (100mA) - 2 Set.

40Amp 4P MCB (10kA) - 1 Set.

MDB Basement Panel#EVR


191 Nos. 1.00 SPL Number

Contractor No. of Corrections


192
Supply, Installation, Testing and Commissioning of cubicle
type MDB Basement 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.

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

Contractor No. of Corrections


193
40 Amp 4P MCB (10kA) - 2 Set.

63 Amp 4P MCB (10kA) - 6 Set.

Common Area Panel#EVR


192 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Common panel-EVR, 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
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.

Contractor No. of Corrections


194
BUSCOUPLER
1Nos. 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.
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 25 KA for 1 sec.

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.

Contractor No. of Corrections


195
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
Eight Nos. Motor TP MPCB, suitable for 10 HP DOL
Starter
Four Nos. Motor TP MPCB, suitable for 3 HP DOL Starter

Six (6) Nos. 10 HP DOL Starter


Four (4) Nos. 3 HP DOL Starter
Note
All breakers breaking capacities shall be Icu=Ics upto 433
V.
Basement-2 Ventillation Panel#EVR
194 Nos. 1.00 SPL Number

Contractor No. of Corrections


196
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.

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

Contractor No. of Corrections


197
Seven(7) Nos. Motor TP MPCB, suitable for 5 HP DOL
Starter
Six (6) Nos. 10 HP DOL Starter
Six (6) Nos. 5 HP DOL Starter
Note
All breakers breaking capacities shall be Icu=Ics upto 433
V.
Pressurization Fan Panel#EVR(Terrace)
195 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Pressurization 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.

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.

Contractor No. of Corrections


198
BUSBARS
TPN aluminium bus bars of minimum 400 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
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.

Supply, Installation, Testing and Commissioning of LT


Isolator for DG Sets in powder coated weatherproof MS
Enclosure consisting of EDO,4P ACB (50kA) with
microprocessor based O/L,S/C and E/F releases,
196
On,Off,Trip Indication Lamps, Digital ammeter with
suitable ratio Cl-1, 10VA Cast resin CTs, Digital Voltmeter
with selector switch and suitable sizes Cu Links for
incoming and outgoing cables .
2000A, 4P EDO ACB (50kA) for 1250kVADG Set
a Nos. 2.00 SPL Number

External Lighting Feeder Pillar#EVR


197 Nos. 1.00 SPL Number

Contractor No. of Corrections


199
Supply, Installation, Testing and Commissioning of cubicle
type Ex-Lighting Feeder Pillar-EVR, 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, 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.

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

Contractor No. of Corrections


200
20Amp SP MCB (10kA) - 9 Set.

25Amp 4P MCB (10kA) - 2 Set.

32Amp DP MCB (10kA) - 2 Set.

MAIN LT PANEL #TNHB


198 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type LT 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,
SMC bus bar supports,with short circuit withstand capacity
of 50 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 GI earth bar of size 50 mm x 6 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.

Transformer Incomer:-

Contractor No. of Corrections


201
Two (2) Nos. ACB, 2000A, 50 kA, 4 Pole, Microprocessor
release Horizontal drawout type of fault breaking capacity
50KA (Ics=lcu=Icw) Electrical Draw Out Motorised
operated, 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
Independent Electrical & manual spring closing
mechanism, Microprocessor release (EMI & EMC
certified) for over current, earth fault & short circuit
protection, Shunt trip coil 24V D.C / 220V A.C, Breaker
Control Switch - 16A, Test terminal block set, circuits as
per standard practice, auxiliary contactors with contacts
(minimum 4NO+4NC) for positive interlocking of the
breakers, necessary interlocking with PLC auto controls
with all protection i/e Earth fault, Under/Over Voltage,
Under/Over Frequency, Current Unbalance, etc. and Real-
time on-line display of measurements, Current : phase /
neutral / earth, average, max, % loading, Voltage : Phase,
Line and with communication port facility etc.

D.G Incomer:-

Contractor No. of Corrections


202
Two (2) Nos ACB,2000A, 50 kA, 4 Pole, Microprocessor
release Horizontal drawout type of fault breaking capacity
50KA (Ics=lcu=Icw) Electrical Draw Out Motorised
operated, 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
Independent Electrical & manual spring closing
mechanism, Microprocessor release (EMI & EMC
certified) for over current, earth fault & short circuit
protection, Shunt trip coil 24V D.C / 220V A.C, Breaker
Control Switch - 16A, Test terminal block set, circuits as
per standard practice, auxiliary contactors with contacts
(minimum 4NO+4NC) for positive interlocking of the
breakers, necessary interlocking with PLC auto controls
with all protection i/e Earth fault, Under/Over Voltage,
Under/Over Frequency, Current Unbalance, etc. and Real-
time on-line display of measurements, Current : phase /
neutral / earth, average, max, % loading, Voltage : Phase,
Line and with communication port facility etc.

Each Incomer shall have one set of the following


items:
Intelligent multi function digital meter to read V,A,kVA, KW,
kVAR, PF, Hz etc with communication facility (RS485 port)
and LED display with required Nos CTs, of Same rating as
breaker have (i.e. 2000/5), 15 VA, class 1.0 and control
circuit wiring with 2 Amp MCB for controling.

Microprocessor based relay for 27, 49, 32, 52BF, 25, 59,
51, 51N, 46, 37, 40 & 81 with Protection Class 5P10 CTs.

1 Set of Indication Lamps, LED type, R,Y,B Phase


indicating lamp with 2 Amp MCB for controling.
1 Set of Indication Lamps, LED type for breaker 'ON' ,
'OFF', 'TRIP' & spring charged lamps with 2 Amp MCB
for controling.
24 V DC Shunt trip coil. - 1 Set
Each Transformer incomer feeder shall have 1 no. 2000/5
A, 15VA CL : 1.0 CT for APFCR.
Accessories for Electrical Interlocking

Contractor No. of Corrections


203
PLC based arrangement required for electrical
interlocking among as per drawing.
Bus Coupler
2000A, 50 kA, 4 Pole, (EDO) Air Circuit Breaker Horizontal
drawout type of fault breaking capacity 50KA (Ics=lcu
=Icw) upto 433V) Electrical Draw Out Motorised
199.00 Nos. 2.00 Number
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.

3 Sets Indication Lamps, LED type, for RYB with2 Amp


control MCB.& breaker 'ON' , 'OFF', & spring charged
lamps with 2 Amp MCB for controlling.
Bus Bars
TPN aluminium extensible type main bus bars of minimum
of 2500 Amps. capacity with heat shrinkable coloured
sleeves and i/c DMC/SMC bus bars supports at required
intervals complete for cross section, size supports & their
spacing etc. for withstanding fault level of 50kA capacity
for 1 sec.
Outgoing
Bus Section-1
1No. ACB(MDO), 1600A, 4P, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module(For HVAC Panel
Supply)
1No. ACB(MDO), 1250A, 4P, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module(For APFCR Pane 1 )

1No. ACB(MDO), 1000A, 4P, 50 kA with adjustable


setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module(For Rising Main L+P )

2 No. MCCB,400A, 4P, 50 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Pressurization fan
panel and Spare)

Contractor No. of Corrections


204
4 No. MCCB,200A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Common Area Panel
Supply -1, Lift Panel-2, Plumbing Panel and spare)

3 Nos. MCCB,63A, 4P, 50 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Lift Panel and 2Nos.
Spare)
Bus Section-2
1No. ACB(MDO), 1600A, 4P, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module(For HVAC Panel
Supply-2)
1No. ACB(MDO), 1250A, 4P, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module(For APFCR Pane 2 )

1No. ACB(MDO), 1000A, 4P, 50 kA with adjustable


setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module(For Rising Main L+P-2 )

2 No. MCCB,630A, 4P, 50 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Firefighting Panel ,
Rising Main AHU)
4 Nos. MCCB, 200A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Common Area Panel
Supply - 2, Lift Panel - 1 , 2 Nos. Spare)

3 Nos. MCCB, 63A, 4P, 50 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Lift Panel-3 and
2nos.Spare)
2 No. MCCB, 250A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Ventillation Pane and
Spare)
Note :

Contractor No. of Corrections


205
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.
550kVAR APFCR PANEL-1 & 2 (TYPICAL)#TNHB
Supplying, installation, testing & commissioning of factory
built floor mounted auto-manual power factor correction
panel of 550KVAR capacity having 3 phase, Mixed Die
Electric (total power loss not exceeding 0.50 W/ KVAr)
power capacitor in 12 steps, filled with suitable oil and
provided with 50 KVAR fixed capacity and balance
Electronic Thyristor switching & with 14.0% detuned filters
to suppress switching of inrush current and reducing
harmonics to improve capacitor life., (10 x 50 kVAR + 2 x
25 kVAR), 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

Contractor No. of Corrections


206
bus bars for high conductivity, 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.

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.

One numbers binary type automatic power factor sensing


and correction relay 12 Step (APFC REALAY ) complete
with its all accessories etc. as required. 01 No

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)

Contractor No. of Corrections


207
2 nos. 63 Amp TP Moulded Case circuit breaker with built
in thermal magnetic release(Ics = Icu = 35 KA)
10 Nos Bank of 50 kVAR Mixed dielectric type heavy duty
type units.
2 Nos Bank of 25 kVAR Mixed dielectric type heavy duty
type units.
12 Sets of Auxilary Control contractors.
12 Sets of Start/ Stop push buttons.
12 Sets of Indicating lamps (LED type) for capacitor ON
(Green) & capacitor OFF (Red) & Trip (AMBER)
12 Sets A/M Selector Switch.
2 Sets of Axial flow fans with thermostat.
1 Set of Rotary operating mechanism and terminal
extension / spreaders for all the MCCB's.
Complete in all respect including all interconnections from
the bus bars to MCCB and MCCB to contactor and
contactor to terminal blocks of Capacitor. Automatic
Switching "ON" and "OFF" capacitor panel described as
above
Note
All outgoing feeder shall have OL & S/C protection.
All breakers breaking capacities shall be Icu=Ics upto 433
V.

HVAC Panel#TNHB
200 Nos. 1.00 SPL Number

Contractor No. of Corrections


208
Supply, Installation, Testing and Commissioning of cubicle
type HVAC 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.

2Nos 1600A, 35 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.

3 Sets Indication Lamps, LED type, for RYB with2 Amp


control MCB.& breaker 'ON' , 'OFF', & spring charged
lamps with 2 Amp MCB for controlling.
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 1600 /5A , Class I accuracy and 15 VA burden-
1set.

Contractor No. of Corrections


209
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.

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

Two Nos 12.5 HP Star-Delta Starter with Motor Duty


MCCB
One(1) No. 63 A TP MCCB (25 kA) (For Spare)
Four (4) Nos. TP MPCB suitable for 10 HP C.T fans
Bus Section-2
3 Nos. MCCB, 630A, TP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.
One Nos 25 HP Star-Delta Starter with Motor Duty MCCB

One Nos 12.5 HP Star-Delta Starter with Motor Duty


MCCB

Contractor No. of Corrections


210
Two Nos 15 HP Star-Delta Starter with Motor Duty MCCB

2 Nos. MCCB, 63A, TP, 35 kA


Two (2) Nos. TP MPCB suitable for 10 HP C.T fans
UPS Panel#TNHB
201 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type UPS 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 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.

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.

Contractor No. of Corrections


211
BUSCUPLER
1 Nos. 200Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 25 KA) without releases but with ON & OFF
indicating lamps with 2A MCBs
BUSBARS
TPN Cu 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 25 KA for 1 sec.
OUTGOING
Bus Section-1
32Amp DP MCB (10kA) - 10 Set.

40 Amp 4P MCB (10kA) - 4 Set.

63 Amp 4P MCB (10kA) - 2 Set.

Bus Section-2
32Amp DP MCB (10kA) - 10 Set.

63 Amp 4P MCB (10kA) - 2 Set.

Plumbing Panel#TNHB
202 Nos. 1.00 SPL Number

Contractor No. of Corrections


212
Supply, Installation, Testing and Commissioning of cubicle
type Plumbing 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.

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.

Contractor No. of Corrections


213
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 25 KA for 1 sec.

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

One (1) Nos.10 HP DOL Starter with MPCB


One (1) Nos.5 HP DOL Starter with MPCB
One (1) Nos.3 HP DOL Starter with MPCB
Two (2) Nos.1.5 HP DOL Starter with MPCB
Four (4) No. 40 A 4P MCB (10 kA)
MDB#L+ P#TNHB
203 Nos. 21.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type MDB-TNHB-HQ 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 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

Contractor No. of Corrections


214
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:

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) - 5 Set.

32Amp DP MCB (10KA) - 3 Set.

Note: Energy Meter will be provided by TNEB. The


internal wiring between energy meter & MCB to be
done by contractor.
1.Each Meter Box Size is 400mm (H) X 350mm(W) X
400mm (D). Sealing bolt required in front of the each
meter box door. IC & OG Terminal Block to be marked
inside the meter box. Sufficient cable loop to be kept
inside the meter box so that at the time of meter
installation cable can be plug out from terminal block
and plug in to the meter terminal. MCB (TPN) should
be outside of meter box. Outgoing cable from meter
box to MCB shall be laid through conduit
2. Transparent window in front of each meter box. 3.
R,Y,B Indication in each meter board panel is required.
Sealing bolt also required on the bus bar box chamber

AHU Panel-GF#TNHB
204 Nos. 1.00 SPL Number

Contractor No. of Corrections


215
Supply, Installation, Testing and Commissioning of cubicle
type AHU 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.

3 Sets Indication Lamps, LED type, for RYB with2 Amp


control MCB.& breaker 'ON' , 'OFF', with 2 Amp MCB for
controlling.
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 60 /5A , Class I accuracy and 15 VA burden-
1set.
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

Contractor No. of Corrections


216
Two (2) Nos. 3.0 HP DOL Starter with MPCB
Two (2) Nos. 2.0 HP DOL Starter with MPCB
Two (2) Nos. 1.0 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
AHU Panel-1st Fl. to 20th Fl.#TNHB (Typ.)
205 Nos. 20.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type AHU 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 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
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.

Contractor No. of Corrections


217
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
Three(3) Nos. 40A , 4P MCB (10kA) with direct supply
dual source prepaid energy meter with RS 485 port

One(1) No. 40A , 4P MCB (10kA)


TFA Panel#TNHB
206 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type TFA 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 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 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 100 /5A , Class I accuracy and 15 VA burden-
1set.

Contractor No. of Corrections


218
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.

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.

40Amp 4P MCB (10KA) -1 Set.

Lift Panel-1#TNHB & Lift Panel-2#TNHB (Typ.)


207 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Lift Panel 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 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

Contractor No. of Corrections


219
1 Nos. MCCB, 200A, FP, 35 kA with phase indicating
lamps ON,OFF,trip protected with 2A , SP MCB

1 Nos. ATS 200 Amp. 35 kA 4 Pole (Automatic Transfer


Switch) with phase indicating lamps protected with 2A SP
MCB on both source
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 200 /5A , Class I accuracy and 15 VA burden-
1set.
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 25 KA for 1 sec.

OUTGOING
63Amp 4P RCCB (100mA) - 9 Set.

40Amp 4P MCB (10kA) - 2Set.

Lift Panel-3#TNHB & Lift Panel-4#TNHB (Typ.)


208 Nos. 2.00 SPL Number

Contractor No. of Corrections


220
Supply, Installation, Testing and Commissioning of cubicle
type Lift 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 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, 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.

Contractor No. of Corrections


221
OUTGOING
63Amp 4P RCCB (10kA) - 2 Set.

40Amp 4P MCB (10kA) - 2 Set.

MDB Basement Panel#TNHB


209 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type MDB Basement 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.

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

1 No. Intelligent Multifuntion Meter and one set of 3 nos.


CTs of ratio 160 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.

Contractor No. of Corrections


222
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
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.

Common Area Panel#TNHB


210 Nos. 1.00 SPL Number

Contractor No. of Corrections


223
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
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.

Contractor No. of Corrections


224
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.

125Amp 4P MCCB (35KA) - 5 Set.

63Amp 4P MCCB (35KA) - 4 Set.

Basement-1 Ventillation Panel#TNHB


211 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Basement Vrntilation 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.

Contractor No. of Corrections


225
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

1 No. Intelligent Multifuntion Meter and one set of 3 nos.


CTs of ratio 250 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 400 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
12 No Motor Duty MPCB, wIth Dol Starter as per SLD.

2 No Motor Duty MPCB per SLD.


Basement-2 Ventillation Panel#TNHB
212 Nos. 1.00 SPL Number

Contractor No. of Corrections


226
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.

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

1 No. Intelligent Multifuntion Meter and one set of 3 nos.


CTs of ratio 250 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 400 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
26 No Motor Duty MPCB, wIth Dol Starter as per SLD.

Contractor No. of Corrections


227
Pressurization Fan Panel#TNHB
213 Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Pressurization 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.

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.

1 No. Intelligent Multifuntion Meter and one set of 3 nos.


CTs of ratio 250 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 400 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.

Contractor No. of Corrections


228
Outgoing
20 Nos. Motor Duty MPCB, wIth Dol Starter as per SLD.

1 No Motor Duty MPCB, wIth Star Delta Starter as per


SLD.
1 No Motor Duty MPCB, as per SLD.
1 Nos. MCCB, 63A, TP, 35 kA
LT Isolator for DG Sets in powder coated weatherproof MS
Enclosure consisting of EDO,4P ACB (50kA) with
microprocessor based O/L,S/C and E/F releases,
214 On,Off,Trip Indication Lamps, Digital ammeter with
suitable ratio Cl-1, 10VA Cast resin CTs, Digital Voltmeter
with selector switch and suitable sizes Cu Links for
incoming and outgoing cables .
2000A, 4P EDO ACB (50kA) for 1250kVA DG Set
a Nos. 2.00 SPL Number

External Lighting Feeder Pillar#TNHB


215 Nos. 1.00 SPL Number

Supply, Installation, Testing and Commissioning of cubicle


type Ex-Lighting Feeder Pillar, 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

Contractor No. of Corrections


229
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.

25Amp 4P MCB (10kA) - 2 Set.

32Amp DP MCB (10kA) - 2 Set.

Contractor No. of Corrections


230
Design, manufacture, supply, installation, testing and
commissioning of following Utility panels suitable for 415
V, 3 phase, 4 wire, 50 Hz power distribution system. The
panel shall be Indoor, free standing, floor mounting, sheet
metal clad, cubicle, dead front, dust and vermin proof type
compartmentalized design fabricated out of 2mm thick
CRCA sheet steel for Load bearing members and 1.6 mm
thick for non-load bearing members, complete with color
coded, heat shrinkable PVC insulated, Al bus bars and
separate earth bus bar of adequate cross section through
out the length of the panel. The incoming and outgoing
feeders shall be accommodated in a fully segregated,
modular multitier arrangement with adequate size and
distinct cable alley, bus bar alley/chamber (form-3b
Construction). The panel shall be complete with name
plate, earthing, numbering, danger plate etc. as required
and as per specifications and drawings. The panel shall
withstand the fault level of as indicated elsewhere or
shown in Single Line Diagrams.

General Notes: Applicable for all Panels:

All Panels with incomer rating 400A or above shall be as


per IEC61439 (part-1 & 2) TTA and panels with below
400A rating incomer shall be IEC61439 PTTA type

Degree of protection as per IEC60529 for 1 sec.

The BOQ shall be read in conjunction with general notes,


specification, single line diagram & boq. Incase of any
discrepancy between General notes, SLD, specification &
BOQ, the same shall be brought to the notice of
Client/Consultant before quoting the rates, otherwise
stringent condition shall be deemed to have been
considered.

Fault current wherever mentioned shall be Ics=Icu=Icw for


1 sec for ACBS & Ics=Icu for 1 sec for MCCBS.

Contractor No. of Corrections


231
All MCCB shall be provided with door interlocked rotary
handle and ON, OFF, TRIP Indicating lamp protected with
2A, SP MCBs . The MCCB upto 250A shall be with
thermal magnetic releases and above 250A shall be
with micro processor based releases.

All Microprocessors based MCCBs shall be provided with


inbuilt O/C, S/C and E/F releases & thermal magnetic
based shall be with inbuilt O/C & S/C releaseswith earth
fault module CBCT.

All feeder doors shall have pad locking arrangement.

All TP feeders shall have solid isolable neutral link.

All Star/Delta starter to be provided with Motor duty MCCB,


AC-3 duty contactor, over load relay with single phase
preventor, digital ammater, suitable ratio CL-1, 5VA cast
resin CTS, start/stop push button & on/off/trip indicating
lamps etc. All Switchgears should by type-2 coordinated.
All starters shall have BMS compatability.

All DOL starter to be provided with Motor Protection Circuit


Beaker MPCB, AC-3 duty contactor, over load relay with
single phase preventor, digital ammater, suitable ratio CL-
1, 5VA cast resin CTS, start/stop push button & on/off/trip
indicating lamps etc. All Switchgears should by type-2
coordinated.
All starters shall have BMS compatability.

The Automatic Power Factor capacitor Panel shall be


composed of the minimum followings:-

Shunt capacitor (440v) with damping reactor.

Discharge reactor

Thysistar Switching Module

Contractor No. of Corrections


232
Fuse for Capacitor current protection.

APFC Relay/Controller

Control/Monitoring/Measurement equipment.

The rating shall be as per IEC 61921. The degree of


protection shall be as per IEC 60529.

All ACB's shall be provided with Breaker Control Switch


(BCS) having lost motion device.

All ACBs shall be provided with O/C, S/C and E/F


releases.

Bus Coupler shall be provided without releases but with on


& off indicating lamps.

Spare contacts of ACB/Relays/Contactor etc. shall be


wired upto terminal block.

All Energy meters are digital type & with RS-485 port for
communication.

Bus bar chamber shall be kept at top of the all panels.

Internal wiring of panel shall be with size 2.5sqmm Flexible


Copper Conductor for CT circuit and control wiring with 1.5
sqmm.

All Lift Panels transport section should not be more then


1000 mm.

In soft starter Vender should supply power contactor with


aux. Contactor & All necessary accessories required etc.
(As per BOQ & specification)

All indicating light shall be LED type .

Contractor No. of Corrections


233
Each vertical section of floor mounted panel shall have
independent base frame (75mm x 40mm) size made out of
3 mm sheet steel (LT Panel & DG Panel).

All the makes shall be as per approved make list only.

Wherever only voltmeter & ammeter are required, the


same may be provided in combined meter suitable for both
parameter.

Space heater shall be provided in each cable alley.

All links/drops for ACB/MCCB shall be designed for full


rated current of ACB/MCCB rating at same current density
of Main Bus Bar.

Arch flash Protection shall be in Cable allay & busbar


Chember.

Gas flooding system of panel will be the part of Panel


Manufacturer and furher Necessary Co-ordination shall be
done by the Panel Manufacturer / Vendor with the vendor
of "Gas flooding system" for fire protection, for making
suitable provisions in the panels, at the Design stage,
Manufacturing stage, stage of testing at works & stage of
commissioning at site.

All LT panels & Distribution Boards shall be provided with


TVSS (SPDs). Panel vendor/Manufacturers shall Co-
ordinate with SPD Vendor for the calculation, supply and
installation for the same (SPDs).

All outgoing feeders of Main LT Panel cum Syn. Panel to


be provided with dual source energy meter.

Contractor No. of Corrections


234
PLC shall be provided in Main LT Panel cum
synchronization for Load Management, Auto Start/Stop of
DG Sets, Auto change over of DG Sets & Grid Supply
breakers, interlocking etc. complete & auto change over
from Grid Supply & DG Supply & vice versa shall be
achieved within 30 seconds as per NFPA 110.

All CTs and PTs shall be cast resin type.


All complete complying with relevant standard specification
and as directed by the Engineer.
The list of the panel incorporating the above general notes
as given above :

Single Line of the Panels is attached for reference -


216 MAIN LT PANEL#TNSCB
Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type LT 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,
SMC bus bar supports,with short circuit withstand capacity
of 50 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 GI earth bar of size 50 mm x 6 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.

Transformer Incomer:-

Contractor No. of Corrections


235
Two (2) Nos. ACB, 2000A, 50 kA, 4 Pole, Microprocessor
release Horizontal drawout type of fault breaking capacity
50KA (Ics=lcu=Icw) Electrical Draw Out Motorised
operated, 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
Independent Electrical & manual spring closing
mechanism, Microprocessor release (EMI & EMC
certified) for over current, earth fault & short circuit
protection, Shunt trip coil 24V D.C / 220V A.C, Breaker
Control Switch - 16A, Test terminal block set, circuits as
per standard practice, auxiliary contactors with contacts
(minimum 4NO+4NC) for positive interlocking of the
breakers, necessary interlocking with PLC auto controls
with all protection i/e Earth fault, Under/Over Voltage,
Under/Over Frequency, Current Unbalance, etc. and Real-
time on-line display of measurements, Current : phase /
neutral / earth, average, max, % loading, Voltage : Phase,
Line and with communication port facility etc.

D.G Incomer:-

Contractor No. of Corrections


236
Two (2) Nos ACB,2500A, 50 kA, 4 Pole, Microprocessor
release Horizontal drawout type of fault breaking capacity
50KA (Ics=lcu=Icw) Electrical Draw Out Motorised
operated, 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
Independent Electrical & manual spring closing
mechanism, Microprocessor release (EMI & EMC
certified) for over current, earth fault & short circuit
protection, Shunt trip coil 24V D.C / 220V A.C, Breaker
Control Switch - 16A, Test terminal block set, circuits as
per standard practice, auxiliary contactors with contacts
(minimum 4NO+4NC) for positive interlocking of the
breakers, necessary interlocking with PLC auto controls
with all protection i/e Earth fault, Under/Over Voltage,
Under/Over Frequency, Current Unbalance, etc. and Real-
time on-line display of measurements, Current : phase /
neutral / earth, average, max, % loading, Voltage : Phase,
Line and with communication port facility etc.

Each Incomer shall have one set of the following


items:
Intelligent multi function digital meter to read V,A,kVA, KW,
kVAR, PF, Hz etc with communication facility (RS485 port)
and LED display with required Nos CTs, of Same rating as
breaker have (i.e. 2500/5, 2000/5 ), 15 VA, class 1.0 and
control circuit wiring with 2 Amp MCB for controling.

Microprocessor based relay for 27, 49, 32, 52BF, 25, 59,
51, 51N, 46, 37, 40 & 81 with Protection Class 5P10 CTs.

1 Set of Indication Lamps, LED type, R,Y,B Phase


indicating lamp with 2 Amp MCB for controling.
1 Set of Indication Lamps, LED type for breaker 'ON' ,
'OFF', 'TRIP' & spring charged lamps with 2 Amp MCB
for controling.
24 V DC Shunt trip coil. - 1 Set
Each Transformer incomer feeder shall have 1 no. 2500/5
A, 15VA CL : 1.0 CT for APFCR.
Accessories for Electrical Interlocking

Contractor No. of Corrections


237
PLC based arrangement required for electrical
interlocking among as per drawing.
Bus Coupler
2500A, 50 kA, 4 Pole, (EDO) 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.

Breaker 'ON' , 'OFF', & spring charged lamps with 2


Amp MCB for controlling.
Bus Bars
TPN aluminium extensible type main bus bars of minimum
of 3000 Amps. capacity with heat shrinkable coloured
sleeves and i/c DMC/SMC bus bars supports at required
intervals complete for cross section, size supports & their
spacing etc. for withstanding fault level of 50kA capacity
for 1 sec.
Outgoing
Bus Section-1
1No. ACB(MDO), 1600A, 4P, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module.(For HVAC Panel
Supply 1)
2 No. ACB(MDO), 1250A, 4P, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module.For APFCR Panel 1
and Rising Main L+P 1)
1No. ACB(MDO), 1000A, 4P, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module(For Rising Main L+P )

2 No. MCCB,400A, 4P, 50 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Pressurization fan
panel and Spare)

Contractor No. of Corrections


238
4 No. MCCB,200A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Common Area Panel
Supply -1, Lift Panel-2, Plumbing Panel and spare)

3 Nos. MCCB,63A, 4P, 50 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Lift Panel and 2Nos.
Spare)
Bus Section-2
1No. ACB(MDO), 1600A, 4P, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module.(For HVAC Panel
Supply 2)
2 No. ACB(MDO), 1250A, 4P, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module.For APFCR Panel 2
and Rising Main L+P 2)
1No. ACB(MDO), 1000A, 4P, 50 kA with adjustable
setting , microprocessor release with O/L, S/C & inbuilt
E/F protection with RS485 module(For Rising Main L+P-2 )

2 No. MCCB,630A, 4P, 50 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Firefighting Panel ,
Rising Main AHU)
4 Nos. MCCB, 200A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Common Area Panel
Supply - 2, Lift Panel - 1 , 2 Nos. Spare)

3 Nos. MCCB, 63A, 4P, 50 kA with adjustable setting ,


microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Lift Panel-3 and
2nos.Spare)
2 No. MCCB, 250A, 4P, 50 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.(For Ventillation Pane and
Spare)
Note :

Contractor No. of Corrections


239
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.
217 550kVAR APFCR PANEL-1 & 2 (TYPICAL)#TNSCB
Nos. 2.00 SPL Number
Supplying, installation, testing & commissioning of factory
built floor mounted auto-manual power factor correction
panel of 550KVAR capacity having 3 phase, Mixed Die
Electric (total power loss not exceeding 0.50 W/ KVAr)
power capacitor in 12 steps, filled with suitable oil and
provided with 50 KVAR fixed capacity and balance
Electronic Thyristor switching & with 14.0% detuned filters
to suppress switching of inrush current and reducing
harmonics to improve capacitor life., (10 x 50 kVAR + 2 x
25 kVAR), 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,

Contractor No. of Corrections


240
having TPN Aluminium alloy bus bars for high
conductivity, 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.

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.

One numbers binary type automatic power factor sensing


and correction relay 12 Step (APFC REALAY ) complete
with its all accessories etc. as required. 01 No

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)

Contractor No. of Corrections


241
2 nos. 63 Amp TP Moulded Case circuit breaker with built
in thermal magnetic release(Ics = Icu = 35 KA)
10 Nos Bank of 50 kVAR Mixed dielectric type heavy duty
type units.
2 Nos Bank of 25 kVAR Mixed dielectric type heavy duty
type units.
12 Sets of Auxilary Control contractors.
12 Sets of Start/ Stop push buttons.
12 Sets of Indicating lamps (LED type) for capacitor ON
(Green) & capacitor OFF (Red) & Trip (AMBER)
12 Sets A/M Selector Switch.
2 Sets of Axial flow fans with thermostat.
1 Set of Rotary operating mechanism and terminal
extension / spreaders for all the MCCB's.
Complete in all respect including all interconnections from
the bus bars to MCCB and MCCB to contactor and
contactor to terminal blocks of Capacitor. Automatic
Switching "ON" and "OFF" capacitor panel described as
above
Note
All outgoing feeder shall have OL & S/C protection.
All breakers breaking capacities shall be Icu=Ics upto 433
V.

218 HVAC Panel#TNSCB


Nos. 1.00 SPL Number

Contractor No. of Corrections


242
Supply, Installation, Testing and Commissioning of cubicle
type HVAC 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.

2Nos 1600A, 35 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.

3 Sets Indication Lamps, LED type, for RYB with2 Amp


control MCB.& breaker 'ON' , 'OFF', & spring charged
lamps with 2 Amp MCB for controlling.
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 1600 /5A , Class I accuracy and 15 VA burden-
1set.

Contractor No. of Corrections


243
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.

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

Two Nos 12.5 HP Star-Delta Starter with Motor Duty


MCCB
One(1) No. 63 A TP MCCB (25 kA) (For Spare)
Four (4) Nos. TP MPCB suitable for 10 HP C.T fans
Bus Section-2
3 Nos. MCCB, 800A, TP, 35 kA with adjustable setting ,
microprocessor release with O/L, S/C & inbuilt E/F
protection with RS485 module.
One Nos 25 HP Star-Delta Starter with Motor Duty MCCB

One Nos 12.5 HP Star-Delta Starter with Motor Duty


MCCB

Contractor No. of Corrections


244
Two Nos 15 HP Star-Delta Starter with Motor Duty MCCB

2 Nos. MCCB, 63A, TP, 35 kA


Two (2) Nos. TP MPCB suitable for 10 HP C.T fans
219 UPS Panel#TNSCB
Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type UPS 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 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.

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.

Contractor No. of Corrections


245
BUSCUPLER
1 Nos. 200Amp,four pole Moulded Case Circuit Breaker
(Ics = Icu = 25 KA)without releases but with ON & OFF
indicating lamps with 2A MCBs
BUSBARS
TPN Cu 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 25 KA for 1 sec.
OUTGOING
Bus Section-1
32Amp DP MCB (10kA) - 10 Set.

40 Amp 4P MCB (10kA) - 4 Set.

63 Amp 4P MCB (10kA) - 2 Set.

Bus Section-2
32Amp DP MCB (10kA) - 10 Set.

63 Amp 4P MCB (10kA) - 2 Set.

220 Plumbing Panel#TNSCB


Nos. 1.00 SPL Number

Contractor No. of Corrections


246
Supply, Installation, Testing and Commissioning of cubicle
type Plumbing 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.

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.

Contractor No. of Corrections


247
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 25 KA for 1 sec.

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

One (1) Nos.10 HP DOL Starter with MPCB


One (1) Nos.5 HP DOL Starter with MPCB
One (1) Nos.3 HP DOL Starter with MPCB
Two (2) Nos.1.5 HP DOL Starter with MPCB
Four (4) No. 40 A 4P MCB (10 kA)
221 MDB#L+ P#TNSCB
Nos. 16.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type MDB-TNHB-HQ 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 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

Contractor No. of Corrections


248
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:

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) - 5 Set.

32Amp DP MCB (10KA) - 3 Set.

Note: Energy Meter will be provided by TNEB. The


internal wiring between energy meter & MCB to be
done by contractor.
1.Each Meter Box Size is 400mm (H) X 350mm(W) X
400mm (D). Sealing bolt required in front of the each
meter box door. IC & OG Terminal Block to be marked
inside the meter box. Sufficient cable loop to be kept
inside the meter box so that at the time of meter
installation cable can be plug out from terminal block
and plug in to the meter terminal. MCB (TPN) should
be outside of meter box. Outgoing cable from meter
box to MCB shall be laid through conduit
2. Transparent window in front of each meter box. 3.
R,Y,B Indication in each meter board panel is required.
Sealing bolt also required on the bus bar box chamber

222 AHU Panel-GF#TNSCB


Nos. 1.00 SPL Number

Contractor No. of Corrections


249
Supply, Installation, Testing and Commissioning of cubicle
type AHU 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.

3 Sets Indication Lamps, LED type, for RYB with2 Amp


control MCB.& breaker 'ON' , 'OFF', with 2 Amp MCB for
controlling.
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 60 /5A , Class I accuracy and 15 VA burden-
1set.
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

Contractor No. of Corrections


250
Two (2) Nos. 3.0 HP DOL Starter with MPCB
Two (2) Nos. 2.0 HP DOL Starter with MPCB
Two (2) Nos. 1.0 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
223 AHU Panel-1st Fl. to 15th Fl.#TNSCB (Typ.)
Nos. 15.00 SPL Number

Supply, Installation, Testing and Commissioning of cubicle


type AHU 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 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
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.

Contractor No. of Corrections


251
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
Three(3) Nos. 40A , 4P MCB (10kA) with direct supply
dual source prepaid energy meter with RS 485 port

One(1) No. 40A , 4P MCB (10kA)


224 TFA Panel#TNSCB
Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type TFA 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 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 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 100 /5A , Class I accuracy and 15 VA burden-
1set.

Contractor No. of Corrections


252
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.

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.

40Amp 4P MCB (10KA) -1 Set.

225 Lift Panel-1#TNSCB & Lift Panel-2#TNSCB (Typ.)


Nos. 2.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Lift Panel 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 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

Contractor No. of Corrections


253
1 Nos. MCCB, 200A, FP, 35 kA with phase indicating
lamps ON,OFF,trip protected with 2A , SP MCB

1 Nos. ATS 200 Amp. 35 kA 4 Pole (Automatic Transfer


Switch) with phase indicating lamps protected with 2A SP
MCB on both source
1 No. Intelligent Multifuntion Meter and one set of 3 nos.
CTs of ratio 200 /5A , Class I accuracy and 15 VA burden-
1set.
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 25 KA for 1 sec.

OUTGOING
63Amp 4P RCCB (100mA) - 9 Set.

40Amp 4P MCB (10kA) - 2Set.

226 Lift Panel-3#TNSCB


Nos. 1.00 SPL Number

Contractor No. of Corrections


254
Supply, Installation, Testing and Commissioning of cubicle
type Lift 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 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, 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.

Contractor No. of Corrections


255
OUTGOING
63Amp 4P RCCB (10kA) - 2 Set.

40Amp 4P MCB (10kA) - 2 Set.

227 MDB Basement Panel#TNSCB


Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type MDB Basement 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.

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

1 No. Intelligent Multifuntion Meter and one set of 3 nos.


CTs of ratio 160 /5A , Class I accuracy and 15 VA burden-
1set.
3 Nos.phase indicating LED lamps each with 2 amp back
up MCB.

Contractor No. of Corrections


256
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
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

Contractor No. of Corrections


257
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.

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.

125Amp 4P MCCB (35KA) - 5 Set.

63Amp 4P MCCB (35KA) - 4 Set.

229 Basement-1 Ventillation Panel#TNSCB


Nos. 1.00 SPL Number

Contractor No. of Corrections


258
Supply, Installation, Testing and Commissioning of cubicle
type Basement Vrntilation 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.

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

1 No. Intelligent Multifuntion Meter and one set of 3 nos.


CTs of ratio 250 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 400 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
12 No Motor Duty MPCB, wIth Dol Starter as per SLD.

Contractor No. of Corrections


259
2 No Motor Duty MPCB per SLD.
230 Basement-2 Ventillation Panel#TNSCB
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.

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

1 No. Intelligent Multifuntion Meter and one set of 3 nos.


CTs of ratio 250 /5A , Class I accuracy and 15 VA burden-
1set.
BUSBARS
TPN aluminium bus bars of minimum 400 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.

Contractor No. of Corrections


260
Outgoing
26 No Motor Duty MPCB, wIth Dol Starter as per SLD.

231 Pressurization Fan Panel#TNSCB


Nos. 1.00 SPL Number
Supply, Installation, Testing and Commissioning of cubicle
type Pressurization 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.

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.

1 No. Intelligent Multifuntion Meter and one set of 3 nos.


CTs of ratio 250 /5A , Class I accuracy and 15 VA burden-
1set.

Contractor No. of Corrections


261
BUSBARS
TPN aluminium bus bars of minimum 400 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
20 Nos. Motor Duty MPCB, wIth Dol Starter as per SLD.

1 No Motor Duty MPCB, wIth Star Delta Starter as per


SLD.
1 No Motor Duty MPCB, as per SLD.
1 Nos. MCCB, 63A, TP, 35 kA
232 LT Isolator for DG Sets in powder coated weatherproof MS
Enclosure consisting of EDO,4P ACB (50kA) with
microprocessor based O/L,S/C and E/F releases,
On,Off,Trip Indication Lamps, Digital ammeter with
suitable ratio Cl-1, 10VA Cast resin CTs, Digital Voltmeter
with selector switch and suitable sizes Cu Links for
incoming and outgoing cables .
a 2500A, 4P EDO ACB (50kA) for 1500kVA DG Set
Nos. 2.00 SPL Number

233 External Lighting Feeder Pillar#TNSCB


Nos. 1.00 SPL Number

Contractor No. of Corrections


262
Supply, Installation, Testing and Commissioning of cubicle
type Ex-Lighting Feeder Pillar, 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, 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.

Contractor No. of Corrections


263
25Amp 4P MCB (10kA) - 2 Set.

32Amp DP MCB (10kA) - 2 Set.

234 Supply,Installation,Testing and Commissioning of the


Lockable type 4P,On Load Isolator in powder coated
2.0mm thick CRCA wall mounting enclosure with suitable
size terminals to receive incoming and outgoing cables.
(For Offices)
63A,TP, On Load Isolator
a. Nos. 128.00 SPL Number

Supply,Installation,Testing and Commissioning of the


weatherproof Lockable type 6P/TP,On Load Isolator in
235 powder coated 2.0mm thick MS wall mounting enclosure
with suitable size terminals to receive incoming and
outgoing cables. (For Ventilation Fans)
The rating as follows -

40A,TP, On Load Isolator


a Nos. 100.00 SPL Number

63A,TP, On Load Isolator


b Nos. 34.00 SPL Number

Supply,Installation,Testing and Commissioning of the


Lockable type 4P,On Load Isolator in powder coated
2.0mm thick MS wall mounting enclosure with suitable size
terminals to receive incoming and outgoing cables. All
236.0
complete complying with relevant standard specification
and as directed by the Engineer.(For Offices)

The rating as follows -


32A,4P, On Load Isolator
a Nos. 2.00 SPL Number

Supply,Installation,Testing and Commissioning of the


weatherproof Lockable type 6P/TP,On Load Isolator in
powder coated 2.0mm thick MS wall mounting enclosure
237 with suitable size terminals to receive incoming and
outgoing cables.All complete complying with relevant
standard specification and as directed by the Engineer.
(For Ventilation Fans)

Contractor No. of Corrections


264
The rating as follows -

1) 32A,TP, On Load Isolator


a Nos. 9.00 SPL Number

2) 20A,TP, On Load Isolator


b Nos. 6.00 SPL Number

Supplying, installing by suspension on ceiling/along the


wall, testing and commissioning of following capacity
Sandwich Type Rising Mains as per IEC 61439 for use on
3 phase 4 wire , 100% neutral 415 V, 50Hz A.C. supply
with Aluminum enclosure having class F insulation & IP-
55 rating after fixing the tap off boxes and all accessories,
complete with 4 Nos. Copper bus bars , necessary joints,
238 elbow joints & and bends, fire barrier and expansion joints
at each floor, provision of tapping at every meter, adopter
box , continuous earthing with 2 Nos. aluminium strip of
suitable size (one on each side) including, G.I. clamping
brackets, suspenders, seismic support , steel fasteners,
connecting to earthing system etc. as required.

1000 A, Isc = 50 kA for 1 second


Running
a Rmt. 104.00 SPL
Metre
630 A, Isc = 35 kA for 1 second
Running
b Rmt. 489.00 SPL
Metre
1250 A, Isc = 50 kA for 1 second
Running
c Rmt. 74.00 SPL
Metre
Supplying, installation, testing & commissioning of
following rating Reducerts for the rising mains for use on 3
phase 4 wire 415 V, 50Hz A.C. supply etc. as required All
239
complete complying with relevant standard specification
and as directed by the Engineer.

1000A to 630A
a Nos. 2.00 SPL Number

Contractor No. of Corrections


265
1250A to 630A
b Nos. 2.00 SPL Number

Supplying, installation, testing & commissioning of


following capacity End Feed Unit for the rising mains for
use on 3 phase 4 wire 415 V, 50Hz A.C. supply made with
1.6mm thick steel sheet enclosure (IP54) duly powder
coated with MCCB/ ACB complete with necessary joints
240
including clamping brackets, angle iron bracket, steel
fasteners, connecting to earthing system etc. as required
All complete complying with relevant standard specification
and as directed by the Engineer.

1250A,4P ACB (Fixed Type) 50kA SC for 1 sec


a Nos. 1.00 SPL Number

1000A,4P ACB (Fixed Type) 50kA SC for 1 sec


b Nos. 2.00 SPL Number

630A,4P MCCB 35kA SC for 1 sec


c Nos. 5.00 SPL Number

Supplying, installation, testing & commissioning of


following capacity Plug In/ tap off box on the rising mains
for use on 3 phase 4 wire 415 V, 50Hz A.C. supply (IP55)
241 duly powder coated with 4P, MCCB complete etc. as
required All complete complying with relevant standard
specification and as directed by the Engineer.

a Nos. 125.00 100 A, Isc = 36 kA for 1 second SPL Number

b Nos. 59.00 63 A, Isc = 36 kA for 1 second SPL Number

c Nos. 2.00 200 A, Isc = 36 kA for 1 second SPL Number


EARTHING

Contractor No. of Corrections


266
Supply , Installation , testing and commisioning Earthing
arrangements with GI Earth Plate of 600X600X6 including
charcoal and salt with necessary excavation in all soils and
to full depth as may be required and masonry work, re-
filling the sides of foundation with excavated earth as per
242 Nos. 152.00 SPL Number
the IS 3043 standard specification and as directed by the
Engineer.All complete complying with relevant standard
specification and as directed by the Engineer

Supply , Installation , testing and commisioning Earthing


with copper earth plate 600 mm X 600 mm X 3 mm thick
including accessories, and providing masonry enclosure
with cover plate having locking arrangement and watering
243 Nos. 36.00 SPL Number
pipe of 2.7 metre long etc. with charcoal/ coke and salt as
required.All complete complying with relevant standard
specification and as directed by the Engineer

Supply , Installation , testing and commisioning Earthing


with G.I. earth pipe 4.5 metre long, 40 mm dia including
accessories, and providing masonry enclosure with cover
plate having locking arrangement and watering pipe etc.
244 Nos. 35.00 SPL Number
with charcoal/ coke and salt as required.All complete
complying with relevant standard specification and as
directed by the Engineer

Providing and fixing 32 mm X 6 mm GI strip on surface or


in recess for connections etc. as required.All complete
Running
245 Rmt. 6710.00 complying with relevant standard specification and as SPL
Metre
directed by the Engineer

Providing and fixing 50 mm X 6 mm GI strip on surface or


in recess for connections etc. as required.All complete
Running
246 Rmt. 1730.00 complying with relevant standard specification and as SPL
Metre
directed by the Engineer

Providing and fixing 50 mm X 6 mm Cu strip on surface or


in recess for connections etc. as required.All complete
Running
247 Rmt. 1170.00 complying with relevant standard specification and as SPL
Metre
directed by the Engineer

Contractor No. of Corrections


267
DATA , TV AND TELEPHONE SYSTEM

Supply and Laying of Armoured LAN Cable with ISI Mark


Annx-VII,
of reputed brand including fixing etc., All complete
248 Item No. -29
complying with relevant standard specification and as
Part P
directed by the Engineer
CAT-6
Running
a Rmt. 980.00
Metre

Supplying and fixing following modular switch/ socket on


the existing modular plate & switch box including
connections but excluding modular plate etc. as
249
required.All complete complying with relevant standard
specification and as directed by the Engineer

Data socket outlet(RJ-45)


a Nos. 20.00 SPL Number

EXTERNAL LIGHTING

Supply and erection of 3 Mtr height Octagonal pole


140mm bottom & 70mm on top(Confirming to IS 875) with
openable door/window & the following size made with
3mm thick hot dip galvanised sheet(confirming to BESN
ISO 1461) with 200mm x 200mm x12mm thick base plate
welded at bottom & making cement concrete ( 1 Cement :
2 coarse sand : 4 stone) CC foundation of size 500mm x
500mm x 750mm (LxWxD) with suitable reinforcement
cement including supplying fixing of 4 Nos 16mm dia
700mm long J type foundation bolt with anchor plates &
250 Nos. 14.00 SPL Number
nuts HDPE/HARD 65mm dia pipe for cable entry and
supplying and fixing of 1.00 Mtr long single arm suitable
bracket for installation of fitting & supplying and fixing 1
Nos 16 Amp C serice MCB i/c suitable size 3 Nos
aluminium bus bar strip, 6mm thick bakelite sheet, din bar
with accessories etc. complete as required.All complete
complying with relevant standard specification and as
directed by the Engineer

Contractor No. of Corrections


268
LED OUTDOOR FITTINGS (LIGHT EMITTING DIODE)
Annx-VII,
251 Item No. -17
Part A
Supply and Fixing of 30W LED Street Light Fitting with
LED with ISI Mark.All complete complying with relevant
a Nos. 17.00 standard specification and as directed by the Engineer(The Number
Brand / Quality of fittings and LED has to be got approved
by compentant authority.)
Supply and fixing of 80W LED Focus Light Fitting with
LED ISI Mark.All complete complying with relevant
b Nos. 58.00 standard specification and as directed by the Engineer(The Number
Brand / Quality of fittings and LED has to be got approved
by compentant authority.)
Supply ,Installation , testing and commissioning of10W
LED Bollard light with excellent light out put through its
sleek PMMA window ensuring maximum illumination
aspect in surrounding All complete complying with relevant
c Nos. 27.00 SPL Number
standard specification and as directed by the Engineer(The
Brand / Quality of fittings and LED has to be got approved
by compentant authority.).

Supply and fixing of 25 W LED Gate light with ISI Mark.All


complete complying with relevant standard specification
d Nos. 14.00 and as directed by the Engineer(The Brand / Quality of SPL Number
fittings and LED has to be got approved by compentant
authority.)

Contractor No. of Corrections


269
Supply and erection of 9 Mtr height Octagonal pole
200mm bottom & 100mm on top(Confirming to IS 875)
with openable door/window & the following size made with
3mm thick hot dip galvanised sheet(confirming to BESN
ISO 1461) with 320mm x 320mm x20mm thick base plate
welded at bottom & making cement concrete ( 1 Cement :
2 coarse sand : 4 stone) CC foundation of size 750mm x
750mm x 1500mm (LxWxD) with suitable reinforcement
cement including supplying fixing of 4 Nos 24mm dia
750mm long J type foundation bolt with anchor plates &
252 Nos. 30.00 SPL Number
nuts HDPE/HARD 65mm dia pipe for cable entry and
supplying and fixing of 1.00 Mtr long single arm suitable
bracket for installation of fitting & supplying and fixing 1
Nos 16 Amp C serice MCB i/c suitable size 3 Nos
aluminium bus bar strip, 6mm thick bakelite sheet, din bar
with accessories etc. complete as reqd.All complete
complying with relevant standard specification and as
directed by the Engineer

Supplying and drawing following sizes of FRLS PVC


insulated copper conductor single core cable Fire retardant
1.1 KV Grade with ISI mark conforming to ISI : 694/2010 in
253 the existing surface/ recessed steel/ PVC conduit as
required.All complete complying with relevant standard
specification and as directed by the Engineer

3x 2.5 Sqmm
Running
a Rmt. 1800.00 SPL
Metre

HT CABLE, LT CABLE & CABLE TRAYS

HT CABLES Annx-VII,
254 Item No. -6
Part M

Contractor No. of Corrections


270
Supplying laying and connection 240 sq.mm. 3 core HT
XLPE 11KV (E)
SISMV11E3 x 2402797 with ISI mark of reputed brand Running
a Rmt. 265.00
including necessary arrangments etc..All complete Metre
complying with relevant standard specification and as
directed by the Engineer

supplying and fixing CABLES, ACCESSORIES AND Annx-VII,


255 KITS.All complete complying with relevant standard Item No. -6
specification and as directed by the Engineer Part M
240-300 sq.mm. 3 core HT Cable Indoor Terminations
a Nos. 24.00 XLPE 11KV (E) - EPKT 3121 Number

240-300 sq.mm. 3 core HT Cable Outdoor Terminations


b Nos. 3.00 XLPE 11KV (E) - EPKT 3372 Number

(LT Cables and Terminations)

Supply and Laying of SERVICE CONNECTION


ACCESSORIES L.T. 1100V PVC ALUMINIUM Annx-VII,
256 ARMOURED UNDER GROUND CABLE WITH ISI Item No. -1
MARK.All complete complying with relevant standard Part E
specification and as directed by the Engineer
31/2 core 35 sq.mm. PVC Armoured UG Cable
Running
a Rmt. 737.00
Metre
31/2 core 70 sq.mm. PVC Armoured UG Cable
Running
b Rmt. 33.00
Metre
31/2 core 120 sq.mm. PVC Armoured UG Cable
Running
c Rmt. 484.00
Metre
31/2 core 240 sq.mm. PVC Armoured UG Cable
Running
d Rmt. 154.00
Metre
31/2 core 300 sq.mm. PVC Armoured UG Cable
Running
e Rmt. 15088.70
Metre

Contractor No. of Corrections


271
Supplying and making end termination with brass
compression gland and Aluminium/Cu lugs for following
size of PVC insulated and PVC sheathed / XLPE
257.00 Aluminium/Cu conductor cable of 1.1 kV grade as
required.All complete complying with relevant standard
specification and as directed by the Engineer

CABLE GLANDS Annx-VII,


Item No. -4
Part E
Cable gland suitable for 3.5CX95 Sq. mm,UG Cable
a Nos. 8.00 Number

Cable gland suitable for 31/2 core 70 sq.mm. PVC


b Nos. 8.00 Armoured UG Cable Number

Cable gland suitable for3.5Cx50UG Cable


c Nos. 16.00 Number

Cable gland suitable for3.5C x 35 UG Cable


d Nos. 98.00 Number

Cable gland suitable for3.5C x 25 UG Cable


e Nos. 76.00 Number

Cable gland suitable for3C x 10 UG Cable


f Nos. 490.00 Number

Cable gland suitable for3C x 6 UG Cable


g Nos. 208.00 Number

Cable gland suitable for 3CX4 Sq. mm,UG Cable


h Nos. 6.00 Number

Cable gland suitable for 31/2 core 120 sq.mm. UG Cable


i Nos. 32.00 Number

Cable gland suitable for 3.5CX185 Sq. mm,UG Cable


j Nos. 6.00 Number

Cable gland suitable for 31/2 core 240 sq.mm. UG Cable


k Nos. 20.00 Number

Cable gland suitable for 31/2 core 300 sq.mm. UG Cable


l Nos. 480.00 Number

Cable gland suitable for 4CX16 Sq. mm UG Cable


m Nos. 42.00 Number

Contractor No. of Corrections


272
Cable gland suitable for 4 core 10 sq.mm. UG Cable
n Nos. 128.00 Number

Cable gland suitable for 4 core 25 sq.mm. UG Cable


o Nos. 68.00 Number

Cable Gland suitable for 4 core 6 sq.mm. . UG Cable


p Nos. 52.00 Number

Cable gland suitable for 4CX4 Sq. mm, UG Cable


q Nos. 6.00 Number

Cable gland suitable for 2 core 4 sq.mm. PVC Armoured


r Nos. 2.00 UG Cable Number

Supply, loading, transportation unloading at site, storages


at site, shifting from storage place to site of following sizes
of XLPE insulated PVC sheathed. XLPE as specifed
below, Cu Conductor armoured power cable of 1.1 kV
grade conforming to IS-7098, IEC-60502, BS-7846, BS-
258 SPL
6387 and other IS/IEC standard as applicable amended
upto date and as per specifications.All complete complying
with relevant standard specification and as directed by the
Engineer

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

Contractor No. of Corrections


273
4C x 6 Cu
Running
g Rmt. 660.00
Metre
3C x 10 Cu
Running
h Rmt. 4004.00
Metre
3C x 6 Cu
Running
i Rmt. 1978.90
Metre
3.5CX95 Sq. mm,Cu
Running
j Rmt. 121.00
Metre
4CX16 Sq. mm,Cu
Running
k Rmt. 451.00
Metre
4CX4 Sq. mm,Cu
Running
l Rmt. 99.00
Metre

Supply, loading, transportation unloading , laying at site,


storages at site, shifting from storage place to site of
following sizes of MICA taped Fire Survival Cable insulated
overall shielded BASEC & LPCB certified Cable
conforming to BS:7846 & BS:6387 CWZ, BSEN 50200.
259 The Cable shall withstand 950 Degree centigrade for 3 SPL
hours conforming to BS:6387 standard complete with
mounting accessories required for mounting & tagging.All
complete complying with relevant standard specification
and as directed by the Engineer

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

Contractor No. of Corrections


274
2Cx 4 Cu/FS
Running
e Rmt. 66.00
Metre
3.5CX240 Sq. mm,Cu
Running
f Rmt. 374.00
Metre
3.5CX185 Sq. mm,Cu
Running
g Rmt. 137.50
Metre
3.5CX120 Sq. mm,Cu
Running
h Rmt. 616.00
Metre
4C X 10 Sq.mm, Cu
Running
i Rmt. 836.00
Metre
3C X 4 Sq.mm, Cu
Running
j Rmt. 77.00
Metre
3.5Cx 70 Cu/FS
Running
Rmt.
Metre

Providing and laying non-pressure NP2 class (light duty)


R.C.C. pipes with collars jointed with stiff mixture of
cement mortar in the proportion of 1:2 (1 cement : 2 fine
260 sand) including testing of joints etc. complete :All complete
complying with relevant standard specification and as
directed by the Engineer

300mm dia RCC pipe


Running
a Rmt. 330.00 SPL
Metre

261 HDPE Pipe


HDPE Pipe 50mm / 38mm
SOR Page
Running
a RM 560.00 no. 127
Metre
Item no. 5 a

Contractor No. of Corrections


275
HDPE Pipe 90mm / 76mm
SOR Page
Running
b RM 260.00 no. 127
Metre
Item no. 5 b
HDPE Pipe 120mm / 103.50mm
SOR Page
Running
c RM 320.00 no. 127
Metre
Item no. 5 c
(Cable Trays)
Supplying and installing following size of perforated Hot
Dipped Galvanised Iron cable tray (galvanisation thickness
not less than 50 microns) with perforation not more than
17.5%, in convenient sections, joined with connectors,
262 suspended from the ceiling with G.I. suspenders including
G.I. bolts & nuts, etc. as required.All complete complying
with relevant standard specification and as directed by the
Engineer

GI Hot Dip / Powder Coated 16 SWG Cable Tray with ANNEXURE-


150mm width and 50mm height VII Running
a Rmt. 3342.00
Part'G' Metre
6a
GI Hot Dip / Powder Coated 16 SWG Cable Tray with ANNEXURE-
300mm width and 50mm height VII Running
b Rmt. 560.00
Part'G' Metre
6b
600 mm width X 50 mm depth X 2.0 mm thickness
Running
c Rmt. 280.00 SPL
Metre
1000 mm width X 62.5 mm depth X 2.0 mm thickness
Running
d Rmt. 260.00 SPL
Metre
100 mm width X 50 mm depth X 1.6 mm thickness
Running
e Rmt. 1780.00 SPL
Metre

Contractor No. of Corrections


276
Supplying and installing following size of perforated Hot
Dipped Galvanised Iron cable tray “bends” (galvanisation
not less than 50 microns) with perforation not more than
17.5%, in convenient sections, joined with connectors,
263 suspended from the ceiling with G.I. suspenders including
G.I. bolts & nuts, etc. as required. All complete complying
with relevant standard specification and as directed by the
Engineer

a Nos. 6.00 100 mm width x 50 mm depth x 1.6 mm thickness SPL Number

b Nos. 24.00 150 mm width x 50 mm depth x 1.6 mm thickness SPL Number

c Nos. 28.00 300 mm width x 50 mm depth x 1.6 mm thickness SPL Number

d Nos. 40.00 600 mm width X 50 mm depth X 2.0 mm thickness SPL Number

e Nos. 22.00 1000 mm width X 62.5 mm depth X 2.0 mm thickness SPL Number

Supplying and installing following size of perforated Hot


Dipped Galvanised Iron cable tray “Tee” (galvanisation not
less than 50 microns) with perforation not more than
17.5%, in convenient sections, joined with connectors,
264 suspended from the ceiling with G.I. suspenders including
G.I. bolts & nuts, etc. as required.All complete complying
with relevant standard specification and as directed by the
Engineer

100 mm width x 50 mm depth x 1.6 mm thickness


a Nos. 6.00 SPL Number
150 mm width x 50 mm depth x 1.6 mm thickness
b Nos. 24.00 SPL Number
300 mm width x 50 mm depth x 1.6 mm thickness
c Nos. 28.00 SPL Number
600 mm width X 50 mm depth X 2.0 mm thickness
d Nos. 40.00 SPL Number
1000 mm width X 62.5 mm depth X 2.0 mm thickness
e Nos. 22.00 SPL Number

Contractor No. of Corrections


277
Supplying and installing following size of perforated Hot
Dipped Galvanised Iron cable tray “Cross member”
(galvanisation not less than 50 microns) with perforation
not more than 17.5%, in convenient sections, joined with
265 connectors, suspended from the ceiling with G.I.
suspenders including G.I. bolts & nuts, etc. as required.All
complete complying with relevant standard specification
and as directed by the Engineer

150 mm width x 50 mm depth x 1.6 mm thickness


a Nos. 24.00 SPL Number

300 mm width x 50 mm depth x 1.6 mm thickness


b Nos. 28.00 SPL Number

600 mm wide x 50 mm depth x 2.0 mm thickness.


c Nos. 40.00 SPL Number

1000 mm wide x 75 mm depth x 2.0 mm thickness.


d Nos. 22.00 SPL Number

100 mm width x 50 mm depth x 1.6 mm thickness


e Nos. 6.00 SPL Number

Supplying and installing following size of perforated Hot


ipped Galvanised Iron cable tray “Reducer” (galvanisation
not less than 50 microns) with perforation not more than
17.5%, in convenient sections, joined with connectors,
266 uspended from the ceiling with G.I. suspenders including
G.I. bolts & nuts, etc. as required. All complete complying
with relevant standard specification and as directed by the
Engineer

150 mm width x 50 mm depth x 1.6 mm thickness


a Nos. 24.00 SPL Number
300 mm width x 50 mm depth x 1.6 mm thickness
b Nos. 28.00 SPL Number
600 mm wide x 50 mm depth x 2.0 mm thickness.
c Nos. 40.00 SPL Number
1000 mm wide x 75 mm depth x 2.0 mm thickness.
d Nos. 22.00 SPL Number

Contractor No. of Corrections


278
100 mm width x 50 mm depth x 1.6 mm thickness
e Nos. 6.00 SPL Number
Supply & fixing of following size (GP RACEWAY-
Fabricated from GP Sheet) race ways for electrical & LV
wiring including neoprene gasket in joints, cutting the floor
& jaming the race way / hanging in ceiling, supporting
arrangement as approved by consultant / architect with all
267 necssary hard ware (including civil work) as per site SPL
requirement. The thickness of raceway & cover shall be as
per technical specification.All complete complying with
relevant standard specification and as directed by the
Engineer

300 mm wide x 40 mm deep.


Running
a Rmt. 2150.00
Metre

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

For 600x 850 mm size

Contractor No. of Corrections


279
With common burnt clay F.P.S. (non modular) bricks of
Running
b Rmt. 18.00 class designation 7.5 SPL
Metre

DIESEL GENETRATING SETS WORKS


Design, fabrication, loading, unloading as directed by
Engineer-in-Charge, supply, installation, testing and
commissioning of 3 phase 415 volts 50 cycle per second,
following rating Radiator Cooled silent type (weather proof
acoustic enclosure) DG Set 1500 RPM prime duty, radiator
cooled Diesel Generator Set. The engine shall be
completed with turbo charger, flywheel to suit flexible
coupling with guard, air cleaner, fuel pump, variable speed
electronic governor, fuel filter, lub oil filter and pump,
primary water circulating pumps, battery charger, 12/24
volt batteries of compatible capacity, MS battery stand and
instrument panel comprising of switch with key, lub oil
269
pressure gauge, battery charging voltmeter, safety control
for low lub oil pressure with tripping etc. and DG controller
eqv. to PCC-3.3or eqv. The DG set shall be provided with
day oil tank inside the canopy as per standard capacity of
the manufacturer. The alternator shall be self excited, self
regulated, brushless and continuously rated at 0.8 P.F., 3
phase 415 volts, 50 cycle per second, 4 wire system and
shall be provided with static excitation unit.All complete
complying with relevant standard specification and as
directed by the Engineer

Contractor No. of Corrections


280
Alternator insulation shall be class 'H' suitable to withstand
tropical conditions and shall generally comply with latest
upto date amendment to IS Code. The overload capacity
shall not be less than 110% of rated capacity for 1 hour in
every 12 hours. The DG Sets shall be mounted on a
fabricated rigid common base frame with anti-vibration
mountings to provide 98% vibration isolation. The DG set
shall include all accessories, fittings, instruments and
standard tool kit complete as per specification and as
required including control cabling. The cost shall include
providing and fixing adaptor box for cable termination as
required. All complete complying with relevant standard
specification and as directed by the Engineer

Standard capacity day oil tank shall be provided


inside/outside the Canopy.

1250 KVA DG Set


a Nos. 4.00 SPL Number

Contractor No. of Corrections


281
270 Design, fabrication, loading, unloading as directed by
Engineer-in-Charge, supply, installation, testing and
commissioning of 3 phase 415 volts 50 cycle per second,
following rating Radiator Cooled silent type (weather
proof acoustic enclosure) DG Set 1500 RPM prime
duty, radiator cooled Diesel Generator Set. The engine
shall be completed with turbo charger, flywheel to suit
flexible coupling with guard, air cleaner, fuel pump,
variable speed electronic governor, fuel filter, lub oil filter
and pump, primary water circulating pumps, battery
charger, 12/24 volt batteries of compatible capacity, MS
battery stand and instrument panel comprising of switch
with key, lub oil pressure gauge, battery charging
voltmeter, safety control for low lub oil pressure with
tripping etc. and DG controller eqv. to PCC-3.3or eqv. The
DG set shall be provided with day oil tank inside the
canopy as per standard capacity of the manufacturer. The
alternator shall be self excited, self regulated, brushless
and continuously rated at 0.8 P.F., 3 phase 415 volts, 50
cycle per second, 4 wire system and shall be provided with
static excitation unit.

Alternator insulation shall be class 'H' suitable to withstand


tropical conditions and shall generally comply with latest
upto date amendment to IS Code. The overload capacity
shall not be less than 110% of rated capacity for 1 hour in
every 12 hours. The DG Sets shall be mounted on a
fabricated rigid common base frame with anti-vibration
mountings to provide 98% vibration isolation. The DG set
shall include all accessories, fittings, instruments and
standard tool kit complete as per specification and as
required including control cabling. The cost shall include
providing and fixing adaptor box for cable termination as
required.
All complete complying with relevant standard specification
and as directed by the Engineer.

Standard capacity day oil tank shall be provided


inside/outside the Canopy.

Contractor No. of Corrections


282
a 1500 KVA DG Set
Nos. 2.00 SPL Number

EXHAUST PIPING SYSTEM

Supply, laying, testing and commissioning of following


sizes of MS Piping for Exhaust system as per IS:3589 and
1239 (part - I) including providing suitable flanges,
reducers at suitable intervals, painting etc. as required as
271
per drawings and specifications.All complete complying
with relevant standard specification and as directed by the
Engineer

300mm (NB) MS ERW pipe 5.0mm thick - 210 Metre


200mm (NB) MS ERW pipe 5.0mm thick - 10 Metre

Supply and fixing of MS bends of above thickness same


as above piping along with necessary hardwares ets.:

300mm dia 45 deg bend - 6 nos.


200mm dia 90 deg bend - 2 nos.

Supply and fixing of 75mm thick Rockwool LRB mattress


insulation (of 150 Kgs. Per cubic meter density) over the
exhaust pipes of following diameter including cladding with
aluminum sheet of 26 SWG and covering from outside
complete as required suitable for DG exhaust pipe temp.
upto 450OC etc. as per specifications

300mm (NB) - 210 Metre


200mm (NB) - 10 Metre
Supply and fixing of the Insulation of silencers for above
DG Set - 6 nos.

Supply and fixing of miscellaneous structural support for


horizontal/ vertical exhaust piping including fabrication,
hardwares and painting as per specifications. - 8000 kg

Contractor No. of Corrections


283
Supply & Fixing of SS expansion joints for horizontal/
vertical exhaust pipes as required at site:

300 mm exhaust SS Bellows (200mm long) - 12 nos.


EXHAUST PIPING SYSTEM (Note: The vetting of the
a Job 6.00 DG set stack and its supporting structure to be get SPL Job
approved from Local Authority.)

UNINTERRUPTED POWER SUPPLY (UPS)

Supplying, installation, testing and commissioning of 60


kVA online double conversion fully microprocessor based
,indoor type, suitable for parallel operation,compact UPS
system with IGBT based PWM technology to achieve THD
< 3% and input power factor of greater than 0.95 at 50%
loading,suitable for Three phase AC input voltage 415+/-
20% , 50 Hz +3% / - 3 % and Three phase AC output
voltage 415 ± 1% volts & frequency 50 ± 0.5 Hz , inbuilt
isolation transformer, necessary VRLA batteries of suitable
size having 30 minutes back up time , mounting rack
including and suitable size connecting cable (for UPS to
272 Nos. 2.00 SPL Number
Battery and battery to battery), static and maintenance
bypass switch, SNMP card for RS232/ ethernet IP
computability for operation and monitoring etc. with all
components as mentioned in specifications and schedule,
complete etc. as required.
Note : Concerning vendor needs to furnish the battery
sizing calculations at the time of GA approval and battery
size has to be as per the approved GA drawing. EVR

All complete complying with relevant standard specification


and as directed by the Engineer

Contractor No. of Corrections


284
Supplying, installation, testing and commissioning of 80
kVA online double conversion fully microprocessor based
,indoor type, suitable for parallel operation,compact UPS
system with IGBT based PWM technology to achieve THD
< 3% and input power factor of greater than 0.95 at 50%
loading,suitable for Three phase AC input voltage 415+/-
20% , 50 Hz +3% / - 3 % and Three phase AC output
voltage 415 ± 1% volts & frequency 50 ± 0.5 Hz , inbuilt
isolation transformer, necessary VRLA batteries of suitable
size having 30 minutes back up time , mounting rack
including and suitable size connecting cable (for UPS to
273 Nos. 4.00 SPL Number
Battery and battery to battery), static and maintenance
bypass switch, SNMP card for RS232/ ethernet IP
computability for operation and monitoring etc. with all
components as mentioned in BOQ, specifications and
schedule, complete etc. as required.
Note : Concerning vendor needs to furnish the battery
sizing calculations at the time of GA approval and battery
size has to be as per the approved GA drawing. TNHB

ELEVATOR WORKS
EVR
274 Passanger Elevatar SPL

Contractor No. of Corrections


285
Supply, Installation, Testing and Commissioning of 24
Passanger/1632 kG Elevator, in lift shaft of dimensions
2.3M(W) x 2.5M(D) with variable voltage variable
frequency drive having a speed of 2.5 m/sec and travel
height of 77.90m (approx.) with 19 Stops and
Microprocessor based control suitable for operation on 415
V, 50 Hz, 3 phase A.C. electric Supplying as required.
1.Type of machine Gearless, with machine Room
2.Capacity 24 Passanger/1632 kG
3.Speed 2.5 mps.
4.No of landing 21 Landings (B2,B1,B1A,B2A,GF,
1st Fl. to 16th Fl.)
5.Number of openings 21 on the same side
side.(Automatic center opening )
6.Travel approx. 77.90 meter
7.Power Supplying 415V/240V, 50HZ
8.Acceptable voltage Fluctuation +10 to -20%
9.Rate of Accelaration / 1.0-2.5 (adjustable at site)
decelration (m/sec.sq)
10.Jerk (m/sec.sq) 1.0-2.5 (adjustable at site)
11.Vibration in car horizontal 20/18 MG maximum
vertical 20/18MG maximum
12.Noise level in car 48dbA max.
13. Door noise level while closing and 52dbA max.
opening at a distance of 1mtr. from car door and 1.5 mtr.
from floor level.

14. Enclosure anti-scratch stainless Steel

15. car size As per standerd design of manufacturer


meeting applicable relevant standard/codal requirements.

16 Car door entrance 1000 x 2400 mm (Minimum) .

17. Location of Machine Room : Directly above the shaft

18. Indicators car & landings: 7 Segment 25mm digital


direction and indicators in car and at all landings.

19. Special features/other features : Automatic Rescue


Device with dry maintenance free batteries

Contractor No. of Corrections


286
20. Call register type KDS-50 Micro pushbutton for Car
and landing.
21. 3-Way Intercom
22. Manual Cranking operation
23. Integral shaft for gear and motor
24. Emergency Stop Button
25. CVT/Built Voltage Stablizer (Constant Voltage
Transformer)
26. Pit ladder and ballustrade
27. Flooring : Provision for Granite flooring with 19mm
recess and as per architect/client requirement.
28.. Emergency cabin lighting and alarm.
29. FRD/Fire Man Drive (Fire Rescue Device)
30.Controls: Micro Processor based Duplex selective
collective, landing & opening on both sides
31.Door Safety : PANA 40-Full ray curtain for car door
safety.
32.Load weighing device with indicator & bypass function.

33. Lift Announcement System (LAS)


34. Safety gears & over speed governer
35.Infra red door safety device
36. Civil works: All minor civil works such as scaffolding,
making holes, grouting, concreting etc.
37. Provision for connectivity of CCTV & Access Control.

38.Hand rail : Hand Rail not less then 600 mm long at


900mm above floor level
39.Braile button & voice announcement (VA) system to be
provided.
39. Seismic button to be provided.
All complete complying with relevant standard specification
and as directed by the Engineer
Elevator as desctribed above
a Nos. 10.00 Number

Contractor No. of Corrections


287
Supply, Installation, Testing and Commissioning of 24
Passanger/1632 kG Elevator, in lift shaft of dimensions
2.3M(W) x 2.5M(D) with variable voltage variable
frequency drive having a speed of 2.5 m/sec and travel
height of 95.38m (approx.) with 23 Stops and
Microprocessor based control suitable for operation on 415
V, 50 Hz, 3 phase A.C. electric Supplying as required.
1.Type of machine Gearless, with machine Room
2.Capacity 24 Passanger/1632 kG
275 3.Speed 2.5 mps.
4.No of landing 24 Landings (B2,B1,GF, 1st Fl. to
20th Fl.)
5.Number of openings 24 on the same side
side.(Automatic center opening )
6.Travel approx. 95.38 meter
7.Power Supplying 415V/240V, 50HZ

8.Acceptable voltage Fluctuation +10 to -20%


9.Rate of Accelaration / 1.0-2.5 (adjustable at site)
decelration (m/sec.sq)
10.Jerk (m/sec.sq) 1.0-2.5 (adjustable at site)
11.Vibration in car horizontal 20/18 MG maximum
vertical20/18MG maximum
12.Noise level in car 48dbA max.
13. Door noise level while closing and 52dbA max.
opening at a distance of 1mtr. from car door and 1.5 mtr.
from floor level.

14. Enclosure anti-scratch stainless Steel

15. car size As per standerd design of manufacturer


meeting applicable relevant standard/codal requirements.

16 Car door entrance 1000x 2400 mm (Minimum) .

17. Location of Machine Room : Directly above the shaft

Contractor No. of Corrections


288
18. Indicators car & landings: 7 Segment 25mm digital
direction and indicators in car and at all landings.

19. Special features/other features : Automatic Rescue


Device with dry maintenance free batteries
20. Call register type KDS-50 Micro pushbutton for Car
and landing.
21. 3-Way Intercom
22. Manual Cranking operation
23. Integral shaft for gear and motor
24. Emergency Stop Button
25. CVT/Built Voltage Stablizer (Constant Voltage
Transformer)
26. Pit ladder and ballustrade
27.. Flooring : Provision for Granite flooring with 19mm
recess and as per architect/client requirement.
28.. Emergency cabin lighting and alarm.
29. FRD/Fire Man Drive (Fire Rescue Device)
30.Controls: Micro Processor based Duplex selective
collective, landing & opening on both sides
31.Door Safety : PANA 40-Full ray curtain for car door
safety.
32.Load weighing device with indicator & bypass function.

33. Lift Announcement System (LAS)


34. Safety gears & over speed governer
35.Infra red door safety device
36. Civil works: All minor civil works such as scaffolding,
making holes, grouting, concreting etc.
37.. Provision for connectivity of CCTV & Access Control.

38.Hand rail : Hand Rail not less then 600 mm long at


900mm above floor level
39.Braile button & voice announcement (VA) system to be
provided.
39. Seismic button to be provided.

Elevator as desctribed above


a Nos. 14.00 Number
TNSCB

Contractor No. of Corrections


289
276 Supply, Installation, Testing and Commissioning of 24
Passanger/1632 kG Elevator, in lift shaft of dimensions
2.5M(W) x 2.3M(D) with variable voltage variable
frequency drive having a speed of 2.5 m/sec and travel
height of 73.65m (approx.) with 18 Stops and
Microprocessor based control suitable for operation on 415
V, 50 Hz, 3 phase A.C. electric Supplying as required.
1.Type of machine Gearless, with machine Room
2.Capacity 24 Passanger/1632 kG
3.Speed 2.5 mps.
4.No of landing 20 Landings (B2,B1,GF, 1st Fl. to
15th Fl.)
5.Number of openings 20 on the same side
side.(Automatic center opening )
6.Travel approx. 73.65m meter
7.Power Supplying 415V/240V, 50HZ
8.Acceptable voltage Fluctuation +10 to -20%
9.Rate of Accelaration / 1.0-2.5 (adjustable at site)
decelration (m/sec.sq)
10.Jerk (m/sec.sq) 1.0-2.5 (adjustable at site)
11.Vibration in car horizontal 20/18 MG maximum
vertical 20/18MG maximum
12.Noise level in car 48dbA max.
13. Door noise level while closing and 52dbA max.
opening at a distance of 1mtr. from car door and 1.5 mtr.
from floor level.
All complete complying with relevant standard specification
and as directed by the Engineer.

14. Enclosure anti-scratch stainless Steel


15. car size As per standerd design of manufacturer
meeting applicable relevant standard/codal requirements.

16 Car door entrance 1000 x 2400 mm (Minimum) .

17. Location of Machine Room : Directly above the shaft

18. Indicators car & landings: 7 Segment 25mm digital


direction and indicators in car and at all landings.

Contractor No. of Corrections


290
19. Special features/other features : Automatic Rescue
Device with dry maintenance free batteries
20. Call register type KDS-50 Micro pushbutton for Car
and landing.
21. 3-Way Intercom
22. Manual Cranking operation
23. Integral shaft for gear and motor
24. Emergency Stop Button
25. CVT/Built Voltage Stablizer (Constant Voltage
Transformer)
26. Pit ladder and ballustrade
27.. Flooring : Provision for Granite flooring with 19mm
recess and as per architect/client requirement.
28.. Emergency cabin lighting and alarm.
29. FRD/Fire Man Drive (Fire Rescue Device)
30.Controls: Micro Processor based Duplex selective
collective, landing & opening on both sides
31.Door Safety : PANA 40-Full ray curtain for car door
safety.
32.Load weighing device with indicator & bypass function.

33. Lift Announcement System (LAS)


34. Safety gears & over speed governer
35.Infra red door safety device
36. Civil works: All minor civil works such as scaffolding,
making holes, grouting, concreting etc.
37. Provision for connectivity of CCTV & Access Control.

38.Hand rail : Hand Rail not less then 600 mm long at


900mm above floor level
39.Braile button & voice announcement (VA) system to be
provided.
39. Seismic button to be provided.

a Elevator as desctribed above SPL


Nos. 12.00 Number

SOLAR PHOTO VOLTAIC POWER GENERATION


SYSTEM

Contractor No. of Corrections


291
Supply, Installation, Testing and Commissioning of ongrid
Solar Photovoltaic Power Plant
conforming to MNRE specifications as amended,
consisting of Mono/Poly Crystalline silicon solar
cells, necessary protections, earthing, mounted on
Aluminium/GI structure
to withstand wind velocity of 150km/hr with following
components complete as required:-
Structure Material:
a) Solar Photovoltaic Module of capacity 330 Wp or above,
manufactured in India, conforming to
IS 14286/IEC 61215, IS/IEC 61730-Part-1, IS/IEC 61730-
Part-2. Solar Photovoltaic Module
conversion efficiency shall not be less than 16.5%. PV
modules used in solar power plants/
277 systems must be warranted for their output peak watt SPL
capacity, which should not be less than
90% at the end of 10 years and 80% at the end of 25
years.
b) Power Conditioning Unit (PCU) of 350-800 V DC Input
voltage range and 400 V AC, three
phase, 4 wire, 50Hz +/- 2.5 Hz, output voltage suitable to
generate AC Power with efficiency not
less than 97%, total harmonic distortion less than 3% and
suitable for ambient temperature from
0 to 50 degree C. The PCU shall adjust the voltage and
frequency level to suit the Grid Voltage
Frequency.
c) Data Monitoring System complete with accessories.

Contractor No. of Corrections


292
d) Fixing of Array junction box & Main junction box with IP
65 protection and termination arrangement for incoming
and outgoing cable along with glands, lugs and other
accessories etc. as required.
e) Lightning and surge voltage protection.
f) Connections & Interconnections by supplying & fixing
required size XLPE insulated copper
conductor 1.1 kV grade armoured power and control
cables between solar modules, main power
cable to grid supply PCU unit along with supplying & fixing
of necessary channel/conduit lugs and
other accessories etc. as required.
g)Mounting structure & electrical Acessories mounting
structure design to withstand wind velocity to 150 km/hr.
Structure material - Hot dip galvanized steel with
aminimum alloy ,bolts,nuts , fastners ,panel mounting
clamps stainless steel ss304mounting arrangements for
RCC -that roof with PCC (1:2:4)as per MNRE standards.
h)DC Distribution Board
DC distribution panelto receive the DC output from the
array field DC DPBs shall have sheet fromenclosure of
dust and vermin proof conform to IP65 protection.The bus
bars are made of copper of desired size .Suitble capacity
MCBs/MCCB shall be provided for controlling the DC
power output to the PCU along with necessary surge
arrestors with suitable incoming and outgoing

AC DB - 1 in 1 out with 100A,4P MCCB (25kA) with phase


indicating lamps with 2A,SP protection MCBs and digital
multifunction meter (kW,kWH,Voltage and Current
parameters) with RS-485 parameters and Type-2 SPD.

All complete complying with relevant standard specification


a KWP 161.00 KWP
and as directed by the Engineer

LIGHTNING PROTECTION SYSTEM

Contractor No. of Corrections


293
Supply and fixing of single spike air terminals of 10
mm dia. & 1000 mm length as required and as per
site conditions. The air terminal shall be manufactured
with aluminium & shall be as per IEC 62561-2. The air
terminal shall be fixed on the concrete block along
278 Nos. 5.00 with the support plate, as per site condition. For SPL Number
further connection with round conductor provision of
connecting clamp is provided.
All complete complying with relevant standard
specification and as directed by the Engineer.

Supply and fixing of single spike air terminals of 10 mm


dia. & 2000 mm length as required and as per site
conditions. The air terminal shall be manufactured with
aluminium & shall be as per IEC 62561-2. The air terminal
shall be fixed on the concrete blocks PCC(1:2:4) along
279 Nos. 9.00 SPL Number
with the support plate, as per site condition. For further
connection with round conductor provision of connecting
clamp is provided.

Supply and fixing of single spike air terminals of 10/16/22


mm dia. & 3500 mm length as required and as per site
conditions. The air terminal shall be manufactured with
aluminium & shall be as per IEC 62561-2. The air terminal
shall be fixed on the concrete blocks PCC(1:2:4) along
280 Nos. 13.00 with the support plate, as per site condition. For further SPL Number
connection with round conductor provision of connecting
clamp is provided.All complete complying with relevant
standard specification and as directed by the Engineer

Contractor No. of Corrections


294
Supply and fixing of single spike air terminals of 10/16/40
mm dia. & 5000 mm length as required and as per site
conditions. The air terminal shall be manufactured with
aluminium & shall be as per IEC 62561-2. The air terminal
shall be fixed on the concrete blocks along with the
281 Nos. 2.00 support plate, as per site condition. For further connection SPL Number
with round conductor provision of connecting clamp is
provided.
All complete complying with relevant standard specification
and as directed by the Engineer.

Roof Conductor for Parapet: Supply and fixing of 8 mm


dia aluminium round conductor for air termination network
at roof and shall meet the requirement of IEC 62561-2.All Running
282 Rmt. 1288.00 SPL
complete complying with relevant standard specification Metre
and as directed by the Engineer

Roof Conductor for Mesh : Supply and fixing of 8 mm dia


aluminium round conductor to be laid as mesh of 15 x 15
meter. It shall meet the requirement of IEC 62561-2.All Running
283 Rmt. 344.00 SPL
complete complying with relevant standard specification Metre
and as directed by the Engineer

Ring Conductor: Supply and fixing of 8 mm dia aluminium


round conductor as ring conductor. It shall meet the
Running
284 Rmt. 988.00 requirement of IEC 62561-2. (Nos. = 2).All complete SPL
Metre
complying with relevant standard specification and as
directed by the Engineer
Supply and fixing of Parapet conductor holder for holding
of 8 mm dia. round conductor (for RCC). The conductor
holder should be installed at every 1 mtr. The conductor
holder shall be supported by plastic base and as per IEC
285 Nos. 1288.00 SPL Number
62561-4.All complete complying with relevant standard
specification and as directed by the Engineer

Contractor No. of Corrections


295
Supply and fixing of Mesh conductor holder for holding of 8
mm dia. round conductor (for RCC). The conductor holder
should be installed at every 1 mtr. The conductor holder
286 Nos. 344.00 shall be weighed with concrete block and as per IEC SPL Number
62561-4.All complete complying with relevant standard
specification and as directed by the Engineer

Supply and fixing of Ring conductor holder for holding of 8


mm dia. round conductor (for RCC). The conductor holder
should be installed at every 1 mtr.The conductor holder
should be installed at every 1 mtr. The conductor holder
287 Nos. 988.00 SPL Number
shall be supported by plastic base and as per IEC 62561-
4.All complete complying with relevant standard
specification and as directed by the Engineer

Supply and fixing of Bridging cable to connect air


termination rod with any metallic structure on the
Running
288 Rmt. 29.00 roof.(500mm).All complete complying with relevant SPL
Metre
standard specification and as directed by the Engineer

Supply and fixing of Straight - Connector for making


straight joint of 8 mm aluminium Conductor to 8 mm dia
aluminium conductor on parapet wall, roof and vertical
289 Nos. 164.00 SPL Number
facade of mesonery / glass / metalic work.All complete
complying with relevant standard specification and as
directed by the Engineer
Supply and fixing of T - Connector for making Tee joint of
8 mm aluminium Conductor to 8 mm dia aluminium
conductor on parapet wall, roof and vertical facade of
290 Nos. 256.00 SPL Number
mesonery / glass / metalic work.All complete complying
with relevant standard specification and as directed by the
Engineer
Supply and fixing of Cross - Connector for making Cross
joint of 8 mm aluminium Conductor to 8 mm dia aluminium
conductor on parapet wall, roof and vertical facade of
291 Nos. 97.00 SPL Number
mesonery / glass / metalic work.All complete complying
with relevant standard specification and as directed by the
Engineer
Down Conductor :

Contractor No. of Corrections


296
Supply and fixing of 8 mm dia aluminium round conductor
for Down conductors to be installed on vertical façade of
masonary / glass / metalic work It shall meet the
Running
292 Rmt. 2700.00 requirements of IEC 62561-2.All complete complying with SPL
Metre
relevant standard specification and as directed by the
Engineer

Supply and fixing of wall /down conductor holder for


holding of 8 mm round conductor (for RCC). The
conductor holder should be installed at every 1 mtr. The
293 Nos. 2700.00 conductor holder shall be supported by plastic base and as SPL Number
per IEC 62561-4.All complete complying with relevant
standard specification and as directed by the Engineer

Supply and fixing of Test Clamp to disconnect the down


conductor from the earth termination network for regular
checks of the earth termination resistance value.
294 Nos. 32.00 SPL Number
(covereed with enclosure).All complete complying with
relevant standard specification and as directed by the
Engineer
Supply and fixing of Expansion piece made of 8mm dia.
Aluminium & as per IEC 62561-2 along with suitable
connecting accessory. It shall be installed at every 20 mtr
295 Nos. 242.00 to maintain the flexibility to the conductor due to heat.All SPL Number
complete complying with relevant standard specification
and as directed by the Engineer

Supply and fixing of Lightning Strike counter for counting


thenumber of lightning strikes without any powersupply.
The Counter should be mounted on the Down Conductor.
The LightningCounter should be IP65 rated enclosure
296 Nos. 3.00 SPL Number
suitablefor external application.All complete complying with
relevant standard specification and as directed by the
Engineer

Earth Termination Network:

Contractor No. of Corrections


297
Supply and fixing of Earthing termination made of copper-
bonded rod of 10 feet length,14.2 mm dia. (Minimum
copper bonding shall be 0.25mm) along with Rod-to-
Conductor connectors, Earth enhancement material, Pit
297 Nos. 32.00 Cover and other accessories as required and as per SPL Number
specification and other applicable codes.All complete
complying with relevant standard specification and as
directed by the Engineer

Supply and fixing of 10mm CCS Conductor of length 3


Running
298 Rmt. 786.00 meter laid at 600mm below the ground, as Required and SPL
Metre
as per specification and code of practice.
Surge Protection Device:
Supply and fixing of Class B/Type I Single Phase Surge
Protection Devices as per IEC 62305-4 and tested
according to IEC 61643 – 11, DIN Rail mountable with
Maximum Continuous Operating Voltage of 320 V and
Voltage Protection Level of 1.3 kV (L-N). Response Time
should be less than 100 ns (L-N & N-PE). The maximum
299 Nos. 3.00 impulse test current should be 65 kA (10/350 µs) per pole SPL Number
and 100 kA (10/350 µs) neutral to protective earth. The
surge protection devices shall be enclosed in
polycarbonate enclosure of IP 65 rating.All complete
complying with relevant standard specification and as
directed by the Engineer

Supply and fixing of Class C/Type II Single Phase Surge


Protection Devices as per IEC 62305-4 and tested
according to IEC 61643 – 11, DIN Rail mountable with
Maximum Continuous Operating Voltage of 320 V and
Voltage Protection Level of 1.3 kV (L-N). Response Time
should be less than 25 ns per pole and less than 100 ns
between neutral to protective earth. The maximum impulse
300 Nos. 51.00 SPL Number
discharge surge current should be 40 kA (8/20 µs) per pole
and 60 kA (8/20 µs) neutral to protective earth. The surge
protection devices shall be enclosed in polycarbonate
enclosure of IP 65 rating.All complete complying with
relevant standard specification and as directed by the
Engineer

HSD STORAGE SYSTEM

Contractor No. of Corrections


298
Supply, Installation, Testing and Commissioning of
the followings -

Supply, Installation, testing and commissioning of


Horizontal Cylindrical shape underground HSD tank (as
per IS:10987 :1992 latest ammended) designed for a
pressure of 0.05Mpa when full of water and approved for
construction, shop drawings duly approved by "CCOE"
301
suitable for under ground installation with 6mm wear plate,
6mm shell plate & 8mm end plate made out of SS
including all supports, civil works, accessories, pumps
piping, valve etc. complete as required and minimum
follwings
Inlet and outlet connections
Vent pipe
Dip pipe assembly with calibration chart
550 mm dia manhole with cover
lifting lugs - 2 nos. per tank
MS ladder
Providing anticorrosive pupcoat (AW4) treatment
Earthing bosses - 2 nos per tank
HSD Storage tanks as described above - 2 sets

Supply, Installation, testing and commissioning of electrical


driven positive displacement rotary external gear pumps
suitable for pumping of HSD shall be suitable for manual
operation self priming gear pump with weather protection
cover for motor. Location: Inside HSD Yard Horizontally
mounted single stage each capable of delivering 110 LPM
running at required RPM, complete with tail pieces for
proper connection to suction and delivery Flame proof
motor suitable for 415 +, 10% V, 3 phase, 50 Hz AC supply
with Base Frame, Coupling, Coupling Guard, Foundation
Bolts and FLP Motor, complete as per requirement of the
work.

Oil Pump: 110LPM at 13m head, 50 MM(MS Pipe) Size for


Diesel transfer.

Contractor No. of Corrections


299
Supply, Installation, testing and commissioning of pump
shed (constructed with MS Condute Pipes or Metro/Fiber
sheet) of required size with proper MS supporting
arrangement coated with one coat of primer & two coat of
final enamel paint.

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 & fixing CS ball valves of the following sizes


suitable for pressure of 10 kg/ sqcm complete with all
necessary fittings as required.
25 mm dia
40 mm dia
50 mm dia
80 mm dia

Providing & fixing G.M. non return valves of the following


sizes G.M. suitable for pressure of 10 kg/ sqcm complete
with all necessary fittings as required.
50 mm dia

Providing and fixing 'Y' type strainer for oil supply line:
25 mm dia
40 mm dia
50 mm dia
80 mm dia

Supply, Testing and Commissioning of the SIMPLEX


STRAINER Bucket type 1000 micron mesh.
50 mm dia
80 mm dia

Contractor No. of Corrections


300

Providing and fixing GM/SS float valve with GM float ball


and brass rod of required length suitable for pressure of 10
kg/sqcm complete as required.
25 mm dia

Providing and fixing flame proof level Switch with High


level & low level contact for day oil storage tanks & buffer
tanks, including wiring, cabling, probes with all other
accessories ready for automatic operation of fuel oil pump
complete as required.( In Buffer Tank)

Providing & Fixing of 100mm dia SS Dial type Pressure


gauge for seeing motor Pressure.

Supply, Laying, Testing & Commissioning of 1 No. 50mm


dia M.S. heavy class ERW piping (Class-C) conforming to
IS : 1239 complete with fittings such as bends, tees,
reducer sets on surface/hume pipe or directly in ground
including excavation, sand cushioning, 4 mm PYPCOT
protective covering and refilling the trench etc. as required.

In Ground / On surface

Supply and fixing of flow meter for diesel line as required


with Flow rate 10.3 to 11 mcu/hr
80mm dia.
50mm dia.

Supply, Installation, testing and commissioning of ON-OFF


push button for pumps control with suitable size Flame
proof enclosure for remote operation.

Supply, Installation, Testing & Commissioning of remote


level Transmitter for 50 KL HSD Tank etc. as complete as
required.

Supply and installation of Unloading decanting antistatic


Hose with high pressure Metallic Braided Black, antistatic
Rubber Hose Pipe 6 mtrs length, with earthing wire
extruded. Along with Brass End Caps and Brass Sockets

Contractor No. of Corrections


301

Caution Marks & License No Display with Addesive Tape


as per PESO Norms.

Supply, installation, testing and commissioning of 990 litres


capacity Buffer HSD storage tank fabricated from 3 mm
thick MS plates . Tank shall include 450 mm ID manhole
cover, level indicator and flanged connection for inlet,
outlet, overflow drain and probe provision for level
controller. Tank shall be mounted on 2 m high structure
support with access ladder (painted with 2 coats of red
oxide primer).

Providing and fixing 40 mm GM foott valve suitable for


pressure of 10 kg/sqcm complete as required.

Cables & Termination


Supply,taking delivery at site, unloading at
site,Installation,testing & commisioning of XLPE Insulated,
PVC sheathed, armoured, 650/ 1100 V grade powerand
control cables to be laid in trenches, on cable trays ,
burried in ground. Civil work for cables to be laid burried in
ground such as excavation, backfilling, sand and brick
protection and cable tray /tray supports are measured
separately and Miscellaneous items such as saddles,
clamps, cleats, cable tags/ cable markers etc. are included
in the scope

3X6 Sq.mm for fuel transfer pump -40Meter


4X2.5 Sq.mm for LCS - 40 meter
3.5 C X 50 Sq.mm for incomer supply-30 Meter

Supply & installation of Termination of XLPE insulated,


PVC sheathed, 650/1100 V grade, armoured cable
including stripping of cable insulation, supplying and fixing
of tinned plated copper lugs and crimping the same to the
conductor, supply and fixing of double compression cable
glands including all 'labour supply and consumable
material required for jointing / termination.

3X6 Sq.mm-4 Sets


4X2.5 Sq.mm-4 Sets

Contractor No. of Corrections


302
3.5 C X 50 Sq.mm-2 Sets

Supply and installation of HSD system Control panel with


starters, with safety protection for overload, low and high
voltage, short circuit, earth fault. Indicating lamps, ON/
OFF / TRIP Indication for pump. Provision for safety
interlock. Each control panel to have outgoing feeder for
pump motors, Single phase supply for solenoid valves.
Auto / Manual switch for BMS connectivity. Control panel
to have separate compartment to house DDC Controller.
Panel shall be outdoor duty- IP 65-1 No.

HSD SYSTEM PANEL


EB Incoming :32A, 35kA 4Pole RCCB with
Microprocessor Based release for O/C,S/C,U/V and In built
Earth Fault with extendable rotary handle
Outgoings :
2 Nos- 2.2 kW motor feeder - 20A MPCB includes DOL
starters for HSD Pump as required along with power
contactor, O/L relay as per type-II selection chart with
single phase preventor, On/Off push buttons, On/Off trip
indication lamps, Rotary auto/manual selector switch. Each
feeder will consist the 4 No/Nc contactors.

Spare - 1 No 20 A feeder
Note : Panel should have provision to house DDC
Controller in separate compartment for BMS Connectivity.

All complete complying with relevant standard specification


and as directed by the Engineer
The capacity as follows -

a Set 3.00 2x50kL CAPACITY HSD TANK as described above SPL Set

Statutory Items
SUB STATION EQUIPMENTS

Contractor No. of Corrections


303
Supply, transportation loading, unloading upto client store
or site/ of Outdoor type package type substation with
continuous rating 1250 kVA, Step Down, 11/0.415 Oil
Cooled,hermertically sealed Type transformer with 4 mm
thick base and 2 mm thick wall of each compartment with
IP 54 for HT & LT compartment and IP23 for transformer
compartment, with naturally cooled type canopy (Hot
Galvanized Steel), required capacity power pack and the
302 SPL
following specifications confirming to IS: 2026, sunken type
cadmium plated screws including the cost of earth links at
all joints to ensure earth continuity suitable for incoming &
outgoing cable termination shall as follows:- 1. HT side -
1R:3C x 300 sq.mm Al armouned, 2. LT side -
8R:3.5Cx300 Sq.mm Al. Conductor Armoured cables

Package sub station should have the following


equipment's:

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).

Contractor No. of Corrections


304

In LV side of Transformer must have suitable termination


provision for 8R:3.5Cx300 Sq.mm Al. Conductor Armoured
cables.

LV Compartment :

2000A, 4P, fixed type ACB (50kA) with microprocessor


based O/C, S/C & E/F Protection
0-2000A, digital ammeter with selector switch
2000/5A, Cl-1, 15VA Cast resin CTs
0-500V, digital voltmeter with selector switch, 2A,SP MCB
(10kA)
Phase indication lamps (LED) with 2A,SP MCB (10kA)

On,off, trip indication lamps (LED) with 2A,SP MCB (10kA)

1. Connections between HT Breaker and Transformer to


be provided with 3R:1C x 300 Sqmm,11kV, Al conductor,
XLPE insulated cables and heat shrinkable termination.

1250kVA Packaged Sub Station


a Nos. 4.00 Number

Contractor No. of Corrections


305
Supply, transportation loading, unloading, upto client store
or site/,fixing of Outdoor type package type substation with
continuous rating 1000 kVA, Step Down, 11/0.415 Oil
Cooled,hermertically sealed Type transformer with 4 mm
thick base and 2 mm thick wall of each compartment with
IP 54 for HT & LT compartment and IP23 for transformer
compartment, with naturally cooled type canopy (Hot
Galvanized Steel), required capacity power pack and the
following specifications confirming to IS: 2026, sunken type
303.0 SPL
cadmium plated screws including the cost of earth links at
all joints to ensure earth continuity suitable for incoming &
outgoing cable termination shall as follows:- 1. HT side -
1R:3C x 300 sq.mm Al armouned, 2. LT side -
6R:3.5Cx300 Sq.mm Al. Conductor Armoured cables.All
complete complying with relevant standard specification
and as directed by the Engineer

Package sub station should have the following


equipment's:

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 :

Contractor No. of Corrections


306
11/0.415 kV,1000kVA 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).

In LV side of Transformer must have suitable termination


provision for 6R:3.5Cx300 Sq.mm Al. Conductor Armoured
cables.

LV Compartment :

1600A, 4P, fixed type ACB (50kA) with microprocessor


based O/C, S/C & E/F Protection
0-1600A, digital ammeter with selector switch
1600/5A, Cl-1, 15VA Cast resin CTs
0-500V, digital voltmeter with selector switch, 2A,SP MCB
(10kA)
Phase indication lamps (LED) with 2A,SP MCB (10kA)

On,off, trip indication lamps (LED) with 2A,SP MCB (10kA)

1. Connections between HT Breaker and Transformer to


be provided with 3R:1C x 300 Sqmm,11kV, Al conductor,
XLPE insulated cables and heat shrinkable termination.

1000kVA Packaged Sub Station


a Nos. 2.00 SPL Number

Supply , Installation , testing and Commissioning of 11 KV


Annx-VII,
INDOOR VACCUM CIRCUIT BREAKER.All complete
304 Item No. -2
complying with relevant standard specification and as
Part M
directed by the Engineer
11 KV, 25 KA, 630 A, HT Indoor Single Panel Vaccum
a Nos. 3.00 Circuit Breaker complete as per specification Number

Contractor No. of Corrections


307
Safety Accessories Annx-VII,
305 Item No. -8
Part M
Supply and fixing of 11 KV grade class C nominal 3.0 mm
± 10% thick insulated with 1 mtr wide synthetic Mat
conforming to IS 15652:2006 and meeting the requirments
of IS 5216 (Part 1, 2 & 3) IS 8437, IEC-179 Pub-1, along-
with suitable adhesive / chemibound, PU resin,
waterproffing compound and celing material as per
a Nos. 3.00 Number
recommendition of the manufacturaer and as per
specifications and direction of Engineer-in- charge.All
complete complying with relevant standard specification
and as directed by the Engineer

Supply of First aid box containing material as prescribed


by St. John Ambulance brigade OR Indian Red Cross
conforming to IS 2217-1963 complete as required.All
b Nos. 15.00 Number
complete complying with relevant standard specification
and as directed by the Engineer

Supplying and fixing of Shock treatment chart both in


Regional, Hindi & English.and framed with 5mm thick
c Nos. 12.00 glass as required.as per IS Standard.All complete Number
complying with relevant standard specification and as
directed by the Engineer
Supply and fixing of 4 Nos. Fire Buckets made out of 40 x
40 x 6mm MS Angle.All complete complying with relevant
d Nos. 3.00 Number
standard specification and as directed by the Engineer

Supplying of Rubber hand gloves suitable for 11 kV as per


IS Standard.All complete complying with relevant standard
e Nos. 12.00 Number
specification and as directed by the Engineer

DSupply & fixing MV danger notice plate of 200 mm x


150mm, made of mild steel sheet of at least 2mm thick &
vitreous enamelled white on both sides and with inscription
f Nos. 12.00 in signal red colour on front side as required.as per IS Number
Standard.All complete complying with relevant standard
specification and as directed by the Engineer

Contractor No. of Corrections


308
Supply and fixing Fire Extinguisher Co2, 4.5 kg. confirming
to TAC Norms.All complete complying with relevant
g Nos. 15.00 Number
standard specification and as directed by the Engineer

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

Test Terminal Block (TTB) 3 Phase 4 wire (As per


approved make) - 01 No.
6 mm thick phenolic laminated bakelite sheet (size 4' x 3')
as per requirement - 4 Nos.
4 mm thick Transperiant Acrylic PVC sheet of size 4' x 3' in
front side of metreing panel.
4 Core 4 sqmm copper conductor PVC insulated and PVC
Sheathed Armoured cable for connection from TTB to
CTPT. - 5 Meter
3 Core 4 sqmm copper conductor flexible cable from
meter to TTB.
Mseal required for sealing of all the holes and opening of
a Set 3.00 Set
the box, HT tape.

Contractor No. of Corrections


309

EXTRA LOW VOLTAGE SYSTEM WORKS


Supply,Installation , testing and commisioning of 3Mpx Indoor dome 2048 x
1536 at 30fps, Autofocus Motorized remote zoom lens 2.8 - 12mm, H.265,
H.264 compression, 50mtr Adaptive IR, 120dB true WDR as per IEC 62676.
Minimum Illuminator @F1.4 0.016lux color; 0.007lux Mono, 3D noise
filtering, Bi directional Full Duplex Audio, inbuilt mic, 1 Alarm In, 1 Alarm out,
3 independant stream, 8nos of configurable privacy mask, Supported
protocol - TCP/IP, Ipv4 & IPv6,UDP/IP, DNS, DDNS,ARP, ICMP, IGMP,
RTCP, SFTP, SIP, TLS/TTLS, ARP.802.1x (EAP-MD5, EAP-TLS,
EAP-TTLS, EAP-PEAP and EAP-FAST). Edge based analytics - Object
Counting, Adaptive Motion, Object Removal, Motion Detection, Camera
Sabotage, Audio Detection, and Directional Motion. Camera shall features
of Corridor mode, Mirror mode, having SD card provision of 2TB,
308 Nos. 423.00 SPL Number
Operating temperature -10 to +55deg C,IK10,Works on PoE, 24 VAC &
12VDC, Power consumption 12W, ONVIF profile S,G, Q & T,Cybersecrutiy
Cert:UL/NDAA, CE - EN 55032 (Class A), EN 50130-4, EN 60950-
1,FCC (Class A) - 47 CFR Part 15,UL and cUL Listed - UL 60950-1,
CAN/CSA-C22.2 No. 60950-1-07, BIS certified.to ruggedized performace
camera should meet Shock & Vibration Certifcation:IEC 60068:2-6 and 2-27
The Camera to be provided by OEM should not be complying to GB28181,
GB/T28181-2011 standards and there should be no option to activate or
deactivate GB/T 28181 standards in the camera web page/Settings.All
complete complying with relevant standard specification and as directed by
the Engineer

Pure IP Panaromic 180 Deg Camera:Supply Installation testing


commissioning of ONVIF Profile S compliant Outdoor Multisensor
Panoromic cameras having 4 sensors have 3 megapixel resolution each,
total of 12Mpx Day / Night cameras. The camera shall give 180 degree wide
view capuring fine details. The cameras shall use the 4 nos 1/3.2 inch
format CMOS imager and shall have a 4.8 mm focal length lens on each
sensor. The Wide dynamic range of camera to be 120db or better. Edge
based analytics - Motion Detection, Camera Sabotage, Audio Detection,
309 Nos. 14.00 SPL Number
Object Counting, Adaptive Motion, Object Removal, Loitering Detection,
Abondoned Object, Directional Motion and stopped vehicle. the cameras
shall have onboard storage to record video in case of network failure. The
Cameras shall be POE ( IEEE 802.3af ) and 24VAC powered and The
Cameras shall be UL Listed and IP 66 rated. The Camera shall be Vandal
proof with IK10 rating. All complete complying with relevant standard
specification and as directed by the Engineer

Contractor No. of Corrections


310

Supply,Installation , testing and commisioning of 3Mpx Bullet 2048 x 1536 at


30fps, Autofocus Motorized remote zoom lens 2.8 - 12mm, H.265, H.264
compression,Smart Codec, internal/external 50mtr Adaptive IR, 120dB true
WDR as per IEC 62676. Minimum Illuminator @F1.4 0.016lux color;
0.007lux Mono, 3D noise filtering, Bi directional Full Duplex Audio, 1 Alarm
In, 1 Alarm out, 3 independant stream, 8nos of privacy mask, Supported
protocol - TCP/IP, Ipv4 & IPv6,UDP/IP, DNS, DDNS,ARP, ICMP, IGMP,
RTCP, SFTP, SIP, TLS/TTLS, ARP.802.1x (EAP-MD5, EAP-TLS,
EAP-
TTLS, EAP-PEAP and EAP-FAST), Edge based analytics - Motion
Detection, Camera Sabotage, Audio Detection, Object Counting, Adaptive
Motion, Object Removal, and Directional Motion. Camera shall features of
310 Nos 71.00 Corridor mode, Mirror mode, to ruggedized performace camera should meet SPL Number
Shock & Vibration Certifcation:IEC 60068:2-6 and 2-27, Camera should
having SD card provision of 2TB,Contruction:Aluminium, Operating
temperature -40 to +60deg C, IP66 and IP 67, IK10,Type 4 X Certification,
Works on PoE , 24VAC & 12 VDC, Power consumption 37W,
ONVIF profile S,G, Q & T, Cybersecrutiy Cert:UL/NDAA, CE - EN 55032
(Class A), EN 50130-4, EN 60950-1, FCC (Class A) - 47 CFR Part 15,UL
and cUL Listed - UL 60950-1, CAN/CSA-C22.2 No. 60950-1-07,
UL/IEC/EN 60950-22, ICES-003 (Class A) BIS certified The Camera to be
provided by OEM should not be complying to GB28181, GB/T28181-2011
standards and there should be no option to activate or deactivate GB/T
28181 standards in the camera web page/Settings.

Supply installation Testing and Commissioning of Video Management


Server.
It should have Intel® Xeon® Silver 4210 or better with 64 GB DDR4 ECC
RAM or better. It should run on Microsoft® Windows® Server 2016 or latest.
It should have 960 GB SSD for operating system. For Optimized smooth
performance of video, it should have Matrox G200eR2 Graphics. It should
have dual power supply. it should have 1GbE Network ports (2x), 10GbE
SFP+ ports (2x). it should support IPv4 and IPv6 version.
311 Nos. 3.00 *Enables and supports Risk Management Framework (RMF) SPL Number
*TLS-based encryption over HTTPS
*Supports video and data encryption using AES-128-256 through third-party
disk encryption software
*Incorporates FIPS 140-3 validated cryptographic modules
*Data base server should support N+N (1+1 in this case) redundancy.
*Load balancing for DB redundancy should be considered.
All complete complying with relevant standard specification and as directed
by the Engineer

Contractor No. of Corrections


311

Supply, Installation, Testing & commissioning Video recording server Shall


support Dynamic Host Communication Protocol ( DHCP ) and Network
Time Synchronization Protocol ( NTP ) functionality. It shall have Mapping
function. It should support RAID 6
It shall have minimum 12 slots and support up to 144TB HDD in each Box
for recording or better.
*1 x Intel® Xeon® Silver 4210 Scalable Processor (10 Cores, 20 Threads,
2.20 GHz)
*OS: Windows Server 2016; Memory:32 GB
*Networking: 2x 1GbE RJ45 Ports; 2x10GbE SFP+ ports
*Expansion Slots:(2) Full-height PCle x8, (1) Low-profile x8 slots
312 Nos. 5.00 *Should support RAID 6 SPL Number
*RAID Controller: PERC H740P (8GB NV Cache, RAID 6)
*HDD Bays:(12) 3.5" Hot Swappable Bays & (2) M.2 SSD Slots
*HDD Supported: PCIe NVMe, SAS & SATA
*Power Supply:(2) 750W (100-240VAC) 80 Plus Platinum
*Supports IPv4 and IPv6 cameras
*Pure Recording throughput should be up to 700 Mbps & Playback
Throughput 175 Mbps
*Recording Server should support N+1 redundancy.
All complete complying with relevant standard specification and as directed
by the Engineer

Contractor No. of Corrections


312

Supply installation Testing and Commissioning of Video Management


Software. VMS Should support 300 Camera license along with 30 Client
Software license for future purpose.
It should have in built plugins to integrate third party systems.
*web based client allows viewing and exporting video without installing any
software
*Supports IPv4 and IPv6 cameras
*VMS Should offers administrators the ability to reduce the frame rate of
previously recorded video after a specified number of days, resulting in
increased retention time and storage cost savings
*VMS Should Support LDAP to associate users in a Microsoft Active
Directory with a user and role within the VMS system and enables single
313 Nos. 3.00 sign-on (SSO) SPL Number
*Should Support Intelligent Video Analytics from 3rd party.
*Check on VMS and camera health using SNMP
*Capable of listening for ASCII commands on a serial and Ethernet port
simultaneously
*Includes Event Monitor Service feature, capable of polling for alarms from
devices and performing specified actions when an alarm state change
occurs
*Edge Storage Auto Gap Fill functionality detects when a gap in local
camera recording occurs, and automatically downloads video and audio (if
present) to fill the gap
*Supports shared displays so operators can send video to surveillance
personnel who need it most

Contractor No. of Corrections


313

*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 , Installation , Testing and Commissioning of 43" LED 24x7


operational displays with necessary accessories etc.,.All complete
314 Nos 6.00 SPL Number
complying with relevant standard specification and as directed by the
Engineer
Supply , Installation , Testing and Commissioning of Client Work station with
315 Nos 9.00 necessary accessories etc.,.All complete complying with relevant standard SPL Number
specification and as directed by the Engineer

Contractor No. of Corrections


314

Supply installation Testing and Commissioning of Video Management


Recording servers .it should supports up to 32 cameras for future up
gradation .It should have Intel® Xeon® E- 2234 or better with 16 GB DDR4
ECC RAM or better. It should run on Windows® 10 IoT Enterprise 64-bit
(LTSB) or latest.It should have M2. SSD 240 GB for operating system.Shall
support Dynamic Host Communication Protocol ( DHCP ) and Network
Time Syncronisation Protocol ( NTP ) functionality. It shall have
Mapping function. It should support RAID5 .It should have in built plugins
to integrate third party systems. It shall have 7 HDD slots . Each Box
should have Thoughput should be 450 Mbps.
*Video Outputs- 4x Mini Display port 1.4
*VMS Should support ONVIF S,G & T
*Should have NVIDIA Quadro P620 (2 GB memory)
316 Nos 4.00 *Should have 2xGigabit Ethernet (1000Base-T) ports SPL Number
*it should have smart motion Search for server side motion detection and
quick retrieval of events
*Edge Storage Auto Gap Fill functionality detects when a gap in local
camera recording occurs, and automatically downloads video and audio (if
present) to fill the gap
*web based client allows viewing and exporting video without installing any
softwar
*Imports users and roles from existing LDAP servers to reduce
administrative overhead, and enables single sign-on (SSO)
*Capable of listening for ASCII commands on a serial and Ethernet port
simultaneously

*Supports shared displays so operators can send video to surveillance


personnel who need it most
*Check on VMS and camera health using SNMP
*Supports IPv4 and IPv6 cameras
*Enables and supports Risk Management Framework (RMF)
*TLS-based encryption over HTTPS
*Extensible through mapping and plugins, including video information
overlays and license plate recognition
*should include feature, which is capable of polling for alarms from devices
and performing specified actions when an alarm state change occurs
*Incorporates FIPS 140-2 validated cryptographic modules.
To ensure seamless deep integration VMS should be of same camera
OEM.
All complete complying with relevant standard specification and as directed
by the Engineer

Contractor No. of Corrections


315

ACCESS CONTROL SYSTEM


Supply, Installation, testing and commissioning of Surface mounted
Networkable multiprocessor controlled 4 reader controller capable of
controlling multiple readers (IN/OUT) alongwith TCP/IP connectivity
complete as per specifications. Control panel housed in MS Powder Coated
317 Nos. 12.00 SPL Number
Cabinet with Tamper Switch, Complete with power supply unit for
Controllers & Magnetic Locks as per specification .All complete complying
with relevant standard specification and as directed by the Engineer.

Supply, installation, testing and commissioning of Access Control


Application Software for 64 Reader Capacity, and 2000 Card Holder
Capacity, Basic GUI , TA Module with Alarm Module, T+ Module, 2-Nos
318 Nos. 12.00 SPL Number
Client Work Stations, Module for using SQL DB , -MULTI Site Module.All
complete complying with relevant standard specification and as directed by
the Engineer
Supply, installation, testing and commissioning of UL Listed Smart Card
Reader with compatible support of weigand output, 13.56 MHz technology
platform and complies with the ISO 15693 / 14443A standard for contact
less smart card technology. Card reader must be configurable to read
encrypted ISO14443A sectors using standard or custom read keys for Sign
OUT Terminal. should be compatible with HID format cards.
Encryption, All RF data transmission between the card and reader should
be encrypted using a secure algorithm. Industry-standard encryption
techniques and advanced key management systems should be used to
319 Nos 12.00 avoid the risk of compromised data or duplicated cards. SPL Number

The reader should have audio transducer to provide various tone


sequences to signify access granted, access denied, power up and
diagnostics. Visually impaired cardholders can easily distinguish between
access granted and access denied. High-intensity light bar should provide a
clear visual status indication in red, green or amber, even in bright sunlight.
All complete complying with relevant standard specification and as directed
by the Engineer

Supply,installation, testing and commissioning of Exit Push Button


320 Nos 12.00 necessary accessories etc.,.All complete complying with relevant standard SPL Number
specification and as directed by the Engineer
Supply, testing and commissioning of iClass Smart card necessary
321 Nos 12.00 accessories etc.,.All complete complying with relevant standard SPL Number
specification and as directed by the Engineer

Contractor No. of Corrections


316

Supply, installation, testing and commissioning of Single Leaf Electro


Magnetic Lock of Suitable Capacity(Min 600 lbs).All complete complying
322 Nos 12.00 SPL Number
with relevant standard specification and as directed by the Engineer

Supply, installation, testing and commissioning of Double Leaf Electro


Magnetic Lock of Suitable Capacity(Min 1200 lbs).All complete complying
323 Nos 12.00 SPL Number
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

a Nos. 6.00 4 Loop Panel Number

b Nos. 1.00 1 Loop Panel (Sky Bridge) Number


Supply, installing, testing and commissioning of Network Repeater Panel
with minimum Fully 7-inch Touch Screen 800 x 480 pixel display, History file
100,000 events capacity. Network interface should be CAN, Class A.
Should have Password and key-protected nonvolatile memory, Should have
328 Nos. 3.00 SPL Number
User programmable password, Receive message and send command
(Reset, Silence, ACK etc.) through network, Should Comply UL864. All
complete complying with relevant standard specification and as directed by
the Engineer
Supply,Installation , testing and commisioning of Graphics User Interface for
Monitoring & Control of complete Fire, Voice Evacuation & Telephone
Talkback System. The GUI based main network software shall network with
other panels on True Peer-to-Peer network. It shall be capable of
graphically representing each facility being monitored with floor plans and
icons depicting the actual locations of the various systems, and / or sensors’
locations. It shall have the facility to change the sensitivity of any detector.
The software shall be capable of monitoring 200 Nodes with 100 Mbps
Transmission rate on Fibre Optics Network and 12 Mbps Transmission on
329 Nos. 3.00 SPL Number
cable and 2,50,000 network points. The software shall be capable to
Monitor & Control all the Digital Voice Evactuation as well as 2 way
communication from main control room using voice signals over Fire
Network along with the Fire detection signal. The Graphic workstation shall
act as an independent node communicating on the peer to peer network
and shall not be dependant on the Fire Panel CPU for operation. Failure of
Fire Panel CPU shall not result in failure of GUI. UL & FM Approved. All
complete complying with relevant standard specification and as directed by
the Engineer

Contractor No. of Corrections


318

Supply,Installation , testing and commisioning of Networked Fire Fighters 22


inch Touch screen Graphical Display Panel (Incident Commander) at main
entry to map 2,50,000 network points. It shall inform & guide Fire Fighters
for carrying out Fire fighting operations.
a. The software shall display “YOU ARE HERE” along with icons
representing standard building objects (stairs, elevators, etc) to be shown
on the floor plan
b. The software shall allow icons that represent hazardous materials stored
in a facility. screen that displays preprogrammed building contact
information, building occupancy and other general building information,
display all active fire, supervisory, and security events within an event list.
330 Nos. 3.00 The screen shall also provide the arial view of entire building via touch SPL Number
screen navigation.
c. The equipment shall allow the importation of externally developed floor
plans in Windows Metafile (WMF), JPEG (JPG), Graphics Interchange
Format (GIF) and Bitmap (BMP) format. The Incident Commander shall act
as an independent node communicating on the peer to peer network and
shall not be dependant on the Fire Panel CPU for operation. Failure of Fire
Panel CPU shall not result in failure of Incident Commander. UL & FM
Approved.
All complete complying with relevant standard specification and as directed
by the Engineer
Supply,Installation , testing and commisioning of MODbus/Bacnet Interface
Gateway for communication with BMS / Other Utilities. MODbus shall
support minimum 12000 data points. MODbus Gateway shall act as an
independent node communicating on the peer to peer network and shall not
331 Set 3.00 be dependant on the Fire Panel CPU for operation. Failure of Fire Panel SPL Set
CPU shall not result in failure of MODbus Gateway. UL & FM Approved.
All complete complying with relevant standard specification and as directed
by the Engineer

Contractor No. of Corrections


319

Supply,Installation , testing and commisioning of Cloud based Facility


Management Software. Remote health monitoring solution shall utilize cloud
based software-as-a-service web application & supplementary network
gateway hardware. System shall provide secure web access to cloud based
web application using any of the web browsers like Google Chrome
(preferable), Internet Explorer etc. from any computer/ tablet/ smartphone
connected over internet via defined credentials – username and password.
332 Nos. 3.00 The cloud based web application shall capture all fire alarm system data as SPL Number
received from the system via supplementary gateway hardware of the same
make as Fire Alarm Panel. The software shall display real time view of fire
system effectiveness, multi-location unified view, custom dashboard, device
level information, 100000 events, scheduled reporting, e-mail of critical
alarms.
All complete complying with relevant standard specification and as directed
by the Engineer
Supply, Installation, Testing & Commissioning of Intelligent Combination
Heat Photoelectric Smoke Detector integrates photoelectric detection, fixed
temperature and rate of rise detection technology. The smoke sensor and
heat sensor are integrated in mechanism and circuitry structure,Electrically
addressed,LED indication for normal status can be turned off by handheld
programmer ,should have Strong environmental adaptability with drift
333 Nos. 3121.00 compensation,Self-diagnostic facility, Reed switch test,Dirty chamber SPL Number
checking facility, Fire LED allows 360° viewing, 2 levels smoke sensitivities
programmable, option to connect remote indicator. Designed to meet UL
268 / UL521
All complete complying with relevant standard specification and as directed
by the Engineer

Supply, installing, testing and commissioning of Intelligent Rate of Rise and


Fixed Temperature Heat Detector, Electrically addressed, can be modified
by programmer, Fire LED allows 360° viewing, Fault self-diagnostic
facility,Rate of rise detection can be switched off,Reed switch test
334 Nos. 319.00 SPL Number
facility,LED indication for normal status can be turned off by handheld
programmer, option to connect remote indicator. Designed to meet with UL
521 All complete complying with relevant standard specification and as
directed by the Engineer

Contractor No. of Corrections


320

Supply,Installation , testing and commisioning of Addressable Duct Smoke


Detector. The duct detector shall have an air velocity rating from 100 to
4000 ft/min. The detector shall have twin bi-colour LED for 360 deg viewing.
Addressing shall be with user friendly rotary decimal switches.
335 Nos. 65.00 Designed to meet UL268, 7th Edition & FM Approved SPL Number
All complete complying with relevant standard specification and as directed
by the Engineer

Supply,Installation , testing and commisioning of Addressable High


Sensitivity Photo Detector with sensitivity level of 0.02% to 2% Obs/Feet.
The detector shall have the optic block to amplify signals from smoke, but
diminish stray internal reflections that can cause false alarms. The detector
336 Nos. 9.00 shall have twin bi-colour LED for 360 deg viewing. Addressing shall be with SPL Number
user friendly rotary decimal switches. Designed to meet UL268, 7th Edition
& FM Approved.
All complete complying with relevant standard specification and as directed
by the Engineer.
Supply,Installation , testing and commisioning of Addressable Intelli-Quad
MulticrIteria Detector (Smoke + Heat + CO + IR) Detector. The detector
shall have four sensing elements viz. Photo electric smoke, Heat, Carbon
Monoxide & Infra Red Flame detection combined in a single detector. The
detector shall have twin bi-colour LED for 360 deg viewing. Addressing shall
337 Nos. 4.00 be with user friendly rotary decimal switches. The internal CO Sensor SPL Number
should be replaceable upon EOL. It should be possible to generate 2
distinctive tones if the CO concentration reaches 2 definite user defined
levels. Designed to meet UL268, 7th Edition & FM Approved.
All complete complying with relevant standard specification and as directed
by the Engineer

Contractor No. of Corrections


321

Supply,Installation , testing and commisioning of Addressable Beam


Detector. The beam detector shall be used for High Ceiling application with
a detection range upto 100 mtrs having 4 manual & 2 auto sensitivity
settings. The beam detector shall be True addressable installed on the SLC
338 Nos. 3.00 SPL Number
circuite & communicate directly with the panel without any interface module.
UL & FM Approved
All complete complying with relevant standard specification and as directed
by the Engineer
Supply,Installation , testing and commisioning of Addressable Manual Call
Point (Pull down / Break Glass Type). The device shall have an LED which
shall blink in normal state & get steady on activation to monitor the heath
339 Nos. 175.00 SPL Number
status of the device. UL & FM Approved
All complete complying with relevant standard specification and as directed
by the Engineer
Supply,Installation , testing and commisioning of Addressable Control
Module for Sounders / Strobes / Sounder cum Strobes. The control module
shall provide supervised NAC output rated at 24v DC, 2A. The device shall
have an LED which shall blink in normal state & get steady on activation to
monitor the heath status of the device. Addressing shall be with user friendly
340 Nos. 207.00 rotary decimal switches. Module shall be supplied with mounting plate from SPL Number
OEM for ease of installation & maintenance. UL & FM Approved
All complete complying with relevant standard specification and as directed
by the Engineer

Supply,Installation , testing and commisioning of Addressable Relay Module


for AHU, Access Control, Lifts, Staircase Pressurization, Fire Suppression &
other Third Party Outputs. The relay module shall provide contact rated at
24v DC, 2A. The device shall have an LED which shall blink in normal state
& get steady on activation to monitor the heath status of the device.
341 Nos. 68.00 Addressing shall be with user friendly rotary decimal switches. Module shall SPL Number
be supplied with mounting plate from OEM for ease of installation &
maintenance. UL & FM Approved
All complete complying with relevant standard specification and as directed
by the Engineer

Contractor No. of Corrections


322

Supply, Installation, Testing & Commissioning of Addressable monitor


module, Electronically addressed. Address can be modified infield, capable
of monitoring NO contacts, Input port monitored with 4.7KΩ EOLR,Normally
342 Nos. 68.00 open or normally closed contact acceptable,Built-in microprocessor and AD SPL Number
sampling technology,Rail mount or surface mount, UL864 / NFPA [70.72] All
complete complying with relevant standard specification and as directed by
the Engineer
Supply , Installation , Testing and Commissioning of Isolator Module for
Isolating short / dewired / loose circuits with automatic resetting
arrangement. Isolator Base can also be proposed, . The device shall have
an LED which shall blink in normal state & get steady on activation to
343 Nos. 87.00 SPL Number
monitor the heath status of the device. Support Class A SLC loop,Rail
mount or surface mount, UL864 / NFPA [70.72]
All complete complying with relevant standard specification and as directed
by the Engineer
Supply , Installation , Testing and Commissioning of Addressable Sounder
cum Strobe should be Field-configurable for selecting dB output, sounder
signal, or strobe signal output.The strobe should have a field-configurable
switch for selecting the desired candela output. The candela output setting
should be locked in place and remains visible after final installation.This
strobe features should be enhanced synchronization circuit to comply with
344 Nos. 175.00 the latest requirements of UL 1971 Signaling Devices for the Hearing SPL Number
Impaired.Synchronized operation should requires to be connected directly to
the NAC output and set NAC output as Synch Mode. Comply UL464,
UL1638, UL1971
All complete complying with relevant standard specification and as directed
by the Engineer

Contractor No. of Corrections


323

Supply,Installation , testing and commisioning of Directional Sounders with


20 hz to 20 khz operating frequency with minimum 8 distinct sound patterns
345 Nos. 68.00 to indicate corridors, Exit doors, Move upward, move downward etc. to SPL Number
direct Occupants. UL & FM Approved.All complete complying with relevant
standard specification and as directed by the Engineer
Supply,Installation , testing and commisioning of Strobe rated at 115cd
flashintg at 1 Hz for visual indication. UL Listed.
346 Nos. 68.00 SPL Number
All complete complying with relevant standard specification and as directed
by the Engineer
Supply,Installation , testing and commisioning of Addressable Fire Fighter's
Telephone Jack with suitable supervised module for two way
communication between Remote Fire Fighter & Fire Command Center. UL
347 Nos. 136.00 SPL Number
Listed.
All complete complying with relevant standard specification and as directed
by the Engineer
Supply,Installation , testing and commisioning of Fire Fighter's Telephone
Handset for two way communication between Remote Fire Fighter & Fire
348 Nos. 68.00 Command Center. UL & FM approved. SPL Number
All complete complying with relevant standard specification and as directed
by the Engineer
Supplying laying and concealing of ISI marked 25 mm dia MS Conduit pipes
with necessary specials and other materials including run off 1no.fishwire
Running
349 Rmt. 6916.50 (GI 22 G) for MS Conduit with all accessories etc., All complete complying SPL
Metre
with relevant standard specification and as directed by the Engineer

Supply and drawing of 2 C X 1.5 Sq mm multi stranded twisted unshielded


FRLS Copper cable (SLC, NAC, DAL, Telephone) in existing conduit. All Running
350 Rmt. 27666.00 SPL
complete complying with relevant standard specification and as directed by Metre
the Engineer
DIGITAL PUBLIC ADDRESS & VOICE ALARM SYSTEM IP BASED
Supply,Installation , testing and commisioning of EN54-16 compliant IP
Based Digital Public Address & Voice Alarm system. The selected system
devices like controllers and Paging Microphones, should use the TCP/IP
technologies and build on the standard network platform to ensure
expandability.
All complete complying with relevant standard specification and as directed
by the Engineer.

Contractor No. of Corrections


324

Supply,Installation , testing and commisioning of 24 zone IP based, digital


Voice Alarm controller expandable upto 128 zones. The voice alarm
controller should be able to connect directly over Ethernet. It should have
functions like the audio playing, zone control, fault monitoring, log recording,
volume control and amplifier switchover. The Voice alarm controller should
also have the following functions:
351 Set 3.00 . 255 Priorities SPL Set
. Time schedule broadcasts
. Its own PTT microphone
. Capable of amplifier redundancy
. 8 trigger inputs/outputs
All complete complying with relevant standard specification and as directed
by the Engineer
Supply,Installation , testing and commisioning of IP based Networkable
touch screen paging station for selection of zones, supervision of system
status, setting of scheduled broadcasts with the following functions:
. Built-in monitoring loudspeaker
352 Nos 3.00 . Detachable goose-neck microphone SPL Number
. LCD touchscreen display
. Audio input
All complete complying with relevant standard specification and as directed
by the Engineer
Supply,Installation , testing and commisioning of integrated Audio source
with the following features :
• Two single CD\USB\SD and DAB\FM line outputs can play music
applications in two areas.
• The volumes of the two line outputs can be adjusted separately.
353 Nos 3.00 • CD\USB\SD has three play modes: single play, all play and repeated play. SPL Number
• DAB\FM can preset 10 channels of programs.
• RS485 remote control interface
All complete complying with relevant standard specification and as directed
by the Engineer

Supply,Installation , testing and commisioning of 1X500W Class-D Amplifier


with 2 independent channels and can provide automatic re-settable
overcurrent, overload, overheating, overvoltage, under-voltage and DC
354 Nos 50.00 SPL Number
protection.
All complete complying with relevant standard specification and as directed
by the Engineer

Contractor No. of Corrections


325

Supply,Installation , testing and commisioning of 6W Ceiling Speaker with


max SPL1M/1W 96dB . Frequency response of 80Hz-20KHz with a
dispersion angle of 160 deg. The speaker should have tappings at
355 Nos 618.00 SPL Number
6W/3W/1.5W.
All complete complying with relevant standard specification and as directed
by the Engineer
Supply,Installation , testing and commisioning of 6W Wall mount with max
SPL1M/1W 96dB . Frequency response of 160Hz-20KHz. The speaker
356 Nos 202.00 shoud have tappings at 6W/3W. SPL Number
All complete complying with relevant standard specification and as directed
by the Engineer
Supply,Installation , testing and commisioning of 15W Horn Speaker (IP66)
with max SPL1M/1W 110dB . Frequency response of 500Hz-5KHz with a
357 Nos 216.00 dispersion angle of 140 deg. The speaker shoud have tappings at SPL Number
15W/7.5W.All complete complying with relevant standard specification and
as directed by the Engineer
Under Vehicle Scanner System
NuvoScan (3D) - complete underground installable UVSS unit, majorly
comprising :-
> Color 1920 x 1600 pixels AreaScan cameras - 2 Nos.
> Driver photo module - Entry
> Automated License Plate Reader module -Entry
> Computer system with All related softwares pre-loaded with one year
warranty Exclusion (Required but not included within the scope of supply of
UVSS)
> Guard room within 20 mts (Max) cable distance of UVSS Location.
358 Nos 3.00 SPL Number
> Power point upto UVSS location/guard roo m with siuitable earthing
provision
> UPS/Batteries for backup
> Switches/Sockets/Hub/Land Points upto guard room for networking
> Connectivity between units and CMS and any integration thereof(If
Required)
> Any integration of UVSS with peripheral devices like batteries etc.,
All complete complying with relevant standard specification and as directed
by the Engineer

Contractor No. of Corrections


326

Civil Work for the UVSS


> Civil work at site w.r.t installation of UVSS & ALPR
> UVSS Mechanical Frame Fixing and concreting
> Supply of conduit, laying and concreting
359 Nos 3.00 > Drainage for UVSS system as suggested by Engineer in charge SPL Number
> All Foundation for Camera Pole and Air compressor
> Any pole required for the installation of external cameras
All complete complying with relevant standard specification and as directed
by the Engineer

Contractor No. of Corrections


327

PARKING MANAGEMENT WITH GUIDANCE SYSTEM


PARKING MANAGEMENT SYSTEM

Supply,Installation , testing and commisioning of Boom Barriers

Supply and fixing of Automatic Hydraulic Aluminium Boom Barriers


with at ENTRY & EXITS up to 3 m length.. 100% duty cycle, Opening
Closing Time <2.5 Sec, along with Vehicle loop detector. Compatible
with card reader system, Code or Biometric devices. Quoted price
shall be consider cabling for cabling between the Boom Barriers and
360 Nos. 12.00 SPL Numbers
the motor control center, card reader, push button, loop detector,
controller & all necessary accessories.All complete complying with
relevant standard specification and as directed by the Engineer CE
Certified
Make/equivalent : Neptune/FAAC/ Seimens
Supply,Installation , testing and commisioning of Number Plate
image 2MP Bullet Camera with POLE of 20-30 meter range with
features of Motion Detection, Video Blind , Video Loss.All complete
361 Nos. 12.00 SPL Numbers
complying with relevant standard specification and as directed by the
Engineer
Make / equivalent :Neptune/FAAC/ Seimens
Supply,Installation , testing and commisioning of Parking Mangement
Software including one time License & Authorization fee.All complete
362 SET 3.00 complying with relevant standard specification and as directed by the SPL SET
Engineer
Make/equivalent : Neptune/FAAC/ Seimens

Contractor No. of Corrections


328

PARKING GUIDANCE SYSTEM

Supply,Installation , testing and commisioning of Combo device of


Ultrasound Detector & LED Indicator (Red/Green) & (Red/Blue: for
Handicap): To sense the vehicle occupancy with automatic detection.
Ultrasonic detection sensing with RS485 as communication protocol,
detectable range of 0.3m to 4.5m, Scope of detection: 15 deg,
Operating temp:-20 to +60 Degree celcius. LED indicator should have
363 Nos. 1290.00 SPL Numbers
common anode double color light design. The unit should have single
module with standard baud rate & housing material with all required
mounting connectors & Accessories.All complete complying with
relevant standard specification and as directed by the Engineer (For
Covering all the three Basements)
Make/equivalent : Neptune/FAAC/ Seimens
Supply,Installation , testing and commisioning of ZONE
CONTROLLER: Equipped with communication protocol: RS485, with
Standard Baud rate, Minimum load quantity 32 loads or more,
Minimum Communication distance: 400 mtrs, Working temp range: 5
deg C to 50 deg C. The above shall be housed in a vandal proof,
364 Nos. 30.00 SPL Numbers
lockable & secure MS powder coated Cabinets to be supplied along
with the Controllers and its necessary accessories.All complete
complying with relevant standard specification and as directed by the
Engineer.
Make/equivalent :Neptune/FAAC/ Seimens
Supply,Installation , testing and commisioning of MASTER
CONTROLLER: Operating voltage :AC220V± 10%, Communication
protocol : Upward RS232/ Downward RS485, with Standard Baud
rate & the above shall be housed in a vandal proof, lockable & secure
365 Nos. 3.00 MS powder coated Cabinets. To be supplied along with the SPL Numbers
Controllers & all other Required Necessary Accessories.All complete
complying with relevant standard specification and as directed by the
Engineer.
Make/equivalent : Neptune/FAAC/ Seimens

Contractor No. of Corrections


329

Supply,Installation , testing and commisioning of Informatory


Signs Boards
Main Display of 4 " at Entry Gate Of Building : 3 ROW LED DISPLAY
(For indicating total empty slots at respective level).(Installation of the
366 Nos. 6.00 said display unit is at entrance of PPL main gate)All complete SPL Numbers
complying with relevant standard specification and as directed by the
Engineer
a) Height 4 inch
b) Letter 5 mm ultra bright LED Matrix
c) Every line will have seperate address in case of multiple lines
d) Power Supply - 230VAC
e) Communication through TCP-IP/RS 485
f) Out door display with weatherproof enclosure.
g) MS Powder coated Panel with all required accessories for
mounting
Vendor to design the same as per requirements
Make/equivalent: Neptune/FAAC/ Seimens
Supply,Installation , testing and commisioning of Floor Display : 1
ROW LED Display for each Basement with 4 " Character Hight .All
367 Nos. 6.00 SPL Numbers
complete complying with relevant standard specification and as
directed by the Engineer Make/ equivalent : Neptune/FAAC/ Seimens
Supply,Installation , testing and commisioning of Directional Display
LED with Arrow & Cross.All complete complying with relevant
368 Nos 120.00 SPL Numbers
standard specification and as directed by the Engineer.
Make/equivalent : Neptune/FAAC/ Seimens

Supply,Installation , testing and commisioning of Server for Parking


369 SET 3.00 Guidance System.The software should be got approved from the SPL SET
executive engineer before use on work Make/equivalent : DELL/HP

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

Contractor No. of Corrections


330

Supply of CABLES, CONDUITS & ACCESSORIES & CHARGING


STATIONS

Supply & laying of FRLS Armoured CAT 6 Cable is (Make - D-link,


Molex or equivalent ) for connectivity as per system requirement for
Running
371 Rmt. 85860.00 covering all the three basements and parking slots.All complete SPL
Metre
complying with relevant standard specification and as directed by the
Engineer

Supply & laying of required size Power Cables Flexible Multistrand


cable for signal / power as per specification. (from Sensor & Devices
to Controller) in MS Conduits on surface . (Make - Polycab/Finolex Running
372 Rmt. 17250.00 SPL
OR equivalent) as per system requirement to cover all the three Metre
basements and parking slots.All complete complying with relevant
standard specification and as directed by the Engineer
Supplying and installing following size of perforated Hot Dipped
Galvanised Iron cable tray (galvanisation thickness not less than 50
microns) with perforation not more than 17.5%, in convenient
373 sections, joined with connectors, suspended from the ceiling with G.I.
suspenders including G.I. bolts & nuts, etc. as required.All complete
complying with relevant standard specification and as directed by the
Engineer
Running
a Rmt. 14000.00 50MM x25 MM x 16MM with accessories SPL
Metre

Contractor No. of Corrections


331

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)

a Nos. 102.00 10A,DP RCBO(100 mA) SPL Number


b Nos. 48.00 16A,DP RCBO(100 mA) SPL Number

Contractor No. of Corrections


332
EXTERNAL PLUMBING WORKS
SEWERAGE SYESTEM
Supplying, Installation, Testing and Commissioning of UPVC pipes for TWAD SOR
soil, waste and vent pipes confirming to IS 15328/2003 including all 2020-21
cutting, laying and all specials such as Elbow, Tee, Reducers, Plug, Item No. 1.2
Union, Bend, Coupler Nipple, GM Gate valve, check valve, Whee UN
valve,bends, junctions, cowls, offsets, access pieces etc and PLASTICIZE
necessary jointing with rubber ring joints with lubricant etc. including D NON -
necessary earth work excavation for trenches and refilling the same PRESSURE
377
well rammed and consolidated after the pipes are joined with PVC POLYVINYL
solution and spun yarn laid to proper gradient to the alignment using CHLORIDE
stone dust etc., Undergound UPVC Pipe and complete in all respects. (PVC- U)
Complete complying with relavent standard specification and as PIPES
directed by the department officer (uPVC pipes should be got approved
by the competent Authority before laying)

200 mm for sewerage system Running


a Rmt. 407
Metre
250 mm for drainage system Running
b Rmt. 589
Metre
Constructing brick masonry circular type manhole of 0.91m internal dia
at bottom and 0.56m dia at top 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 mortar 1:3 (one of cement : three of
msand) using 12 mm thick finished with a floating coat of cement
concrete 1:3:6 mix (one of cement : three of msand : six of HB stone
jelly 40 mm nominal size), and making necessary channel in cement
concrete 1:2:4 (one of cement : two of msand : four of HB stone jelly
20 mm nominal size) finished with a floating coat of neat cement, all
TNSOR-
378 complete as per standard design :
2020-21
0.91m 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


For Sewerage System
a Nos 16 Numbers

Contractor No. of Corrections


333
For Drainage System
b Nos 14 Numbers
Extra depth for circular type manhole of 0.91m 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-
379 mortar 1:3 (one of cement : three of msand) using 12 mm thick
2020-21
beyond 0.91 m to 1.67 m depth and complete in all respects. Complete
complying with relavent standard specification and as directed by the
department officer
With Brick Masonry
For Sewerage System Running
a Rmt. 1.0
Metre
For Drainage System Running
b Rmt. 3
Metre
Constructing brick masonry circular type manhole of 1.22 m internal
dia at bottom and 0.56m dia at top 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 mortar 1:3 (one of cement : three of
msand) using 12 mm thick finished with a floating coat of cement
concrete 1:3:6 mix (one of cement : three of msand : six of HB stone
jelly 40 mm nominal size), and making necessary channel in cement
concrete 1:2:4 (one of cement : two of msand : four of HB stone jelly
20 mm nominal size) finished with a floating coat of neat cement, all TNSOR-
380 complete as per standard design : 2020-21
1.68 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
For Sewerage System
a Nos 14 Numbers
For Drainage System
b Nos 21 Numbers

Contractor No. of Corrections


334
Extra depth for circular type manhole of 1.22 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-
381 mortar 1:3 (one of cement : three of msand) using 12 mm thick
2020-21
beyond 1.68 m to 2.29 m depth and complete in all respects.
Complete complying with relavent standard specification and as
directed by the department officer
With Block masonry
For Sewerage System Running
a Rmt. 3
Metre
For Drainage System Running
b Rmt. 3
Metre

Contractor No. of Corrections


335
Constructing brick masonry circular type manhole of 1.52 m internal
dia at bottom and 0.56m dia at top 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 mortar 1:3 (one of cement : three of
msand) using 12 mm thick finished with a floating coat of cement
concrete 1:3:6 mix (one of cement : three of msand : six of HB stone
jelly 40 mm nominal size), and making necessary channel in cement
concrete 1:2:4 (one of cement : two of msand : four of HB stone jelly
20 mm nominal size) finished with a floating coat of neat cement, all TNSOR-
382
complete as per standard design : 2020-21

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

Contractor No. of Corrections


336
With Block masonry
For Sewerage System Running
a Rmt. 1
Metre
Supplying & fixing PVC Mould C I STEPS , fixing in position
complete in all respects. Complete complying with relavent standard Annx-VI,
384 specification and as directed by the department officer (Product should Item No. -
be got approved by the Competent authority before fixing) 241

For sewerage Sytem


a Nos 315 Number
For Drainage System
b Nos 347 Number
For Rain water Harvesting Pit
c Nos 362 Number
RAIN WATER HARVESTING
Drilling of 12" dia vertical borewell so as to have a finished size of 6"
dia borewell in boulder area to any required depth as decided by the
Engineer in Charge including Transportation from one place to another
place with in Tamilnadu State by direct or reverse rotary mud
circulation method using Contractor’s rig tools, fuel, labourers,bentonite TWAD SOR
385 mud and water required for drilling at the site shown by the engineers - Sl.No.14 (f),
in-Charge including construction of mud pit etc. using only calyx rigs Page 294
and complete in all respects. Complete complying with relavent
standard specification and as directed by the department officer

All type of soil


300mm dia Running
a Rmt. 150
Metre
Supplying, assembling, lowering and fixing of vertical postion in bore
well using unplasticized PVC medium well casing (CS) pipe of required
dia, conforming to IS 12818/2010 including fitting, accessories and
labour Charges for inserting PVC Casing pipes assembly (with slots or
without slots) in the drilled hole including jointing the pipes with PVC TWAD SOR
386 Couplers with Cement paste etc., complete, supply and packing the Sl.No.14 (f),
annular space with pebbles of size and quality as approved complete in Page 294
all respects. Complete complying with relavent standard specification
and as directed by the department officer (UPVC pipes should be got
approved by the Competent Authority before lowering)

Contractor No. of Corrections


337
150mm dia nominal size dia Running
a Rmt. 120
Metre
Supplying, assembling, lowering and fixing of vertical position in bore
well using unplasticized PVC medium well.screen (RS) pipes with ribs
of required dia, conforming to IS. 12818/2010 including
fitting,accessories and labour Charges for inserting PVC Casing pipes
assembly (with slots or without slots) in the drilled hole including TWAD SOR
387 jointing the pipes with PVC Couplers with Cement paste etc., complete, Sl.No.14 (f),
supply and packing the annular space with pebbles of size and quality Page 294
as approved by the Executive Engineers , etc.all complete for all
depths as per direction of engineer-in-charge . (UPVC pipes should be
got approved by the Competent Authority before lowering)

150mm dia nominal size dia Running


a Rmt. 60
Metre
Providing and fixing in position of SFRC manhole covers and frame of
TNHB
required shape and approved quality HD - 20 Circular shape 560 mm
Standard
388 Nos 6 internal diameter complete as per standards in all respects. Complete Number
Data
complying with relavent standard specification and as directed by the
department officer
Providing and fixing suitable size threaded mild steel cap or shot
welded plate to the top of borewell housing chasing pipe as per
389 removable as per requirement, all complete for borewell of: SPL
(Complete complying with relavent standard specification and as
directed by the Competent Authority)
Nos 3 150mm dia at CS Pipe Number
Providing and fixing Bail plug/Bottom plug of required dia to the bottom
of pipe assembly of tubewell as per IS:2800 (Part-I) .
390 SPL
Complete complying with relavent standard specification and as
directed by the Competent Authority.
Nos 3 150mm dia at CS Pipe Number

Contractor No. of Corrections


338
Constructing brick masonry manhole (silt chamber type) having inside
size of 1.20X0.90X0.90m deep with cement concrete 1:4:8 (one of
cement: four of m sand: eight of graded HB stone jelly 40mm size)
having 200 mm thick for foundation, allround brick work using country
brick work with cement mortar 1:4 (one of cement : four of msand),
with plastering of cement mortar 1:3 (one of cement : three of msand)
using 12 mm thick, finished with a floating coat of cement concrete
1:2:4 mix (one of cement : two of msand : four of HB stone jelly 20 mm TNSOR-
391 Nos 3 Number
nominal size),) and 150 mm thick Reinforced Cement Concrete 1:1.5:3 2020-21
(one of cement : one and half of msand : three of HB stone jelly 20
mm nominal size ) for top slab with required reinforcement as per
drawing and 600x600mm size of SFRC manhole Cover with required
frame , all complete as per standard design/depth shall be measured
from invert level of manhole complete in all respects. Complete
complying with relavent standard specification and as directed by the
department officer
Extra for depth for manhole size ( 120cmx90cm) with country brick with
cement mortar 1:4 (one of cement : four of msand), with plastering of
cement mortar 1:3 (one of cement : three of msand) using 12 mm TNSOR- Running
392 Rmt. 3
thick, beyond the depth of 0.9m, complete in all respects. Complete 2020-21 Metre
complying with relavent standard specification and as directed by the
department officer
EXTERNAL WATER SUPPLY WITH GARDEN IRRIGATION
Supply, Laying, excavation, Installation, testing and commissioning of
pvc pipe with PVC specials such as bend elbow Tee etc confirming to
working pressure of 10kg/cm2 fixed on wall or Below Ground level with Annx-VI,
393 laid to proper gradient to the alignment all complete Item No. -
(Complete complying with relavent standard specification and as 366
directed by the Competent Authority.)

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

Contractor No. of Corrections


339
25 mm dia nominal bore Annx-VI,
Running
a Rmt. 20 Item No. -
Metre
150
100 mm dia nominal bore
TWAD Page
Running
b Rmt. 100 No. 36 5.0
Metre
G.I PIPES
Providing and fixing G.M GATE VALVES AS PER IS BS 5154 and
related IS Specifications of approved quality (Screwed end)
395
(Complete complying with relavent standard specification and as
directed by the departmental officer.)
a Nos 100 mm nominal bore Number
Constructing masonry Chamber 30x30x50 cm inside, in brick work in
cement mortar 1:4 (one of cement : four of msand) for stop cock, with
C. I. surface box 100x100 x75 mm (inside) with hinged cover fixed in
cement concrete slab 1:2:4 mix (1 cement : 2 msand : 4 HB stone jelly TNHB
395 20 mm nominal size), i/c necessary excavation, foundation concrete Standard
1:5:10 ( one of cement : five of M sand : ten of HB stone jelly 40mm Data
nominal size) and inside plastering with cement mortar 1:3 ( one of
cement : three of m sand) 12mm thick, finished with a floating coat of
neat cement complete as per standard design :
a Nos 34 With /Brick Masonry Number

Contractor No. of Corrections


340
Construction of Inspection chamber of size 90 X 90 X 120 cm with
brick jelly concrete 1:8:16 ( one of cement eight of M Sand and sixteen
of broken brick jelly using 40mm gauge broken brick jelly 15cm thick
for foundation and 23cm thick brick masonry in C.M. 1:5 ( One of
cement and five of M Sand) using stock bricks of size 9" x 4 1/2" x 3 "
plastering with cement mortar 1:3 ( One of cement and three of M TNHB
396 Nos 6 Sand) 12mm thick on both sides top and bottom including earth work Standard Number
excavation and SFRC cover of Size 60 x 60 cm cm dia heavy duty Data
including benching channeling fixing cover slab in position curing
finishing etc., complete in all respects. (Complete complying with
relavent standard specification and as directed by the Competent
Authority.)
Supply Installation testing and Commisioning of enclosed type Inline
Ultrasonic Water Meter (bulk type) conforming to IS: 2373 having Size
of 100 mm with minimum flow rate of 0.5 (m3 per hour) and maximum
flow rate of 100 (m3 per hour) having a pressure of 1.6 Mpa complete
397 connection with bolts,nuts, insertions etc.(The tails pieces if required SPL
will be paid separately). The water meter shall be conneted with BMS
system.
(Complete complying with relavent standard specification and as
directed by the Competent Authority.)
a Nos 9 100 mm dia Number

Contractor No. of Corrections


341
INTERNAL PLUMBING WORKS
SANITARY FIXTURE & FITTINGS
398 Nos 575 Providing & Fixing of CP Two Way Bib Cock with Health Faucet with 1.0 Annx-VI, Number
metre and CP Flexible tube & wall hook. Item No. -
(Complete complying with relavent standard specification and as directed 161
by the Competent authority.)
For Water Closet area
399 Nos 993 Providing & Fixing of CP Heavy Duty Bottle Trap 32mm dia with 75mm Annx-VI, Number
clear water seal fitted with built-in air admittance valve of adequate Item No. -
capacity. 170
(Complete complying with relavent standard specification and as directed
by the Competent authority.)
For Wash basin & Urinal
400 Nos 835 Providing & fixing of CP Angle Cock Tap with wall flange of standard Annx-VI, Number
design and of approved make. Item No. -
(Complete complying with relavent standard specification and as directed 171
by the Competent authority.)
For Flushing Cistern, Wash Basin & Kitchen Sink
401 Nos 141 Providing & Fixing of SS Heavy Duty Long Body Tap 15mm. Annx-VI, Number
(Complete complying with relavent standard specification and as directed Item No. -
by the Competent authority.) 178
For AHU & Shower

Contractor No. of Corrections


342
402 - Providing and fixing of Stainless Steel Sink with C.I brackets, C.P brass Annx-VI,
chain and rubber plug with connection pipe to wall and C.P wall flange, Item No. -
rubber adapter for waste connection complete including cutting and 184
making good the walls wherever required.
(Complete complying with relavent standard specification and as directed
by the Competent authority.)
For Kitchen area
Set 108 600mm x 450mm x 200mm Set

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.)

Contractor No. of Corrections


343
407 Providing and fixing electromagnetic type water meter of following dia SPL
flanged end with carbon steel with accuracy of 0.5% of display unit and
velocity range of 0.1 to 10 m/s including nuts, bolts, rubber insertions etc.
complete respect all assoceries and will be conneted with BMS system
(Complete complying with relavent standard specification and as directed
by the Competent authority.)

a Nos 2 80mm Number

b Nos 7 100mm Number

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.)

Contractor No. of Corrections


344
411 Sqm 296 Providing and fixing Granite stone slab with table rubbed, edges rounded SOR One
and polished, of size 75x50 cm deep and 1.8 cm thick, fixed in urinal Square
partitions by cutting a chase of appropriate width with chase cutter and Metre
embedding the stone in the chase with epoxy grout or with cement
concrete 1:2:4 ( one of cement : two of msand : four of graded stone
aggregate 6 mm nominal size) (Complete complying with relavent
standard specification and as directed by the Competent authority.)
Urinal Partition
412 Providing and fixing uplasticised PVC connection pipe with brass unions: SPL
(Complete complying with relavent standard specification and as directed
by the Competent authority.)

a Nos 835 45 cm length, 15 mm nominal bore Number

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.)

Contractor No. of Corrections


345
415 Nos 575 Providing and fixing Star white vitreous china wall mounting water closet SPL Number
rimless of approved shape including seat cover, slow falling cover, C.P
brass hinges rubber buffers with accessories, C.I/M.S brackets painted
with two coats of enamel paint of approved shade over a coat of primer,
CP brass screws and fittings, nuts, bolts and gasket with dual flush
concealed cistern flow of 4.8/3 LPF with dual flush actuator, flush-stop
function, noise less float valve, knob and frame and fittings, nuts, bolts
and gasket, etc complete including cutting and making good the wall
wherever required.
Flush Tank Capacity: 4.8 Litres. (Complete complying with relavent
standard specification and as directed by the Competent authority.)
416 Nos 373 Providing and fixing white vitreous china wall mounted sensor type urinal SPL Number
with top spudl of approx. size height 26-7/8", depth 14-1/8", width 18"
having accuflush technology: ultra-low consumption down to 0.125 GPF
(0.47LPF) or up to 1.0 GPF (3.8 LPF) with flush valve, including fixing to
wall with suitable brackets all as per manufacturers specification with C.I
hangers, C.P 15mm spreader, 32mm dia C.P brass domical waste
including connection pipe to wall with C.P flange complete including
cutting and making good the walls and floors wherever required. Complete
complying with relavent standard specification and as directed by the
Competent authority.

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.)

Contractor No. of Corrections


346
420 - Supplying, Installation, Testing and Commissioning ofUPVC pipes TWAD
conforming to IS : 4985-2000 class IV (10 Kg/Sq.cm) for soil, waste and SOR
vent pipes including all fittings rubber ring type (plain or with access door)
e.g. bends, junctions, cowls, offsets, access pieces, jointing with rubber
ring joints with lubricant etc. fixed with special clamp made of MS angle
/flat including cutting,bending,holding where 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 ) blocks Complete complying with
relavent standard specification and as directed by the Competent
authority.
(The brand/ make of UPVC pipe should be got approved from competant
authority before use)
For Toilet Area & Plumbing Shaft

a Rmt. 1,470 75 mm dia vent pipe Running


Metre

b Rmt. 8,044 110 mm dia soil & waste) Running


Metre

c Rmt. 846 160/150 mm dia rain water pipe Running


Metre

- For Rainwater Sytem


d Rmt. 33 110 mm dia Running
Metre

e Rmt. 2,415 160 mm dia Running


Metre

f Rmt. 7 200 mm dia Running


Metre

Contractor No. of Corrections


347
421 - Providing, fixing & testing uPVC pipes, conforming to IS 4985-2000 class TWAD
IV (6 kg/cm2) including necessary specials like elbow,union,bend ,gate SOR
valve etc by jointing with solvent cement, cutting and making
good the floors and walls and jointing to trap/waste pipe including the cost
of Teflon tape ,special clamps,nails etc fixing on wall to the proper
gradient and alignment and redoing the chipped of masonry etc .
Complete complying with relavent standard specification and as directed
by the Competent authority.
For Inside Toilet Area

a Rmt. 1,023 40 mm ( OD ) Running


Metre

b Rmt. 656 50 mm ( OD ) Running


Metre

c Rmt. 403 63 mm ( OD ) Running


Metre

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
-

Contractor No. of Corrections


348
424 - Supplying, Installation, Testing and Commissioniing of floor drain with SPL
supporting clamp ceiling or in sunken portion including cutting and
making good the walls and floors wherever required Complete complying
with relavent standard specification and as directed by the Competent
authority.
Nahini Trap 100x63mm (uPVC)
Floor trap 100x100mm (uPVC)
For Toilet Area
a Nos 432 100 x63 mm outlet Number

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

b Rmt. 502 50mm dia Running


Metre

c Rmt. 334 40mm dia Running


Metre

Contractor No. of Corrections


349
d Rmt. 156 32mm dia Running
Metre

e Rmt. 129 25mm dia Running


Metre

f Rmt. 56 20mm dia Running


Metre

g Rmt. 1,620 15mm dia Running


Metre

Contractor No. of Corrections


350
- Internal work - Exposed on wall
h Rmt. 726 80mm dia norminal bore Running
Metre

i Rmt. 2,183 100mm dia norminal bore 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

b Nos 221 32mm dia Number

c Nos 210 25mm dia Number

d Nos 224 20mm dia Number

e Nos 186 15mm 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

b Rmt. 1,640 20mm dia Running


Metre

c Rmt. 2,635 25mm dia Running


Metre

d Rmt. 701 32mm dia Running


Metre

Contractor No. of Corrections


351
430 - Supplying & Fixing of G.M GATE VALVES AS PER IS BS 5154 and (TWAD
related IS Specs Complete complying with relavent standard specification SR Pg
and as directed by the Competent authority. No 41 Sl
For water supply line No 5.2)
a Nos 18 50mm Number

b Nos 12 65mm Number

c Nos 7 80mm Number

d Nos 41 100 mm Number

Contractor No. of Corrections


352
431 - Providing & fixing of brass material Auto Air vent for water supply risers, SPL
suitable for pressure not less than 15 Kg/Sq.cm Complete complying with
relavent standard specification and as directed by the Competent
authority.
a Nos 10 25 mm dia Number

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

f Nos. 1,500 Drippers/Emitters 2-4 litres/hr discharge IS:13487:1992 with latest


Number
Amendments [IS:9001:2008]
g Nos. 150 Rubber bush
Number
h Nos. 150 12 mm lateral pipe connectors
Number
i Nos. 150 Poly end caps "8" shape Item
No.367 Number
(E) c
j Job 3 Installation, testing and commissioning charges per Drip Irrigation system Job
on Roof Terrace as complete and as directed by the deparmental officer

Contractor No. of Corrections


353
FIRE FIGHTING, HYDRANT & SPRINKLER SYSTEM
Wrapping and Coating Anti-Corrosive Treatment for under
ground MS pipe having one coat of anti-corrosive metal primer, Annx-VI,
433 one layer of asphalt tar tape wound over the MS pipe as per Item No. -
standard methods as per standard specification and as directed 307&338
by the Competent Authority
150mm dia Running
a Rmt. 990.00 a
Meter
100mm dia Running
b Rmt. 36.00 b
Meter
80mm dia Running
c Rmt. 35.00 c
Meter
Supply, erection, testing and commissioning of cast iron body
and gun metal or stainless steel Internal Non- Return Valve to
control one way flow of water to be installed pump room at
delivery line and near overhead tank at terrace level near to
jockey pump and motor including necessary MS flange of table Annx-VI,
434 „E‟, gaskets, bolts & nuts, etc. as per IS 5312 including Item No. -
conveyance, all incidental charges, neccessary scaffolding and 309&341
re-doing the dismantled portions to its
original condition wherever found neccessary, etc., complete as
per standard specification and as directed by the Competent
Authority
200mm dia
a Nos. 3.00 a Number
150mm dia
b Nos. 12.00 b Number
100mm dia
c Nos. 3.00 c Number
80mm dia
d Nos. 6.00 d Number
Supply and fixing of Water CO2 Stored Pressure Type 9 litres
capacity Fire Extinguisher as per new IS 15683 complete with
control valve, gun metal cap, pressure gauge, operation sticker, Annx-VI,
435 Nos. 152.00 discharge hose, wall mounting bracket, safety clip, etc., Item No. - Number
(Complete complying with relavent standard specification and as 317
directed by the Competent Authority.)

Contractor No. of Corrections


354
Supply and fixing of Fire fighting application oblique type
stainless steel Hydrant Valve of size 63mm dia with oblique type
instantaneous coupling with rotating wheel to open and close
the valve including MS flange of table “E”, bolts & nuts with
washer as per IS 5290 at ring main around the building and wet
riser inside the building including conveyance, all incidental Annx-VI,
436 Nos. 175.00 charges, neccessary scaffolding and re-doing the dismantled Item No. - Number
portions to its original condition wherever found neccessary etc 331
complete as per standard specification and Complete
complying with relavent standard specification and as directed
by the departmental officer.
Make: OMEX / KARTAR / LIFE GUARD / SAFE GUARD OR
EQUIVALENT.

Supply, installation of Fire Fighting Application 180 degree


swinging type, hose reel drum with 20mm dia braided
thermoplastic hose of 30 metres long, so as to extend to
necessary distance by self rolling spindle wheel including
necessary 20mm dia ball valve and open and close spray
nozzle, warm clip, etc., as per the standard pattern of any Annx-VI,
437 Nos. 152.00 reputed make at every floor nearer to hydrant valve, including Item No. - Number
conveyance, all incidental charges, neccessary scaffolding and 332
re-doing the dismantled portions to its original condition
wherever found neccessary., etc., (Complete complying with
relavent standard specification and as directed by the
Competent Authority.) Make: OMEX / KARTAR / LIFE GUARD /
SAFE GUARD / EQUIVALENT.
Supply, and fixing in position of Fire Fighting Application Hose of
63mm dia of 15 metres length binded by copper wire with
63mm dia stainless steel male and female instantaneous fire
fighting special coupling as per IS 901 as directed by the
Departmental Officers. Near every hydrant points including Annx-VI,
438 Nos. 344.00 conveyance, all incidental charges, neccessary scaffolding and Item No. - Number
re-doing the dismantled portions to its original condition 333
wherever found neccessary etc (Complete complying with
relavent standard specification and as directed by the
Competent Authority.). Make: OMEX / KARTAR/ LIFE GUARD /
SAFE GUARD / EQUIVALENT.

Contractor No. of Corrections


355
Supply, and fixing in position of Fire Fighting Application 63mm
dia stainless steel short length Branch Pipe with hexagonal
type spray nozzle of 15mm (or) 20mm jet bore. Near every
hydrant points including conveyance, all incidental charges, Annx-VI,
439 Nos. 174.00 neccessary scaffolding and re-doing the dismantled portions to Item No. - Number
its original condition wherever found neccessary, etc., 334
(Complete complying with relavent standard specification and as
directed by the Competent Authority.). Make: OMEX / KARTAR /
LIFE GUARD / SAFE GUARD / EQUIVALENT.
Supply of Fire Fighting Application MS Hose Box
(900X600X300mm ) to keep two number of hoses and 1 No. of
branch pipe with nozzle having proper glass window type double
door with universe open key, painted inside white and outside
Post Office Red. Near every hydrant point including conveyance, Annx-VI,
440 Nos. 20.00 all incidental charges, neccessary scaffolding and re-doing the Item No. - Number
dismantled portions to its original condition wherever found 335
neccessary, etc., complete as per standard specification and as
directed by the Departmental Officers. Make: OMEX / KARTAR
/ LIFE GUARD / SAFE GUARD / EQUIVALENT.

Supply and fixing nominal bore quartized bulb type sprinkler


bulb 68 Deg C fast response pendent type including GI collar
for each sprinkler bulb, mounted in MS pipe line using suitable
size MS threaded coupling, thread, shellac etc., as per standard
Annx-VI,
methods and including conveyance, all incidental charges,
441 Nos. 1,633.00 Item No. - Number
neccessary scaffolding and re-doing the dismantled portions to
336
its original condition wherever found neccessary, etc.,
(Complete complying with relavent standard specification and as
directed by the Competent Authority.). Make: OMEX / KARTAR /
LIFE GUARD / SAFE GUARD / EQUIVALENT.

Contractor No. of Corrections


356
Supply, erection, testing and commissioning of following MS „C‟
Class Heavy Duty Pipe as per IS 1239 to withstand a developing
pressure of 10 kg. / sq.cm including necessary fittings like MS
flange of table „E‟, elbows, reducers, gaskets, bolt, nuts with
washers & joints as per standard method of arc welding,
Annx-VI,
including one coat metal primer and two coat Post Office Red
442 Item No. -
painting including conveyance, all incidental charges,
337
neccessary scaffolding and re-doing the dismantled portions to
its original condition wherever found neccessary, etc.,
(Complete complying with relavent standard specification and as
directed by the Competent Authority.) Make: JINDAL /
EQUIVALENT.
200mm dia Running
a Rmt. 90.00
Meter
150mm dia Running
b Rmt. 5,405.00
Meter
100mm dia Running
c Rmt. 1,921.00
Meter
80mm dia Running
d Rmt. 3,995.00
Meter
65mm dia Running
e Rmt. 1,790.00
Meter
50mm dia Running
f Rmt. 2,400.00
Meter
40mm dia Running
g Rmt. 6,695.00
Meter
25mm dia Running
h Rmt. 20,750.00
Meter

Contractor No. of Corrections


357
Supply, erection, testing and commissioning of following sizes of
Heavy Duty Foot Valve including all accesories, such as, MS
flange of table „E‟, gaskets, bolts & nuts, etc., installed at end of
150 / 200mm dia suction pipe line at sump including
Annx-VI,
conveyance, all incidental charges, neccessary scaffolding and
443 Item No. -
re-doing the dismantled portions to its original condition
339
wherever found neccessary, etc., (Complete complying with
relavent standard specification and as directed by the
Competent Authority.). Make: NORMEX / KARTAR /
EQUIVALENT
150mm dia Running
a Rmt. 4.00
Meter

Supply, erection, testing and commissioning of cast iron body


and bronze internal non-rising spindle sluice valve of sizes at
required places to control the flow of water including necessary
MS flange of table „E‟, gaskets, bolts & nuts including
conveyance, all incidental charges, neccessary scaffolding and Annx-VI,
444 re-doing the dismantled portions to its original condition Item No. -
wherever found neccessary, etc., (Complete complying with 340
relavent standard specification and as directed by the
Competent Authority.). Make: NORMEX / KARTAR /
EQUIVALENT
200mm dia
a Nos. 9.00 Number
150mm dia
b Nos. 33.00 Number
100mm dia
c Nos. 6.00 Number
80mm dia
d Nos. 6.00 Number
65mm dia
e Nos. 6.00 Number

Contractor No. of Corrections


358
Supply and laying of following sizes of Armoured Aluminium /
Copper Cables for electrical motor, control panel, pressure
switch, jockey motor etc., all incidental charges, neccessary
Annx-VI,
scaffolding and re-doing the dismantled portions to its original
445 Item No. -
condition wherever found neccessary, etc., (Complete
346
complying with relavent standard specification and as directed
by the Competent Authority.). Make: POLYCAB / PARACON /
FINOLEX / EQUIVALENT.
3 core 185 sq.mm. armoured aluminium cable Running
a Rmt. 90.00
Meter
3 core 10 sq.mm. armoured copper cable Running
b Rmt. 120.00
Meter
10 core 2.5 sq.mm. armoured copper cable Running
c Rmt. 75.00
Meter
2 core 2.5 sq.mm. armoured copper cable Running
d Rmt. 90.00
Meter

Earthing arrangements with GI Earth Plate including charcoal


and salt with necessary excavation in all soils and to full depth Annx-VI,
446 Nos. 6.00 as may be required and masonry work, re-filling the sides of Item No. - Number
foundation with excavated earth as per the standard 347
specification and as directed by the competent authority.

Supply, erection, testing and commissioning of Pressure Gauge


with 0 to 14 kg. range of reputed make with necessary valve,
milling thread MS coupling fixed at delivery pipe line in pump
house to read the developing pressure including conveyance, all Annx-VI,
447 Nos. 179.00 incidental charges, neccessary scaffolding and re-doing the Item No. - Number
dismantled portions to its original condition wherever found 348
neccessary, etc., (Complete complying with relavent standard
specification and as directed by the Competent Authority.).
Make: H-GURU / ISI MAKE / EQUIVALENT.

Contractor No. of Corrections


359
Supply, erection, testing and commissioning of suitable
Pressure Switch of reputed make line Indfoss or Donfoss
including necessary valves, couplings, etc., connected with
electrical main control panel and setup at proper differential so
as to auto start and auto stop the electrical motor, jockey motor Annx-VI,
448 Nos. 15.00 including conveyance, all incidental charges, neccessary Item No. - Number
scaffolding and re-doing the dismantled portions to its original 349
condition wherever found neccessary, etc., (Complete
complying with relavent standard specification and as directed
by the Competent Authority.). Make: DONFOSS / INDFOSS / ISI
MAKE / EQUIVALENT.

Supply, erection, testing and commissioning of Fire Fighting 4


Way Fire Brigade Inlet with necessary gun metal 63mm dia non
return spring shutter arrangements, so that to control one way
flow at the time of emergency water supply by fire and rescue
service fire engine entry including conveyance, all incidental Annx-VI,
449 Nos. 5.00 charges, neccessary scaffolding and re-doing the dismantled Item No. - Number
portions to its original condition wherever found neccessary, 355
etc., (Complete complying with relavent standard specification
and as directed by the Competent Authority.) Make: KIARTAR /
OMEX / EQUIVALENT.

Supply, erection, testing and commissioning of Air Release


Valve of 20mm dia, so as to release airlock in 100mm dia MS
pipe at top most wet riser, including conveyance, all incidental
Annx-VI,
charges, neccessary scaffolding and re-doing the dismantled
450 Nos. 12.00 Item No. - Number
portions to its original condition wherever found neccessary,
356
etc., (Complete complying with relavent standard specification
and as directed by the Competent Authority.). Make: KARTAR
/EQUIVALENT.

Providing, fixing pipe supports from columns / wall or


suspenders from roof slab to suit various dia of pipes made out
of GI / MS adjustable rods threaded for a sufficient length to
adjust the height of support along with clamping arrangement for Annx-VI,
451 holding pipes of anchor fastening, arrangement design of Item No. -
hanger and (Complete complying with relavent standard 357
specification and as directed by the Competent Authority.)

Contractor No. of Corrections


360
100mm dia
a Nos. 150.00 Number
80mm dia
b Nos. 225.00 Number
50mm dia
c Nos. 150.00 Number
40mm dia
d Nos. 240.00 Number

Supply and fixing of stored pressure ABC (Mono Ammonium


Phospate) Powder Type Fire Extinguisher of 6 kg. capacity as
per IS:15683 with pressure gauge, discharge hose & control
nozzle, wall mounting bracket, safety clip etc., including
Annx-VI,
conveyance, all incidental charges, neccessary scaffolding and
452 Nos. 157.00 Item No. - Number
re-doing the dismantled portions to its original condition
358
wherever found neccessary etc, (Complete complying with
relavent standard specification and as directed by the
Competent Authority.). Make: EXCELLENT / SAFETY FIRST /
EQUIVALENT

Supply and kept in position of Trolley Mounted Water CO2


Stored Pressure Type 50 litres capacity Fire Extinguisher as per
IS13385, complete with control valve, gun metal cap, pressure
gauge, operation sticker, discharge hose, mounting trolley with
moving wheel, safety clip, etc., including conveyance, all Annx-VI,
453 Nos. 3.00 incidental charges, neccessary scaffolding and re-doing the Item No. - Number
dismantled portions to its original condition wherever found 360
neccessary, etc., (Complete complying with relavent standard
specification and as directed by the Competent Authority.)
Make: EXCELLENT / SAFETY FIRST / EQUIVALENT

Providing, installation, testing and commissioning of stainless


steel Y-strainer P N 16 of standate brand and fabricated out
of 1.6 mm thick stainless steel, Grade 304, with shell Test
Pressure 24kg/Sq Cm g ,sheet with 3 mm dia holes with
454
stainless steel flange, cost of welding rod incliding labour
charges etc,.Complete complying with relavent standard
specification and as directed by the Competent Authority.

a Nos. 6.00 150mm dia SPL Number

Contractor No. of Corrections


361
Providing, fixing, testing & commissioning of 15mm dia
quartzoid bulb type sprinklers of rating 68 degree
centigrade,cost of 15mm dia MS socket & teflon tape with
455 required accessories, including labour charges complete all :
Complete complying with relavent standard specification and as
directed by the Competent Authority.

a Nos. 10,994.00 Upright HD Sprinkler 68Degree-C SPL Number

b Nos. 142.00 Horizontal HD side wall sprinkler 68Degree -C SPL Number

Providing & fixing flow switch for water flow Detector-


Potter Make in following sizes M.S. pipe including connection
etc as required.including labour charges etc complete all.
456 SPL
Complete complying with relavent standard specification and as
directed by the Competent Authority.

a Nos. 89.00 150mm dia Number

Providing, fixing, testing & commissioning of


installation control valve of cast iron body,
brass/bronze working parts comprising of water motor alarm,
bronze seat clapper, clapper arm and hydraulically
driven mechanical gong bell to sound continuous alarm
when the wet riser/sprinkler system activates, pressure
gauges, emergency releases, strainer, pressure switch,
457 SPL
cock valve complete with drain valve and bypass, test
control box, ball valves, MS pipe of required size, flanges,
orifice plate, gasket etc of follwing sizes as required including
labour charges etccomplete all :
Complete complying with relavent standard specification and as
directed by the Competent Authority.

a set 6.00 150mm dia set

Contractor No. of Corrections


362
Supplying, installation, testing & commissioning of sprinkler
flexible pipe (UL Listed) of stainless steel complete with
15 NPT on reducer thread with maximum working
pressure of 175 PSI test pressure of 875 PSI (Burst) with
branch line (Inlet) 25mm NPT male thread to sprinkler
head (Outlet) 15mm NPT-1" female thread with reduce
458
rnipple 1"x1/2"thread large bracket with bolt 1 no. small bracket
with bolt 2 nos, 700mm square bar 1 no, , nipple 1", 2 side
brackets, center bracket, stockbar of following sizes including
labour charges. complete as required.
Complete complying with relavent standard specification and as
directed by the Competent Authority.
700mm
a set 3.00 SPL set

1000mm
b set 3.00 SPL set

1200mm
c set 3.00 SPL set

1500mm
d set 1,633.00 SPL set

Providing, installation, testing & commissioning of


adjustable rosette plate Chrome plated, Adjustable 1/2" for
15mm dia in white finish UL Listed or FM approved including
459 Nos. 1,642.00 SPL Number
labour charges complete as required.
Complete complying with relavent standard specification and as
directed by the Competent Authority.

Supplying, fixing, testing and commissioning of butterfly valve


of PN 1.6 with SS 304 Dis Body SG iron without lugs , lever
operated Nirile / EPDM rubber lining Test pressure PN 16 etc.
including labour charges rating with bronze/gunmetal seat duly
460 ISI marked complete with nuts, bolts, washers, gaskets
conforming to IS 13095 of following sizes as required :
Complete complying with relavent standard specification and as
directed by the Competent Authority.

50 mm
a Set 71.00 SPL Set

Contractor No. of Corrections


363
80 mm
b Set 177.00 SPL Set
100 mm
c Set 2.00 SPL Set
150 mm
d Set 124.00 SPL Set

Providing, installation, testing & commissioning of water/Window


curtain nozzle 15mm dia nickel chrome plated brass, BSPT, K-
factor ,1/2"BSPT /NPT as Specified etc, including labour
461 Nos. 124.00 charges etc.per design consideration complete as required. SPL Number
Complete complying with relavent standard specification and as
directed by the Competent Authority.

Supplying, installation, testing & commissioning of deluge valve


H3, Dovb, flanged ANSI 16.5 with DI Clapper and SS sheet UL
listed, Wet Pilot Basic trim assembly for DV- H3 least ,& along ,
trip drain valve , 80 NB (NTW), Water motor Gong Bell , Model
GA , Mounting Type A , UL listed & FM approved and Electic
462
release trim assembly for deluge valve with two way solenoid
valve - Rotex make , weather ptoof 24 VOC etc, including labour
cost Complete all . Complete complying with relavent standard
specification and as directed by the Competent Authority.

a Set 6.00 80mm dia SPL Set

Providing and fixing inspectors test assembly complete with test


valve, sight glass sectional drain valve, union with corrosion
resistant orifice including labour charges etc. all complete as per
463 SPL
drawing and as per specifications.
Complete complying with relavent standard specification and as
directed by the Competent Authority.
a Nos. 71.00 50 mm dia Number

Contractor No. of Corrections


364
Supply, installation, testing and commissioning Clean Agent
Modular (ceiling mounted ) type capacity 5 Kg filled with cleaned
agent GAS (HFC 227, Fitted with temperature colour pulb ,
discharge valve. CE/EN approved pressure indicating gauge
464 Nos. 81.00 ceiling mounted (duly charged and pressuraised with Nitrogen SPL Number
Gas , cylinder including all labour charges also etc. Complete in
all respect.
Complete complying with relavent standard specification and as
directed by the Competent Authority.

Contractor No. of Corrections


365
Providing and fixing fire hose cabinet fabricated from 16 gauge
M.S. Sheet with single or double glazed front door (with 4 mm
thick glass) and locking arrangement, painted fire red with stove
enamelled paint "FIRE HOSE" written on front including
465 SPL
necessary supports approximate size.including labour charges
etc.
Complete complying with relavent standard specification and as
directed by the Competent Authority.
a Nos. 152.00 2100x1200x700 mm deep. (IFH) (Door ) Number
Fabricating, Supplying, Installation, Testing and Commissioning
Air Vessel of continuous welded construction with flanged
discharge header in pump house fabricated out of 10 mm thick
dished ends and 8 mm thick MS sheet, Air Release Valve,
complete with drain arrangement with 25 mm dia gun metal
wheel valve complete with all accessories and mounting
466 Nos. 3.00 arrangements etc. as required of the following sizes.2 Metre SPL Number
high and 450 mm dia suitable to operate Jockey Pump, Main
Fire Pump & Diesel Engine Driven Fire Pump.including labour
charges .
Complete complying with relavent standard specification and as
directed by the Competent Authority.

Supply, installation, testing and commissioning ISI marked


(IS:2878) Fire Extinguisher, Carbon-di-oxide type capacity 4.5
Kg. Flat base including valve, discharge hose of not less than 10
mm dia, 1M long and complete in all respects including initial fill
467 Nos. 157.00 with CO2 gas conforming to IS:307-1966 and walll suspension SPL Number
braket as required as per specifications including labour charges
etc.
Complete complying with relavent standard specification and as
directed by the Competent Authority.
Providing & fixing gun-metal fire brigade suction hose coupling
with cap and chain as required (Two Way draw-out connection )
with nut for female coupling as per IS: 902-1974 complete with
100 mm dia GI suction pipe and 100 mm dia foot valve (to be
468 Nos. 3.00 connected to static tank). Provision of GI drop pipe and foot SPL Number
valve shall be made in all the fire water static storage tanks
including labour charges .Complete complying with relavent
standard specification and as directed by the Competent
Authority.
GAS FLOODING SYSTEM

Contractor No. of Corrections


366
Clean Gas Fire Suppression Systems
Supply, installation, testing and commissioning of 10 LB
capacity Novec 1230/FK5-1-12 , DLP Assembly with automatic
valve mounted on DOT approved cylinder, push in connector for
tube,10LB Novec 1230/FK5-1-12 gas , mounting bracket, End of
469 Nos. 6.00 SPL Number
Line adopter and low pressure switch for monitoring system
activation. including labour charges.Complete complying with
relavent standard specification and as directed by the
Competent Authority.

Supply, installation, testing and commissioning of Linear


pneumatic heat Detection Tube with all necessary fittings &
470 Nos. 264.00 supports. SPL Number
Complete complying with relavent standard specification and as
directed by the Competent Authority.

Supply, installation, testing and commissioning of Master


Control Unit with Audio Visual Alarm With Wiring to Make
Complete System Operational. The Control Panel Should have
471 Nos. 6.00 Provision for integration with Fire Alarm/ SCADA/ BMS System SPL Number
including labour chargs,.
Complete complying with relavent standard specification and as
directed by the Competent Authority.
FIREFIGHTING PUMPS & PANEL

Supply, installation, testing and commissioning of Electric driven


main fire/sprinkler pump suitable for automatic/manual operation
472 and consisting of following: complete in all respect as required SPL
as per specifications and as directed by competent authority.

Horizontal type, multi/single stage, centrifugal, split casing end


suction pump of cast iron body and bronze impeller with
stainless steel shaft, mechanical seal to ensure a minimum
pressure of 3.5 kg/sq.cm.at highest and farthest outlet
conforming to IS 1520.
Suitable HP squirrel cage induction motor, TEFC, synchronous
speed 1450 RPM, suitable for operation on 415 volts, 3 phase
50 Hz. AC with IP 55 protection for enclosure, horizontal foot
mounted type with Class-'F' insulation, conforming to IS- 325.

Contractor No. of Corrections


367
M.S. fabricated Common base plate, coupling, coupling guard,
foundation bolts etc. duly painted as required.
Suitable cement concrete foundation duly plastered with anti
vibration pads.As recommended by OEM or EIC.
Complete complying with relavent standard specification and as
directed by the departmental officer.
2850 LPM at minimum 135 meter head EVR & skybridge
a Set 2.00 SPL Set

2850 LPM at minimum 155 meter head TNHB HQ


b Set 2.00 SPL Set

2850 LPM at minimum 115 meter head TNSCB


c Set 2.00 SPL Set

Supply, installation, testing and commissioning of Diesel Engine


driven main fire pump suitable for automatic/manual operation
473 and consisting of following: complete in all respect as required
as per specifications and as directed by competent authority

Horizontal type, multistage, centrifugal / end suction pump of


cast iron body and bronze impeller with stainless steel shaft,
mechanical seal to ensure a minimum pressure of 3.5
kg/sq.cm.at highest and farthest outlet conforming to IS 1520.

Contractor No. of Corrections


368
Suitable HP, 1500 RPM water cooled with radiator, diesel
engine conforming to relevant BS & IS standard complete with
auto starting mechanism, 12 volts/24 Volts electric starting
equipment, Diesel Tank as per OEM standard with suitatble
M.S. stand , exhaust pipe extended up to 6 m. outside pump
house duly insulated with 75 mm. thick glass wool (density
48kg/cum) with 24 SWG aluminium sheet clading, residential
silencer, instruments and protection as per specification, stop
solenoid for auto stop in the event of fault with audio indications,
painted with posts office red colour including battery, battery
stand, AVM pads, etc. as required.
M.S. fabricated Common base plate, coupling, coupling guard,
foundation bolts etc. duly painted as required
Suitable cement concrete foundation duly plastered with anti
vibration pads.As recommended by OEM or EIC
Stage Panel for Start/Stop Indicators.
Note: The contractor has to provide 01 no. 990 ltr day oil tank
in addition to Diesel Tank as per OEM standard.
Supply, installation, testing & commissioning of Calibrated HSD
buffer/service tank, rectangular MS (IS:226) construction with
990 liters capacity complete with flanged inlet & outlet, overflow,
drain, vent, mechanical level indicator, 450mm dia Access hole
on top with cover, flame arrestor. Tank will be made out of 3mm
MS sheet and will be provided with structural support to keep
tank base at (2000mm) above FFL with access ladder
arrangement, painting etc. complete as required.

Complete complying with relavent standard specification and as


directed by the departmental officer.
2850 LPM at minimum 135 meter head EVR SITE
a Set 1.00 SPL Set

2850 LPM at minimum 155 meter head TNHB HQ SITE


b Set 1.00 SPL Set

2850 LPM at minimum 115 meter head TNSCB SITE


c Set 1.00 SPL Set

Contractor No. of Corrections


369
Supply, Installation, testing and commissioning of electric driven
pressurisation(Jockey) pump suitable for automatic/manual
474 operation and consisting o following: complete in all respect as SPL
required as per specifications and as directed by competent
authority

Contractor No. of Corrections


370
Horizontal type, multistage, centrifugal / end suction pump of
cast iron body and bronze impeller with stainless steel shaft,
mechanical seal to ensure minimum pressure of 3.5 kg/sq.cm at
farthest hydrant conforming to IS : 1520.
Suitable HP Squirrel cage induction motor TEFC type suitable
for operation of 415 volts, 3 phase 50 Hz. AC with IP 55 class of
protection for enclosure, horizontal foot mounted type with Class-
'F' insulation, conforming to IS : 325.

M.S. fabricated Common base plate, coupling, coupling guard,


foundation bolts etc. duly painted as required.
Suitable cement concrete foundation duly plastered with anti
vibration pads.As recommended by OEM or EIC
Complete complying with relavent standard specification and as
directed by the departmental officer.
a Set 2.00 180 LPM at minimum 135 meter head EVR SITE 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

Supply, installation, testing and commissioning of Electric driven


water curtain pump suitable for automatic/manual operation and
475 consisting of following: complete in all respect as required as SPL
per specifications and as directed by competent authority

Horizontal type, multi/single stage, centrifugal, split casing end


suction pump of cast iron body and bronze impeller with
stainless steel shaft, mechanical seal to ensure a minimum
pressure of 3.5 kg/sq.cm.at highest and farthest outlet
conforming to IS 1520.
Suitable HP squirrel cage induction motor, TEFC, synchronous
speed 1450 RPM, suitable for operation on 415 volts, 3 phase
50 Hz. AC with IP 55 protection for enclosure, horizontal foot
mounted type with Class-'F' insulation, conforming to IS- 325.
M.S. fabricated Common base plate, coupling, coupling guard,
foundation bolts etc. duly painted as required.
Suitable cement concrete foundation duly plastered with anti
vibration pads.As recommended by OEM or EIC.
Complete complying with relavent standard specification and as
directed by the departmental officer.

Contractor No. of Corrections


371
a Set 3.00 1620 LPM at minimum 50 meter head a Set

Supplying, installation, testing and commissioning of Fire


Fighting Electrical Control Panel of cubical construction, floor
mounted type fabricated using CRCA sheet, compartmentalised
with hinged lockable door dust and vermin proof, cable alley,
inter connection having switch gears and accessories mounting Annx-VI,
476 Nos. 3.00 and internal wiring, earth terminals, numberings, necessary Item No. - Number
metering protections and indications complete in all respect 350
suitable for operation on 415volt, 3 phase, 50 Hz AC supply with
enclosure protection class IP 54 and mounted with the
followings. (complete in all respect as required as per
specifications and as directed by competent authority).
A. Common Panel in Fire Pump House
(i). Incomer
a. 1 No. 600A TP & N SDFU with HRC fuses
b. 1 set of 600A, 4 bar aluminium bus bar, 415 V, 50 HZ AC
supply
c. 1 No. (0-500A) digital ammeter with selector switch & CTs
d. 1 No. (0-500V) digital voltmeter with selector switch and
control fuses
e. 3 Nos. phase indication lamp LED type with toggle switches
(ii). Outgoing
a. Main Fire Pump
400 A TPN SDFU with HRC fuses with sutable HP fully
automatic starter / delta starter with over load protection, digital
ammeter with built-in selector switch and suitable CTs, current
sensing type single phasing preventer complete with all
accessories and internal wiring required for automatic operation,
selector switch for auto / manual / OFF operation - 3 No.
(ii). Outgoing
a. Water Curtain Pump
160 A TPN SDFU with HRC fuses with sutable HP fully
automatic starter / delta starter with over load protection, digital
ammeter with built-in selector switch and suitable CTs, current
sensing type single phasing preventer complete with all
accessories and internal wiring required for automatic operation,
selector switch for auto / manual / OFF operation - 1 No.

Contractor No. of Corrections


372
b. Jockey Pump
125 A TPN SDFU with HRC fuses with suitable HP fully
automatic starter / delta starter with over load protection, current
sensing type single phasing preventer complete with all
accessories and internal wiring required for automatic
operation, selector switch for auto / manual operation - 2 No.
c. Diesel Engine Control comprising of:
1. Auto / manual selector switch and 3 attempt starting
device, timers and relays as required, push buttons, start /
stop in manual mode.
2. Indication lamp for high / low lubricant oil pressure, high
water temperature and engine ON indication.
3. Battery charger suitable for 12V /24V DC with boost and
tickle selector switch, 0-15V / 0-30V DC volt meter, 0-20A
DC ammeter.
4. All standard relays and accessories for automatic operation
of diesel engine.
5. The above combined panel mounted over MS channel
fabricated frame with cement concrete platform, all other
connection works carried out as per standard methods and
including conveying, fixing and incidental charges, etc.,
complete as per standard specification and as directed by the
Departmental Officers.

Contractor No. of Corrections


373
PUMPS AND STP WORKS
SUBHEAD-I- PUMPS AND EQUIPMENTS
477 Supplying, installing, testing and commissioning single stage, SPL
submersible centrifugal pumps (Non - clog type) of closed coupled
construction with CI body & stainless steel (S.S) impeller with stainless
steel shaft connected to a fully submersible water/oil cooled motor
suitable to operate with 380-415 volts 3 phase 50 cycles AC power supply
with class F insulation and built -in temperature protection, pump
connector unit with rubber diaphragm & bend, vertical discharge pipe,
guide pipe, stainless steel chain/rope, water -proof power cable and level
controller complete in all respects for fixed installation.
complete as per standard specification and as directed by the Competent
Authority.

a Basement Sump Drain Pump (1 Working + 1 Standby) For Drainage

Location - Basement (1 set ( 1 working + 1 Stand By )


Discharge 10 M3/hr
Head 15 m
Set 7 HP/Load 1 (Approx) Set

b UG tank Plant Room Drain Pump (1 Working + 1 Standby) For Drainage

Location - Pump Room (1 set ( 1 working + 1 Stand By )


Discharge 10 M3/hr
Head 10 m
Set - HP/Load 1 (Approx) Set

Contractor No. of Corrections


374
b Supplying, installing, testing and commissioning single stage, SPL
submersible centrifugal pumps (Non - clog type) of closed coupled
construction with CI body & cast iron (C.I) impeller with stainless steel
shaft connected to a fully submersible water/oil cooled motor suitable to
operate with 380-415 volts 3 phase 50 cycles AC power supply with class
F insulation and built -in temperature protection, pump connector unit with
rubber diaphragm & bend, vertical discharge pipe, guide pipe, stainless
steel chain/rope, water -proof power cable and level controller complete in
all respects for fixed installation.
complete as per standard specification and as directed by the Competent
Authority.

Rain water tank Pump (1 Working + 1 Standby) For water transfer


Location - rain water tank (1 set ( 1 working + 1 Stand By )
Discharge 30 M3/hr
Head 15 m
Set 3 HP/Load 2.7 (Approx) 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.

a Domestic Water Treatment Plant Feed Pump ( 1 Set = 1 working + 1


standby) for TNHB HQ Site
Location - Plumbing Plant Room
Capacity 10.82 M3/hr
Head 35 m
Set 1 HP/Load 2.5 (Approx) Set

Contractor No. of Corrections


375
b Domestic Water Transfer pump ( 1 Set = 1 working + 1 standby) for
TNHB HQ Site
Location - Plumbing Plant Room
Capacity 21.64 M3/hr
Head 115 m
Set 1 HP/Load 15 (Approx) Set

c Recycle Water Transfer pump ( 1 Set = 1 working + 1 standby) for


TNHB HQ Site
Location - STP Plant Room
Capacity 17.75 M3/hr
Head 115 m
Set 1 HP/Load 13 (Approx) Set

d Cooling Tower Makeup water Transfer pump ( 1 Set = 1 working + 1


standby) for TNHB HQ Site
Location - STP Plant Room
Capacity 37.5 M3/hr
Head 120 m
Set 1 HP/Load 28 (Approx) Set
e Irrigation water Transfer pump ( 1 Set = 1 working + 1 standby) for
TNHB HQ Site/EVR Site/TNSCB Site
Location - STP Plant Room
Capacity 5 M3/hr
Head 35 m
Set 3 HP/Load 1 (Approx) Set

Contractor No. of Corrections


376

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.

a Domestic Water Treatment Plant Feed Pump ( 1 Set = 1 working + 1


standby) for EVR Site
Location - Plumbing Plant Room
Capacity 9.75 M3/hr
Head 35 m
Set 1 HP/Load 3 (Approx.) Set

b Domestic Water Transfer pump ( 1 Set = 1 working + 1 standby) for


EVR Site
Location - Plumbing Plant Room
Capacity 16.39 M3/hr
Head 100 m
Set 1 HP/Load 10 (Approx.) Set

c Recycle Water Transfer pump ( 1 Set = 1 working + 1 standby) for EVR


Site
Location - STP Plant Room
Capacity 13.5 M3/hr
Head 95 m

Contractor No. of Corrections


377
Set 1 HP/Load 8 (Approx.) Set

d Cooling Tower Makeup water Transfer pump ( 1 Set = 1 working + 1


standby) for EVR Site
Location - STP Plant Room
Capacity 25 M3/hr
Head 95 m
Set 1 HP/Load 15 (Approx.) Set

e Irrigation water Transfer pump ( 1 Set = 1 working + 1 standby) for


EVR Site
Location - STP Plant Room
Capacity 5 M3/hr
Head 35 m
Set - HP/Load 1 (Approx.) Set
480 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.

a Domestic Water Treatment Plant Feed Pump ( 1 Set = 1 working + 1


standby) for TNSCB site

Contractor No. of Corrections


378
Location - Plumbing Plant Room
Capacity 11.74 M3/hr
Head 35 m
Set 1 HP/Load 3 (Approx) Set

b Domestic Water Transfer pump ( 1 Set = 1 working + 1 standby) for


TNSCB site
Location - Plumbing Plant Room
Capacity 23.479 M3/hr
Head 95 m
Set 1 HP/Load 14 (Approx) Set

c Recycle Water Transfer pump ( 1 Set = 1 working + 1 standby) for


TNSCB site
Location - STP Plant Room
Capacity 19.25 M3/hr
Head 95 m
Set 1 HP/Load 11.5 (Approx) Set

d Cooling Tower Makeup water Transfer pump ( 1 Set = 1 working + 1


standby) for TNSCB site
Location - STP Plant Room
Capacity 37.5 M3/hr
Head 95 m
Set 1 HP/Load 22 (Approx) Set

Contractor No. of Corrections


379
e Irrigation water Transfer pump ( 1 Set = 1 working + 1 standby) for
TNSCB site
Location - STP Plant Room
Capacity 5 M3/hr
Head 35 m
Set - HP/Load 1 (Approx) Set
481 MULTIGRADE PRESSURE SAND FILTER: (For Domestic Water) SPL
Location - Plumbing Plant Room
Supply, installation, testing & commissioning of vertical self supporting
multi grade pressure filter (MGF) (Dual media filter) fabricated from MS
sheet as per IS Code, pressure gauges at inlet & outlet, sample cock, air
vent valve with piping, GI face piping distribution pipe with diffuser on top,
CI butterfly valves and all accessories, with initial charge of filter media for
filter, painting inside with food grade epoxy paint and outside with two
coat of red oxide primer and two or more coat of synthetic enamel paint
complete with bypass arrangement including piping and valves (3 Nos.) of
required size.
complete as per standard specification and as directed by the Competent
Authority.TNHB SITE

Capacity/Flow rate : 10.82 M3/hr


Filtration rate/velocity : 18-20 M3/M2/hr
Max. operating pressure : 3.5 kg/Sq.cm
Test pressure : 5.5 kg/Sq.cm
Nos. 1 Suggested diameter : 1000 mm Number

Contractor No. of Corrections


380
a MULTIGRADE PRESSURE SAND FILTER: (For Domestic Water) SPL
Location - Plumbing Plant Room
Supply, installation, testing & commissioning of vertical self supporting
multi grade pressure filter (MGF) (Dual media filter) fabricated from MS
sheet as per IS Code, pressure gauges at inlet & outlet, sample cock, air
vent valve with piping, GI face piping distribution pipe with diffuser on top,
CI butterfly valves and all accessories, with initial charge of filter media for
filter, painting inside with food grade epoxy paint and outside with two
coat of red oxide primer and two or more coat of synthetic enamel paint
complete with bypass arrangement including piping and valves (3 Nos.) of
required size.
complete as per standard specification and as directed by the Competent
Authority. EVR SITE

Capacity/Flow rate : 9.75 M3/hr


Filtration rate/velocity : 18-20 M3/M2/hr
Max. operating pressure : 3.5 kg/Sq.cm
Test pressure : 5.5 kg/Sq.cm
Nos. 1 Suggested diameter : 850 mm Number

Contractor No. of Corrections


381
b MULTIGRADE PRESSURE SAND FILTER: (For Domestic Water) SPL
Location - Plumbing Plant Room
Supply, installation, testing & commissioning of vertical self supporting
multi grade pressure filter (MGF) (Dual media filter) fabricated from MS
sheet as per IS Code, pressure gauges at inlet & outlet, sample cock, air
vent valve with piping, GI face piping distribution pipe with diffuser on top,
CI butterfly valves and all accessories, with initial charge of filter media for
filter, painting inside with food grade epoxy paint and outside with two
coat of red oxide primer and two or more coat of synthetic enamel paint
complete with bypass arrangement including piping and valves (3 Nos.) of
required size.
complete as per standard specification and as directed by the Competent
Authority. TNSCB SITE

Capacity/Flow rate : 11.74 M3/hr


Filtration rate/velocity : 18-20 M3/M2/hr
Max. operating pressure : 3.5 kg/Sq.cm
Test pressure : 5.5 kg/Sq.cm
Nos. 1 Suggested diameter : 1000 mm Number

482 ACTIVATED CARBON FILTER: (For Domestic Water) TNHB HQ SITE SPL

Location - Plumbing Plant Room


Supply, installation, testing & commissioning vertical self supporting
Activated Carbon Filter (ACF) fabricated from M.S. Sheet as per IS Code,
pressure gauge at inlet & outlet, sample cock, GI face piping, C.I.
Butterfly valve and all accessories, air vent valve with piping, with initial
charge of filter media for activated carbon filter, painting inside with epoxy
paint and outside with two coat of synthetic enamel paint complete with
bypass arrangement including piping, CI Valves (3 Nos.) of required size.
complete as per standard specification and as directed by the Competent
Authority.

Contractor No. of Corrections


382
Capacity/Flow rate : 10.82 M3/hr
Filtration rate/velocity : 18-20 M3/M2/hr
Max. operating pressure : 3.5 kg/Sq.cm
Test pressure : 5.5 kg/Sq.cm
Nos. 1 Suggested diameter : 1000 mm Number

a ACTIVATED CARBON FILTER: (For Domestic Water) EVR SITE SPL


Location - Plumbing Plant Room
Supply, installation, testing & commissioning vertical self supporting
Activated Carbon Filter (ACF) fabricated from M.S. Sheet as per IS Code,
pressure gauge at inlet & outlet, sample cock, GI face piping, C.I.
Butterfly valve and all accessories, air vent valve with piping, with initial
charge of filter media for activated carbon filter, painting inside with epoxy
paint and outside with two coat of synthetic enamel paint complete with
bypass arrangement including piping, CI Valves (3 Nos.) of required size.
complete as per standard specification and as directed by the Competent
Authority.

Capacity/Flow rate : 9.75 M3/hr


Filtration rate/velocity : 18-20 M3/M2/hr
Max. operating pressure : 3.5 kg/Sq.cm
Test pressure : 5.5 kg/Sq.cm
Nos. 1 Suggested diameter : 850 mm Number

Contractor No. of Corrections


383
b ACTIVATED CARBON FILTER: (For Domestic Water) TNSCB SITE SPL

Location - Plumbing Plant Room


Supply, installation, testing & commissioning vertical self supporting
Activated Carbon Filter (ACF) fabricated from M.S. Sheet as per IS Code,
pressure gauge at inlet & outlet, sample cock, GI face piping, C.I.
Butterfly valve and all accessories, air vent valve with piping, with initial
charge of filter media for activated carbon filter, painting inside with epoxy
paint and outside with two coat of synthetic enamel paint complete with
bypass arrangement including piping, CI Valves (3 Nos.) of required size.
complete as per standard specification and as directed by the Competent
Authority.

Capacity/Flow rate : 11.74 M3/hr


Filtration rate/velocity : 18-20 M3/M2/hr
Max. operating pressure : 3.5 kg/Sq.cm
Test pressure : 5.5 kg/Sq.cm
Nos. 1 Suggested diameter : 1000 mm Number

Contractor No. of Corrections


384
483 SOFTENER: TNHB HQ SITE & TNSCB SITE SPL
Location - STP Plant Room
Supplying, installing, testing and commissioning of softener of welded
construction fabricated from 6mm thick mild steel plates, as per BS Code,
lined internally with 3mm thick natural rubber (Shore hardness 60O-80
and continuity test with electrical resistance testing to be done. The
vender shall submitted the certificate of having tested the same and
externally with approved paint over 2 coats of red oxide primer top and
botom dished ends of 6 mm thickness with frontal piping (M.S. fabricated
flange pipe work lined internally with rubber similar as for main vessel)
and valves back wash fittings and filter media etc.
complete as per standard specification and as directed by the Competent
Authority.

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.)

Contractor No. of Corrections


385
Output Water Hardness Desired : (< 50 ppm)
Regeneration Period : 8 Hours
Output between Regeneration (OBR) : 44.80 M3
Operating Pressure Maximum : 3.5 Kg/Sq.cm
Test pressure : 5.5 Kg/Sq.cm
Suggested diameter : 1300MM
Ion Exchange Resin - strongly acidic cationic resin Na - forms

b Nos 1 SOFTENER: EVR SITE SPL Number


Location - STP Plant Room
Supplying, installing, testing and commissioning of softener of welded
construction fabricated from 6mm thick mild steel plates, as per BS Code,
lined internally with 3mm thick natural rubber (Shore hardness 60O-80
and continuity test with electrical resistance testing to be done. The
vender shall submitted the certificate of having tested the same and
externally with approved paint over 2 coats of red oxide primer top and
bottom dished ends of 6 mm thickness with frontal piping (M.S. fabricated
flange pipe work lined internally with rubber similar as for main vessel)
and valves back wash fittings and filter media etc.
complete as per standard specification and as directed by the Competent
Authority.

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.

Contractor No. of Corrections


386
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.
Plant Sizes:
Capacity/Flow rate : 12.5m3
Raw Water Inlet Hardness* : 400 ppm (Approx.)
Output Water Hardness Desired : (< 50 ppm)
Regeneration Period : 8 Hours
Output between Regeneration (OBR) : 44.80 M3
Operating Pressure Maximum : 3.5 Kg/Sq.cm
Test pressure : 5.5 Kg/Sq.cm
Suggested diameter : 1000mm
Ion Exchange Resin - strongly acidic cationic resin Na - forms

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.

a Nos. 36 25mm dia (4mm wall thickness) Number

b Nos. 66 50mm dia (4mm wall thickness) Number

c Nos. 6 65mm dia (4mm wall thickness) Number

d Nos. 24 80mm dia (4mm wall thickness) Number

e Nos. 162 100mm dia (4mm wall thickness) Number

f Nos. 39 150mm dia (4mm wall thickness) Number

Contractor No. of Corrections


387
485 Supply, installation, testing & commissioning of Hot dipped galvanised 'Y' SPL
Strainer of following sizes as per specification:
complete as per standard specification and as directed by the Competent
Authority.
a Nos. 12 80 mm dia Number

Contractor No. of Corrections


388
486 Job 9 Supplying, assembly, erection, testing and commissioning of magnetic SPL Job
level sensors and controllers, Chlorinated Polyvinyl Chloride (CPVC)
probe tube, PP actuating float and all other equipment required for the
performance of the system to the satisfaction of the engineer in charge
complete including providing and fixing wiring from control junction box
near the Under Ground tank to probes of required length, interconnection
wiring between level controller and the concerned contactor in the starter
panel as required. Level of all tanks (Under Ground and overhead tank)
will be included in this item. The level controller will perform the following
functions
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

To start the pumps in a cyclic order.


The system shall be complete to ensure automatic quotation of pump in
accordance to water level in respective tanks.
complete as per standard specification and as directed by the Competent
Authority.
fire tank, domestic and portable water tank

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.

fire tank, domestic and portable water tank


488 Nos. 17 Providing, fixing, testing & commissioning of 100 mm dia Burden type, SPL Number
Stainless Steel dial type pressure gauge including brass isolation valve
and pipe having calibration of 0-16 Kg/cm2.
complete as per standard specification and as directed by the Competent
Authority.
as per monoblock pumps

Contractor No. of Corrections


389
SEWAGE TREATMENT PLANT
489 Supply, installation, Testing and commissioning of Sewage Treatment SPL
Plant based on attached growth technology using the 'Moving Aerated Bio-
media Reactor' (MBBR) process complete mechanical and electrical
Items with stand by pumps as mentioned below for STP. All crIteria
should meet relavent norms and codes of Pollution Control Board,
complete as per standard specification and as directed by the Competent
Authority. TNHB HQ
PLANT DESIGN CRITERIA:-
 P la nt Ca pa city : 198 KLD
 O pe ra tion Hours : 20 Hrs
 Flow Ra te pe r ba tch : 7.5 M3 / Hr
Raw water characteristics
ph. 7.0 – 8.5.
BOD 350 ppm
COD 600 ppm
TSS 300 ppm
TDS <1500 ppm
Oil & Grease 10 ppm
TREATED WATER QUALITY
ph. 5.5 – 9.0
BOD < 20 ppm
COD < 250 ppm
TSS < 100 ppm
Oil & Grease <10 ppm

Electro Mechanical Work


Bar Screen- 2 nos
Level Switch- 1 set

Contractor No. of Corrections


390
Sewage lifting pump- 2 nos
Plant Room Sump Pump- 2 nos
Air Blower- 2 nos
Air dispersion system
Fine bubble diffuser- 1 lot
Corse bubble diffuser- 1 lot
Air piping- 1 lot
Sludge recirculation pump- 2 nos
Filter press (Manual)- 2 nos
Screw pump- 2 nos
MBBR media- 1 lot
Tube settler media- 1 lot
Filter feed pump- 2 nos
Multigrade Filter- 1 no
Activated carbon filter- 1 no
Pressure guage- 1 lot
Dosing pump- 1 no
Piping & Fitting- 1 lot
Electrical control panel- 1 no
Electro Magnetic Flow Meter- 1 no
Cable & Cable tray- 1 no
Ulta violet (UV) System- 1 no
a Job 1 198 KLD for TNHB HQ Job

Contractor No. of Corrections


391
Supply, installation, Testing and commissioning of Sewage Treatment SPL
Plant based on attached growth technology using the 'Moving Aerated Bio-
media Reactor' (MBBR) process complete mechanical and electrical
Items with stand by pumps as mentioned below for STP.
All criteria should meet relevant norms and codes of Pollution Control
Board.
complete as per standard specification and as directed by the Competent
Authority.EVR SITE
PLANT DESIGN CRITERIA:-
 P la nt Ca pa city : 150 KLD
 O pe ra tion Hours : 20 Hrs
 Flow Ra te pe r ba tch : 7.5 M3 / Hr
Raw water characteristics
ph. 7.0 – 8.5.
BOD 350 ppm
COD 600 ppm
TSS 300 ppm
TDS <1500 ppm
Oil & Grease 10 ppm
TREATED WATER QUALITY
ph. 5.5 – 9.0
BOD < 20 ppm
COD < 250 ppm
TSS < 100 ppm
Oil & Grease <10 ppm

Electro Mechanical Work


Bar Screen- 2 nos
Level Switch- 1 set
Sewage lifting pump- 2 nos
Plant Room Sump Pump- 2 nos
Air Blower- 2 nos
Air dispersion system
Fine bubble diffuser- 1 lot
Corse bubble diffuser- 1 lot
Air piping- 1 lot

Contractor No. of Corrections


392
Sludge recirculation pump- 2 nos
Filter press (Manual)- 2 nos
Screw pump- 2 nos
MBBR media- 1 lot
Tube settler media- 1 lot
Filter feed pump- 2 nos
Multigrade Filter- 1 no
Activated carbon filter- 1 no
Pressure gauge- 1 lot
Dosing pump- 1 no
Piping & Fitting- 1 lot
Electrical control panel- 1 no
Electro Magnetic Flow Meter- 1 no
Cable & Cable tray- 1 no
Ultra violet (UV) System- 1 no
b Job 1 150 KLD for EVR Block Job
Supply, installation, Testing and commissioning of Sewage Treatment SPL
Plant based on attached growth technology using the 'Moving Aerated Bio-
media Reactor' (MBBR) process complete mechanical and electrical
Items with stand by pumps as mentioned below for STP.
complete as per standard specification and as directed by the Competent
Authority. TNSCB SITE
PLANT DESIGN CRITERIA:-
 P la nt Ca pa city : 215 KLD
 O pe ra tion Hours : 20 Hrs
 Flow Ra te pe r ba tch : 7.5 M3 / Hr
Raw water characteristics
ph. 7.0 – 8.5.
BOD 350 ppm
COD 600 ppm
TSS 300 ppm
TDS <1500 ppm
Oil & Grease 10 ppm
TREATED WATER QUALITY
ph. 5.5 – 9.0
BOD < 20 ppm
COD < 250 ppm
TSS < 100 ppm
Oil & Grease <10 ppm

Contractor No. of Corrections


393
Electro Mechanical Work
Bar Screen- 2 nos
Level Switch- 1 set
Sewage lifting pump- 2 nos
Plant Room Sump Pump- 2 nos
Air Blower- 2 nos
Air dispersion system
Fine bubble diffuser- 1 lot
Corse bubble diffuser- 1 lot
Air piping- 1 lot
Sludge recirculation pump- 2 nos
Filter press (Manual)- 2 nos
Screw pump- 2 nos
MBBR media- 1 lot
Tube settler media- 1 lot
Filter feed pump- 2 nos
Multigrade Filter- 1 no
Activated carbon filter- 1 no
Pressure guage- 1 lot
Dosing pump- 1 no
Piping & Fitting- 1 lot
Electrical control panel- 1 no
Electro Magnetic Flow Meter- 1 no
Cable & Cable tray- 1 no
Ulta violet (UV) System- 1 no
c Job 1 215 KLD for TNSCB Job

Contractor No. of Corrections


394
HVAC WORKS
490 WATER COOLED CHILLERS SPL
MAGNETIC/ OIL FREE LEVITATION CHILLERS WITH VFD
Supply, Installation, Testing & Commissioning of AHRI certified water
cooled chiller package with unit mounted/free standing VFD with NEMA-
1/IP-54 protection, comprising of multiple compressor ( as per OEM
standards) Magnetic/ Oil Free, Noiseless Levitation Compressors,
insulated shell and tube type plain tube chiller as well as shell & tube
type integrally finned condenser. The chiller package shall also be
complete with vibration isolation mountings, copper refrigerant piping,
full refrigerant charge, system control wiring and accessories as
required. The chiller package shall be installed on a fabricated mild steel
base frame assembled to form a compact assembly.

The chiller package shall also be complete with microprocessor based


control panel comprising of all adaptive controls, indication lights, VFD
starter, over load and under load protection, TPN isolator for termination
of incoming power cable, necessary control wiring, disconnect switch,
mechanical couplings at in and out of both heat exchangers, DP
switches for both heat exchangers & vibration isolation arrangement all
complete as per the specifications including Clearance of the chillers at
nearest Port, Insurance Cover, Transportation to site at CHENNAI.
Handling of chillers, lifting & shifting of chillers upto foundation within
plant room at Terrace, positioning on foundation, Testing and
Commissioning and Affecting chilled water, condenser water
connections and cable termination (inclusive of box containing Aluminum
to Copper adopter, busbar and flexible copper links as required) by
vendor in co-ordination with the chiller manufacturer.
The motor shall be suitable for operation on 415 ± 10% volts, 50 Hz, 3
Phase, AC power supply. The chiller package shall be BMS compatible.
The water cooled screw chillers shall meet the following design
parameters:
Note:- Chillers will be with the Feature of Magnetic/ Oil free chiller,
Noiseless compressor with all Refrigerants ODP= Zero and GWP Not
more than 2300.
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.
1. Bidders shall ensure availability of spare parts for chillers for a
minimum period of Ten years.

Contractor No. of Corrections


395
HVAC WORKS
2. Computerized selection sheets at AHRI & Design conditions to
be submitted along with quotes to validate above stated
performance parameters.
3. Unit Mounted VFD shall be preffered over Free Standing VFD. In
the event that the OEM offers Free Standing VFD, then the cost of
control cabling, power cabling, cable trays etc. and necessary
integration between VFD and Chiller shall be included in cost;
moreover, OEM shall own up complete responsibilty of proper
O&M and proper modulation of VFD based on changing operating
parameters.

350 TR Chiller:(TNHB) as per above spces and following


a SPL
requirements.
a. Chilled Water Leaving Temperature : 44 F (6.6 C)

b. Chilled Water Entering Temperature : 54 F (12.2 C)

c. Chiller Fouling Factor : 0.0005 sft.hr.F/BTU

d. Evaporator Pressure Drop : 8M

e. Condenser Water Entering Temperature : 89 F (31.6 C)

f. Condenser Water Leaving Temperature : 99 F (37.22 C)

g. Condenser Fouling Factor : 0.0005 sft.hr.F/BTU

h. Condenser Pressure Drop : 6M

i. Type of Refrigerant : R-134a or A1 Refrigerant with


ODP=0 and GWP = 2300
Maximum

j. Certification : AHRI

k. Maximum Permissible IKW/TR : 0.62


(Full Load Duty Conditions)

l. Minimum COP : 6.4 or Above

Contractor No. of Corrections


396
HVAC WORKS
(AHRI Conditions)

m. Minimum NPLV : 0.34


(Duty Conditions)

n. Minimum IPLV : 0.32


(AHRI Conditions)

o. Chiller Minimum Pressure Rating : 150 PSIG

p. Condenser Minimum Pressure Rating : 150 PSIG

Nos. 3 Water cooled chillers as described above. Number

325 TR Chiller: (EVR) as per above spces and following


491 SPL
requirements.

a. Chilled Water Leaving Temperature : 44 F (6.6 C)

b. Chilled Water Entering Temperature : 54 F (12.2 C)

c. Chiller Fouling Factor : 0.0005 sft.hr.F/BTU

d. Evaporator Pressure Drop : 8M

e. Condenser Water Entering Temperature : 89 F (31.6 C)

f. Condenser Water Leaving Temperature : 99 F (36.8 C)

g. Condenser Fouling Factor : 0.001 sft.hr.F/BTU

h. Condenser Pressure Drop : 6M

i. Type of Refrigerant : R-134a or A1 Refrigerant with


ODP=0 and GWP = 2300
Maximum

j. Certification : AHRI

k. Maximum Permissible IKW/TR : 0.62

Contractor No. of Corrections


397
HVAC WORKS
(Full Load Duty Conditions)

l. Minimum COP : 6.4 or Above


(AHRI Conditions)

m. Minimum NPLV : 0.34


(Duty Conditions)

n. Minimum IPLV : 0.32


(AHRI Conditions)

o. Chiller Minimum Pressure Rating : 150 PSIG

p. Condenser Minimum Pressure Rating : 150 PSIG

Nos. 3 Water cooled chillers as described above. Number

425 TR Chiller: (TNSCB) as per above spces and following


492 SPL
requirements.

a. Chilled Water Leaving Temperature : 44 F (6.6 C)

b. Chilled Water Entering Temperature : 54 F (12.2 C)

c. Chiller Fouling Factor : 0.0005 sft.hr.F/BTU

d. Evaporator Pressure Drop : 8M

e. Condenser Water Entering Temperature : 89 F (31.6 C)

f. Condenser Water Leaving Temperature : 99 F (36.8 C)

g. Condenser Fouling Factor : 0.001 sft.hr.F/BTU

h. Condenser Pressure Drop : 6M

i. Type of Refrigerant : R-134a or A1 Refrigerant with


ODP=0 and GWP = 2300
Maximum

j. Certification : AHRI

Contractor No. of Corrections


398
HVAC WORKS

k. Maximum Permissible IKW/TR : 0.62


(Full Load Duty Conditions)

l. Minimum COP : 6.4 or Above


(AHRI Conditions)

m. Minimum NPLV : 0.34


(Duty Conditions)

n. Minimum IPLV : 0.32


(AHRI Conditions)

o. Chiller Minimum Pressure Rating : 150 PSIG

p. Condenser Minimum Pressure Rating : 150 PSIG

Nos. 3 Water cooled chillers as described above. Number

(Chilled water, Condenser water connections and cable termination


at each chiller package shall be carried out by the contractor in
co-ordination with the chiller manufacturer)

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.

Contractor No. of Corrections


399
HVAC WORKS
3. Unit Mounted VFD shall be preffered over Free Standing VFD. In
the event that the OEM offers Free Standing VFD, then the cost of
control cabling, power cabling, cable trays etc. and necessary
integration between VFD and Chiller shall be included in cost;
moreover, OEM shall own up complete responsibilty of proper
O&M and proper modulation of VFD based on changing operating
parameters.

CONDENSER WATER PUMPS

Supply, Installation, Testing and Commissioning Axial Split Coupled


Vertical Inline centrifugal pump sets factory assembled and tested for
rated efficiency complete with IE-03, TEFC squirrel cage induction motor
with class 'F' insulation, epoxy painted, coupling guard, mechanical
494 seals, vibration isolation arrangement etc. for recirculation of condenser SPL
water for the central air conditioning system as per the specifications.
The pumps shall be suitable for operation on 415±10% Volts, 50 Hz, 3
Phase AC power supply. Pumps shall conform to PN-16 rating. The
pump characteristics shall be as follows:
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.
a CONDENSER WATER PUMPS - TNHB SPL
Condenser Water Flow Rate : 1050 USGPM
(3974 LPM)
Head : 26 M
Maximum Permissible Speed : 1450 RPM
Motor Rating : 25 HP
Nos. 3 End suction pumps as described above including one standby. Number

CONDENSER WATER PUMPS - EVR SPL


Condenser Water Flow Rate : 975 USGPM
Head : 26 M
b
Maximum Permissible Speed : 1450 RPM
Motor Rating : 25 HP
Nos. 3 End suction pumps as described above including one standby. Number

CONDENSER WATER PUMPS - TNSCB SPL


Condenser Water Flow Rate : 1350 USGPM
Head : 26 M
c
Maximum Permissible Speed : 1450 RPM

Contractor No. of Corrections


400
HVAC WORKS
Motor Rating : 40 HP
Nos. 3 End suction pumps as described above including one standby. Number

PRIMARY CHILLED WATER PUMPS

Supply, Installation, Testing and Commissioning of Axial Split Coupled


Vertical Inline centrifugal pump sets factory assembled and tested for
rated efficiency complete with IE-03, TEFC squirrel cage induction motor
with class 'F' insulation, epoxy painted, coupling guard, mechanical
seals, vibration isolation arrangement etc. for recirculation of chilled
495 water for the central air conditioning system as per the specifications. SPL
The pumps shall be suitable for operation on 415±10% Volts, 50 Hz, 3
Phase AC power supply. Quoted price shall be inclusive of pumps
insulation as per the specifications. Pumps shall conform to PN-16
rating. The pump characteristics shall be as follows
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.
PRIMARY CHILLED WATER PUMPS - TNHB SPL
Chilled Water Flow Rate : 840 USGPM (3179 LPM)
Head : 15 M
a
Maximum Permissible Speed : 1450 RPM
Motor Rating : 15HP
Nos. 3 End suction pumps as described above including one standby. Number

PRIMARY CHILLED WATER PUMPS - EVR SPL


Chilled Water Flow Rate : 780 USGPM
Head : 15 M
b
Maximum Permissible Speed : 1460 RPM
Motor Rating : 12.5 HP
Nos. 3 End suction pumps as described above including one standby. Number

PRIMARY CHILLED WATER PUMPS - TNSCB SPL


Chilled Water Flow Rate : 1080 USGPM
Head : 15 M
c
Maximum Permissible Speed : 1450 RPM
Motor Rating :20 HP
Nos. 3 End suction pumps as described above including one standby. Number

VARIABLE SPEED PUMPING SYSTEM (VSPS)

Contractor No. of Corrections


401
HVAC WORKS
Supply, Installation, Testing and Commissioning of variable speed
pumping system comprising of following accessories and as per the
specifications. The system shall be complete in all respects including
electrical components suitable for pump motor. Each pump shall have
motor mounted and factory integrated IP55 Variable Frequency Drive
496 SPL
(VFD) for sensorless/wireless control, and pump motor shall be VFD
Duty Compatible. Variable Frequency Drive should display amps, volts,
frequency, dynamic flow and head of working pumps. The entire system
along with secondary CHW pumps shall be supplied through a single
vendor.
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.

a VARIABLE SPEED PUMPING SYSTEM (VSPS) - TNHB SPL


Variable Frequency Drive (VFD) : 4 Nos.

Dedicated Microprocessor based Pump Controller : 1 No.

Differential Pressure Sensors/ Transmitters : 4 Nos.

Software duly downloaded in Pump Controller : 1 Set

VSPS shall be BMS compatible and interfacing amongst all components


and compatibility of I/O signals shall be provided : 1 Set

Supply, Installation, Testing and Commissioning of end suction type


centrifugal pump sets factory assembled and tested for rated efficiency
complete with IE-03, TEFC squirrel cage induction motor with class 'F'
insulation, epoxy painted common base frame, flexible coupling,
coupling guard, mechanical seals, vibration isolation arrangement etc.
for recirculation of chilled water for the central air conditioning system as
per the specifications. The pumps shall be suitable for operation on
415±10% Volts, 50 Hz, 3 Phase AC power supply. Quoted price shall be
inclusive of pumps insulation as per the specifications. Pumps shall
conform to PN-16 rating. The pump characteristics shall be as follows:

Chilled Water Flow Rate : 840 USGPM


(3179 LPM)
Head : 28 M

Contractor No. of Corrections


402
HVAC WORKS
Maximum Permissible Speed : 1460 RPM
Motor Rating : 25 HP

End suction pumps as described above including one standby : 3 Nos.

Quoted price shall be inclusive of communication wiring and MS


conduits between pump controller in plant room and vendor certified
location of pressure sensors as per specifications.

Set 1 Variable Speed Pumping System as described above. SPL Set

b VARIABLE SPEED PUMPING SYSTEM (VSPS) - EVR SPL


Variable Frequency Drive (VFD) : 3 Nos.

Dedicated Microprocessor based Pump Controller : 1 No.

Differential Pressure Sensors/ Transmitters : 3 Nos.

Software duly downloaded in Pump Controller : 1 Set

VSPS shall be BMS compatible and interfacing amongst all components


and compatibility of I/O signals shall be provided : 1 Set

Supply, Installation, Testing and Commissioning of Axial Split Coupled


Vertical Inline centrifugal pump sets factory assembled and tested for
rated efficiency complete with IE-03, TEFC squirrel cage induction motor
with class 'F' insulation, epoxy painted common, coupling guard,
mechanical seals, vibration isolation arrangement etc. for recirculation of
chilled water for the central air conditioning system as per the
specifications. The pumps shall be suitable for operation on 415±10%
Volts, 50 Hz, 3 Phase AC power supply. Quoted price shall be inclusive
of pumps insulation as per the specifications. Pumps shall conform to
PN-16 rating. The pump characteristics shall be as follows:

Chilled Water Flow Rate : 780 USGPM


Head : 28 M
Maximum Permissible Speed : 1460 RPM
Motor Rating : 25 HP

End suction pumps as described above including one standby : 3 Nos.

Contractor No. of Corrections


403
HVAC WORKS
Quoted price shall be inclusive of communication wiring and MS
conduits between pump controller in plant room and vendor certified
location of pressure sensors as per specifications.

Set 1 Variable Speed Pumping System as described above. SPL Set

c VARIABLE SPEED PUMPING SYSTEM (VSPS) - TNSCB SPL


Variable Frequency Drive (VFD) : 3 Nos.

Dedicated Microprocessor based Pump Controller : 1 No.

Differential Pressure Sensors/ Transmitters : 3 Nos.

Software duly downloaded in Pump Controller : 1 Set

VSPS shall be BMS compatible and interfacing amongst all components


and compatibility of I/O signals shall be provided : 1 Set

Supply, Installation, Testing and Commissioning of end suction type


centrifugal pump sets factory assembled and tested for rated efficiency
complete with IE-03, TEFC squirrel cage induction motor with class 'F'
insulation, epoxy painted common base frame, flexible coupling,
coupling guard, mechanical seals, vibration isolation arrangement etc.
for recirculation of chilled water for the central air conditioning system as
per the specifications. The pumps shall be suitable for operation on
415±10% Volts, 50 Hz, 3 Phase AC power supply. Quoted price shall be
inclusive of pumps insulation as per the specifications. Pumps shall
conform to PN-16 rating. The pump characteristics shall be as follows:

Chilled Water Flow Rate : 1080 USGPM


Head : 28 M
Maximum Permissible Speed : 1460 RPM
Motor Rating : 40 HP

End suction pumps as described above including one standby : 3 Nos.

Contractor No. of Corrections


404
HVAC WORKS
Quoted price shall be inclusive of communication wiring and MS
conduits between pump controller in plant room and vendor certified
location of pressure sensors as per specifications.

Set 1 Variable Speed Pumping System as described above. SPL Set

INDUCED DRAUGHT COOLING TOWERS


CTI CERTIFIED COOLING TOWERS WITH VFD

Supply, Installation, Testing and Commissioning of CTI Certified FRP


type induced draft cooling towers with sump and steel ladder
complete with IE-03 TEAO squirrel cage high efficiency induction motor,
suitable for outdoor installation with necessary protection and uPVC fills
as per the specifications. The tower supporting structure shall be made
out of hot dipped galvanized frame. All hardware shall be electroplated
and all pipe connections shall be hot dip galvanized. The cooling tower
shall be suitable for Centrifugal Chiller with sound level less then 80-85
497 DB at 1.5 mts. The cooling tower fan shall be suitable for operation on SPL
415±10% Volts, 50 Hz, 3 Phase AC power supply.and including with
VFD drive of suitabe capacity and bypass arrangement with the help of
starter, Heat rejection should be minimum 4875,000 BTUs/hr. Cooling
Towers shall be equiped with makeup water meters, conductivity
controllers , overflow alarms and efficient drift eliminators. Cooling Tower
shall meet following duty conditions but shall not be restricted to these
alone:

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.

a CTI CERTIFIED COOLING TOWERS WITH VFD- TNHB SPL


Maximum Wet Bulb Temperature : 82 F (27.7 C)

Cooling Tower Entering Water Temperature : 99 F (37.22 C)

Cooling Tower Leaving Water Temperature : 89 F (31.6 C)

Water Flow Rate : 1050 USGPM (3974 LPM)

Maximum Fan Speed : 720 RPM

Contractor No. of Corrections


405
HVAC WORKS
Minimum Motor Efficiency : 90%

Nos. Induced Draught Cooling Towers as described above including one Number
3 SPL
standby.

b CTI CERTIFIED COOLING TOWERS WITH VFD- EVR SPL


Maximum Wet Bulb Temperature : 82 F (27.7 C)

Cooling Tower Entering Water Temperature : 99 F (37.22 C)

Cooling Tower Leaving Water Temperature : 89 F (31.6 C)

Water Flow Rate : 975 USGPM

Maximum Fan Speed : 720 RPM

Minimum Motor Efficiency : 90%

Nos. Induced Draught Cooling Towers as described above including one Number
3 SPL
standby.

c CTI CERTIFIED COOLING TOWERS WITH VFD- TNSCB SPL


Maximum Wet Bulb Temperature : 82 F (27.7 C)

Cooling Tower Entering Water Temperature : 99 F (37.22 C)

Cooling Tower Leaving Water Temperature : 89 F (31.6 C)

Water Flow Rate : 1350 USGPM

Maximum Fan Speed : 720 RPM

Minimum Motor Efficiency : 90%

Nos. Induced Draught Cooling Towers as described above including one Number
3 SPL
standby.

PRESSURIZING UNIT WITH BUILTIN DEAERATOR

Contractor No. of Corrections


406
HVAC WORKS
Supply, installation, testing & commissioning of pressurization
system comprising pressureless expansion tank, pessurization
pump, controls, pipings & fittings and contrlloer, skid mounted
system. System pressure shall be regulated within ± 0.2 bar (2.9
psi) of the set pressure. Expansion pressurization and deaeration
498 of the system to be provided by an integrated pump with SPL
pressureless expansion tank(s).
The whole system duly tested from factory conforming to
international standards PED-97/23/EC, IEE, EMC-2004/108/EC,
Machinery Directive 95/16/EC.

The system shall consist of minimum following components & features:


a) Pressurization Unit complete with Pumps, Solinoid Valve, Flow
regulator valve, Safety relief valve, Pressure sensor, Pipe fittings
complete with Controller & display.
b)Pressureless Expansion Tank complete with high quality butyl
rubber bladder, weight sensor, rupture sensor, coalescing pall rings for
active de-aeration, adustable feet for height adjustment.
c) Flexible Connection: shall Include a deaeration sensor for signaling
the controller to continue/stop the active deaeration.
d) Backflow Preventer complete with water meter, ball valve and non-
return valve, strainer and shut-off valve according to DIN 1988 and DIN
EN 1717.
e) Controller with IP 54 rating, display unit showing system content,
system pressure and status of the main operating components in
realtime. top up function, flood limitor/shut down function in event of
serious leak.
In case of any fault controller shall display the fault code and generate
the alarm.
Pressurization unit pressure-less expansion tank with built-in de-aerator
shall be European origin and sourced from single manufacturer.
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.
Nos. 3 i. 1000 Litres, Static Head = 80 M Number

AIR HANDLING UNITS (AHUs) & TREATED FRESH AIR UNITS


(TFAUs)
CEILING SUSPENDED AHUs

Contractor No. of Corrections


407
HVAC WORKS
Supply, Installation, Testing & Commissioning of Factory assembled/
modular Double Skin chilled water floor mounted type Air Handling Units
(AHUs) complete with double skin (25mm) insulated with CFC free
polyurethane foam (PUF) panels of 42 Kg/cum density sandwitched
between 0.8 mm thick GS Sheets. Outer skin shall be precoated G.I.
sheet. The control wiring and power wiring shall be in the scope of OEM
AHU manufactuer and to be carried out at facory with terminations to
Marshalling box.
The AHU shall be supplied with AHU blower fans with wall mounted EC
Plug Fan/s complete with BLDC motor & controller, fan wheel rotor
mounted, potentiometer for speed control. The fan shall be suitable for
BMS connectivity. The Single or multiple fans shall be considered
depending upon the capacity of the AHUs (as mentioned below). AHU
manufacturer should supply cover plate for Fans in sufficient quantity for
maintanance purpuse. EC fan incoming supply to be terminated with
MCB/ MCCB and shall be included in the power terminal box for
electrical connection of EC fans and should be facotry fitted on the
AHUs. Potentio-meter shall be provided in the marshalling box for
manual operation of EC fans. Relay for AUTO/MANUAL operation
should be a part of Marshalling box supplied by the AHU manufacturer.
The air handling units shall be complete with 50mm thick washable
panel type pre-filter (MERV-8) section, coil section with multirows deep
chilled water cooling coil of copper tube & aluminium fin construction,
copper header with "Copper to MS" adopter, thermostat, insulated SS
drain pan constructed out of 18 gauge stainless steel, 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.

Contractor No. of Corrections


408
HVAC WORKS
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
499 meets the following safety and environmental criteria with reference to SPL
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.

The AHU shall be supplied with Ultra Violet Germicidal Irradiations


(UVGI) System for maintaining Indoor Air Quality, Heat transfer
efficiency and pathogens destruction - Viruses, Bacterias, Fungi, mold.
The lamp life should not be less than 18000 hrs, ballasts shall be
electronic type and have life time warranty. The system shall be applied
downstream of cooling coil. The UVC dose at the extreme edges of the
coil shall not be less than 1225 µW/cm2 and end of life intensity on the
coil face shall exceed 750 µW/cm2 at the end of the 18000 hours of
operation period. Software selection for the UVGI should be provided
based on Coil height and width.
Emitter tube shall be of the high output, hot cathode, T5 (15mm)
diameter, and medium bi- pin type. They shall produce 95% of their
energy at 254 nm and be capable of producing the specified output at
airflow velocities common to HVAC systems and at temperatures of 1º -
70 º C. UVC Emitters shall produce no ozone or other secondary
contamination.
UVGI shall comply with UL Standard 1995, 153, 1598 as applicable to
usage of UVC Emitters in HVAC Equipment; Fixtures must be
manufactured in an ISO 9001:2015 and ISO 14001:2015 registered
facility. 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. AHUs shall be selected for a
maximum face velocity of 500 FPM (2.5 MPS) and as per Schedule of
Air Handling Units drawn under AHUs Schedule. Fan outlet velocity
shall not exceed 1800 FPM (9.1 MPS).
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.

Contractor No. of Corrections


409
HVAC WORKS
AHU Capacity SP No. of Motor Area
Being Fed
No. (Cfm) (mm WG) Rows Rating (HP)

CEILING SUSPENDED AHUs- TNHB


Nos. AHU 2400 38 4 2 Lift Lobby ( Number
a 2 SPL
Basement 1 & 2)
Nos. AHU 2000 38 4 3 Lift Lobby & Number
b 20 SPL
Corr. (1st to 20th Floor)

CEILING SUSPENDED AHUs- EVR


Nos. AHU 2250 38 4 3 Lift Lobby & Number
c 15 SPL
Corr. (1st to 20th Floor)
Nos. AHU 2200 38 4 2 Lift Lobby ( Number
d 2 SPL
Basement 1 & 2)
Nos. AHU 2350 38 4 2 Lift Lobby ( Number
e 1 SPL
Basement 1 & 2)

CEILING SUSPENDED AHUs- TNSCB


Nos. AHU 2700 38 4 3 Lift Lobby & Number
f 15 SPL
Corr. (1st to 14th Floor)

FLOOR MOUNTED AHUs

Supply, Installation, Testing & Commissioning of Factory assembled/


modular Double Skin chilled water floor mounted type Air Handling Units
(AHUs) complete with double skin (25mm) insulated with CFC free
polyurethane foam (PUF) panels of 42 Kg/cum density sandwitched
500 SPL
between 0.8 mm thick GS Sheets. Outer skin shall be precoated G.I.
sheet. The control wiring and power wiring shall be in the scope of OEM
AHU manufactuer and to be carried out at facory with terminations to
Marshalling box.

Contractor No. of Corrections


410
HVAC WORKS
The AHU shall be supplied with AHU blower fans with wall mounted EC
Plug Fan/s complete with BLDC motor & controller, fan wheel rotor
mounted, potentiometer for speed control. The fan shall be suitable for
BMS connectivity. The Single or multiple fans shall be considered
depending upon the capacity of the AHUs (as mentioned below). AHU
manufacturer should supply cover plate for Fans in sufficient quantity for
maintanance purpuse. EC fan incoming supply to be terminated with
MCB/ MCCB and shall be included in the power terminal box for
electrical connection of EC fans and should be facotry fitted on the
AHUs. Potentio-meter shall be provided in the marshalling box for
manual operation of EC fans. Relay for AUTO/MANUAL operation
should be a part of Marshalling box supplied by the AHU manufacturer.
The air handling units shall be complete with 50mm thick washable
panel type pre-filter (MERV-8) section, coil section with multirows deep
chilled water cooling coil of copper tube & aluminium fin construction,
copper header with "Copper to MS" adopter, thermostat, insulated SS
drain pan constructed out of 18 gauge stainless steel, 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.

Contractor No. of Corrections


411
HVAC WORKS
The AHU shall be supplied with Ultra Violet Germicidal Irradiations
(UVGI) System for maintaining Indoor Air Quality, Heat transfer
efficiency and pathogens destruction - Viruses, Bacterias, Fungi, mold.
The lamp life should not be less than 18000 hrs, ballasts shall be
electronic type and have life time warranty. The system shall be applied
downstream of cooling coil. The UVC dose at the extreme edges of the
coil shall not be less than 1225 µW/cm2 and end of life intensity on the
coil face shall exceed 750 µW/cm2 at the end of the 18000 hours of
operation period. Software selection for the UVGI should be provided
based on Coil height and width.
Emitter tube shall be of the high output, hot cathode, T5 (15mm)
diameter, and medium bi- pin type. They shall produce 95% of their
energy at 254 nm and be capable of producing the specified output at
airflow velocities common to HVAC systems and at temperatures of 1º -
70 º C. UVC Emitters shall produce no ozone or other secondary
contamination.
UVGI shall comply with UL Standard 1995, 153, 1598 as applicable to
usage of UVC Emitters in HVAC Equipment; Fixtures must be
manufactured in an ISO 9001:2015 and ISO 14001:2015 registered
facility. 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. AHUs shall be selected for a
maximum face velocity of 500 FPM (2.5 MPS) and as per Schedule of
Air Handling Units drawn under AHUs Schedule. Fan outlet velocity
shall not exceed 2000 FPM (10.2 MPS).

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.
AHU Capacity SP No. of Motor Type
Area being fed
No. (Cfm) (mm WG) Rows Rating (HP)

FLOOR MOUNTED AHUs (TNHB)


a Nos. AHU 11000 55 4 10 Vertical Number
1 SPL
Entrance Lobby
b Nos. AHU 14700 55 4 10 Vertical Number
1 SPL
Entrance Lobby

FLOOR MOUNTED AHUs (EVR)

Contractor No. of Corrections


412
HVAC WORKS
Nos. AHU 11000 55 4 10 Vertical Number
c 1 SPL
Entrance Lobby
Nos. AHU 14700 55 4 10 Vertical Number
d 1 SPL
Entrance Lobby

FLOOR MOUNTED AHUs (TNSCB)


Nos. AHU 11500 55 4 7.5 Vertical Number
e 1 SPL
Entrance Lobby

CENTRALIZED FLOOR MOUNTED FRESH AIR TREATMENT UNIT


WITH ERW (FATU)
Supply, Installation, Testing & Commissioning of Factory assembled/
modular Double Skin chilled water floor mounted type Air Handling Units
(AHUs) complete with double skin (46+3mm) insulated with CFC free
polyurethane foam (PUF) panels of 42 Kg/cum density sandwitched
between 0.8 mm thick GS Sheets & thermal break profile with canopy for
outdoor installation. Outer skin shall be precoated G.I. sheet. The control
wiring and power wiring shall be in the scope of OEM AHU manufactuer
501 SPL
and to be carried out at facory with terminations to Marshalling box. The
unit shall be provided mixing box having access doors/ panels for fresh
air duct termination as per "Approved for Construction" - Shop Drawings.
The fresh air treatment unit/s shall comprise of supply air segment
(lower tier) and an extract air segment (upper tier), in double decker
construction.

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.

Contractor No. of Corrections


413
HVAC WORKS
The FATU shall be supplied with blower fans with wall mounted EC Plug
Fan/s complete with BLDC motor & controller, fan wheel rotor mounted,
potentiometer for speed control. The fan shall be suitable for BMS
connectivity. The Single or multiple fans shall be considered depending
upon the capacity of the AHUs (as mentioned below). FATU
manufacturer should supply cover plate for Fans in sufficient quantity for
maintanance purpuse. EC fan incoming supply to be terminated with
MCB/ MCCB and shall be included in the power terminal box for
electrical connection of EC fans and should be facotry fitted on the
AHUs. Potentio-meter shall be provided in the marshalling box for
manual operation of EC fans. Relay for AUTO/MANUAL operation
should be a part of Marshalling box supplied by the FATU manufacturer.

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.

Contractor No. of Corrections


414
HVAC WORKS
The AHU shall be supplied with Ultra Violet Germicidal Irradiations
(UVGI) System for maintaining Indoor Air Quality, Heat transfer
efficiency and pathogens destruction - Viruses, Bacterias, Fungi, mold.
The lamp life should not be less than 18000 hrs, ballasts shall be
electronic type and have life time warranty. The system shall be applied
downstream of cooling coil. The UVC dose at the extreme edges of the
coil shall not be less than 1225 µW/cm2 and end of life intensity on the
coil face shall exceed 750 µW/cm2 at the end of the 18000 hours of
operation period. Software selection for the UVGI should be provided
based on Coil height and width.
Emitter tube shall be of the high output, hot cathode, T5 (15mm)
diameter, and medium bi- pin type. They shall produce 95% of their
energy at 254 nm and be capable of producing the specified output at
airflow velocities common to HVAC systems and at temperatures of 1º -
70 º C. UVC Emitters shall produce no ozone or other secondary
contamination.
UVGI shall comply with UL Standard 1995, 153, 1598 as applicable to
usage of UVC Emitters in HVAC Equipment; Fixtures must be
manufactured in an ISO 9001:2015 and ISO 14001:2015 registered
facility. AHUs shall be selected for a maximum face velocity of 500 FPM
(2.5 MPS) and as per Schedule of Air Handling Units drawn under AHUs
Schedule. Fan outlet velocity shall not exceed 2000 FPM (10.2 MPS).

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.

TNHB HQ
Lower Tier

Supply Air Quantity : 13500 Cfm


Static Pressure : 90 mm WG
Motor Rating : 12.5 HP
Peak Load : 76 TR

Upper Tier

Extract Air Quantity : 10300 Cfm


Static Pressure : 60 mm WG
Motor Rating : 7.5 HP
a Nos. 2 FATU/s as described above for Offices. SPL Number

Contractor No. of Corrections


415
HVAC WORKS

Lower Tier

Supply Air Quantity : 18800 Cfm


Static Pressure : 90 mm WG
Motor Rating : 15 HP
Peak Load : 49 TR

Upper Tier

Extract Air Quantity : 16300 Cfm


Static Pressure : 60 mm WG
Motor Rating : 10 HP
b Nos. 2 FATU/s as described above for Corridors. SPL Number

EVR
Lower Tier

Supply Air Quantity : 14500 Cfm


Static Pressure : 90 mm WG
Motor Rating : 12.5 HP

Upper Tier

Extract Air Quantity : 12500 Cfm


Static Pressure : 60 mm WG
Motor Rating : 7.5 HP

c Nos. 2 FATU/s as described above for Offices. SPL Number

Lower Tier

Supply Air Quantity : 8650 Cfm


Static Pressure : 90 mm WG
Motor Rating : 15 HP

Upper Tier

Extract Air Quantity : 7200 Cfm


Static Pressure : 60 mm WG
Motor Rating : 10 HP

Contractor No. of Corrections


416
HVAC WORKS

d Nos. 2 FATU/s as described above for Corridors. SPL Number

TNSCB
Lower Tier

Supply Air Quantity : 16200 Cfm


Static Pressure : 90 mm WG
Motor Rating : 12.5 HP
Peak Load : 96.5 TR

Upper Tier

Extract Air Quantity : 13000 Cfm


Static Pressure : 60 mm WG
Motor Rating : 10 HP
e Nos. 2 FATU/s as described above for Offices. SPL Number

Lower Tier

Supply Air Quantity : 22900 Cfm


Static Pressure : 90 mm WG
Motor Rating : 15 HP
Peak Load : 53 TR

Upper Tier

Extract Air Quantity : 22400 Cfm


Static Pressure : 60 mm WG
Motor Rating : 12.5 HP
f Nos. 2 FATU/s as described above for Corridors. SPL Number

FAN COIL UNITS (FCUs)

Contractor No. of Corrections


417
HVAC WORKS
502 Supply, Installation, Testing and Commissioning of fan coil units each
comprising of 3 rows deep chilled water cooling coil, centrifugal blowers,
FHP 3 speed motor, metallic cleanable filters, insulated condensate
drain pan, insulated auxiliary drain pan, casing, coil piping connections,
condensate drain piping connections & necessary power cabling with SPL
plug top. Fan coil units shall be suitable for operation on 220+6% Volts,
50Hz, Single Phase AC power supply. FCUs shall be of following
capacities:

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.

Ceiling Concealed Type:


a Nos. 1 1 TR nominal capacity with 400 Cfm air quantity. SPL Number
b Nos. 3 1.5 TR nominal capacity with 600 Cfm air quantity. SPL Number
c Nos. 4 2 TR nominal capacity with 800 Cfm air quantity. SPL Number

AXIAL FLOW FANS

AXIAL FLOW FANS FOR EXHAUST (AF)

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.

Contractor No. of Corrections


418
HVAC WORKS
Quoted price shall be inclusive of sound attenuator at the inlet of the fan,
if required to maintain the desiired noise level. 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. Axial Flow
Fans shall follow the design parameters as mentioned below:
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.
AF Capacity SP Motor
Type Area Being Fed
No. (Cfm) (mm WG) Rating (HP)

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

Contractor No. of Corrections


419
HVAC WORKS
i Nos. AF 7200 35 5 Indoor Number
1 SPL
Zone-1
j Nos. AF 6300 35 5 Indoor Number
1 SPL
Zone-2
BASEMENT-1
k Nos. AF 18800 35 10 Number
1 SPL
Indoor Zone-1
l Nos. AF 17200 35 10 Number
1 SPL
Indoor Zone - 2
m Nos. AF 16800 35 12.5 Number
1 SPL
Indoor STP
n Nos. AF 7600 35 5 Number
1 SPL
Indoor Pump Room
BASEMENT-1A
o Nos. AF 4600 35 5 Number
2 SPL
Indoor
GROUND FLOOR
p Nos. AF 2600 35 1 Indoor Number
1 SPL
HT Panel Room
q Nos. AF 4500 35 3 Indoor Number
1 SPL
LT Panel Room
r Nos. AF 2900 35 2 Indoor Number
1 SPL
Meter Panel Room
PLANT ROOM
s Nos. AF 21800 35 15 Number
1 SPL
Indoor HVAC Plant Room

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

Contractor No. of Corrections


420
HVAC WORKS
y Nos. AF 6100 35 3 Number
1 SPL
Indoor Pump Room
BASEMENT-1
z Nos. AF 17400 35 5 Number
2 SPL
Indoor Zone-1,2
aa Nos. AF 18800 35 5 Number
1 SPL
Indoor Zone-1,2
GROUND FLOOR
ab Nos. AF 1800 35 1.5 Number
1 SPL
Indoor HT Panel Room
ac Nos. AF 5100 35 3 Indoor Number
1 SPL
LT Panel Room
ad Nos. AF 2900 35 2 Indoor Number
1 SPL
Meter Panel Room
INDOOR HVAC PLANT ROOM
ae Nos. AF 19400 35 10 Number
2 SPL
Indoor HVAC Plant Room

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:

Contractor No. of Corrections


421
HVAC WORKS
AF Capacity SP Motor
Type Area Being Fed
No. (Cfm) (mm WG) Rating (HP)

TNHB HQ

Nos. AF 14000 30 7.5 Indoor Number


a 1 SPL
Entrance Lobby, Ground Floor

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

Contractor No. of Corrections


422
HVAC WORKS
Nos. AF 17200 30 10 Number
k 1 SPL
Indoor Zone- 2
BASEMENT-1A
Nos. AF 4600 35 5 Number
l 2 SPL
Indoor
GROUND FLOORS
Nos. AF 14000 30 3 Number
m 1 SPL
Outdoor Corridors
TERRACE FLOORS
Nos. AF 4500 35 10 Outdoor Number
n 1 SPL
elctrcl ex

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

AXIAL FLOW FANS FOR FRESH AIR SUPPLY (AF)

Normal Supply:

Contractor No. of Corrections


423
HVAC WORKS
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 72 db @ 3 m distance
505 when measured under hemisperical reverberant room conditions. SPL
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:

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.
AF Capacity SP Motor
Type Area Being Fed
No. (Cfm) (mm WG) Rating (HP)

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

Contractor No. of Corrections


424
HVAC WORKS
GROUND FLOOR
Nos. AF 1000 35 1 Indoor Number
f 1 SPL
HT Panel Room
Nos. AF 6500 35 3 Indoor Number
g 1 SPL
LT Panel Room
PLANT ROOM
Nos. AF 25000 35 15 Number
h 1 SPL
Indoor HVAC Plant 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

Contractor No. of Corrections


425
HVAC WORKS
BASEMENT-2A
Nos. AF 15000 35 5 Number
t 1 SPL
Indoor Zone-1 , 2
BASEMENT-1 A
Nos. AF 15000 35 10 Number
u 1 SPL
Indoor Zone-1
Nos. AF 6100 35 3 Number
v 1 SPL
Indoor Pump Room
BASEMENT-1
Nos. AF 18800 35 5 Number
w 1 SPL
Indoor Zone-1 , 2
GROUND FLOOR
Nos. AF 1800 35 1.5 Number
x 1 SPL
Indoor HT Panel Room
Nos. AF 5100 35 3 Indoor Number
y 1 SPL
LT Panel Room
Nos. AF 2900 35 2 Indoor Number
z 1 SPL
Meter Panel Room
Indoor HVAC Plant Room
aa Nos. 2 AF 19400 35 10 SPL Number

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:

Contractor No. of Corrections


426
HVAC WORKS
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.
AF Capacity SP Motor
Type Area Being Fed
No. (Cfm) (mm WG) Rating (HP)

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

Contractor No. of Corrections


427
HVAC WORKS
Nos. AF 6300 30 5 Indoor Number
j 1 SPL
Zone-1
Nos. AF 7200 30 5 Indoor Number
k 1 SPL
Zone-2
BASEMENT-1
BASEMENT-1A
Nos. AF 4600 30 3 Indoor Number
l 2 SPL
Zone-2
GF FLOORS
Nos. AF 14000 30 5 Number
m 1 SPL
Outdoor Corridors
PRESSURIZATION
STAIRCASE
Nos. AF 21800 30 10 Number
n 2 SPL
Outdoor Staircase 1&2
LIFTWELL
Nos. AF 18400 30 10 Number
o 10 SPL
Outdoor Liftwell 1 to 10
TERRACE
Nos. AF 19300 30 10 Number
p 2 SPL
Outdoor lft lby
Nos. AF 45800 30 10 Number
q 1 SPL
Outdoor main loby
Nos. AF 8600 30 10 Outdoor Number
r 1 SPL
main loby

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

Contractor No. of Corrections


428
HVAC WORKS
Nos. AF 2600 30 2 Number
w 1 SPL
Outdoor Corridors
Nos. AF 11800 30 5 Indoor Number
x 1 SPL
Entrance Lobby, Ground Floor

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

DUCTLESS VENTILATION SYSTEM (CAR PARK) SPL


JET FANS
Supply, Installation, Testing and Commissioning of Ductless Ventilation
System / Jet Fans as per the specifications and layouts, suitable for
Normal Ventilation and Smoke Extraction Application in case of
emergency i.e. 250 to 300 Deg C for 2 Hrs operation. The Dia of jet fans
507 Nos. 108 shall be 315 mm. Each fan shall be complete with motor and impeller. SPL Number
The complete fan shall be certified as tested for 300 Deg C for 2 hours
operation. The Motor shall be suitable for operation on 415±10% Volts,
50 Hz, 3 Phase AC power 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.
CO SENSORS
508 Nos. 63 Supply, Installation, Testing and Commissioning of CO Sensors. SPL Number
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.

Contractor No. of Corrections


429
HVAC WORKS
509 Supply, Installation, Testing and Commissioning of Electrical Panel with
feeders, starters for dual speed 3 phase fans of 1.2KW and 0.24 KW
each and logic controller with necessary logic for CO detectors and
control of jet fans based on CO sensing including CFD Analysis for
optimal locations, number & configuration of the jet fans for design of
ductless ventilation system for car parking areas in basement.

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.
CONTROL PANEL
TNHB
a Nos. 4 Panel Type A ---- (for 7 Jet Fans & 4 CO sensors) SPL Number
b Nos. 2 Panel Type G ---- (for 4 Jet Fans & 2 CO sensors) SPL Number
EVR
c Nos. 4 Panel Type A ---- (for 7 Jet Fans & 4 CO sensors) SPL Number
d Nos. 2 Panel Type G ---- (for 4 Jet Fans & 2 CO sensors) SPL Number
TNSCB
e Nos. 3 Panel Type A ---- (for 7 Jet Fans & 4 CO sensors) SPL Number
f Nos. 4 Panel Type G ---- (for 3 Jet Fans & 2 CO sensors) SPL Number
g Nos. 1 Panel Type A ---- (for 6 Jet Fans & 3 CO sensors) SPL Number

INLINE FANS (IF)


Supply, Installation, Testing and Commissioning of circular/ rectangular
inline fans for extract air as shown on design drawings, complete with
sheet metal casing, direct driven centrifugal fan, motor with proper
protection and inspection door, gravity louvers etc. as per the
510 specifications. Fan should be suitable for operation on 220+6% Volts, SPL
50Hz, Single Phase AC power supply as required. Inline fans shall be
provided with speed regulators & necessary power cabling with plug top.
Inline fans shall be of following capacities:

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.
IF Capacity SP Electrical
Type Area Being Fed
No. (Cfm) (mm WG) Characteristics

TNHB

Contractor No. of Corrections


430
HVAC WORKS
a Nos. IF 50 12 220V/1 Ph Circular Number
44 SPL
Pantries
b Nos. IF 300 12 220V/1 Ph Circular Number
2 SPL
Pantries

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

511 PROPELLER FANS SPL

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

Contractor No. of Corrections


431
HVAC WORKS
Supply, Installation, Testing and Commissioning of split type
airconditioning units, each comprising of an outdoor and a single indoor
unit. Condensing unit shall be complete with hermatically sealed rotary/
scroll compressor/s, with aluminium fins, thermostatic expansion valve
and air cooled condenser with fan. Evaporating unit shall consist of a fan
section with dynamically balanced centrifugal fan/s driven by
FHP/TEFC squirrel cage induction motor, multirows deep cooling coil
of copper tubes and aluminium fins construction etc. Enclosures shall be
fabricated as specified. The evaporating unit shall be equipped with
512 synthetic fibre filters, insulated drain pan, safety controls, thermostat SPL
all complete in a unit. The outdoor unit enclosure shall be factory
painted to a smooth finish. The quoted price shall be inclusive of full
refrigerant charge (R410a), vibration isolation pads, associated power
cabling from isolator to ODU and MS base frame duly painted with black
enamel paint for mounting of condensing units on floor/ wall. Ductable
three phase units shall be complete with phase reversal kit and motor
protection device. The units shall have 5 STAR RATING, and shall be R-
32/ R-407c/ R-410a refrigerant based.

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.

Single phase non-ductable split units:


1.5 TR nominal capacity split unit with single high wall type non-ductable Annx-VII, Number
indoor unit with cordless control. PART -
a Nos. 18
XIV, Item
No. -1 A

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

Contractor No. of Corrections


432
HVAC WORKS
Supplying and drawing following sizes of FRLS PVC insulated copper
conductor, single core cable in the existing surface/ recessed steel/
PVC conduit as required.

For control cum transmission wiring to be laid in medium duty PVC


conduit between indoor units and outdoor units.

4C x 2.5 Sqmm copper wiring Running


d Rmt. 360 SPL
Metre

Supplying and fixing of following sizes of medium class PVC conduit


along with accessories in surface/recess including cutting the wall and
making good the same in case of recessed conduit as required.

25 mm Running
e Rmt. 360 SPL
Metre

Supply, Installation, Testing and Commissioning of PLC for Auto


Sequencing of Split units with micrprocessor based controller along
with enclosure/ accessories having facility for configuration of the same
as per requirement for sequenced Start/Stop for split units as follows:

f Sets 9 For Two number split packages including one standby. SPL Sets

CONDENSER WATER PIPING (CDW)

Supplying, fixing, testing and commissioning of condenser water pipes of


following sizes of MS 'C' class along with necessary clamps, vibration
isolators and fittings such as bends,tees etc.but excluding valves,
strainers, gauges etc. adequately supported on rigid supports duly
painted/buried in ground excavation and refilling etc. as per specification
and as required complete in all respect. (Including FRP Lining for
513 exposed pipes as required) SPL

Note:-The Pipes size 150mm & below shall be M.S. 'C' class as per IS :
1239 and pipes size above 150mm shall be welded black steel pipe
heavy class as per IS: 3589, from minimum 6.35mm thick M.S. Sheet for
pipes upto 350 mm dia. And from minimum 7mm thick MS sheet for
pipes of 400 mm dia and above.
Running
a Rmt. 160 300mm dia
Metre

Contractor No. of Corrections


433
HVAC WORKS
Running
b Rmt. 60 200mm dia
Metre
Providing and fixing in position the following wafer type Butterfly
Valves with C I body SS disc nitrile sheet & O - ring complete with
514 SPL
companion flanges, nuts, bolts, gaskets etc. as required. Butterfly valves
shall conform to PN-16 rating as per specifications.
a Nos. 57 200mm dia Number
Supplying, fixing, testing and commissioning of following sizes
Motorized Butterfly Valve with CI Body, SS Disc, O - ring and minimum
PN-16 pressure rating, conforming to BS 5155, IS 13095, with IP-55
515 SPL
actuator, capable of accepting upto 10V DC , and upto 20mA electric
signal and providing similar transduced feedback output to control
system as required.
a Nos. 6 200mm dia Number
Supplying, fixing, testing and commissioning of following sizes Y -
STRAINER of Ductile CI Body flanged ends with stainless steel strainer
for Condenser water circulation as specified.
516 SPL
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.
a Nos. 9 200mm dia Number
Supplying, fixing, testing and commissioning of following sizes NON -
RETURN VALVE with dual plate of C I body SS plates vulcanized NBR
seal flanged end & PN 16 pressure rating as specified.
517 All Complete & Complying with relavant standard specification and as SPL
directed by the Engineer. The quality & brand has to be got approved by
the competent authority before its use.

a Nos. 9 200mm dia Number


Providing and fixing in position the following specified make Manual
Balancing Valves. Balancing valves shall conform to PN -16 rating as
per the specifications. Quoted price shall be inclusive of hydronic
518 balancing as per the specifications. SPL
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.
a Nos. 18 200mm dia Number

Contractor No. of Corrections


434
HVAC WORKS
Nos. Providing and fixing in position the following automatic purge Number
valves complete with ball valves for isolation. Purge valves shall
conform to PN-16 rating.
519 86 SPL
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.
Nos. Providing and fixing in position industrial type pressure gauges Number
constructed out of SS 304 material. Pressure gauges shall be factory
520 88 SPL
fitted with a ball valve at the tube. Dial of pressure gauge shall be of 100
mm dia.
Nos. Supply and fixing in position V-form industrial type thermometers as Number
521 88 SPL
per the specifications.
Providing and fixing in position the following suction guides with
strainer for condenser water pumps. Suction guide shall have SG Iron/
MS body having wall thickness minimum 8mm. Suction guides shall be
complete with outlet guide vanes, removable SS strainers and fine mesh
SS start-up strainer. Each suction guide shall be provided with 1/2" dia.
ball type blow down valve. The suction guides shall suitable for the inlet
of pumps & pipe size. The vendor shall inspect the strainer prior to start-
522 SPL
up of the pump and shall clean the fine mesh SS strainer after short
running period. Suction guides shall conform to PN-16 rating 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.

a Nos. 9 200mm dia Number


Supply and fixing in position the following neoprene rubber expansion
bellows with integral reinforced rubber flanges, guide rods on both sides
at inlet & outlet of condensers and condenser water pumps of approved
make. Expansion bellows shall conform to PN-16 rating as per the
523 SPL
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.
a Nos. 84 200mm dia Number
ELECTRONIC (CHEMICAL FREE) - COOLING TOWER WATER
TREATMENT SYSTEM - FOR 325 TR CHILLER ( 2W+1S)
TNHB HQ

Contractor No. of Corrections


435
HVAC WORKS
Supply, Installation, Testing and Commissioning of Electronic Chemical
Free Water Treatment System for Cooling Towers. The treatment
system shall work on the principle of Conducted Propagating Signal
Generator System, to prevent scaling, corrosion and control formation of
bacteria, algae and slime that arise in condenser water systems, and
524 shall also reduce blow down losses. The system should be complete SPL
with automatic blowdown, conductivity controller and electric panel as
per technical specifications. The system shall be sized according to the
OEM and should have a detailed data of items being proposed. The
system should work for full stream of water. The system shall be
complete as per specifications in all respects.
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.
a Sets 2 Flow rate of 2100 USGPM and pipe dia. of 300 mm Sets
EVR Periyar
Supply, Installation, Testing and Commissioning of Chemical Free
Water Treatment System for Condenser water system, On-line, Non-
Chemical Water Treatment Scale Preventor System for 325x3 ( 2 W+ 1
S) TR AC plant, having flow rate 975 usgpm,
Scale Preventer shall prevent the formation of hard scale in cooling
b circuits of Air conditioning equipment, shall be non-chemical online type SPL
and work with combination of adsorption, turbulence, and galvanic
action. MAKE:- Scale Guard of Aqua Treat Pvt. Ltd.
Crystallo of D- Borne Engineers
Supremo of Hi Tech Enterprises
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.
Sets 1 658-1131 USGPM Sets
CHILLED WATER PIPING (CHW)
MS Piping

Contractor No. of Corrections


436
HVAC WORKS
Supplying, laying/ fixing, testing and commissioning of following nominal
sizes of chilled water piping inside the building (with necessary clamps,
vibration isolators and fittings but excluding valves, strainers, gauges
etc.) duly insulated with following closed cell elastometric nitrile rubber of
minimum 45 Kg / cu m density, thermal conductivity 0.037 W/MK or
better at 20 deg mean temperature class 'O' insulation applied by
525 suitable adhesive complete including repairing of damage to building etc. SPL
as per specifications and as required complete in all respect.
Note:- The Pipes of sizes 150mm & below shall be M.S. 'C' class as per
IS : 1239 and pipes size above 150mm shall be welded black steel pipe
heavy class as per IS: 3589, from minimum 6.35mm thick M.S. Sheet for
pipes upto 350 mm dia. and from minimum 7mm thick MS sheet for
pipes of 400 mm dia and above.
Rmt. 250mm dia (32mm thick insulation) Running
a 580
Metre
Rmt. 200mm dia (32mm thick insulation) Running
b 140
Metre
Rmt. 150mm dia (32mm thick insulation) Running
c 90
Metre
Rmt. 125mm dia (32mm thick insulation) Running
d 168
Metre
Rmt. 100mm dia (32mm thick insulation) Running
e 168
Metre
Rmt. 80mm dia (32mm thick insulation) Running
f 168
Metre
Rmt. 65mm dia (32mm thick insulation) Running
g 1400
Metre
Rmt. 50mm dia (32mm thick insulation) Running
h 195
Metre
Rmt. 40mm dia (32mm thick insulation) Running
i 549
Metre
Rmt. 32mm dia (19mm thick insulation) Running
j 168
Metre
Rmt. 25mm dia (19mm thick insulation) Running
k 168
Metre

Contractor No. of Corrections


437
HVAC WORKS
Providing and fixing in position the following wafer type Butterfly Valves
with C I body SS disc nitrile sheet & O - ring complete with companion
flanges, nuts, bolts, gaskets etc. as required. Butterfly valves shall
conform to PN-16 rating as per specifications, Pipe Size Bellow 50 mm
526 dia shall habe Ball Valve. Quoted price shall be inclusive of insulation 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.
a Nos. 52 200mm dia Number
b Nos. 8 80mm dia Number
c Nos. 128 65mm dia Number
d Nos. 90 50mm dia Number
e Nos. 92 25/32/40mm dia Number
Supplying, fixing, testing and commissioning of following sizes
BALANCING VALVE WITH BUILT IN MEASURING FACILITY with C I
body flanged construction with EPDM coated disc with long pitch with
protected out pipe insulation & PN 16 pressure rating for chilled / hot
527 SPL
water circulation as specified.
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.
a Nos. 7 250mm dia SPL Number
b Nos. 3 200mm dia SPL Number
c Nos. 2 65mm dia SPL Number
d Nos. 28 50mm dia SPL Number
e Nos. 3 40 dia SPL Number
Supply, Installation, Testing and Commissioning of following sizes
electronic, self-balancing, pressure independent type dynamic
balancing valve with integrated 2 way modualating control valve in a
single body. The actuator shall be capable of accepting upto 10V DC
and upto 20mA electric signal and shall provide similar transduced
528 SPL
feedback output to control system. Maximum close off pressure shall not
be less than 6 Bar for upto 50 mm valves and 7 Bar for 65 mm & above.
Valves should have pressure rating of 25 Bar minimum. Actuator shall
be BMS compatible.

a Nos. 1 80 mm dia (88-123 USGPM) Number


b Nos. 43 65mm dia (56-88 USGPM) Number
c Nos. 19 50mm dia (34-56 USGPM) Number
d Nos. 37 40mm dia (14-34 USGPM) Number

Contractor No. of Corrections


438
HVAC WORKS
e Nos. 20 32mm dia (7.6-14 USGPM) Number
f Nos. 3 25mm dia (7.6-14 USGPM) Number
Providing and fixing in position the following wafer type Dual Plate
Check Valves with dual plate of C I body, SS plates, vulcanized NBR
529 seal flanged end & PN 16 pressure rating as specified. Quoted price TWAD
shall be inclusive of insulation as per the specifications.

a Nos. 14 200mm dia Number


Providing and fixing in position the following 'Y - STRAINER of Ductile CI
530 Body flanged ends with stainless steel strainer for chilled / hot water SPL
circulation including insulation as specified.
a Nos. 14 200 mm dia Number
b Nos. 1 80mm dia Number
c Nos. 2 65mm dia Number
d Nos. 20 40mm dia Number
e Nos. 41 32mm dia Number
Providing and fixing in position industrial type pressure gauges
constructed out of SS 304 material. SS siphon shall be factory insulated
531 Nos. 132 SPL Number
with closed cell elastomeric insulation in tubing form. Pressure gauges
shall be factory fitted with a ball valve at the tube.
Supply and fixing in position V-form industrial type thermometers as
532 Nos. 132 SPL Number
per the specifications.
Supply, erection, testing and commissioning of suitable Pressure Switch
of reputed make line Indfoss or Donfoss including necessary valves,
couplings, etc., connected with electrical main control panel and setup at
proper differential so as to auto start and auto stop the electrical motor,
jockey motor including conveyance, all incidental charges, neccessary
scaffolding and re-doing the dismantled portions to its original condition
wherever found neccessary, etc., Annx-VI,
533 Nos. 9 completed as per standard specification and as directed by the Item No. - Number
Engineer. Make: DONFOSS / INDFOSS / ISI MAKE / EQUIVALENT. 349

Providing and fixing in position differential pressure switches of approved
make complete with copper control wiring between inlet and outlet of
each Chiller. These shall be BMS compatible.

Contractor No. of Corrections


439
HVAC WORKS
Providing and fixing in position of approved make Test Points comprising
of accessories such as adaptors, needle etc. The test points shall be
installed at inlet and outlet of each Ceiling Suspended AHUs & TFAUs.
Test points shall be in brass construction and comprise of 1/4" BSP with
534 Nos. 98 neoprene sealing bushes and screwed covers. All Complete & SPL Number
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.

BTU METERS FOR AHUs (BMS COMPATIBLE)


Supply, Installation, Testing and Commissioning of BMS compatible
Ultrasonic BTU Meter complete with flanged type water flow meter
(pressure drop across water meter shall not exceed 0.1 Bar at the
specified nominal flow rate), temperature sensors, LCD display panel,
inbuilt Lithium Battery backup with minimum six years life. The units shall
be capable of calculating and storing maximum values, display flow rates
and temperature difference across supply and return CHW lines. The
535 quoted price shall be inclusive of necessary control wiring and MS SPL
conduits between the flow meter and the display panel. The unit shall be
housed in a totally 'tamper-proof' box. The BTU Meters shall be of
following sizes:
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.

TNHB & TNSCB


a Nos. 3 BTU meter size, 300 mm Number
b Nos. 6 BTU meter size, 80 mm Number
c Nos. 32 BTU meter size, 65mm Number
d Nos. 56 BTU meter size, 50mm Number
e Nos. 3 BTU meter size, 40mm Number
EVR
f Nos. 1 BTU meter size, 250 mm Number
DIRT SEPARATOR

Contractor No. of Corrections


440
HVAC WORKS
Supply installation Testing and commissioning of Dirt separator In-line
removal of dirt particles within chilled water system. The system shall
incorporate a separating element to force water into tranquillity zones for
dirt removal. A nozzle shall force cleans water into the main flow to
divert contaminated water through the separating element. Dirt particles
shall be removed via a blow down valve on the base of the vessel whilst
ferrous particles down to 4 µm shall be captured by a magnetic device
(25 Neodymium magnets) in the lower part of the vessel. The unit shall
be able to provide up to 40% separation per cycle and shall be able to
remove at least 35% of 150 µm dirt particles per cycle. The magnet shall
be retractable to enable ferrous particles to be released and discharged
through the drain valve which will incorporate an internal scraper to
dislodge particles that adhere to the inner surface of the vessel base.
536 SPL
Manufactured and designed In accordance with Pressure Equipment
Directive 2014/68/EU. The cylindrical vessel shall be manufactured from
welded steel. Material shall be EN/ISO: S235JR+N. Inlet and outlet of
the unit shall be via horizontally-opposed, coaxial flanged connections in
accordance with EN 1092-1 PN 10. Suitable for glycol solution upto 50%,
Temperature range -10 C to 120 C.The maximum permissible flow
velocity shall be 3 m/s.
The Dirt Separator shall be sized appropriate to the maximum operating
pressure and flow velocity of the system.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.

a Nos. 4 1560 USGPM (PN-10) Number


AIR DISTRIBUTION
Ductwork
Factory Fabricated Ductwork
Supply, installation, balancing and commissioning of factory fabricated
GSS sheet metal rectangular/round ducting complete with neoprene
537 rubber gaskets, elbows, splitter dampers, vanes, hangers, supports etc. SPL
as per approved drawings and specifications of following sheet thickness
complete as required.
Thickness 0.63 mm sheet- 24G One
a Sqm 8100 Square
Metre

Contractor No. of Corrections


441
HVAC WORKS
Thickness 0.8 mm sheet- 22G One
b Sqm 1880 Square
Metre
Thickness 1.0 mm sheet - 20G One
c Sqm 1000 Square
Metre
Thickness 1.25 mm sheet One
d Sqm 240 Square
Metre
538 Supply, Installation and Testing of 125 mm deep Anti-vibration Flexible
Joints of fire retardant fabric construction with extruded aluminium
One
frame/ flange on both sides of approved make. All Complete &
Sqm 365 SPL Square
Complying with relavant standard specification and as directed by the
Metre
Engineer. The quality & brand has to be got approved by the competent
authority before its use.
Supply, installation, testing and commissioning of GI volume control duct
damper complete with neoprene rubber gaskets, nuts, bolts, screws
One
linkages, flanges etc, All Complete & Complying with relavant standard
539 Sqm 224 SPL Square
specification and as directed by the Engineer. The quality & brand has to
Metre
be got approved by the competent authority before its use.

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.

Contractor No. of Corrections


442
HVAC WORKS
Supply, installation, testing and commissioning of Motorized (ON-OFF
Type) duct mounted GI volume control damper with enthalpy sensor and
necessary control wire (minimum 1.5 sqmm) for integration within AHU
541 room. The dampers shall be compatible with BM System. All Complete & SPL
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 165 Bare Dampers Square
Metre
b Nos. 132 Actuator Number
542 Supply, installation, testing and commissioning of Motorized modulating SPL
type duct mounted GI volume control damper for demand control
ventilation with necessary control wire (minimum 1.5 sqmm) for
integration within AHU room. The dampers shall be compatible with BM
System.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 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.

Contractor No. of Corrections


443
HVAC WORKS
545 Sqm 330 Supplying & fixing of powder coated extruded aluminium Supply Air Grills SPL Square
with aluminium volume control dampers as per specifications. Linear Metre
grilles 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.
546 Sqm 330 Supplying & fixing of powder coated extruded aluminium Return Air Grills SPL Square
without aluminium volume control dampers as per specifications. Linear Metre
grilles 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.
547 Supply, Installation, Testing and Balancing of Powder coated aluminium SPL
extruded multi-slot linear type diffusers without damper of approved
colour & shade as per the approved drawings and 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 30 2/3/4 slot diffusers having width of slots as 25mm.
Metre
548 Supply, Installation, Testing and Balancing of Powder coated extruded SPL
aluminium Jet Nozzles with rotatable and reversable cores of approved
colour & shade as per approved drawing and specifications. The noise
level for jet nozzles shall shall not exceed 35 db for air quantity and
throw as specified. 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.
a Nos. 30 600-700 Cfm jet nozzles with throw of 8 -10 metres.-380 MM Number
b Nos. 30 400-500 Cfm jet nozzles with throw of 5 -7 metres.-315 MM Number
549 Supply, Installation, Testing and Commissioning of pre-insulated factory SPL
fabricated flexible round ducts with inner as well as outer skin
constructed out of aluminium sheet and with necessary supporting
arrangement. 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. Ducts shall
be of following sizes.
Running
a Rmt. 30 300mm dia
Metre
Running
b Rmt. 30 250mm dia
Metre

Contractor No. of Corrections


444
HVAC WORKS
Running
c Rmt. 30 200mm dia
Metre
Running
d Rmt. 30 150mm dia
Metre
Running
e Rmt. 30 100mm dia
Metre

Supply, Installation and Testing of extruded aluminium powder coated


non vision air transfer door grilles to be provided at toilets and pantry
Square
550 Sqm 93 doors. All Complete & Complying with relavant standard specification SPL
Metre
and as directed by the Engineer. The quality & brand has to be got
approved by the competent authority before its use.
Supply, Installation and Testing of powder coated/ anodised extruded
aluminium fresh / intake/ exhaust air louvers with bird screen without
filter and without damper as per approved drawings and specifications. Square
551 Sqm 537 SPL
All Complete & Complying with relavant standard specification and as Metre
directed by the Engineer. The quality & brand has to be got approved by
the competent authority before its use.
Supply, Installation and Testing of multi-blade type non-return dampers
of galvanised steel sheet construction with suitable links, levers and
quadrants as per specifications and design drawings. All Complete & Square
552 Sqm 240 SPL
Complying with relavant standard specification and as directed by the Metre
Engineer. The quality & brand has to be got approved by the competent
authority before its use.
553 Supply and Application of internal acoustic insulation of ducts/ plenums SPL
using open cell elastomeric insulation with adhesive of approved make,
longitudinal & transverse joints shall be sealed with adhesive in neat and
clean manner to form proper bonding. All insulation joints shall be
secured with tape of same material with equivalent fire rating. VOC level
of adhesive shall be less than <=250 g/l. Manufacture will have to submit
General emission test reports range of total VOCs after 14 days (336
hours), measured as specified in the CDPH Standard Method v1.1. 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

Contractor No. of Corrections


445
HVAC WORKS
554 Supplying and fixing of following thickness duly laminated aluminum foil SPL
of mat finish closed cell Nitrile rubber (Class "O") insulation on existing
duct after applying suitable adhesive for Nitrile rubber. The joints shall be
sealed with 50 mm wide and 3 mm thick self adhesive nitrile rubber tape
insulation complete as per specifications and as required. VOC level of
adhesive shall be less than <=250 g/l. Manufacture will have to submit
General emission test reports range of total VOCs after 14 days (336
hours), measured as specified in the CDPH Standard Method v1.1. 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 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

Contractor No. of Corrections


446
HVAC WORKS
Supply and Application of external thermal insulation using 16mm thick
closed cell ST. Nitrile rubber sheet (Class "O") with IC Clad glass cloth
protection elastomeric material for ducts/ plenums exposed to
atmosphere with adhesive of approved make, longitudinal & transverse
joints shall be sealed with adhesive in neat and clean manner to form
proper bonding. Quoted price shall be inclusive of Glass Cloth wrapping,
and coating with UV/ Mechanical surface protective paint as per
specifications. All insulation joints shall be secured with tape of same Square
556 Sqm 240 material with equivalent fire rating. No additional remuneration shall be SPL
Metre
payable for flange insulation of ducts. VOC level of adhesive shall be
less than <=250 g/l. Manufacture will have to submit General emission
test reports range of total VOCs after 14 days (336 hours), measured as
specified in the CDPH Standard Method v1.1. 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.

Contractor No. of Corrections


447
BUILDING AUTOMATION SYSTEM:
Supply, installation, testing, commissioning & handing over BMS
Computer System: server grade Pentium i5/7 Core with 3GHz
minimum CPU speed, minimum of 2 GB RAM, 512 KB cache,
52X32X52X DVD/CD-RW Drive & 260GB HDD, optical Mouse, 106
keys keyboard, 10/100 Mbps Ethernet card ,USB connection &
internal modem
- I-7 Processor (Latest Generation)
557 Lot 3 SPL Lot
- 8 GB RAM, 2 TB hard disc
-3½” disc drive, DVD writer, compatible CDROM
42” flat screen, 1200 2 800, 256 colours (Full HD)
Windows 7 /10 and shall have MS-Office installed. 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.
Supply, installation, testing, commissioning of the simultaneous
minimum 5 user & handing over BMS System Software : Supply,
installation, testing and commissioning of the simultaneous minimum 5
user Web Based Graphical Software meeting the requirements in the
Given I/O Summary and technical specifications including configuration
and facility to create / provide the graphic mapping for all I/O Summary
points , animate the Graphics, Navigation between pages, display of
logs, changing the time zones, popup alarms,configurable password
558 Lot 3 protection for Building Management System as per Technical SPL Lot
Specifications. Software shall be able to communicate with open
protocols like BACNet/OPC devices simultaneously.Software shall have
Energy analysis/trending,Customized reporting, Alarming, scheduling
features.During operation & maintenance if any controller isrequired to
be replaced than software shall have featureto download logics in new
controller as of old one,from control station, once the old controllers IP
is mapped in new one.

Contractor No. of Corrections


448
New Software patches/versions for 2 years after handing over of
system shall be included in offer nothing extra shall be paid for new
software patches developed by company for said time period. It shall be
vendor responsibility to update / upgrade new software patches once it
is developed.Graphic building and commissioning tool if separate from
BMS software than the same is to be handed over to client SMS / Email
features (Modem & internet/Sim connection shall be in client's scope).
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.

Supply, installation, testing & commissioning of Integrators for 3RD


Party System Software Integration - BTL Certified For open Protocols
Integration units, to connect individual 3rd party microprocessor system
controllers,the unit shall be capable of integrating all mentioned devices
on BACnet, Modbus etc.as per distribution given below. System
integration unit shall be of same make as of DDC Controller. Controllers
559 Lot 3 with built-in integration ports are also acceptable, controller integration SPL Lot
port can be used for 3rd party integration.
Prices shall be as per IO summary.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.

Contractor No. of Corrections


449
Supply, installation, testing, commissioning & handing over, DDC
Controller with I/O module, expandable to meet the IO summary listed,
The controllers shall be minimum 32 bit Double microprocessor based
standalone working on TCP/IP on Bacnet IP with integral web browser,
calender fundtion complete with day, month, week, year etc, real time
clock & 1 second scan time. DDC working on 230V AC are preferred.
The DDC's shall be capable of peer to peer communication without help
of communication controller /router / system interface controller / PC
and shall communicate with the building LAN directly. These shall come
559 with lockable mounting cabinets duly powder coatedconnector strip,
internal wiring and space to house controller & relays, connector strip
step down transformer, MCB, internal wiring. (Contractor shall confirm
his I/O provision w.r.t requirement on basis of data point) on AHRAE
approved Bacnet protocol only. DDCs shall work on either 230V power
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.

DDC for chiller plant, primary pumps, secondary pumps, condenser


a Lot 3 pumps as per IO summary with 15% spare SPL Lot

DDC for cooling tower as per IO summary with 15% spare


b Lot 3 SPL Lot

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 Liftwell/ Lobby Pressurization Fans as per IO Summary with


f Nos. 27 15% spare (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

Contractor No. of Corrections


450
DDC for Lighting Feeders as per IO Summary with 15% spare
h Lot 3 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

DDC for Water Tanks as per IO Summary with 15% Spare


k Lot 3 SPL Lot

L2/L3 network switches of suitable specifications to create the desired


LAN for IP based DDCs. The specifications and number of the switches
l Lot 3 shall be calculated based on the design and DDC configuration. All the SPL Lot
required accessories, racks etc, shall be included in this line item

Contractor No. of Corrections


451
560 Field Devices
Supply, installation, testing, commissioning of necessary Input sensor
transmitters/transducers comprising the following:
Immersion Temp Sensor for CHW line with brass thermowell.
a Nos. 48 Measuring range: -30 to 110 Deg C, Accuracy: +/- 1.3 Deg C SPL Number

Outside Temp & Humidity Sensor with radiation shield. Measuring


b Nos. 3 Range: Temp:-30 to 50 Deg C & RH 0-100%, Accuracy: +/- 1 Degc +/- SPL Number
3%
Water Differential pressure SWITCH Trigger Range:150-1000mbar with
c Nos. 27 1A (resistive) @ 240V AC contact rating SPL Number

Water diffrential Pressure Sensor . Accuracy:+/-0.3% FSL


d Nos. 6 SPL Number
Duct type temperature sensor Measuring range: -30 to 110 Deg C,
e Nos. 126 SPL Number
Accuracy: +/- 1.3 Deg C
Water Differential Pressure Transmitter
f Nos. 6 SPL Number
Water Flow Meter
g Nos. 3 SPL Number
Current Relay
h Nos. 9 SPL Number
Differential pressure switch for filters & Blowwers
i Nos. 440 SPL Number
Level Switches (Hi/Low)
j Nos. 42 SPL Number
Water Level Switch (1- Point)
k Nos. 9 SPL Number
Water Flow Switch
l Nos. 18 SPL Number
Voltage Transducer
m Nos. 6 SPL Number
Flame Proof Bi- Level Switch
n Nos. 6 SPL Number
Conduiting , Wiring and cabling
561 Supply, installation, testing and commissioning of following cables:
2 Core 1.0 Sqmm, armoured ATC conductor multistranded, twisted Running
a Rmt. 9,591 SPL
shielded cable for signals and communication Meter
3 Core 1.5 Sqmm, armoured ATC conductor multistranded, cable for Running
b Rmt. 45,860 SPL
Powering DDC , Actuators. Meter
Cat-6 networking cable unarmored Running
c Rmt. 9,031 SPL
Meter

Contractor No. of Corrections


452
Supplying and laying of following sizes of MS conduit on surface/recess
including cutting/filling chases along with conduit accessories etc. SPL
complete as required.
25 mm dia Running
d Rmt. 33,270 SPL
Meter
20mm dia Running
e Rmt. 22,180 SPL
Meter

Total Amount (Rupees……………………………………………………………………………………………………………………... )

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)

Contractor No. of Corrections

You might also like