Thanks to visit codestin.com
Credit goes to www.scribd.com

0% found this document useful (0 votes)
20 views106 pages

NIT16

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
20 views106 pages

NIT16

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 106

1

भारतसरकार
GOVERNMENT OF INDIA
क ीयलोकिनमाणिवभाग
CENTRAL PUBLIC WORKS DEPARTMENT

Name of Work: Proposed IITM Discovery campus at Thaiyur “B” village, Chengalpattu District.
SH: Additional infrastructure development works as part of phase-I development such as 1.
Providing fire tender approach pavement from the exiting BT main road, 2. Providing and fixing
precast RCC storm water drain. 3. MS canopy with tensile fabric (on either side of the ARB), 4. MS
external staircase for Food court to access the terrace

NIT No: 16/2024-25/EE&SM(C)/IITMPC/Chennai

NIT

Correction/Ommission/Insertion/Overwriting-Nil AE EE&SM
2

-Blank-

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


3

GOVERNMENT OF INDIA
OFFICE OF THE SUPERINTENDING ENGINEER CUM PROJECT DIRECTOR
CENTRAL PUBLIC WORKS DEPARTMENT,
IITM PROJECT CIRCLE, IIT MADRAS CAMPUS, CHENNAI-36

Invitation for Bid

Name of Work: Proposed IITM Discovery campus at Thaiyur “B” village, Chengalpattu District.
SH: Additional infrastructure development works as part of phase-I development such as 1.
Providing fire tender approach pavement from the exiting BT main road, 2. Providing and fixing
precast RCC storm water drain. 3. MS canopy with tensile fabric (on either side of the ARB), 4. MS
external staircase for Food court to access the terrace

INDEX
Sl. No Description Page No
1 NIT Title 1
2 Index 3
PART-A
3 Information & Instructions for Bidders for e-Tendering 5
4 Section I - Brief Particulars Of The Work 8
5 Receipt Of Deposition of Original EMD/Bid Security (Form F) 9
6 Form G (Undertaking on Structural Stability and soundness) 10
7 Form J (Declaration about Site Inspection) 11
8 Porforma of Bank Guarantee 12
9 CPWD-6 for e-Tending 14
10 CPWD-7 18
11 Proforma of Schedules 20
12 List Of Equipment for Field Testing Laboratory 26
13 Field Testing Instruments 27
PART-B (Particular Specification and Special Condition) 29
14 Special Conditions 30
15 Conditions to work in IIT Madras Discovery Campus, Thaiyur 50
16 Additional Condition 54
17 Cement and Steel brought by the Contractor 56
18 Additional conditions and Specifications for RCC work 59
Particular Specification and Additional Conditions for Water Proofing 66
19 Work
20 Guarantee to be executed by the contractor for Water Proofing Work 67
21 Additional Specification 69
22 List of Approved Make of Materials 77

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


4

PART-C 97
23 Schedule of Quantities 99
24 Price Bid 106

Assistant Engineer (C) EE & Senior Manager (Civil)


IITM Project Circle, CPWD, Chennai IITM Project Circle, CPWD, Chennai

Bid document containing pages 1 to 106 (Pages One to One Hundred and Six only) is approved

SE cum Project Diretor


IITM Project Circle, CPWD, Chennai

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


5

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BID DOCUMENT

The Executive Engineer & Senior Manager (C), IITMPC, CPWD, IITM Campus, Chennai-600036 (e-mail id:
[email protected]) on behalf of the President of India invites online percentage rate bids from
the approved and eligible contractors of CPWD for the following work:

Time &date of Opening of bid


Document as specified in the
Name of work &Location

of original EMD, and other


of bid, copy of receipt of
Estimated cost put to bid

Period of Completion
Last date & time of
Earnest Money

submission

deposition
NIT No.
Sl. No

NIT
1 2 3 4 5 6 7 8
16/2024-25/EE&SM(C)/IITMPC/Chennai

Proposed IITM Discovery campus at


Thaiyur “B” village, Chengalpattu
District. SH: Additional infrastructure
Rs. 1,49,84,869/-

development works as part of phase-I

Upto 03.00 PM
on 01.01.2025
Rs. 2,99,698/-

3 (Three) Months

on 01.01.2025
development such as 1. Providing fire

03.30 PM
tender approach pavement from the
1.
exiting BT main road, 2. Providing and
fixing precast RCC storm water drain. 3.
MS canopy with tensile fabric (on
either side of the ARB), 4. MS external
staircase for Food court to access the
terrace

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents
required.
2. Information and Instructions for bidders posted on website shall form part of bid document.
3. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
4. But the bid can only be submitted after submission of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD within the
period of bid submission and uploading the mandatory scanned documents such as Insurance
Surety Bonds, Account Payee Demand draft or Bankers Cheque or Fixed Deposit Receipts or/
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
6

and Bank Guarantee (for balance amount as prescribed) from any of the Commercial Bank
towards EMD in favour of Executive Engineer, CCD-II,CPWD, Chennai, receipt for deposition
of original EMD to division office of any Executive Engineer (including NIT issuing EE/ AE),
CPWD and other documents as specified.

5. Those contractors, who are not registered or have not updated their profile on the website
mentioned above, are required to get registered / update their profile before hand. The
necessary training materials including the videos with step-to-step process are available on
download section of https://etender.cpwd.gov.in.

6. The intending bidder must have valid Class-III digital signature certificate with encryption key
(combo type) to perform any operations / transactions on the e-tendering portal / website
and the bidder should download and install the eMsigner on their system as per instructions
available on download section of https://etender.cpwd.gov.in.

7. On opening date, the contractor can login and see the bid opening process. After opening of
bids he will receive the competitor bid sheets.

8. Contractor can upload documents in the form of JPG format and PDF format.

9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
figures appears in yellow colour and the moment rate is entered, it turns sky blue. In addition
to this, while selecting any of the cells a warning appears that if any cell is left blank the same
shall be treated as "0". Therefore, if any cell is left blank and no rate is quoted by the bidder,
rate of such item shall be treated as "0" (ZERO). However, if a tenderer quotes nil rates
against each item in item rate tender or does not quote any percentage above/below on the
total amount of the tender or any section/sub head in percentage rate tender, the tender
shall be treated as invalid and will not be considered as lowest tenderer

10. The department reserves the right to reject any prospective application without assigning any
reason and to restrict the list of qualified contractors to any number deemed suitable by it, if
too many bids are received satisfying the laid down criterion.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


7

11. List of Documents to be scanned and uploaded within the period of bid submission:
I. Insurance Surety Bond, Demand Draft/ Account Payee Banker's Cheque / FDR/ Bank
Guarantee of any commercial Bank against EMD.
II. Copy of receipt for submission of original EMD
III. GST registration Certificate, if already obtained by the bidder.
If the bidder has not obtained GST registration as applicable for the State/UT where the
work to be executed, then he shall scan and upload following undertaking along with bid
documents.
"If work is awarded to me, I/we shall obtain GST registration certificate as applicable
within one month from the date of receipt of award letter or before release of any
payment by CPWD, whichever is earlier, failing which I/we shall be responsible for any
delay in payments which will be due towards me/us on account of the work executed
and/or for any action taken by CPWD or GST department in this regard".
IV. CPWD Enlistment order of the contractor.
V. Copy of duly signed power of attorney by all partners/directors incase of partnership firm.
VI. Undertaking on Structural Stability and soundness as per prescribed format Form “G”.
VII. Certificate for ERP training by any CPWD Training institutes.
VIII. Declaration about Site Inspection done as per prescribed format Form “J”.

Executive Engineer & Senior Manager(C)


IITMPC, CPWD, Warden Quarters No 5,
IITM Campus, Chennai-600036

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


8

SECTION I
BRIEF PARTICULARS OF THE WORK
1. Salient details of the work for which bids are invited are as under:
Sl Name of Work Estimated Cost Period of
No Completion
1 Proposed IITM Discovery campus at Thaiyur “B”
village, Chengalpattu District. SH: Additional
infrastructure development works as part of
phase-I development such as 1. Providing fire
tender approach pavement from the exiting BT Rs.1,49,84,869/- 3 Months
main road, 2. Providing and fixing precast RCC
storm water drain. 3. MS canopy with tensile
fabric (on either side of the ARB), 4. MS external
staircase for Food court to access the terrace

2. The work is situated at IIT Madras Discovery Campus, Thaiyur ‘B’ village, Chengalpattu District, Tamil
Nadu, Pin Code-603103

3. General features and major components of the work are as under:


1. Providing fire tender approach pavement from the existing BT main road
2. Providing and fixing precast RCC storm water drain
3. MS canopy with tensile fabric
4. MS external staircase

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


9

FORM-F

RECEIPT OF DEPOSITION OF ORIGINAL EMD/BID SECURITY


(Receipt No.……………./date ................ )

Name of Work: Proposed IITM Discovery campus at Thaiyur “B” village, Chengalpattu District. SH:
Additional infrastructure development works as part of phase-I development such as 1. Providing fire
tender approach pavement from the exiting BT main road, 2. Providing and fixing precast RCC storm
water drain. 3. MS canopy with tensile fabric (on either side of the ARB), 4. MS external staircase for
Food court to access the terrace

NIT No: 16/2024-25/EE&SM(C)/IITMPC/Chennai

1. Estimated Cost : Rs. 1,49,84,869/-

2. Amount of Earnest money deposit : Rs. 2,99,698/-

3. Last date of submission of bid : Upto 03.00 PM on 01-01-2025

4. Name of Contractor :

5. Form of EMD :

6. Amount of Earnest Money Deposit :

7. Date of submission of EMD :

Signature, Name and Designation of EMD


receiving officer along with Office stamp
Note:
(i) The EMD document should be (drawn in favour of the EE, CCD-II, CPWD, Chennai)
(ii) The Authority receiving EMD in original form examines the EMD deposited by the bidder and issues
receipt of deposition of earnest money to the agency in the above format. The receipt can also be
issued by any subordinate gazetted authority as authorized by the Engineer-in-Charge/DDH.
(iii) The authority receiving original EMD also intimates tender inviting authority about deposition of EMD
by the agency by email/fax/telephonically.
(iv) The original EMD receiving authority releases the EMD to the unsuccessful bidders after the expiry of
stipulated bid validity period or immediately after acceptance of the successful bidder, whichever is
earlier, after verification from the e-tendering portal website (https://etender.cpwd.gov.in> closed
Tender>all) that the particular contractor is not L-1 tenderer and work is awarded.
(v) The tender inviting authority calls for original EMD of the L-1 tenderer from EMD receiving authority
immediately.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


10

Form 'G'
Undertaking on structural stability and soundness of already completed buildings and
infrastructure projects

I/we undertake and confirm that any building / infrastructure constructed by our firm /partnership
firm/ company has not suffered any failure, making it unfit for intended use, either due to structural
defects or due to use of sub-standard materials or execution of sub-standard work, poor workmanship or
any other reason during the last 25 (twenty five) years.

I/we, further, undertake that if such information comes to the notice of CPWD, then Engineer-in-Charge
shall be free to terminate the bid/agreement and to forfeit the entire amount of earnest money
deposit, performance guarantee and security deposits.

I/we, also undertake that in addition to above, the Engineer-in-Charge shall be free to debar us forever
from tendering in CPWD.
The decision of Engineer-in-Charge or any higher authority shall be final and binding.

Signature of Signature of bidder or an authorized person


notary with seal of the firm with stamp

Note: Affidavit to be furnished on a 'Non-judicial' stamp paper of Rs. 200/- (scanned copy of the notarized
affidavit to be uploaded at the time of submission of bid).

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


11

Form-J

DECLARATION ABOUT SITE INSPECTION

To
The Executive Engineer & Senior Manager (C),
IITMPC, CPWD, Chennai

Name of Work: Proposed IITM Discovery campus at Thaiyur “B” village, Chengalpattu District. SH: Additional infrastructure
development works as part of phase-I development such as 1. Providing fire tender approach pavement from the exiting BT main
road, 2. Providing and fixing precast RCC storm water drain. 3. MS canopy with tensile fabric (on either side of the ARB), 4. MS
external staircase for Food court to access the terrace

Dear Sir,
It is hereby declared that as per CPWD–6 FOR e-BIDDING and as per terms and conditions of this tender
document, I/ We, the bidder inspected and examined the subject site and its surrounding and satisfy myself / ourselves
as to the nature of the ground and sub-soil (so far as is practicable), the forms and nature of the site./ ourselves before
submitting the bid, the accommodation which may require and all necessary information as to risks, contingencies and
other circumstances which may influence or affect our bid have been obtained. I/We, the bidder, shall have full
knowledge of the site and no extra charge consequent upon any misunderstanding or otherwise shall be claimed on a
later date.

I /We, the bidder shall be responsible for arranging and maintaining at own cost all materials, tools & plants,
water, electricity access, facilities for workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by me/us implies that I / We have read this
notice and all other contract documents and has made myself /ourselves aware of the scope and specifications of the
work to be done and local conditions and other factors having a bearing on the execution of the work.

Yours faithfully

(Duly Authorized signatory of the bidder)

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


12

On Non-judicial stamp a per of minimum Rs.100/-

(Guarantee offered by Bank to CPWD in connection with the execution of contracts)


Form of Bank Guarantee for Earnest Money Deposit
/ Performance Guarantee / Security Deposit /Mobilization Advance)

Whereas the Executive Engineer & Senior Manager (C), IITMPC, CPWD, Chennai on behalf of the
President of India (hereinafter called "The Government”) has invited bids under NIT No:
16/2024-25/EE&SM(C)/IITMPC/Chennai for the work of “Proposed IITM Discovery campus at Thaiyur
“B” village, Chengalpattu District. SH: Additional infrastructure development works as part of phase-I
development such as 1. Providing fire tender approach pavement from the exiting BT main road, 2.
Providing and fixing precast RCC storm water drain. 3. MS canopy with tensile fabric (on either side of
the ARB), 4. MS external staircase for Food court to access the terrace”

The Government has further agreed to accept irrevocable Bank Guarantee for Rs........................ (Rupees
......................................................................................... only) valid up to......... (Date)*........ Issued in
favour of Executive Engineer, Chennai Central Division-II, CPWD, Chennai as Earnest Money Deposit
from......................... (Name and address of contractor)…………………………………………………...... (Hereinafter
called "the contractor") for compliance of his obligations in accordance with the terms and conditions of
the said NIT.
OR**
Whereas The Executive Engineer & Senior Manager (C), IITMPC, CPWD, Chennai on behalf of
the President of India (herein after called "The Government”) has entered into an agreement bearing
number……………with......................(name and address of the contractor)……………(herein
after called "the Contractor”) for execution of work Proposed IITM Discovery campus at Thaiyur “B”
village, Chengalpattu District. SH: Additional infrastructure development works as part of phase-I
development such as 1. Providing fire tender approach pavement from the exiting BT main road, 2.
Providing and fixing precast RCC storm water drain. 3. MS canopy with tensile fabric (on either side of
the ARB), 4. MS external staircase for Food court to access the terrace. The Government has further
agreed to accept an irrevocable Bank Guarantee for Rs........................ (Rupees
………………………………………………..... only) valid up to............. (Date)...................... issued in favour
of the Executive Engineer, Chennai Central Division-II, Chennai as Performance
Guarantee/Security Deposit/Mobilization Advance from the said Contractor for compliance of
hisobligationsinaccordancewiththetermsandconditionsoftheagreement.

1. We, _________________________________(indicate the name of the bank) (herein after referred as


“the Bank”), hereby undertake to pay to the Government an amount not exceeding Rs :...........................(
Rupees……..........only) on demand by the Government within 10 days of the demand.

2. We,........................(indicate the name of the Bank) do hereby undertake to pay the amount due and
payable under this guarantee without any demur, merely on a demand from the Government stating
that the amount claimed is required to meet the recoveries due or likely to be due from the said
Contractor. Any such demand made on the Bank shall be conclusive as regards the amount due and
payable by the Bank under this Guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs.........
(Rupees……………………………………………………………………………..only).

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


13

3. We,..................(indicate the name of the Bank), further undertake to pay the Government any money
so demanded not withstanding any dispute or disputes raised by the contractor in any suit or
proceeding pending before any court or Tribunal, our liability under this Bank Guarantee being
absolute and unequivocal. The payment so made by us under this Bank Guarantee shall be a valid
discharge of our liability for payment there under and the Contractor shall have no claim against us for
making such payment.
4. We,.....................(indicate the name of the Bank), further agree that the Government shall have the
fullest liberty without our consent and without affecting in any manner our obligation here under to
vary any of the terms and conditions of the said agreement or to extend time of performance by the
said Contractor from time to time or to postpone for anytime or from time to time any of the powers
exercisable by the Government against the said contractor and to for bear or enforce any of the terms
and conditions relating to the said agreement and we shall not be relieved from our liability by reason
of any such variation or extension being granted to the said Contractor or for any forbearance, act of
omission on the part of the Government or any indulgence by the Government to the said Contractor
or by any such matter or thing whatsoever which under the law relating to sureties would, but forth is
provision, have effect of so relieving us.
5. We,...................(indicate the name of the Bank) further agree that the Government at its option shall
be entitled to enforce this Guarantee against the Bank as a principal debtor at the first instance
without proceeding against the Contractor and not with standing any security or other guarantee the
Government may have in relation to the Contractor's liabilities.

6. This guarantee will not be discharged due to the change in constitution of the Bank or the Contractor.

7. We ................. (Indicate the name of the Bank) ……………… undertake not trevoke this
guarantee except with the consent of the Government in writing.

8. This Bank Guarantee shall be valid upto (date)……………..Unless extended on demand by the
Government. Not with standing anything mentioned above, our liability against this guarantee is
restricted to Rs……………. (Rupees…………………………. Only) and unless a claim in writing is lodged
with us within the date of expiry or extended date of expiry of this guarantee, all our liabilities
under this guarantee shall stand discharged.

Date: …………….

Witness:

*Date to be worked out on the basis of validity period of 90 days where only financial bids are invited
and 180 days for two/three bid system from the date of submission of tender.
**In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee/security deposit/mobilization advance, as the case may
be

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


14

CPWD-6 for E-Tendering

1. The Executive Engineer & Senior Manager(C), IITMPC, CPWD, IITM Campus, Chennai-600036 e-mail
id:[email protected]) on behalf of the President of India invites online Percentage rate bids
from approved and eligible contractors of CPWD for the work of:

Proposed IITM Discovery campus at Thaiyur “B” village, Chengalpattu District. SH: Additional
infrastructure development works as part of phase-I development such as 1. Providing fire tender
approach pavement from the exiting BT main road, 2. Providing and fixing precast RCC storm water
drain. 3. MS canopy with tensile fabric (on either side of the ARB), 4. MS external staircase for Food
court to access the terrace

The enlistment of the contractors should be valid on the last date of submission of bids.

In case the last date of submission of bid is extended, the enlistment of contractor should be valid on
the original date of submission of bids.

1.1. The work is estimated to cost Rs.1,49,84,869/- This estimate, however, is given merely as a
rough guide.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7 which is
available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders shall
quote his rates as per various terms and conditions of the said form which will form part of the
agreement.

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

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


(ii) The architectural and structural drawings shall be made available in phased manner, as per
requirement of the same as per approved programme of completion submitted by the contractor
after award of work.

5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
items to be executed and the set of terms and conditions of the contract to be complied with and
other necessary documents except Standard General Conditions of Contract Form can be seen on
website https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of times but before
last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s)any number of
times (he need not re-enter rate of all the items) but before last date and time of submission of bid as
notified.

8. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt, Banker's Cheque or Bank Guarantee (for balance amount as prescribed) from any of the
Commercial Banks (drawn in favour of the Executive Engineer, CCD-II, CPWD, Chennai) shall be
scanned and uploaded on the e-Tendering website within the period of bid submission. The original
EMD should be deposited either in the office of Executive Engineer inviting bids or division office of any
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
15

Executive Engineer, CPWD within the period of bid submission. The EMD receiving Executive Engineer
(including NIT issuing EE) shall issue a receipt of deposition of earnest money deposit to the bidder in a
prescribed format (enclosed) uploaded by tender inviting EE in the NIT.A part of earnest money is
acceptable in the form of bank guarantee also. In such case, minimum 50% of earnest money or Rs. 20
lakhs, whichever is less, shall have to be deposited in shape prescribed above, and balance may be
deposited in shape of Bank Guarantee of any Commercial bank having validity for a period of 90 days
or more from the last date of receipt of bids which is to be scanned and uploaded by the intending
bidders.

The earnest money given by all the tenderers except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance of the
successful bidder, whichever is earlier.

Copy of Enlistment Order and other documents as specified in the notice inviting e- tender shall be
scanned and uploaded on the e-Tendering website within the period of bid submission. However,
certified copy of all the scanned and uploaded documents as specified in e- tender notice shall have to
be submitted by the lowest bidder within a week physically in the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
Original EMD deposited with any division of CPWD and other documents scanned and uploaded are
found in order.

The bid submitted shall be opened at 03:30 PM on 01.01.2025

9. The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
9.1. The bidder is found ineligible.
9.2. The bidder does not upload scanned copies of all the documents stipulated in the bid document.
9.3. If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hardcopies as submitted physically by the lowest bidder in the office of bid opening
authority.
9.4. If a tenderer quotes does not quote any percentage above/below on the total amount of the
tender or any section / sub head in percentage rate tender, the tender shall be treated as invalid
and will not be considered as lowest tenderer.
10. The contractor whose bid is accepted will be required to furnish performance guarantee at specified
percentage of the tendered amount as mentioned in schedule E and within the period specified in
Schedule F. This guarantee shall be in the form of Insurance Surety Bonds, Account Payee Demand
Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial Banks in accordance with
the prescribed form (drawn in favour of the Executive Engineer, CCD-II, CPWD, Chennai). In case the
contractor fails to deposit the said performance guarantee within the period as indicated in Schedule
'F', including the extended period if any, the Earnest Money deposited by the contractor shall be
forfeited automatically without any notice to the contractor. The earnest money deposited along with
bid shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is
accepted will also be required to furnish either copy of applicable licenses/ registrations or proof of
applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board including
Provident Fund Code No. If applicable and also ensure the compliance of aforesaid provisions by the
subcontractors, if any engaged by the contractor for the said work within the period specified in
Schedule F.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


16

11. The description of the work is as follows:


Proposed IITM Discovery campus at Thaiyur “B” village, Chengalpattu District. SH: Additional
infrastructure development works as part of phase-I development such as 1. Providing fire tender
approach pavement from the exiting BT main road, 2. Providing and fixing precast RCC storm water
drain. 3. MS canopy with tensile fabric (on either side of the ARB), 4. MS external staircase for Food
court to access the terrace

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

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

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

14. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working with him in any capacity or are subsequently employed by him and
who are near relatives to any gazetted officer in the Central Public Works Department or in the
Ministry of Housing and Urban Affairs. Any breach of this condition by the contractor would render him
liable to be removed from the approved list of contractors of this Department.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


17

16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a contractor for
a period of one year after his retirement from Government service, without the prior permission of the
Government of India in writing. This contract is liable to be cancelled if either the contractor or any of
his employees is found any time to be such a person who had not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the contractor’s
service.

17. The bids for the works shall remain open for acceptance for a period of thirty (30) days from the date
of opening of technical bid. Further

i. If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department within 7 days after last date of submission of bids,
then the Government shall without prejudice to any other right or remedy, be at liberty to forfeit
50% of the earnest money absolutely irrespective of letter of acceptance for the work is issued or
not.

ii. If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
tender which is not acceptable to the department after expiry of 7 days after last date of submission
of bids, then the Government shall without prejudice to any other right or remedy, be at liberty to
forfeit 100% of the earnest money absolutely irrespective of letter of acceptance for the work is
issued or not.

iii. In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall not be
allowed to participate in the rebidding process of the same work.

18. This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor,
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of:-
(a) The Notice Inviting Bid, all the documents including additional conditions, specifications and
drawings, if any, forming part of the bid as uploaded at the time of invitation of bid and the rates
quoted online at the time of submission of bid and acceptance there of together with any
correspondence leading thereto.
(b) Standard C.P.W.D. Form 7.
19. The intending bidders are required to update their profile in CPWD e- tender portal
(https://etender.cpwd.gov.in) and to upload their bids well in advance of last date of submission of
tender. Any issue related to updating profile/uploading tender can be resolved through the concerned
Executive Engineer (e-mail Id: [email protected]) or ERP Help Line No. 18001803286 or e-
mail Id cpwd.support@ techmahindra.com. The e-tendering bidders are also advised not to wait to
raise any issues till the last date of submission of Bid in their own interest. If any descripencies noticed
between details uploaded and reports generated in ERP the bid will be rejected without further
notice.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


18

CPWD – 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

State : Tamil Nadu Circle : IITM Project Circle, Chennai


Branch :B&R Division: EE & SM (C), IITMPC, Chennai
Region : Chennai Sub - Division : O/o AE(C)- III & IV

Percentage Rate Tender & Contract for works

Tender for the work of:


Proposed IITM Discovery campus at Thaiyur “B” village, Chengalpattu District. SH: Additional
infrastructure development works as part of phase-I development such as 1. Providing fire tender
approach pavement from the exiting BT main road, 2. Providing and fixing precast RCC storm water
drain. 3. MS canopy with tensile fabric (on either side of the ARB), 4. MS external staircase for Food
court to access the terrace

(i) Last date and time of submission of e-tenders shall be 03.00 PM hours on 01.01.2024 to / upload
at the website https://etender.cpwd.gov.in

(ii) To be opened in presence of tenderers who may be present at 03.30 PM on 01.01.2024 in the
Office of The Executive Engineer & Senior Manager (C), CPWD, IITMPC, Warden Quarter No 5,
Behind Himalaya Mess, IIT Madras Campus, Chennai-600036.

TENDER

I / We have read and examined the notice inviting tender, all schedules, Specifications applicable, Drawing
& Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions,
Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.

I / We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule - 1 of General Rules and
Directions and in Clause 11 of the conditions of contract and with such materials as are provided for, by,
and in respect of accordance with, such conditions so far as applicable.

I/ We agree to keep the tender open for 30 (Thirty) days from the due date of its opening and not to make
any modifications in its terms and conditions.

I/We have deposited EMD for the prescribed amount in the office of concerned Executive Engineer as per
the bid document.

A copy of earnest money deposit receipt of prescribed amount deposited in the form of Insurance Surety
Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (as
prescribed) issued by a Commercial Bank, is scanned and uploaded (strike out as the case may be). If I/We,
fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the
President of India or his successors, in office shall without prejudice to any other right or remedy, be at
liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified,
I/We agree that President of India or his successors in office shall without prejudice to any other right or

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


19

remedy available in law, be at liberty to forfeit the said the performance guarantee absolutely. The said
performance guarantee to execute all the works referred to in the tender documents upon the terms and
conditions contained or referred to those in excess of that limit at the rates to be determined in accordance
with the provision contained in Clause 12.2 and 12.3 of the tender form.

Further I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid,
I/We shall be debarred for participation in the re-tendering process of the work.

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

Dated:

Signature of Contractor

Witness: Postal Address

Address:

Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned here under) is accepted by me
for and on behalf of the President of India for a sum of Rs…………………………………………………………………………..
(Rupees……………………………………………………………………......................................................................................)

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

i)

ii)
For & on behalf of the President of India
Signature
Date Designation

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


20

PROFORMA OF SCHEDULES
(Separate Performa for Civil&, Elect in case of Composite Tenders)

SCHEDULE ‘A

Schedule of quantities (Enclosed) Page No 99 to 105

SCHEDULE ‘D’

Extra schedule for specific requirement/document for the work, if any Nil

SCHEDULE ‘E’

Reference to General Conditions of contract: GCC-2023 (Construction Works) for Central Public Works
Department with correction slips / ammendments if any issued upto previous day submission of bid

Name of Work: Proposed IITM Discovery campus at Thaiyur “B” village, Chengalpattu District. SH:
Additional infrastructure development works as part of phase-I development such as 1. Providing fire
tender approach pavement from the exiting BT main road, 2. Providing and fixing precast RCC storm
water drain. 3. MS canopy with tensile fabric (on either side of the ARB), 4. MS external staircase for
Food court to access the terrace

Estimated cost of work Rs. 1,49,84,869/-

(i) Earnest money : Rs. 2,99,698/-

(ii) Performance Guarantee : Rs. 5% of tendered value

(iii) Security Deposit : Rs. 2.5% of tendered value

SCHEDULE ‘F’
GENERAL RULES & DIRECTIONS:
Officer inviting tender : EE & Senior Manager (C), IITMPC CPWD, Chennai or his
successor there of
Maximum percentage for quantity of : See Below
items of work to be executed beyond
which rates are to be determined in
accordance with Clauses 12.2 & 12.3
Definitions:
2(vi) Engineer-in-charge :
i) Civil Works : Executive Engineer & Senior Manager (C), IITMPC
CPWD, Chennai or his successor there of

2(viii) Accepting Authority : Superintending Engineer cum Project Director,


IITMPC, CPWD, Chennai or his successor there of

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


21

2(x) Percentage on cost of materials : 15%


and labour to cover all
overheads and profits

2(xi) Standard Schedule of Rates


i) Civil Works : DSR-2023 and market rate for non-DSR items

2(xii) Department : Central Public Works Department (CPWD)

9(ii) Standard CPWD Contract : CPWD Form 7& GCC 2023 Construction Work modified
Form & corrected up-to last date of submission of bid with
extension if any.

Clause 1
(i) Time allowed for submission of Performance Guarantee, : 7 (Seven) days
programme Chart (time and Progress) and applicable
labour Licenses, registration with EPFO, ESIC and BOCW
Welfare Board or proof of applying thereof from the date
of issue of Letter of Acceptance
(ii) Maximum allowable extension with late fee @ 0.1% per : 3(Three) days
day of Performance guarantee amount beyond the period
provided in (i) above
Clause 2
Authority for fixing Compensation under clause 2. : Superintending Engineer cum
Project Director, IITMPC,
CPWD, Chennai or his
successor there of
Clause 5
Number of days from the date of issue of letter of : 10(Ten) days
acceptance for reckoning date of start

Mile stone(s) as per table given below: -

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


22

Table of Mile stones


withheld in

Time allowed for the

Time allowed (from


case of Non-

the date of start)


Achievemen

milestone
Sl. t of
No. Milestone
(in %
Tendered
amount)

1 One fifth of finanacial progress 15 15


days days 1%

2 Two fifth of finanacial progress


30 45 1%
days days
3 Three fifth of finanacial progress 15 60
days days 1%

4 Four fifth of finanacial progress


15 75 1%
days days
5 Full fifth of finanacial progress
15 90 1%
days days
Total 5%
Time allowed for execution of work: 3 Months

Authority to decide:
(i) Extension of time Executive Engineer & Senior Manager (C),
IITMPC CPWD, Chennai or his successor there
of
(ii) Rescheduling of mile stones Superintending Engineer cum Project
Director, IITMPC, CPWD, Chennai or his
successor there of
(iii) Shifting of date of start in case of delay in Superintending Engineer cum Project
handing over of site Director, IITMPC, CPWD, Chennai or his
successor there of

PROFORMA OF SCHEDULES Clause 5 Schedule of handing over site


Part Portion of site Description Time period for handing
over reckoned from date
of issue of letter of intent
Part A Portion without any 100% of site
10 days
hindrance
Part B Portions with Not Applicable
Not Applicable
encumbrances
Part C Portions dependent Not Applicable
on work of other Not Applicable
agencies

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


23

Clause 6 Electronic measurement Book (EMB)


Through CPWD ERP portal

Clause 7
Gross work to be done together with net Rs. 1,00,00,000 /-
payment / adjustment of advances for To mitigate the financial hard ship of the agency,
material collected, if any, since the last such on his written request only, payment for a lesser
payment for being eligible to interim payment. value can be considered. The decision of Engineer-
in-charge in this regard shall be final

Clause 7A
Whether Clause 7A is applicable Yes

Clause 8A:

Authority to decide Compensation on account if Executive Engineer & Senior Manager (C), IITMPC
contractor fails to submit Completion plans: CPWD, Chennai or his successor thereof

Clause 10B (ii)

Whether Clause 10 B (ii) shall be applicable: Yes

Clause 10C Not Applicable

Clause 10CC Not Applicable

Clause 11
Specifications to be followed for for execution of civil CPWD Specification 2019, Vol. I & II with up-to-
works: date Correction slips and additional/ particular
specification mentioned in this document
Specifications to be followed for for execution of As per Part-C
E&M works:

Clause 12
Clause 12.2 & 12.3 Deviation Limit beyond which Clause 12.2 & 12.3 100% (Hundred
shall apply for all works Percentage)

Clause 16
Competent Authority for SE cum Project Director,
Deciding reduced rates IITMPC, CPWD, Chennai or his successor thereof

Clause Authority to decide penalty for each default Amount of default


19 C EE & Senior Manager (C) IITMPC, CPWD, Rs. 500/-
Chennai or his successor thereof
19 D EE & Senior Manager (C) IITMPC, CPWD, Rs. 500/-
Chennai or his successor thereof

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


24

19 G EE & Senior Manager (C) IITMPC, CPWD, Rs. 500/-


Chennai or his successor thereof Enhanced penalty per day for continuous
default- Rs.500/- per day
19 K EE & Senior Manager (C) IITMPC, CPWD, Rs. 500/-
Chennai or his successor thereof

Clause 25:
I. Conciliator : The Special Director General, CPWD, Chennai
II. Arbitrator Appointing Authority : Superintending Engineer cum Project Director, IITMPC,
CPWD, Chennai or his successor there of
III. Place of Arbitration : Chennai, Tamil Nadu

Clause 32: Requirement of Technical Representatives and recovery Rates

Requirement of Technical Rate at which


Designationof
Staff Minimum Technical staff recovery shall be
Sl.No made from the
Experience
Qualification Number (Years) contractor in the
event of
notfulfilling
Graduate
Project / Site Rs. 15000/-
1 Engineer or 1 2 or 5 respectively
Engineer Per month per
Diploma
person
Engineer

Assistant Engineers retired from government service who are holding Diploma will be treated at par
with graduate engineers.

Diploma holder with minimum 10 years relevant experience with a reputed construction co. can be treated
at par with Graduate Engineers for the purpose of such deployment subject to the condition that such
diploma holders should not exceed 50% of requirement of degree engineers.

Clause 38
(i) (a) Schedule/ statement for determining theoretical DSR 2023 with upto date
quantityof cement & bitumen on the basis of Delhi correction slips.
Schedule of Rates
(ii) Variations permissible on theoretical quantities:
(a) Cement 2% (Two percent) plus/ minus.

(b) Bitumen for all works 2.5% plus only and nil on minus
side.
(b) Steel Reinforcement and structural steel sections for 2% (Two percent) plus / minus
each diameter, section and category
(c) All other materials Nil

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


25

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which recovery shall be


made from the Contractor
Sl.
Description of Item Excess Less use
No.
beyond permissible beyond permissible variation
variation (Exclusive of GST)
1. Ordinary Portland Cement (OPC) Nil
2. Portland Pozzolana Cement (PPC) Nil
Not Allowed
3. Steel Reinforcement (TMT Fe-500 & Nil
Fe-500D) from primary producer
4. Structural steel. Nil

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


26

ANNEXURE–I
LIST OF EQUIPMENT FOR FIELD TESTING LABORATORY
A. For Building Work
1. Balances
(i) 7 kg. to 10 kg. capacity, semi-self-indicating type - accuracy 10 gm.
(ii) 500 gm. capacity, semi-self-indicating type - accuracy 1 gm.
(iii) Pan balance- 5 kg. capacity - accuracy 10 grams.
2. Ovens-electrically operated, thermostatically controlled up to 110°C - sensitivity 1°C.
3. Sieves: as per IS 460-1962.
(i) I.S. sieves - 450mm internal dia, of sizes 100 mm, 80 mm, 63mm, 50 mm, 40 mm, 25mm, 20 mm, 12.5 mm, 10 mm, 6.3
mm, 4.75mm, complete with lid and pan.
(ii) I.S. sieves- 200mm internal dia (brass frame) consisting of 2.36mm, 1.18mm, 600 microns, 425 microns, 300 microns,
212 microns, 150 microns, 90 microns, 75 microns, with lid and pan.
4. Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing switch assembly.
5. Equipment for slump test- Slump cone, steel plate, tamping rod, steel scale, scoop.
6. Dial gauges, 25 mm travel - 0.01 mm/division least count - 2nos.
7. 100 tonnes compression testing machine, electrical-cum manually operated.
8. Graduated measuring cylinders 200 ml capacity - 3 Nos.
9. Enamel trays (for efflorescence test for bricks).
(i) 300 mm × 250 mm × 40 mm- 2 nos.
(ii) Circular plates of 250 mm dia - 4 nos.

B. For Road Works


1. Balances
(i) 7 kg to 10 kg capacity, semi-self-indicating type - accuracy 10 gm.
(ii) 500 gm capacity, semi-self-indicating type, accuracy 1 gm.
(iii) Chemical balance, 100 gm capacity - accuracy- 0.1 gm.
(iv) Pan balance - 5 kg. capacity - 10 gm accuracy.
(v) Platform scale- 300 kg capacity.
2. Oven electrically operated, thermostatically controlled.
(i) Up to 200°C for determination of loss on heating of bitumen.
3. Sieves as per IS 460-1962.
(i) I.S. sieves - 450 mm of internal dia of sizes 100 mm, 80mm, 63mm, 50mm, 40mm, 25mm, 20mm, 12.5mm, 10mm,
6.3mm, 1.75mm, complete with lid and pan.
(ii) I.S. sieves - 200 mm internal dia (brass frame) consisting of 2.36mm, 1.18mm, 600 microns, 425 microns, 300 microns,
212 microns, 150 microns, 90 microns and 75 microns
with lid and pan.
4. Sieves shaker capable for shaking 200mm and 300mm dia sieves, electrically operated with timer.
5. Dial gauge
(i) 25mm travel - 0.01mm/division.
6. Load frame-5 tonnes capacity, electrically operated with speed control.
7. Aggregate impact test apparatus as per IS 2386-Part IV-1963.
8. Compaction apparatus (Proctor) as per IS 2720-Part VII-1974.
9. Modified ASHO compaction apparatus as per IS 2720-Part-III-1974.
10. Sand pouring cylinder with control funnel and tube complete as per IS 2720-Part XXVIII-1974.
11. Sampling tins with rods 100mm dia × 50mm ht., 1/2kg capacity, and miscellaneous items like moisture tins etc.
12. Constant temperature bath for accommodating bitumen test specimen, electrically operated and thermostatically
controlled.
13. Penetrometer with automatic time controller and with adjustable weight accessories and needles as per IS 1203-1958.
14. Oxhlet extraction apparatus complete with extraction thimbles etc.
15. Laboratory mixer, about 0.02 cu-meter capacity, electrically operated with heating jacket.
16. Hubbard field stability test apparatus complete.
17. Marshall compaction apparatus as per ASTM 1559-62T, and complete with electrically operated leading unit, compaction
pedestal bearing head assembly, dial micrometer, and bracket for flow measurement, load transfer bar, specimen mould
(4 inch. dia) with base plate, columns, mould (4 inch, dia) with base plate, collars, specimen extracted. Compaction
hammer, 4.53 kg (10lb)/457 mm (18inch) fall.
18. Distant reading thermometers.
19. Graduated cylinder 1000 ml. capacity.
20. Enamel tray
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
27

FIELD TESTING INSTRUMENTS


1. Steel tapes - 3 m
2. Vernier calipers
3. Micrometer screw 25 mm gauge
4. A good quality plumb bob
5. Spirit level, minimum 30 cms long with 3 bubbles for horizontal vertical
6. Wire gauge (circular type) disc
7. Foot rule
8. Long nylon thread
9. Rebound hammer for testing concrete
10 Dynamic penetrometer
11. Magnifying glass
12. Screw driver 30 cms long
13. Ball pin hammer, 100 gms
14. Plastic bags for taking samples
15. Moisture meter for timber
16. Earth resistance tests (for Electrical Divisions)
17. Meggar (for Electrical Divisions)
18. Depth Gauge
19. Straight edge

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


28

-BLANK-

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


29

PART-B

PARTICULAR SPECIFICATIONS
&
SPECIAL and ADDITIONAL
CONDITIONS

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


30

SPECIAL CONDITIONS

1. The Contractors are advised to inspect and examine the site and its surroundings and satisfy
themselves with the nature of site, the means of access to the site, the constraints of space for
stacking material/machinery, labour etc., constraints put by local regulations, if any, weather
conditions at site, general ground/sub soil conditions etc., availability of materials, availability of land
and suitable location for construction of go downs, stores and camp, transport facilities, the extent of lead
and lifts involved in the work (over the entire duration of contract) including local conditions or any other
circumstances which may affect or influence submission of their bids and as required for satisfactory
execution of the work and nothing extra whatsoever shall be paid on this account. The site is available
for work. The contractor shall carryout survey of the work area, at his own cost, setting out the layout
and fixing of alignment of the building as per architectural and structural drawings in consultation with
the Engineer-in-charge and proceed further ensuring full structural continuity and integrated
construction. Any discrepancy between the architectural drawings and actual layout at site shall be
immediately brought to the notice of the Engineer-in-charge.

2. The Contractor shall, if required by him, before submission of the tender, inspect the drawings in the
Office of the Executive Engineer & Senior Manager(C), IITM Project Circle, CPWD, Chennai-36. The
department shall not bear any responsibility for the lack of knowledge and also the consequences,
there of to the Contractor. The information and data shown in the drawings and mentioned in the bid
documents have been furnished, in good faith, for general information and guidance only. The
Engineer-in-Charge, in no case, shall be held responsible for the accuracy thereof and/or
interpretations or conclusions drawn there from by the Contractor and all consequences shall be
borne by the Contractor. No claim, whatsoever, shall be entertained from the Contractor, if the data or
information furnished in bid document is different or in-correct otherwise or actual working drawings
are at variance with the drawings available for inspection or attached to the bid document. It is
presumed that the Contractors Hall satisfy himself for all possible contingencies, incidental charges,
wastages, bottlenecks etc. likely during execution of work and acts of coordination, which may be
required between different agencies. Nothing extra shall be payable on this account.

3. The contractor(s) shall give to the local body, police and other authorities all necessary notices etc.
that may be required by law and obtain all requisite licenses for temporary obstructions, enclosures
etc. and pay all fees, taxes and charges which may be levi able 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.

4. The contractor shall at his own expense and risk arrange land for accommodation of labour, setting up
of office, the storage of materials, erection of temporary workshops, and construction of approach
roads to the site of the work including land required for carrying out of all jobs connected with the
completion of the work. If during construction it becomes necessary to remove or shift the stored
materials shed workshop, access roads, etc. to facilitate execution of any other work by any other
agency, the contractor shall do as directed by the Engineer-in-charge and no claim whatsoever, shall
be entertained on this account.

5. It shall be deemed that the contractor shall satisfy himself as to the nature and location of the work,
transport facilities, availability of land for setting up of camp etc. The department will bear no
responsibility for lack of such knowledge and the consequences thereof.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


31

6. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day
and night. In case of any accident to labours/ contractual staff the entire responsibility will rest on the
part of the contractor and any compensation under such circumstances, if becomes payable, shall be
entirely borne by the contractor.
7. The contractor shall have to make approaches to the site, if so required and keep them in good
condition for transportation of labour and materials as well as inspection of works by the Engineer-in-
charge. Nothing extra shall be paid on this account.

8. The contractor shall at his own cost submit samples of all materials sufficiently in advance and obtain
approval of the Engineer-in-charge. Subsequently, the materials to be used in the actual execution of
the work shall strictly conform to the quality of samples approved by the Engineer-in-charge and
nothing extra shall be paid on this account. The acceptance of any sample or material on inspection
shall not be a bar to its subsequent rejection, if found defective.

9. The contractor shall at his cost, make all arrangements and shall provide necessary facilities as the
Engineer-in-charge may require for collecting, preparing, packing forwarding and transportation of the
required number of samples for tests & for analysis at such time and to such places as directed by the
Engineer-in-charge, and bear all charges and cost of testing.

10. The necessary tests shall be conducted in the laboratory approved by the Engineer-in- charge. The
samples for carrying out all or any of the tests shall be collected by the Engineer-in-charge or on his
behalf by any other officer of CPWD. The contractor or his authorized representative shall associate
himself in collection, preparation, packing and forwarding of such samples for the prescribed tests and
analysis. In case he or his authorized representative is not present or does not associate himself, the
results of such tests and consequences thereon shall be binding on the contractor.

11. Materials used on work without prior inspection and testing (where testing is necessary) and without
approval of Engineer-in-charge are liable to be considered unauthorized, defective and not acceptable.
The Engineer-in-charge shall have full powers to require removal of any or all of the materials brought
to site by contractor which are not in accordance with the contract, specifications or do not conform in
character or quality to the samples approved by the Engineer-in-charge. In case of default on the part
of the contractor in removing rejected materials, the Engineer-in-charge shall be at liberty to have
them removed at the risk and cost of the contractor.

12. The contractor shall make his own arrangement for the water required for execution of work and get
the water tested at his own cost with regard to its suitability for use in the works and get written
approval from the Engineer-in-charge before he proceeds with the use of same for execution of work.
Nothing extra shall be paid to the contractor on this account.

13. The work shall be carried out in such a manner so as not to interfere/or effect or disturb other works
being executed by other agencies, if any.

14. Any damages done by the contractor to any existing work or work being executed by other agencies
shall be made good by him at his own cost.

15. The work shall be carried out in the manner complying in all respects with the requirement of relevant
rules and regulations of the local bodies under the jurisdiction of which the work is to be executed and
nothing extra shall be paid on this account.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


32

16. For completing the work in time, the contractor might be required to work in two or more shifts and
no claims whatsoever shall be entertained on this account, notwithstanding the Fact that the
contractor will have to pay to the labours and other staff engaged directly or indirectly on the work
according to the provisions of the labour regulations and the agreement entered upon and/or extra
amount for any other reasons.

17. There is no electric power supply at the site of work. The contractor will have to make his own
arrangement for obtaining electric connection from the state electricity board and make necessary
payments directly to the department concerned and/or install generators at the site of work, if
required and nothing extra whatsoever will be payable on this account.

18. The contractor shall maintain in good condition all work executed till the completion of the entire
work entrusted to the contractor under this contract and nothing extra shall be paid on this account.

19. No payment will be made to the contractor for damage caused by rain, floods and other natural
calamities whatsoever during the execution of the works and any damage to the work on this account
shall have to be made good by the contractor at his own cost and nothing whatsoever shall be paid on
this account.

20. The rates for all items of work, unless clearly specified otherwise, shall include the cost of all labour
materials, de-watering and other inputs involved in the execution of the items.

21. Unless otherwise provided in the schedule of quantities or CPWD specifications the rates tendered by
the contractor shall be all-inclusive and shall apply to all heights, depths, leads and lifts.

22. No claim whatsoever for idle labour, additional establishments, costs of hire and labour charges for
tools and plants etc. would be entertained under any circumstances.

23. For the safety of all labour directly or indirectly employed in the work for the performance of the
contractor's part of this agreement, the contractor shall, in addition to the provisions of CPWD safety
code and directions of the Engineer-in-charge make all arrangements to provide facility as per the
provisions of Indian Standard Specifications (Codes) listed below and nothing extra shall be paid on this
account.

1. IS 3696 Part I Safety Code for scaffolds and ladders


2. IS 3696 Part II Safety Code for scaffolds and ladders Part II ladders
3. IS 3764 Safety Code for excavation work
4. IS 4081 Safety Code for Blasting and Drilling operations,
5. IS4138 Safety Code for working in compressed air.
6. IS 7293 Safety Code for working with construction machinery
7. IS 7969 Safety Code for handling and Storage of building materials

24. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution boards
and by providing red flags, red lights and barriers. The contractor shall be responsible for any accident
at the site of work and consequences thereof.

25. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by the
contractor, on all the boulders, metal shingle, earth, aggregates, sand, bajri, Brick bats etc. collected by

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


33

him for the execution of the work direct to the concerned Revenue Authority of the State or Central
Government and the amount paid shall not be reimbursed in any form whatsoever.

26. In case of any difference or discrepancy between the description of items, particular specifications for
individual items of work (including special conditions) and I.S. Codes etc., the following order of
preference shall be observed:
(1) Nomenclature of the item.
(2) Drawings
(3) Additional Specifications, particular specifications, special / additional conditions if any as defined
in the contract documents.
(4) CPWD Specifications.
(5) Indian Standards Specifications of B.I.S.
(6) ASTM, BS or other foreign origin codes mentioned in tender document
(7) Manufacturer’s specifications.
(8) Sound Engineering practices. Standard textbooks.
(9) If none of the above is available decision of Engineer-in-Charge will be Final.

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

The works to be undertaken by the contractor shall inter-alia include the following:
(i) Preparation of Shop drawings, fabrication drawings and ‘AS BUILT’ drawings
(ii) Obtaining of Statutory permissions wherever applicable and required.
(iii) Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and
Rules wherever required.

Warranty obligation for the equipment and / or fittings / fixtures supplied by the contractor:
Contractor shall provide all the shop drawings or layout drawings for all the co- ordinate services
before starting any work or placing any order of any of the services etc. These shop drawings/layout
drawings shall be got approved from Engineer-in-charge before implementation and this shall be
binding on the contractor. The contractor shall submit material submittals along with material sample
for approval of Engineer-in-Charge prior to delivery of material at site.

28. The work shall be carried out in accordance with the approved architectural drawings and structural
drawings & service drawings. Before commencement of any item of work the contractor shall
correlate all the relevant architectural and structural drawings, Specifications etc. issued for the work
and satisfy himself that the information available from there is complete and unambiguous. The figure
and written dimension of the drawings shall be superseding theme asurement by scale. The
discrepancy, if any, shall be brought to the notice of the Engineer-in-charge before execution of the
work. The contractor alone shall be responsible for any loss or damage occurring by the
commencement of work on the basis of any erroneous and or incomplete information and no claim
whatsoever shall be entertained by the department on this account. The delay caused on account of
non-timely action by the contractor in resolution of the differences whatsoever shall not be
considered as valid ground for extension of time unless otherwise accepted by Engineer-in-charge.

29. The contractor shall take instructions from the Engineer-in-Charge regarding collection and stacking of
materials at suitable place. No stacking of materials or excavated earth or building rubbish shall be
stack edonare as where other buildings, roads, services and compound walls are to be constructed.
The stacking shall take place as per stacking plan. However, if any change is required, the same shall be
done with the approval of Engineer-in-Charge.
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
34

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

31. Any cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been built in the execution of work and nothing extra shall be payable or extra
cement considered in consumption on this account.

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

33. Use of Manufactured sand (M-sand) is allowed in all items of work except plastering works without any
cost adjustment i.e. without any extra payment to contractor or without any recovery from contractor.
For plastering P-Sand / Ready mix cement plaster shall be used as approved by the Engineer-in-
Charge. The Gradation of sand to be used on Masonry works shall conform to the requirements in
Table 1 of IS 2116-1900. Gradation details of crushed stone sand for Internal Wall, External wall and
Ceiling Plastering shall as in Table 1 of IS 1542:1992.

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

35. All Stone aggregates, sand, stone dust, etc shall be obtained only from the quarry or other source
approved by the Engineer in charge before they are actually procured and used in the work. The rate
for the items mentioned in the schedule of quantities includes all charges and nothing-extra payable
on anyaccount.

36. Income tax, work contract tax, labour cess, GST & other statutory deductions etc. shall be made at
source as per the prevalent laws. The deductions of Security Deposit, Income-Tax, and Works Contract
Tax etc. shall be done after calculation of the due payments and net payment shall be reduced
accordingly.

37. The ESI and EPF contribution on the part of employer in respect of this contract shall be paid by the
Contractor. These contributions on the part of employer paid by the Contractor shall be reimbursed
by the Engineer-in-charge in charge to the Contractor on actual basis. The applicable and eligible
amount of EPF and ESI shall be reimbursed preferably within 7 days but not later than 30 days of
submission of documentary proof of payment which are in order. Payment for ESI and EPF
contribution shall be made for the labour engaged in this project separately. Any proof of payment
containing labours engaged in this project as well as other projects shall not be considered for
reimbursement.

38. PREVENTION OF NUISANCE AND POLUTION CONTROL


The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the
owners, tenants or occupiers of adjacent properties and to the public in general and to prevent any
damage to such properties from pollutants like smoke, dust, noise. The contractor shall use such
methodology and equipment so as to cause minimum environmental pollution of any kind during
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
35

construction and minimum hindrance to road users and to occupants of the adjacent properties or
other services running adjacent/near vicinity. The contractor shall make good at his cost and to the
satisfaction of the Engineer-in-charge, any damage to roads, paths, cross drainage works or public or
private property whatsoever caused due to the execution of the work or by traffic brought thereon
by the contractor. All waste or superfluous materials shall be carried away by the contractor, without
any reservation, entirely to the satisfaction of the Engineer-in-charge. Utmost care shall be taken to
keep the noise level to the barest minimum so that no disturbance as far as possible is caused to the
nearby occupants/users of building(s), if any.

39. SECURITY AND TRAFFIC ARRANGEMENTS


In the event of any restrictions being imposed by the Security agency of IIT Madras / CPWD/ Chennai
Traffic or any other local 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 him on such accounts. The loss of time on these accounts, if any, shall have to be made up by
augmenting additional resources whatever required. As the site is restricted the huts for labour are not
to be erected at the site of work by the contractors.

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

41. The contractor shall construct suitable godowns, yard at the site of work for storing all other materials
so as to be safe against damage by sun, rain, damages, fire, theft etc. at his own cost and also employ
necessary watch and ward establishment for the purpose at his cost.

42. The contractor shall be responsible for the watch and ward/guard of the buildings, safety of all fittings
and fixtures including all equipment, services provided by him against pilferage and breakage during
the period of Installations and thereafter till the building is physically handed over to IIT Madras,
Chennai, the Client Department. No extra payment shall be made on this account and no claim shall be
admissible on this account.

43. The contractor shall keep himself fully informed of all acts and laws of the Central & State
Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or authority,
which in any manner may affect those engaged or employed and anything related to carrying out the
work. All the rules & regulations and bye-laws laid down by Collector and any other statutory bodies
shall be adhered to, by the contractor, during the execution of work. The contractor shall also adhere
to all traffic restrictions notified by the local authorities. The extra sewerage charges (one time charges
for commencement of work) required to be paid to the Municipal Corporation/ other statutory bodies
shall be paid by the department and need not be considered by the contractor.

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

45. The contractor shall make all necessary arrangements for protecting works already executed from
rains, fog or likewise extreme weather conditions and for carrying out further work, during monsoon
including providing and fixing temporary shelters, protections etc. Nothing extra shall be payable on
this account and also no claims for hindrance shall be entertained on this account.
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
36

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

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

48. SETTING OUT

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

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

48.3.If at any time, any error appears due to grades, lines, levels and benchmarks during the progress of the
work, the contractor shall, at his own expense rectify such error, if so required, to the satisfaction of
the Engineer–in-charge. Nothing extra shall be payable on this account.

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

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

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

48.7.The rate quoted by the contractor is deemed to be inclusive of site clearance, setting out work
(including marking of reference points, centre lines of buildings),construction and maintenance of
reference bench mark(s), taking spot levels, construction of all safety and protection devices, barriers,
barricading, signage, labour safety, labour welfare and labour training measures, preparatory works,

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


37

working during monsoon, working at all depths, height and location etc. and any other incidental
works required to complete this work. Nothing extra shall be payable on this account.

49. A site laboratory with the minimum equipment as specified in CPWD specifications/in this bid
document shall be established, made functional and maintained within one month from the award of
work as per Annexure-I without any extra cost to the department. In case of non-compliance / delay in
compliance in this, a recovery @ Rs. 1000/- per day will be imposed which will be recovered from the
immediate next R/A Bill of the Contractor.

50. The contractor should make temporary arrangement for sewage disposal, water supply and electricity
for completed building to make them to functional in case permanent arrangements are not ready.

51. TOOLS AND PLANTS


The contractor should have own constructions equipment required for the proper and timely
execution of the work. Nothing extra shall be paid on this account. No tools and plants including any
special T&P etc. shall be supplied by the department and the contractor shall have to make his own
arrangements at his own cost. No claim of hindrance (or any other claim) shall be entertained on this
account.

52. SCAFFOLDING
Wherever required for the execution of work, all the scaffolding shall be provided and suitably fixed,
by the contractor. It shall be provided strictly with steel double scaffolding system, suitably braced for
stability, with all the accessories, gangways, etc. with adjustable suitable working platforms to access
the areas with ease for working and inspection. Single scaffolding system is strictly prohibited and shall
invite necessary action. It shall be designed to take all incidental loads. It should cater to the safety
features for workmen. The contractor has to submit scaffolding design including all design
calculations and get it approved before procuring scaffolding materials. Nothing extra shall be
payable on this account. It shall be ensured that no damage is caused to any structure due to the
scaffolding.

53. The contractor shall do proper sequencing of the various activities by suitably staggering the activities
so as to achieve early completion. The contractor is to deploy adequate equipment, machinery and
labour as required for the completion of the entire work within the stipulated period as specified. Also,
ancillary facilities shall be provided by contractor commensurate with requirement to complete the
entire work within the stipulated period. Nothing extra shall be payable on this account. Adequate
number/sets of equipment in working condition, along with adequate stand-by arrangements, shall be
deployed during entire construction period. It shall be ensured by the contractor that all the
equipment, Tools & Plants, machineries etc. provided by him are maintained in proper working
condition at all times during the progress of the work and till the completion of the work. Further, all
the constructional tools, plants, equipment and machineries provided by the contractor, on site of
work or his workshop for this work, shall be exclusively intended for use in the construction of this
work and they shall not be shifted/ removed from site without the permission of the Engineer-in-
charge.

54. The contractor shall maintain all the work in good condition till the completion of entire work. The
contractor shall be responsible for and shall make good, all damages and repairs, rendered necessary
due to fire, rain, traffic, floods or any other causes. The Engineer-in-charge shall not be responsible for
any claims for injuries to person/workmen or for structural damage to property happening from any
neglect, default, want of proper care or misconduct on the part of the contractor or of any other of his

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


38

representatives, in his employment during the execution of the work. The compensation, if any, shall
be paid directly to the department / authority / persons concerned, by the contractor at his own cost.

55. The Contractor shall take all precautions to abide by the environmental related restrictions imposed by
any statutory body having jurisdiction in Tamil Nādu as well as prevent any pollution of streams,
ravines, river bed and waterways. All waste or superfluous materials shall be transported by the
Contractor, entirely to the satisfaction of the Engineer- in-Charge and disposed at designated places
only. Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance
as far as possible is caused to the occupants / users of adjoining buildings.

No claim what so ever on account of site constraints mentioned above or any other site constraints,
lack of public transport, inadequate availability of skilled, semi-skilled or unskilled workers in the
near vicinity, non-availability of construction machinery spare parts and any other constraints not
specifically stated here, shall be entertained from the Contractor. Therefore, the tenderers are
advised to visit site and get first-hand information of site constraints. Accordingly, they should quote
their tenders. Nothing extra shall be payable on this account.

56. CO-OPERATION WITH OTHER CONTRACTORS/SPECIALIZED AGENCIES/ SUB-CONTRACTORS


56.1.The Contractor shall cooperate with and provide the facilities to the sub-Contractors and other
agencies working at site for smooth execution of the work. The contractor shall indemnify the
Department (CPWD) against any claim(s) arising out of such disputes. The Contractor shall:
(i) Allow use of scaffolding, toilets, sheds etc.
(ii) Properly co-ordinate their work with the work of other Contractors.
(iii) Provide control lines and benchmarks to his Sub-Contractors and the other Contractors.
(iv) Provide electricity and water at mutually agreed rates.
(v) Provide hoist and crane facilities for lifting material at mutually agreed rates.
(vi) Co-ordinate with other Contractors for leaving inserts, making chases, alignment of services etc. at
site.
(vii) Adjust work schedule and site activities in consultation with the Engineer-in- Charge and other
Contractors to suit the overall schedule completion.
(viii) Resolve the disputes with other Contractors/ sub-contractors amicably and the Engineer-in-Charge
shall not be made intermediary or arbitrator.

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

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

56.4. The contractor shall conduct his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor(s) or by the Engineer-In-Charge and shall
as far as possible arrange his work and shall place and dispose off the materials being used or removed
so as not to interfere with the operations of other contractor or he shall arrange his work with that of

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


39

the others in an acceptable and in a proper co –ordination manner and shall perform it in proper
sequence to the complete satisfaction of others

57. SUPERVISION OF WORK


The Contractor shall depute Site Engineer & skilled workers as required for thework. He shall submit
organization chart along with details of Engineers and supervisory staff. It shall be ensured that all
decision-making powers shall be available to the representatives of the Contractor at Chennai itself to
avoid any likely delays on this account. The Contractor shall also furnish list of persons for specialized
works to be executed for various items of work. The Contractor shall identify and deploy key persons
having qualifications and experience in the similar and other major works, as per the field of their
expertise. If during the course of execution of work, the Engineer-in-Charge is of the opinion that the
deployed staff is not sufficient or not well experienced; the Contractor shall deploy more staff or
better-experienced staff at site to complete the work with quality and in stipulated time limit.

58. Ancillary and incidental facilities required for execution of work like labour camp, stores, fabrication
yard, offices for Contractor, watch and ward, temporary ramp required to be made for working at the
basement level, temporary structure for plants and machineries, water storage tanks, installation
and consumption charges of temporary electricity, telephone, water etc. required for execution of
the work, protection works, testing facilities / laboratory at site of work, facilities for all field tests and
for taking samples etc. during execution or any other activity which is necessary (for execution of work
and as directed by Engineer-in-Charge), shall be deemed to be included in rates quoted by the
Contractor, for various items in the schedule of quantities. Nothing extra shall be payable on these
accounts. Before start of the work, the Contractor shall submit to the Engineer-in-Charge, a site
/construction yard layout, specifying areas for construction, site office, positioning of machinery,
material yard, cement and other storage, steel fabrication yard, site laboratory, water tank, etc.

59. SAFETY PRACTICES


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

59.2. SIGN BOARDS: The Contractor shall provide and erect a display board of size and shape as
required and paint over it, in a legible and workman like manner, the details about the salient
features of the project, as required by the Engineer-in-Charge. The Contractor shall fabricate and
put up a sign board in an approved location and to an approved design indicating name of the
project, Client/Owner, Engineer-in-charges, Structural Consultants, Department etc. besides
providing space for names of other Contractors, Sub-Contractors and specialized agencies within 15
days from issue of award letter. Nothing extra shall be payable on this account. In case of
noncompliance/delay in compliance in this, a penalty @ Rs. 1000/- per day will be imposed which
will be recovered from the immediate next R/A Bill of the Contractor.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


40

59.3. Necessary protective and safety equipment such as helmet, safety shoes, gloves etc. shall be
provided to the Site Engineer, Supervisory staff, labour and technical staff of the contractor and also
to the departmental officials supervising / inspecting the works by the Contractor at his own cost and
to be used at site. Nothing extra will be paid on this Account.
59.4. Nylon net (50x50mm aperture and 4mm dia) at site shall be fixed to hooks etc., along periphery of
building at various levels required and as directed by Engineer-in-charge for safety of the working
staff for which nothing extra will be paid on this account.
59.5. No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at site.
Only limited quantity of P.O.L may be allowed to be stored at site subject to the compliance of all
rules / instructions issued by the relevant authorities and as per the direction of Engineer –in- Charge
in this regard. Also all precautions and safety measures shall be taken by the Contractor for safe
handling of the P.O.L products stored at site. All consequences on account of unsafe handling of P.O.L
shall be borne by the Contractor.

60. QUALITY ASSURANCE

60.1.The proposed building is a prestigious project and quality of work is of paramount importance.
Contractor shall have to engage well-experienced skilled labour and deploy modern T&P and other
equipment to execute the work. Many items like exposed finish form work, specialized flooring
work, silicon sealant and backer rod fixing in expansion joints, factory made door- window shutters,
proper slope maintaining in toilet units, sanitary water supply installation, water proofing
treatment, structural glazing, ACP gladding, tensile fabric roofing, polycarbonate roof, PEB work
etc., will specially require engagement of skilled workers having experience particularly in
execution of such items.

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

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

60.4. Observations of TPQA should be complied within least possible time but not more than 10 days
of its occurance. Delay in compliance of TPQA observation shall attract penality of Rs.500/- per
day per observation.
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
41

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

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

60.7. All materials whether obtained from Govt. stores or otherwise shall be got checked by the
Engineer-in-Charge or his authorized supervisory staff on receipt of the same at site before use.

60.8. The tests, as necessary, shall be conducted in the laboratory approved by the Engineer-in- Charge.
The samples shall be taken for carrying out all or any of the tests stipulated in the particular
specifications and as directed by the Engineer-in-Charge or his authorized representative.

60.9. All the registers of tests carried out at Construction Site or in outside laboratories and all material at
site (MAS) registers including cement register shall be maintained by the contractor which shall be
issued to the contractor by Engineer-in-charge. All the entries in the registers will be made by the
designated Engineering Staff of the contractor and same should be regularly reviewed by
JE/AE/AEE/EE. Contractor shall be responsible for safe custody of all the registers.

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

60.11. The Contractor or his authorized representative shall associate in collection, preparation,
forwarding and testing of such samples. In case he or his authorized representative is not present
or does not associate him, the result of such tests and consequences thereon shall be binding on
the Contractor. The Contractor or his authorized representative shall remain in contact with the
Engineer-in–Charge or his authorized representative associated for all such operations. No claim of
payment or claim of any other kind, whatsoever, shall be entertained from the Contractor.
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
42

60.12. All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be
properly tested as per the design conditions before covering and their measurements in
computerized measurement book duly test checked shall be deposited with Engineer in charge or
his authorized representative, prior to hiding these items.

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

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

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

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

61. PROJECT PROGRAM CHART:

61.1.The Contractor shall prepare an integrated program chart before start of work including civil as well as
E & M activities for the execution of work showing clearly all activities from the start of work to
completion, with details of manpower, equipment and machinery required for the fulfilment of the
program within the stipulated period and submit the same for approval of the Engineer-In-Charge
within fifteen days of the award of the work. These shall be submitted by the contractor through
electronic media besides forwarding hard copies of the same. The integrated program chart so
submitted should not have any discrepancy with the physical milestones attached in the contract
agreement. The program chart should include the following:
(i) Descriptive note explaining sequence of various activities.
(ii) Construction Program prepared on MS Project or any other software, which will indicate resources in
financial terms, manpower and specialized equipment for every important stage.
(iii) Program for procurement of materials by the contractor.
(iv) Program for arranging and deployment of manpower both skilled and unskilled so as to achieve
targeted progress.
(v) Program of procurement of machinery/equipment having adequate capacity, commensurate with the
quantum of work to be done within the stipulated period, by the contractor.
(vi) Program for achieving fortnightly micro milestones and periodic milestones.

63.2 In case of non-compliance/delay in compliance in this, a penalty @ Rs. 2500/- per day will be
imposed which will be recovered from the immediate next R/A Bill of the Contractor.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


43

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

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

64 Progress Reports to be submitted by the contractor:


The contractor shall be required to submit monthly progress report of the work in a computerized form
on the 25th of every month. The progress report shall contain the following:
(i) Project information giving the broad features of the contract.
(ii) Introduction, giving a brief scope of the work under the contract and the broad structural or other
details.
(iii) Construction schedule of the various components of the work through bar chart for the next 3
quarters, showing the milestones, targeted tasks and up to date progress.
(iv) Progress chart of the various components of the work that are planned and achieved for the
month as well as cumulative up to the month with reasons for deviations, if any, in a tabular
format.
(v) Plant and machinery statement, indicating those deployed in the work, and their working status.
(vi) Man power statement, indicating the labour and staff employed in the work and the details of
work carried out.
(vii) Financial statement, indicating the broad details of all the running account payments received up
to date, such as gross value of work done. Advances taken, recoveries effected, amounts withheld,
net payments, details of cheque payments received, etc.
(viii) A statement showing the extra and substituted items submitted by the contractor and the
payments received against them, items pending for sanctions / decisions, broad details of the
bank guarantees, indicating their validity period, broad details of the insurance policies taken by
the contractor, if any, advances received and adjusted from the department etc.
(ix) Progress photographs in colour of the various items / components of the work done up to date to
indicate visually the actual progress of the work. Drone Videography & photography is to be
conducted at no extra cost.
(x) Quality assurance and quality control tests conducted during the month with results thereof
including status of TPQA observations
(xi) Other details asked for by the Engineer-in-charge.

In case of noncompliance / delay in compliance in submission of monthly progress report, a penalty


@ Rs. 2000/- per day for each day of delay will be imposed which will be recovered from the
immediate next R/A Bill of the Contractor.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


44

66 The Contractor shall be responsible for maintenance and watch and ward of the complete installation
and water / electricity meter and shall also be responsible for any pilferage, theft, damage, penalty
etc. in this regard. The Contractor shall indemnify the Department against any claim arising out of
pilferage, theft, damage, penalty etc. whatsoever on this account. Security deposit for the work shall
be released only after No Dues Certificates are obtained from the local Authorities from whom
temporary electric/ water / telephone connection have been obtained by the Contractor. Nothing
extra shall be payable on this account.

67 CLEANLINESS OF SITE

67.1.1 The Contractor shall not stack building material/malba/muck on the land or road of the local
development authority or on the land owned by the others, as the case may be. So, the muck,
rubbish etc. shall be removed periodically as directed by the Engineer-in-Charge, from the site of
work to the approved dumping grounds as per the local byelaws and regulations of the concerned
authorities and all necessary permissions in this regard from the local bodies shall be obtained by
the Contractor. Nothing extra shall be payable on this account. In case, the Contractor is found
stacking the building material/malba as stated above, the Contractor shall be liable to pay the
stacking charges/penalty as may be levied by the local body or any other authority and also to face
penal action as per the rules, regulations and bye-laws of such body or authority. The Engineer –in-
Charge shall be at liberty to recover, such sums due but not paid to the concerned authorities on
the above counts, from any sums due to the Contractor including amount of the Security Deposit
and performance guarantee in respect of this contract agreement.
67.1.2 The contractor shall take instructions from the Engineer-In-Charge regarding collection and stacking
of materials at any place. No excavated earth or building rubbish shall be stacked on areas where
other buildings, roads, services and compound walls are to be constructed.

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

68 INSPECTION OF WORK

68.1 In addition to the provisions of relevant clauses of the contract, the work shall also be open to
inspection by Senior Officers of CPWD/CTE/TPQA and the representatives of IIT Madras. The
contractor shall at times during the usual working hours and at all times at which reasonable
notices of the intention of the Engineer-in-charge or other officers as stated above to visit the
works shall have been given to the contractor, either himself be present to receive the orders and
instructions or have a responsible representative duly accredited in writing, to be present for that
purpose.
68.2 Inspection of the work by committee/Consultant appointed by the CPWD/ IIT Madras.

68.2.1 The committee/consultant, shall be inspecting the works including workshops and
fabrication factory to ensure that the works are in general being executed according to the
design, drawings and specifications laid down in the contract. His observations shall be
communicated by CPWD engineering staff and compliance is to be reported to CPWD.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


45

68.2.2 The consultant shall certify on completion of particular building that it has been constructed
according to the approved drawings design and specifications.

69 Senior Officers of CPWD, Dignitaries from Central Ministry / Department, IIT Madras Authorities
shall be inspecting the on-going work at site at any time with or without prior intimation. The
contractor shall, therefore, keep updated the following requirements and detailing.
69.1.1 Display Board showing detail of work, weekly progress achieved with respect to targets,
reason of shortfall, status of manpower, wages being paid for different categories of workers.
69.1.2 Entrance and area surrounding to be kept cleaned.\
69.1.3 Display layout plan key plan, building drawings including plans, elevations and sections.
69.1.4 Upto date displays of Bar chart, CPM and PERT etc.,
69.1.5 Keep details of quantities executed, balance quantities, deviations, possible Extra item,
substituted Item etc.
69.1.6 Keep plastic / cloth mounted one sets of building drawings.
69.1.7 Set of Helmets and safety shoes for exclusive use for officers/dignitaries visiting at site.
69.1.8 The work may be inspected by Chief Technical Examiners Organization of Central
Vigilance Commission. In such case the contractor shall make all arrangements for
providing required details/ documents.

70 FINAL TESTING OF THE INSTALLATION


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

71 GENERAL CLARIFICATIONS
71.1.1 Wherever any reference to any Indian Standards occurs in the documents relating to this
contract, the same shall be inclusive of all amendments issued thereto or revisions thereof, if
any, up to the date of receipt of tenders.
71.1.2 Unless otherwise specified in the schedule of quantities, the rates for all items of work shall be
considered, as inclusive of pumping out or bailing out water, if required throughout the
construction period for which no extra payment shall be made. This shall also include water
encountered from any sources such as rains, floods, sub soil water table being high and/or due
to any other cause whatsoever.
71.1.3 All stone aggregate and stone ballast shall be of hard stone variety to be obtained from
approved quarries.
71.1.4 The rates for all items of work, shall unless clearly specified otherwise, include cost of all
operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and ward, other
inputs, all incidental charges, all taxes, cess, GST/VAT, duties, levies etc. required for execution
of the work.

72 PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS

72.1.1 The contractor shall construct storage space for Chemicals materials to ensure that the storage
conditions are as recommended by the manufactures.
72.1.2 All the materials shall be procured and delivered in sealed containers with labels legible and
intact.
72.1.3 All the chemicals {polymers, epoxy, water proofing compound, plasticizer, Polysulphide, SBR
based elastomeric, APP (Atactic Polypropylene Polymer), all exterior and interior paints, polish

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


46

etc.) shall be procured in convenient packs say 20 litres/Kgs.} capacity packing only or as
approved by the Engineer-in-Charge, and not in bigger capacity containers, say 200 litre (Kgs.)
drums unless otherwise specifically permitted by the Engineer-in-Charge. One sample from each
lot of the chemical procured by the contractor shall be tested in a laboratory as approved by the
Engineer-in-charge
72.1.4 All material required for the execution of the work shall be got approved, procured and
deposited with the Departmental supervisory staff. The materials shall be kept in joint custody of
the contractor and the Department. The watch and ward of such material shall, however, remain
to be the responsibility of the contractor and no claim, whatsoever, on this account shall be
entertained. Different containers of each chemical shall be serially numbered on packing and
also consumed in that order. Day-to-Day account of receipt, issue and balance shall be regulated
by the Department and proper account shall be maintained at site of work in the prescribed
form as per the standard practice.
72.1.5 All the chemicals shall be procured by the contractor directly from the manufacturer. In
exceptional circumstances, the contractor may be allowed to procure the materials from the
authorized dealers of the manufacturers, if specifically permitted by the Engineer-in-Charge.
72.1.6 The original copies of challan/cash memos towards the quantity of various chemicals procured
shall be made available by the contractor at the request from the Engineer-in- Charge and a copy
of the same shall be kept in record.
72.1.7 The Name of manufacturers, manufacturer’s product identification, manufacturers mixing
instructions, warning for handling and toxicity and date of manufacturing and shelf life shall be
clearly and legibly mentioned on the labels of each container.
72.1.8 The contractor shall submit for the chemicals procured, manufacturer’s and / or authorized
dealer’s certificate regarding supplying and verifying conformance to the material specifications,
as specified.
72.1.9 All filled containers shall be handled in safe manner and in a way to avoid breaking container
seals.
72.1.10 Empty containers of the chemicals should not be removed from site till the completion of work
and shall be removed only with the written approval of the Engineer-in-Charge.
72.1.11 All arrangements for measuring, dosing and mixing of material / chemicals at site have to be
made by the contractor.
72.1.12 Contractor shall suitably advise his site Engineer and all the workers as regards safe handling of
chemicals. Necessary protective and safety equipment in form of hand gloves, goggles etc. shall
be provided by the contractor and be also used at site.
72.1.13 All incidental charges of any kind including cartage, storage and wastage and safe custody of
material etc. shall be borne by the contractor and no claim, whatsoever, shall be entertained on
this account.
72.1.14 The chemicals shall be tested in an independent laboratory as approved by the Engineer-in-
charge at the frequency as specified. If required, more samples may have to be tested as per the
directions of the Engineer-in-Charge. Nothing extra shall be payable on this account. However,
testing charges shall be borne by the department for the samples satisfying the requirements
specified in the tender.

73 De-watering
73.1.1 De-watering required, if any, shall be done conforming to BIS Code IS: 9759 (guide lines for de-
watering during construction) and / or as per the specifications approved by the Engineer-in-
Charge. Design of an appropriate and suitable dewatering system shall be the Contractor’s
responsibility. Such scheme shall be modified / augmented as the work proceeds based on fresh
information discovered during the progress of work, at no extra cost. At all times during the
construction work, efficient drainage of the site shall be carried out by the Contractor and

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


47

especially during the laying of plain cement concrete, taking levels etc. The Contractor shall also
ensure that there is no danger to the nearby properties and installations on account of such
lowering of water table. If needed, suitable precautionary measures shall be taken by the
Contractor. Also, the scheme of dewatering adopted shall have adequate built in arrangement to
serve as stand-bye to attend to repair of pumps etc. and disruption of power / fuel supply.
Nothing extra shall be payable on this account.
73.1.2 In trenches where surface water is likely to get into cut / trench during monsoons, a ring bund of
puddle clay or by any other means shall be formed outside, to the required height, and
maintained by the Contractor. Also, suitable steps shall be taken by the Contractor to prevent
back flow of pumped water into the trench. Nothing extra shall be payable on this account.

74 INSURANCE POLICIES
74.1.1 Before commencing the execution of work, the Contractor shall, without in any way limiting his
obligations and liabilities, insure at his own cost and expense against any damage or loss or
injury, which may be caused to any person or property, at site of work. The Contractor shall
obtain and submit to the Engineer-in-Charge proper Contractor All Risk Insurance Policy for an
amount 1.25 times the contract amount for this work, with Engineer-in-Charge as the first
beneficiary. The insurance shall be obtained in joint names of Engineer-in-Charge and the
Contractor (who shall be second beneficiary). Also, he shall indemnify the Department from any
liability during the execution of the work. The insurance cover shall be for the period of contract
and also for the period of maintenance, for loss or damage arising from a cause prior to
commencement of the period of maintenance, and for any loss or damage, occasioned by the
contractor in the course of any operations carried out for the purpose of complying with his
obligations during maintenance period under Clause 17 of Clauses of Contract.

74.1.2 Further, he shall obtain and submit to the Engineer-in-Charge, a third-party insurance policy for
maximum Rs.10 lakh for each accident, with the Engineer-in-Charge as the first beneficiary. The
insurance shall be obtained in joint names of Engineer-in-Charge and the Contractor (who shall be
second beneficiary). The Contractor shall, from time to time, provide documentary evidence as
regards payment of premium for all the Insurance Policies for keeping them valid till the
completion of the work. The Contractor shall ensure that Insurance Policies are also taken for the
workers of his Sub-Contractors / specialized agencies also. Without prejudice to any of its
obligations and responsibilities specified above, the Contractor shall within 10 days from the date
of letter of acceptance of the tender and thereafter at the end of each quarter submit a report to
the Department giving details of the Insurance Policies along with Certificate of these insurance
policies being valid, along with documentary evidences as required by the Engineer-in-Charge.

74.1.3 Workmen's Insurance


CPWD/IITM shall not be liable for any payment in respect of any damages or compensation
payable according to law in respect or in consequence of any accident or injury or loss of life to
any workman or other person in the employment of the contractor or his agent / representative.
The contractor shall insure against such liability with an insurer approved by the Engineer-in-
Charge for sum as per established norms during the entire period till completion including
Maintenance period.
74.1.4 Recovery from the contractor
Without prejudice to the other rights of the Engineer-in-Charge against the contractor in respect
of such default, the Engineer-in-Charge shall be entitled to deduct from any sums payable to the
contractor the amount of any damages, compensation costs, charges and other expenses paid by
the Engineer-in-Charge and which are payable by the contractor under this clause.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


48

74.1.5 Extension of time


The contractor, in case of rebuilding or reinstatement, shall be entitled to such extension of time
for completion as the Engineer-in-charge may deem fit, but shall, however not be entitled to
reimbursement by the Engineer-in-Charge of any shortfall or deficiency in the amount finally paid
by the insurer in settlement of any claim arising as set out herein.

74.1.6 Period of Policies


All the insurance covers mentioned above shall be kept alive during the complete period of the
contract including maintenance period.

74.1.7 Remedy on Contractor’s Failure to Insure


If the contractor fails to effect and keep in force the insurance referred to above, or any other
insurance which he may be required to effect under the terms of the Contract, then and in any
such case the Engineer-in-Charge may effect and keep in force any such insurance and pay such
premium or premiums as may be necessary for that purpose and from time to time deduct the
amount so paid by the Engineer-in-Charge as aforesaid from any money due or which may
become due to the contractor, or recover the same as debt due from the contractor.

74.1.8 Damage to Persons and Property


The contractor shall indemnify the Engineer-in-Charge against all losses and claims in respect of
injuries or damages to any person or material or physical damage to any property whatsoever
which may arise out of or in consequence of the execution and maintenance of the works and
against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect of or
in relation thereto, except any compensation or damages for or with respect to:
a) The permanent use or occupation of land by the works or any part thereof. The right of the
Engineer-in-Charge to execute the works or any part thereof on, over, under, in or through any
land.

b) Injuries or damage to persons or property resulting from any act or neglect of the Engineer-in-
Charge, his agents, servants or other contractors, not being employed by the contractor or for or
in respect of any claims, proceedings, damages, costs, charges and expenses in respect thereof or
in relation thereto or where the injury or damage was contributed to by the contractor, his
servants or agents, such part of the compensations as may be just and equitable having regard to
the extent of the responsibility of the Engineer-in-Charge, his servant or agent or other contractor,
for the damage or injury.
74.1.9 No work shall be commenced by the Contractor unless he obtains the Insurance Policies as
mentioned above. Also, no payment shall be made to the Contractor on expiry of insurance
policies unless renewed by the Contractor. Nothing extra shall be payable on this account. No
claim of hindrance (or any other claim) shall be entertained from the contractor on these
accounts.

75 The recovery towards non fulfilment of condition for sample room, compliance with GRIHA guidelines
technical staff and safety measures is non-refundable. It is over and above any other recovery
including the compensation levied (if any) under Clause-2.

76 Compliance of directives of Hon’ble National Green tribunal (NGT) dated 04.12.2014 and 10.04.2015
and EIA guidance manual issued in February 2010. The contractor shall comply with following
guidelines on the matter in pursuance of orders passed by the Hon’ble National Green Tribunal.

76.1.1 The contractor shall not store / dump construction material or debris on metalled road.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


49

76.1.2 The contractor shall get prior approval from Engineer-in-charge for the area where the
construction material or debris can be stored beyond the metalled road. This area shall not cause
any obstruction to the free flow of traffic / inconvenience to the pedestrians. It should be ensured
by the contractor that no accidents occur on account of such permissible storage.
76.1.3 The contractor shall take appropriate protection measures like raising wind breakers of
appropriate height on all sides of the plot/area using CGI sheets or plastic and/or other similar
material to ensure that no construction material dust fly outside the plot area.
76.1.4 The contractor shall ensure that all the trucks or vehicles of any kind which are used for
construction purposes/or are carrying construction material like cement, sand and other allied
material are fully covered. The contractor shall take every necessary precaution that the vehicles
are properly cleaned and dust free to ensure that enroute their destination, the dust, sand or any
other particles are not released in air/contaminate air.
76.1.5 The contractor shall provide mask to every worker working on the construction site and involved
in loading, unloading and carriage of construction material and construction debris to prevent
inhalation of dust particles.
76.1.6 The contractor shall provide all medical help, investigation, and treatment to the workers involved
in the construction of building and carry of construction material and debris relatable to dust
emission.
76.1.7 The contractor shall ensure that C&D waste is transported to the C&D waste site only and due
record shall be maintained by the contractor.
76.1.8 The contractor shall compulsorily use of wet jet in grinding and stone cutting.
76.1.9 The contractor shall comply all the preventive and protective environmental steps as started in
the MoEF guidelines, 2010.
76.1.10 The contractor shall carry out on-road-inspection for black smoke generating machinery. The
contractor shall use cleaner fuel.
76.1.11 The contractor shall ensure that all DG sets comply emission norms notified by MoEF
76.1.12 The contractor shall use vehicles having pollution under control certificate. The emissions can be
reduced by a large extent by reducing the speed of a vehicle to 20 kmph. Speed bumps shall be
used to ensure speed reduction. In cases where speed reduction cannot effectively reduce fugitive
dust, the contractor shall divert traffic to nearby paved areas.
76.1.13 The contractor shall ensure that the construction material is covered by tarpaulin. The contractor
shall take all other precaution to ensure that no dust particles are permitted to pollute air quality
as a result of such storage.
76.1.14 Nothing shall be paid extra for fulfilling of all the above conditions except for the items existing in
the schedule of quantities. For such items, work done shall be paid on the basis of the agreement
rates and their conditions.

*****************

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


50

SPECIAL CONDITIONS FOR IITM DISCOVERY CAMPUS, THAIYUR

1. The contractor shall make arrangement for construction of a temporary site office with required
furniture as required by the Engineer-in-charge for which no extra payment will bepaid.No plot rent shall
be charged for materials stored in the Institute designated land during the course of construction with
the prior approval of the Engineer in Charge provided all such materials shall be removed within one
month after the works are completed.Workers should be made to confine themselves to the work areas
and should not wander in to the near by areas / buildings/forests. If night work is required to be carried
out to fulfill the agreed rate of progress, all arrangement shall be made by the Contractor, inclusive of
lighting the area without any claim for extra rate. To the extent possible engaging women labour in the
night shift should be avoided. Holes and chasesis for water supply and drainage, etc, shall be provided as
directed during progress of work without any claim for extra for finishing. Any dispute arises out in the
agreement, the legal jurisdiction will be at Chennai only

2. Protection for Environment

i) The debris / construction waste and other waste generated from the work spot should not be
thrown in the campus outside the designated construction area. All waste and debris material
should be taken out of the campus and disposed off in a legal and environmental friendlyway.
All construction material should be stored only at places earmarked by the Engineer-in-charge.
Material like cement, aggregate, steel etc should not be stored in buildings that are in use. If any
material is stored in an unauthorized location the same will be removed at cost of thecontractor.
ii) Necessary display boards indicating the following shall be displayed in a conspicuous place near the
workspot.
1) Name of the work
2) Name of the contractor
3) Agreement Number
4) Tendered cost
5) Stipulated Date of start
6) Stipulated date of completion
7) EE and AE in charge for the work and Contact number

iii) A Suggestion box should be kept near the above saidboard.


iv) For interacting of various materials animal drawn vehicles are strictly prohibited.
v) Preparation of concrete and mortars on the roads, pavements, under the building bare floors is
strictly prohibited.
vi) No vegetation inside the campus should be damaged.
vii) Drinking water requirement of the labour should be arranged by the contractor and they should be
instructed not to misuse the facilities available in the various buildings.
viii) All labour should be dressed properly attending to work. Wearing loose cloths like dhotis, lungies
should be avoided to the extent possible.
ix) While transporting the material along the road, spillage of material should be avoided. If any
spillage occurs the same should be got cleaned immediately.
x) Toilets facilities for the workers should be provided within the designated construction area.
Construction of Septic tank or soak pits for toilets are not aloowed in the campus. The agency has to
arrange for portabl STP or the sewage collected shall be disposed outside the campus. Nothing extra
shall be payable on this account.

Any violation of above will attract levy of compensation @ Rs. 10,000/- per incident of violation by the
Engineer-in-charge on the contractor.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


51

3. Safety at the Site


The contractor must employ a well qualified (Degree / Diploma in safety engineering with 5 or 10
years experience respectively) as full-time safety engineer at site along with the Technical
representative(s) required, in case of non compliance in engaging qualified safety engineer / person as
mentioned, recovery @ Rs. 20000/- per month on per day basis will be made, however the sole
responsibility of the safety of the workmen and site vest with the contractor, since the safety is
utmost important in this project and no compromise in it.
The Safety Plan must include the following:

Organization Chart
Reporting relationship of the safety function in a flow chart
Safety Committee
Structure – Chairman, secretary and committee members – Roles & Responsibilities
Applicable Statutory requirements, standards and codes related to safety and its adherence

General safety rules and regulationsconcerning


(1) Use of personal protective equipment and safety devices relevant to site activities Awareness
and Training Programs
(2) Motivational schemes and programs Access, Egress and workstation safety
(3) Safe use of construction power supply and upkeep / maintenance of installations Work permit
systems
(4) Use, maintenance and inspection of Plant & machinery Scaffold & formwork norms Use,
maintenance and inspection of Lifting Tools Fire Protection and prevention Emergency
preparedness
(5) Status of Safety implementation at site shall be discussed in the Weekly Review meeting. Contractor
must submit the safety statistics every month in the enclosed format.
(6) The General Guidelines governing the safety implementation shall include the following Rules, while
preparing the safety plan.
(7) No child labour shall be employed in thework
(8) All the workmen shall undergo Safety Induction, screening before engaging them on the job.
Physical fitness of the person to certain critical jobs like working at height or other dangerous
locations should be ensured before engaging the person onwork.
(9) Smoking is strictly prohibited atworkplace.
(10) Four overhead HT lines are passing through the site. Advance safety precautions shall be taken to
avoid any undue incidents due to carelessness of theWorkers / Drivers of all types of Vehicles
while crossing the HT lines / During working at site.
(11) Nobody is allowed to work without wearing safety helmet. Chinstrap of safety helmet shall be
always on. Drivers, helpers and operators are no exception.
(12) No one is allowed to work at or more than three meters height without wearing safety belt and
anchoring the safety belt to firm support preferably at shoulder level.
(13) No one is allowed to enter into workplace and work at site without adequate footprotection.
(14) Usage of eye protection equipment shall be ensured when workmen are engaged for grinding,
chipping, welding and gas-cutting. For other jobs as and when site safety co-coordinator insists eye
protection has to be provided.
(15) All PPE like Safety shoes, Safety helmet, Safety belt, Safety goggles etc. shall be arranged before
starting the job.
(16) All excavated pits shall be barricaded & barricading to be maintained till the backfilling is done. Safe
approach to be ensured into every excavation.
(17) Adequate illumination at workplace shall be ensured before starting the job atnight.
(18) All the dangerous moving parts of the portable / fixed machinery being used shall be adequately
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
52

guarded.
(19) Ladders being used at site shall be adequately secured at bottom and top. Ladders shall not be used
as workplatforms.
(20) Erection zone and dismantling zone shall be barricaded and nobody will be allowed to stand under
suspendedloads.
(21) Contractors should spray water using Water browser periodically in the site to reduce the dust
rising due to wind.
(22) Horseplay is completely prohibited at workplace. Running at the site is completely prohibited,
except inthe case ofemergency.
(23) Material shall not be thrown from the height. If required, the area shall be barricaded and one
person shall be posted outside the barricading for preventing the trespassers from entering thearea.
(24) Other than electricians, with red helmet, no one is allowed to carry out electrical connections,
repairs on electrical equipment or other jobs relatedthereto.
(25) All electrical connections shall be made using 3 or 4 core cables, having a earthwire.
(26) Proper Earthing pits at site to be constructed and the sensitivity must be maintained at less than
1ohmMain panel boards should have MCBs and RCCB / ELCBs ( 30 mA sensitivity)
(27) Inserting of bare wires for tapping the power from electrical sockets is completelyprohibited.
(28) All major, minor accidents and near misses to be recorded and reported to the IITM and the
contractor must take necessary steps to avoid the recurrence.
(29) Scaffoldings used should be of proper construction. No Casuarina pole / bamboo scaffolding is
permitted. It should be inspected by competent person(s) beforeuse.
(30) All tools and tackles shall be inspected before use. Defects to be rectified immediately. No lifting
tackle to be used unless it is certified by the competent authority.
(31) All tools and tackles shall be tested and have a Identification no., SWL and date of next test
marked on them.
(32) A tools and tackles inspection register must be maintained and updated regularly.
(33) Good housekeeping to be maintained. Passages shall not be blocked with materials. Materials
likebricks shall not be stacked to the dangerous height atworkplace.
(34) All the Earth moving vehicles and Equipments used at site should have reversehorn.
(35) Debris, scrap and other materials to be cleared from time to time from the workplace and at the
time ofclosing of workeveryday.
(36) Adequate fire fighting equipment shall be made available at workplace and persons are to be
trained in firefighting techniques with the co- ordination of site safetycoordinator.
(37) All unsafe conditions, unsafe acts identified by contractors, reported by site supervisors and / or
safetypersonnel to be corrected on prioritybasis.
(38) No children shall be allowed to enter the workplace.
(39) Other than the Driver / operator, no one shall travel in a tractor / tough rideretc.All the lifting tools
and tackles shall be stored properly when not in use.
(40) Clamps shall be used on Return cables to ensure proper earthing for weldingworks.Return cables
shall be used forearthing.
(41) All the pressure gauges used in gas cutting apparatus shall be in good workingcondition.Proper eye
washing facilities shall be made in areas where chemicals are handled.
(42) Connectors and hose clamps shall be used for making welding hose connections.
(43) Proper warning boards and caution notices to be displayed at required areas inside thesite.All
cranes must have a trained signal man forsignaling.
(44) All underground cables for supplying construction power shall be routed using conduitpipes.
(45) Spill trays shall be used to contain the oil spills while transferring / storing them.
(46) Tapping of power by cutting electric cables in between must be avoided. Proper junction
boxes mustbe used.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


53

The above-mentioned General safety rules and regulations shall be applicable as per Clause 19C in addition
to CPWD safety code including penal provisions. A monthly site safety statistic shall be submitted by the
contractor on the first week of succeeding month to the Engineer in charge, in the required perfoma.
Monthly site safety statistics shall be submitted by the contractor onthe first week of succeeding
month to the Engineer in charge, in the required performa.

Incase, the night work is inevitable, the contractor concerned shall intimate in advance to the
Engineer-in-Charge and security of the IITM regarding the purpose of night work, the total number
and category of labour and required to be employed in the night work along with material vehicle
if any to be used in detailafter furnishing the details, the contractor shall obtain necessary
permission for the above work from securitywing.

The contractor shall ensure that, the material vehicles received by them shall use only the
designated routes identified by the IITM authorities, further they must ensure that the vehicles
while returning after unloading the materials, not to dump or wash out or throw any surplus /
waste materials inside the campus. For any violation, the necessary penalty will be imposed on the
contractor.

The contractor shall give prior cautionary advice to the drivers of the vehicles carrying men and
materials required for the project regarding plying the vehicles within the safety speed limit
prescribed by the IITM authorities.

Batching plant meant for production of Reinforced cement concrete in larger quantity will not be
permitted to be setup inside the campus.

Security and Safety of the Campus:


Many high value projects of different ministries are in progress in the campus including that of
Ministry of Defence. The agency has to follow the security arrangements established by IIT Madras
in the campus. No persons without having necessary security pass will be allowed to work in the
campus. Accordingly the agency has to prepare the security passes prior to mobilising persons to
the campus as per prevailing practice of providing security passes by the IITM authority. The
agency shall submit the details of labours would be engaged by them

******

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


54

ADDITIONAL CONDITIONS
1. The contractor shall make his own arrangements for obtaining electric connections if required and
make necessary payments directly to the department concerned.

2. Other agencies doing works related with this project will also simultaneously execute the works and
the contractor shall afford necessary cooperation for the same. The contractor shall leave such
necessary holes, openings etc. for laying/burying in the work of pipes, cables, conduits, clamps,
boxes and hooks for fan clamps etc. as may be required for other agencies. Conduits for electrical
wiring/cables will be laid in a way that they leave enough space for concreting and do not adversely
affect the structural members. Nothing extra over the agreement rates shall be paid for the same.

3. Some restrictions may be imposed by the security staff etc., on the working and for movement of
labour, materials etc. The contractor shall be bound to follow all such restrictions/instructions and
nothing extra shall be payable on this account.

4. The building work will be carried out in the manner complying in all respects with the requirements
of relevant byelaws of the local body under the jurisdiction of which the work is to be executed or as
directed by the Engineer-in-Charge and nothing extra willbe paid on this account.

5. The work of water supply, internal sanitary installations and drainage work etc. shall be carried out
as per local Municipal Corporation or such local body-bye-laws and the contractor shall produce
necessary completion certificate from such authorities after completion of the work.

6. Water tanks, taps sanitary, water supply and drainage pipes, fittings and accessories should conform
to by e-laws and specifications of the Municipal Body/Corporation where C P W D specifications are
not available. The contractor should engage licensed plumbers for the work and get the materials
(fixtures/ fittings) tested by the Municipal Body/ Corporation authorities wherever required at his
own cost.

7. The contractor shall comply with proper and legal orders and directions of the local or public
authority or municipality and abide by their rules and regulations and pay all fees and charge, which
he may be liable.

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

9. Any cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been in built in the items and nothing extra shall be payable (or) extra cement
considered in consumption on this account.

10. The structural and Architectural drawings shall at all times be properly correlated before executing
any work. However, in case of any discrepancy in the item given in the schedule of quantities
appended with the tender and Architectural drawings relating to the relevant item, the former shall
prevail unless and otherwise given in writing by the Engineer-in-charge.

11. The contractor shall take instructions from the Engineer-in-Charge for stacking of materials in any
place. No excavated earth or building material shall be stacked onareas where other buildings, roads,
services compound walls are to be constructed.
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
55

12. If as per Municipal / Local body rules the huts for labour are not be erected at the site of work by the
contractors, the contractors are required to provide such accommodation as is acceptable to local
bodies and nothing extra shall be paid on this account.

13. Wherever Hindi version also exists, and if there be variations between Hindi and English version in
any part of the tender documents, the English version alone shall prevail.

14. The Rate for RCC works include cost of concreting in sloped / curved RCC members and unless
otherwise specified in this NIT document no extra rate shall be payable on any account.

15. The Contractor should construct proper mortar bands of lean mix with adequate depth & smaller
size over the curved roof for flooding with water & proper curing. In case of Arches, wet gunny bags
shall be used for a period of two weeks.

16. Samples of all materials, fixtures, fittings like flooring tiles, wall tiles, doors, windows, sanitary
fittings, roofing sheets etc. shall be got approved in advance before placing order for them. Similarly,
samples of all works like fixing roofing sheets, flooring, plastering, painting etc. shall be prepared in
advance and got approved from the Engineer-in-Charge before taking up the work.

17. The contractor shall procure all the materials in advance so that there is sufficient time for testing
and approving the material and clearance of the same before use in work.

18. The rate for skirting, dados include cost of chasing of Brick walls to the required thickness wherever
required in order to accommodate required thickness of basecement Mortar and nothing extra is
payable.

19. The rate for the different flooring items under Flooring sub head, includes the cost of extra cement
mortar wherever required to be laid for making the finished floor level at all floors and at all levels,
as indicated in the Architectural Drawings and as directed by the Engineer-in-Charge. No extra rate
shall be payable on that account.

20. Scope of this contract is balance works in general, so some of the activities are partly completed and
some are fully completed and some are yet to start, hence after fully assessing the condition of the
site, various buildings including its status and services etc as per approved / structural drawings,
schedule of items and as directed by the Engineer-in-Charge the balance activities shall be
completed in all respect as specified in the contract within the stipulated time. No claim whatsoever
in this regard will be entertained at any cost.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


56

PARTICULAR SPECIFICATION AND SPECIAL CONDITIONS FOR CEMENT AND STEEL BROUGHT BY THE
CONTRACTOR

1. CEMENT

1.1. The contractor shall procure cement conforming to IS:1489-part-I (PPC)/ IS 269 (latest) OPC or IS 455
(PSC) as required in the work, from reputed manufacturers of cement such as ACC, Ultratech, Birla,
Coramandel and any other reputed cement manufacturer having a production capacity not less than
one million tonnes per annum as approved by the SDG, Region Chennai, CPWD, Chennai. The
tenderers may alsosubmit a list of names of cement manufacturers which they propose to use in the
work. The tender accepting authority reserves right to accept or reject name(s) of cement
manufacturer(s) which the tenderer proposes to use in the work. No change in the tendered rates will
be accepted if the tender accepting authority does not accept the list of cement manufacturers, given
by the tenderer, fully or partially. Supply of cement shall be taken in 50kg bags bearing manufacturer’s
name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-
in-Charge and got tested in accordance with provisions of relevant BIS codes. In case test results
indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the
same shall stand rejected and shall be removed from the site by the contractor at his own cost within a
week’s time of written order from the Engineer-in-Charge to do so. Every fresh cement batch should
be brought to site atleast 30 days before they are to be used / consumed in the work.

1.2. The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the
Engineer-in-Charge.

1.3. The cement godown of the capacity to store a minimum of 2 months requirement shall be constructed
by the contractor at site of work for which no extra payment shall be made. Double lock provision shall
be made to the door of cement godown. The keys of one lock shall remain with Engineer-in-Charge or
his authorized representative and keys of the other lock shall remain with the contractor. The
contractor shall be responsible for the watch and ward and safety of the cement godown. The
contractor shall facilitate the inspection of the cement godown by the Engineer-in-Charge or his
authorized representatives.

1.4. The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement
required for testing including its transportation cost to testing laboratories. The frequency and details
of the tests shall be decided by the Engineer-in-Charge depending on the quantum of supply in each
batch. The cost of testing and other incidental charges for conducting required tests shall be borne by
the contractor and no claim will be entertained in this regard.

1.5. The actual consumption of cement on work shall be regulated and proper accounts be maintained by
the contractor. The theoretical consumption of cement shall be worked out as per procedure
prescribed in clause 42 of the contract and shall be governed by the conditions laid therein. In case the
cement consumption is less than theoretical consumption including permissible variation, recovery at
rate so prescribed shall be made. In case of excess consumption, no adjustment shall be made. Cement
brought to site and cement remaining unused after completion of work shall not be removed from site
without written permission of the Engineer-in-charge.

1.6. Damaged cement shall be removed from the site immediately by the contractor on receipt of a notice
in writing from the Engineer-in-charge. If he does not do so within 3 days of receipt of such notice, the
Engineer-in-charge shall get it removed at the cost of the contractor.
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
57

1.7. The cement bags shall be stacked on proper floors consisting of two layers of dry bricks laid on well
consolidated earth at a level of at least one foot above ground. The stacks shall be in rows of 2 and 10
bags high with minimum of 0.6m clear. Bags should be placed horizontally continuous in each line.
Actual size / shape of go down shall be as per site requirement and nothing extra shall be paid on this
account. The decision of Engineer-in-charge regarding capacity shall be final.

1.8. Cement register for the cement shall be maintained at site. The account of daily receipts and issues of
cement shall be maintained in the register in the proforma prescribed and signed daily by contractor or
his authorized agent.

2. SPECIAL CONDITION FOR STEEL REINFORCING BARS

2.1. The contractor shall procure IS marked TMT bars of various grades from the steel manufacturers such as
SAIL, TATA Steel Ltd., RINL, Jindal Steel & Power Ltd., and JSW steel Ltd., or their authorized dealers having
valid BIS license for IS: 1786-2008 (Amendment -1 November 2012)

2.2. The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of
all supplies of steel brought by him to the site of work.

2.3. Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions in this
regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor
does not conform to the specifications as defined under para 2.1 above, the same shall stand rejected,
and it shall be removed from the site of work by the contractor at his cost within a week’s time of
written orders from the Engineer-in-charge to do so.

2.4. The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more or as
decided by the Engineer-in-Charge.

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

2.6. For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen of sufficient length
shall be cut from each size of the bar at random, and at frequency not less than that specified below:-
Size of bar For consignment below100 tonnes For consignment over 100 tonnes

Under 10mm dia One sample for each 25 tonnes or One sample for each 40 tonnes
bars part thereof or part thereof

10 mm to 16mm One sample for each 35 tonnes or One sample for each 45 tonnes
dia bars part thereof or part thereof

Over 16 mm dia One sample for each 45 tonnes or One sample for each 50 tonnes
bars part thereof or part thereof

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


58

2.7 The contractor shall supply free of charge the steel required for testing including its transportation to
testing laboratories. The cost of tests shall be borne by the contractor. The cost of testing and other
incidental charges for conducting required tests shall be borne by the contractor and no claim will be
entertained in this regard.

2.8 The actual issue and consumption of steel on work shall be regulated and proper accounts shall be
maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be
worked out as per procedure prescribed in clause 38 of the contract and shall be governed by
conditions laid therein. In case the consumption is less than theoretical consumption including
permissible variations, recovery at the rate so prescribed shall be made. In case of excess consumption,
no adjustment needs to be made.

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

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


59

ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATION FOR R.C.C. WORK (DESIGN MIX CONCRETE)

(Before start of RCC work concrete Mix Design shall be got done by the contractor from a NABL
accredited laboratory/ IIT/ NIT laboratory with the approval of Engineer-in-Charge. The RCC Work shall
be carried out as per the Mix Design approved by the Engineer-in-charge,)

GENERAL:-

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

INGREDIENTS
i) Coarse Aggregate: As per CPWD Specifications
ii) Fine Aggregate: As per CPWD Specifications.
iii)Water: As per requirements laid down in IS 456-2000 and CPWD specifications.
iv) Cement: Cement arranged by the contractor shall be PPC /OPC conforming to IS: 1489: Part-I / IS
269 as decided by the Engineer-in-Charge
2. Admixture: Type of Admixture shall be got approved from Engineer-in-Charge. Admixtures of approved
quality shall be mixed with concrete to achieve the desired workability within specified water cement
ratio. The admixture shall conform to IS: 9103. The chloride content in the admixture shall satisfy the
requirement of BS:5075 The total amount of chlorides in the admixture mixed concrete shall also
satisfy the requirements of IS:456-2000
3. The contractor shall not be paid anything extra for admixture required for achieving desired
workability without any change in specified water cement ratio for RCC / CC work.
4. Grade of Concrete:-The characteristic compressive strength of variousThe characteristic compressive
strength of various

Sl. Grade Compressive Specified Minimum Maximum


Free water
No Designation strength on characteristic cement content* cement
15cm cubes min compressive (kg per cum) ratio
7 days strength at 28 ratio
(N/mm2) days (N/mm2)
(i) M-35 As per Design 35 370 0.45

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

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


60

6. WORKABILITY OF CONCRETE (UNLESS OTHERWISE SPECIFIED ELSEWHERE OR AS DECIDED BY


ENGINEER IN CHARGE.

Placing Conditions Degree of Slump (mm)


Workability
(1) (2) (3)
Lightly reinforced sections in slabs, Low 25-75
beams, walls, columns
Heavily reinforced section in slabs, Medium 50-100
Beams, walls, columns.
Pumped concrete Medium 75-100

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


8. In the designation of concrete mix letter M refers to the mix and the number to the specified
characteristic compressive strength of 15 cm – Cube at 28 days expressed in N/mm2
9. The concrete design mix with or without admixture will be got carried out by the contractor by any
reputed NABL accredited laboratory as per direction of Engineer-In-Charge.
10. For such approval various ingredients for mix design as submitted by contractor shall be sent to the lab
/ test houses through the Engineer-In-Charge of the project and get it tested in approved laboratories
as may be decided by the Engineer-in-charge. Sample of aggregate sent shall be preserved at site by
the department for each different set of Coarse aggregates and Fine aggregates, fresh design shall be
done and got approved by the Department. The admixture if used by contractor shall be at his own
cost without any extra payment.
11. * Note : For RMC OPC shall be used in combination with GGBS or Flyash as follows:
11.1. Use of Ground Granulated Blast furnace slag (GGBS) to a maximum of 30% of cement content is
allowed. The physical and chemical properties of GGBS shall conform to IS: 12089-1987 (Reaffirmed
2008). Uniform blending with OPC 43 grade cement to be ensured in accordance with clauses 5.2
and 5.2.1 of IS: 456-2000.
11.2. Use of Fly ash to a maximum of 25% of cement content is allowed. The physical and chemical
properties of Fly ash shall conform to IS: 3812 part -1 2003. Uniform blending with OPC 43 grade
cement to be ensured in accordance with clauses 5.2 and 5.2.1 of IS: 456-2000.
Note: In case the use of flyash or GGBS as mentioned above is allowed, the minimum Cement
Content shall not be less than as specified in the item Nomenclature.

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

13. APPROVAL OF DESIGN MIX

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

Where Fck = Characteristic Compressive Strength at 28 days


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

(ii) The degree of quality control for this work is “good” for which the standard deviation (s) obtained for
different grades of concrete shall be as per IS relevant IS Standards/ Codes.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


61

(iii) Out of the six specimens of each set, three shall be tested at seven days and remaining three at 28
days. The preliminary tests at seven days are intended only to indicate the strength to be attained at
28 days.

14. CHARGES FOR DESIGN MIX

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

15 DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED CONCRETE BATCHING AND
MIXING PLANT

(i) Proportioning Concrete


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

(ii) Production of Concrete


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

a. Batching equipment
b. Mixers
c. Control panels
d. Mechanical material feeding and elevating arrangements
e. The Contractor shall arrange for inspection of automatic batching plant within seven days of issue
of letter of award to facilitate inspection and approval of same by Engineer-In-Charge. Nothing
extra will be paid for this.

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

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


62

(iv) The batching equipment shall be capable of determining and controlling the prescribed amounts of
various constituent materials for concrete accurately i.e. water, cement, sand, individual size of
coarse aggregates etc. The accuracy of the measuring devices shall fall within the following limits.

Measurement of Cement ±2% of the quantity of cement in each batch

Measurement of Water ±3% of the quantity of water in each batch

Measurement of Aggregate ±3% of the quantity of aggregate in each batch

Measurement of Admixture ±3% of the quantity of admixture in each batch

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

16. Transportation, Placing and Compaction of Concrete

(i) Mixed concrete from the batching plant shall be transported to the point of placement by transit
mixers or through concrete pumps or steel closed bottom buckets capable of carrying 6 cum concrete.
In case the concrete is proposed to be transported by transit mixer, the mixer speed shall not be less
than 4 rev/ min. of the drum nor greater than a speed resulting in a peripheral velocity of the drum as
70 m / minute at its largest diameter. The agitating speed of the agitator shall be not less than 2 rev /
min. nor more than 6 rev / min. of the drum. The number of revolutions of the mixing drum or blades
at mixing speed shall be between 70 to 100 revolutions for a uniform mix, after all ingredients, have
been charged into the drum. Unless tempering water is added, all rotation after 100 revolutions shall
be at agitating speed of 2 to 6 rev / min. and the number of such rotations shall not exceed 250. The
general construction of transit mixer and other requirements shall conform to IS: 5892.

(ii) In case concrete is to be transported by pumping, the conduit shall be primed by pumping a batch of
mortar / thick cement slurry through the line to lubricate it. Once the pumping is started, it shall not
be interrupted (if at all possible) as concrete standing idle in the line is liable to cause a plug. The
operator shall ensure that some concrete is always there in the pump-receiving hopper during
operation. The lines shall always be maintained clean and shall be free of dents.

(iii) Materials for pumped concrete shall be batched consistently and uniformly. Maximum size of
aggregate shall not exceed one-third of the internal diameter of the pipe. Grading of aggregate shall
be continuous and shall have sufficient ultra fine materials (materials finer than 0.25mm). Proportion
of fine aggregates passing through 0.25mm shall be between15 & 30% and that passing through 0.125
mm sieve shall not be less than 5% of the total volume of aggregate. When pumping long distances
and through hot weather, set- retarding admixtures may be used. Admixtures to improve workability
can be added. Suitability of concrete shall be through pumping shall be verified by trial mixes and by
performing pumping tests.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


63

17 PREPARATIONS OF MIX AS PER APPROVED DESIGN MIX AND CONDUCTING CONFIRMATORY TEST AT
FIELD LAB.

(i) The contractor shall make the cubes of trial mixes as per approved Mix design at site laboratory for all
grades, in presence of Engineer in charge using sample of approved materials proposed to be used in
the work prior to commencement of concreting and get them tested in his presence to his entire
satisfaction for 7 days and 28 days. Test cubes shall be taken from trial mixes as follows.

For each mix, a set of six cubes shall be made from each of the three consecutive batches. Three cubes
from each set of six shall be tested at age of 7 days and remaining three cubes at age of 28 days. The
cubes shall be made, cured, transported and tested strictly in accordance with specifications. The
average strength of nine cubes at age of 28 days shall exceed the specified target mean strength for
which design mix has been approved , the evaluation of test results will be done as per IS : 456-2000.

18 WORK STRENGTH TEST

TEST SPECIMEN
Work strength test shall be conducted in accordance with IS: 516 on random sampling. Each test
shall be conducted on six specimens, three of which shall be tested at 7 days and remaining three at
28 days. Additional samples shall be prepared, if required, as per direction of Engineer in charge for
testing samples cured by accelerated method as described in IS: 9103.

TEST RESULTS OF SAMPLE


The test results of the sample shall be the average of the strength of three specimen. The individual
variation shall not be more than + - 15 percent of the average. If more, the test results of the
sample are invalid. 90% of the total tests shall be done at the laboratory established at site by the
contractor and remaining 10% in the laboratory of Government Engineering colleges, or in any other
approved laboratory as directed by the Engineer-in-charge.

19. STANDARD FOR ACCEPTANCE

i) Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.

ii) In order to keep the floor finish as per direction of Engineer-in-charge and as per Architectural
drawings and to provide required thickness of the flooring as per specification, the level of top
surface of RCC shall be accordingly adjusted at the time of its centring, shuttering and casting for
which nothing extra shall be paid to the contractor.

20. Ultrasonic Pulse Velocity Method of Test for RCC

(i) The underlying principle of assessing the quality of concrete is that comparatively higher
velocities are obtained when the quality of concrete in terms of density, homogeneity and
uniformly is good. The consistency of the concrete as regards its general quality gets established.
In case of poorer quality lower velocities are obtained. If there are cracks, voids or flaws inside
the concrete which come in the way of transmission of pulse, lower velocities are obtained.

(ii) The quality of concrete in terms of uniformity, incidence or absence of internal flaws, cracks and
segregation etc. indicative of the level of workmanship employed, can thus be assessed using the

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


64

guidance given in table below, which have been evolved for characterizing the quality concrete in
structure in term of the ultrasonic pulse velocity.

Velocity criterion for Concrete Quality Grading.

Pulse velocity by Cross Probing


Sl. No. Concrete Quality Grading
(km/sec)
1 Above 4.5 Excellent
2 4.5 to 3.5 Good
3 3.5 to 3.0 Medium
4 Below 3.0 Doubtful
Note : In Case of “doubtful” quality it may be necessary to carry further tests.

iii) Pulse velocity method of test of concrete is to be conducted for CPWD works as a routine test. The
acceptance criteria as per the above table will be applicable which is as per IS 13311 (part-1): 1992.
From the above “Good” and “Excellent” grading are acceptable and below these grading the
concrete will not be acceptable.

iv) 5% of the total number of RCC members in each category i.e. beam, column, slab and footing may
be tested by UPV test method for establishing quality of concrete. It is suggested that test be
conducted on RCC beam near joint with column, on RCC column near joint with beam, on RCC
footings and rafts. On RCC rafts a suitable grid can be worked out for determining number of tests.
In addition doubtful areas such as honeycombed locations, locations, where continuous seepage is
observed, construction joints and visible loose pockets will also be tested.

v) The test results are to be examined in view of the above acceptance criteria “Good” and
“Excellent” and wherever concrete is found with less than required quality as per acceptance
criteria, repairs to concrete will be made. Honeycombed areas and loose pockets will be repaired
by grouting using Portland Cement Mortar/Polymer Modifies Cement Mortar /Epoxy Mortar etc.
after chipping loose concrete in appropriate manner. In areas where concrete is found below
acceptance criteria and defects are not apparently visible on surface ,injecting approved grout in
appropriate proportion using epoxy grout /acrylic Polymer modified cements slurry made with
shrinkage compensating cement / plain cement slurry etc will be resorted to for repairs.(refer
relevant chapters from CPWD Hand Book on Repairs and Rehabilitation of RCC Buildings).Repair to
concrete will be done till satisfactory results are obtained as per the acceptance criteria by
retesting of the repaired area. If satisfactory results are not obtained dismantling and relaying of
concrete will be done at the cost of contractor.

21. MEASUREMENT
As per CPWD specifications.

22.TOLERANCES
As per CPWD specifications

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


65

23. RATE:

(i) In case of actual average compressive strength being less than specified strength which shall be
governed by para ‘Standard of Acceptance” as above the rate payable shall be worked out accordingly
on the basis of analysis.

(ii) In case of rejection of concrete on account of unacceptable compressive strength, governed by para
‘Standard of Acceptance’ as above, the work for which samples have failed shall be redone at the cost
of contractors. However, the Engineer in charge mayorder for additional tests (like cutting cores,
ultrasonic pulse velocity test, load test on structure or part of structure etc) to be carried out at the cost
of contractor to ascertain if the portion of structure wherein concrete represented by the sample has
been used, can be retained on the basis of results of individual or combination of these tests. The
contractor shall take remedial measures necessary to retain the structure as approved by the Engineer
in charge without any extra cost. However, for payment, the basis of rate payable to contractor shall be
governed by the 28 days cube test results and reduced rates shall be regulated in accordance with para
5.4.13 of CPWD specification 2019, Vol.-I taking rates of DSR 2021 for the relevant item as base rate.

(iii) As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 12 to 20mm
or as required, lower than general floors shuttering should be adjusted accordingly. The landing level of
mumty / Staircase cabin shall be kept one riser level higher than adjoining slab level so as to
accommodate water proofing treatment over terrace slab. In case of kitchen slab the portion of floor
trap below kitchen platform be kept at lower level as per drawings. Nothing extra is payable on this
account.

(iv) For the execution of centering and shuttering, the contractor shall use propriety “Reebole” chemical
mould release agent of FOSROC or equivalent as shuttering oil as approved by Engineer-in-charge and
nothing extra shall be paid on this account.

24 COVER/SPACER BLOCK

The contractor shall provide approved type of support for maintaining the bars in position and ensuring
required spacing and correct cover of concrete to reinforcement as called for in the drawings, spacer
blocks of required shape and size. Chairs and spacer bars shall be used in order to ensure accurate
positioning of reinforcement. Spacer blocks of grade equal to or more than the concrete (minimum M35
grade) shall be cast well in advance with approved proprietary pre-packed free flowing mortars
(Conbextra as manufactured by M/S Fosroc Chemicals India Ltd. or equivalent as approved by the
Engineer-in-charge at his discretion) of high early strength and same colour as surrounding concrete,
Pre-cast cement mortar/concrete blocks/blocks of polymer shall not be used as spacer blocks unless
specially approved by the Engineer-in-charge, rate of RCC items is inclusive of cost of such cover blocks.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


66

PARTICULAR SPECIFICATION AND ADDITIONAL CONDITIONS FOR WATER PROOFING WORK

1. The work shall be got executed as per CPWD Specifications and as per the manufacturer’s specification
through specialized agency as approved by the Engineer-in-charge.

The contractor shall furnish the following particulars immediately after the issue of letter of acceptance by
the department.
(a) The name of the specialized firm.
(b) Authorised applicator certificate from manufacturer
(c) The trade names of the product, which would be used along with method statement
(d) List of works where the treatment has been used.
(e) Quantity of chlorides and sulphides used in the product.

2. GUARANTEE FOR WATER PROOFING TREATMENT

2.1 The contractor shall be fully responsible for and shall guarantee proper performance of the entire
waterproofing system for a period of 10 (ten) years to be reckoned from the date of completion of the
work, which shall be furnished in a non-judicial stamp paper of value not less than Rs.100/- in
approved proforma before final payment and shall not in any way limit any other rights of the Employer
may have under the contract. Guarantee for water proofing shall comprises of all the items described
above in particular specification.

All water-proofing work shall be carried out through approved specialist agency as per method of
working approved by the Engineer-in-charge. However, the contractor shall be solely responsible for
waterproofing treatment until the expiry of the above guarantee period.

Ten years guarantee in prescribed proforma attached shall be given by the contractor for the water
proofing treatment. Towards that 10% (ten percent) of the cost of these items worked out on market
rates of water proofing under this sub head shall be retained as guarantee to watch the performance
of the work executed. However, half of this amount (withheld) would be released after five years from
the date of completion of the work, if the performance of the waterproofing works is satisfactory. The
remaining withheld amount shall be released after completion of ten years from the date of
completion of work, if the performance of the waterproofing work is satisfactory. If any defect is
noticed during the guarantee period, it should be rectified by the contractor within seven days of
issuing of notice by the Engineer-in-Charge and, if not attended to, the same shall be got done through
other agency at the risk and cost of the contractor and recovery shall be effected from the amount
retained towards guarantee. In any case, the contractor and the specialist agency, during the
guarantee period, shall inspect and examine the treatment once in every year and make good any
defect observed and confirm the same in writing. The security deposit can be released in full, if bank
guarantee of equivalent amount, valid for the duration of guarantee period, is produced and deposited
with the Department.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


67

GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION OF


WORK IN RESPECT OF WATER PROOFING WORKS.

This agreement made this day of two thousand ______ and between (Name
of the contractor, hereinafter call Guarantor of the one part) and the PRESIDENT OF INDIA
(hereinafter called the Government of the other part).

Whereas this agreement is supplementary to a contract agreement (hereinafter called the Contract)
No. ………..and made between the GUARANTOR of the one part and the GOVERNMENT of the other
part where by the Contractor inter alia, undertook to render the buildings and structures in the said
contract recited completely water and leak proof.

AND WHEREAS THE GUARANTORagreed to give a guarantee to the effect that the said structures will
remain water / leak proof for five years from the date of giving of water proofing treatment.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render
the structures completely leak proof and the minimum life of such water proofing treatment shall be
five years to be reckoned from the dateafter the maintenance period prescribed in the contract.

Provided that the Guarantor will not be responsible for leakage caused by earthquakes or structural
defects or misuse of roof or alterations and for such purpose

a) Misuse of roof shall mean by operation, which will damage roofing treatment, like chopping of
firewood and things of the same nature, which might cause damage to the roof.

b) Alteration shall mean construction of an additional storey or a part of roof or construction


adjoining to existing roof, where by roofing treatment is removed in parts.

c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee, the Guarantor shall make good all defects and in case of any defects
being found, render the building water proof at his own cost, to the satisfaction of the Engineer-in-
Charge and shall commence the work for such rectification within seven days from the date of issue
of the notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the
work shall be got done by Department through some other contractor at the GUARANTOR’S cost and
risk. The decision of the Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and
binding.

That is the Guarantor fails to execute the necessary rectification or commits breach there under then
the Guarantor will indemnify the Principaland his successors against all loss, damage, cost expense or
otherwise which may be incurred by him by reasons of any default on the part of GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and / or
damage and / or cost incurred by the Government, the decision of the Engineer-in-Charge will be
final and binding on the parties.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


68

IN WITNESS WHERE OF these presents has been executed by the Obligator________and

by _____________________________ and for and on behalf of the PRESIDENT OF INDIA on the day
month and year first above written.

Signed, sealed and delivered by (OBLIGOR) in the presence of:

1.

2.

Signed for and on behalf ofTHE PRESIDENT OF INDIA BY__________________ inthe


presence of:

1.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


69

ADDITIONAL SPECIFICATIONS
CLASSIFICATION OF SOILS FOR EARTH WORK IN EXCAVATION

1.1 CLASSIFICATION

1.1.1 The earth work shall be classified under the following categories and measured
separately for each category.

a) All kinds of soils: Generally, any strata, such as sand, gravel, loam, clay, mud, blackcotton
moorum, shingle, river or nallah bed boulders, siding of roads, paths etc. and hard core,
macadam surface of any description (water bound, grouted tarmac etc.), lime concrete, mud
concrete and their mixtures which for excavation yields to application of picks, showels,
jumper, scarifiers, ripper and other manual digging implements.

b) Ordinary rock: Generally, any rock which can be excavated by splitting with crow barsor picks
and does not require blasting, wedging or similar means for excavation such as lime stone,
sand stone, hard laterite, hard conglomerate and unreinforced cement concrete below
ground level. If required light blasting may be resorted to for loosening the materials but this
will not in any way entitle the material to be classified as ‘Hard rock’.

c) Hard rock: Generally, any rock or boulder for the excavation of which blasting isrequired such
as quartzite, granite, basalt, reinforced cement concrete (reinforcement to be cut through
but not separated from concrete) below ground level and the like.

2 CONDITIONS FOR WATER:

The contractor shall make his own arrangement for providing water for construction and
drinking purpose. Water charges shall not be recovered on account of it. Contractor shall get
the water tested from any laboratory approved by the Engineer-in-charge at regular interval
as per the CPWD Specifications. All expenses towards collection of samples, packing
transportation except testing charges etc. shall be borne by the contractor.

3 FORM WORK

3.1 The work shall be done in general as per CPWD Specifications.


3.2 Centering/shuttering and scaffolding material unless & otherwise specified shall be used for
all R.C.C. work to give an even finish of concrete surface. However, marine-ply shuttering as
per site requirement may be used for shutter finish.
3.3 Double steel scaffolding having two sets of vertical supports shall be provided for external
wall finish, cladding etc. The supports shall be sound and strong, tied together with
horizontal pieces over which scaffolding platform shall be fixed. Scaffolding shall have steel
staircase for inspection works at upper levels.
3.4 In order to keep the floor finish as per architectural drawings and to provide required
thickness of the flooring as per specifications, the level of top surface of RCC shall be
accordingly adjusted at the time of its centering, shuttering and casting for which nothing
extra shall be paid to the Contractor.
3.5 As per general engineering practice, level of floors in toilets/bath, balconies, shall be kept
12 to 20mm lower than general floor as required. Shuttering should be adjusted
accordingly. Nothing extra is payable on this account.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


70

3.6 For the execution of centring and shuttering, the contractor shall use propriety ‘Reebole”
chemical mould release agent of FOSROC or equivalent as shuttering oil as approved by
Engineer-in-charge and nothing extra shall be paid on this account.

3.7. Concreting of upper floor shall not be done until concrete of lower floor has set at least for 14
days but form work and reinforcement can be taken up after the concrete has set at least for
three days.

4. WATER SUPPLY, INSTALLATIONS AND DRAINAGE

4.1 The contractor shall furnish all labour, material and equipment, transportation and
incidental necessary for supply, installation, testing and commissioning of the complete
Plumbing / system as described in the Specifications and as shown on the drawings. This
also includes any material, equipment, appliances and incidental work not specifically
mentioned herein or noted on the Drawings/Documents as being furnished or installed,
but which are necessary and customary to be performed under this contract.
The Plumbing / Sanitary system shall comprise of following:

a. Sanitary and water supply Fixtures and Fittings.


b. Internal and External Water Supply.
c. Internal and External Drainage
d. Balancing, testing & commissioning.
e. Test reports and completion drawings

4.2 The contractor shall procure and install all pipes, Sockets /Nipples including shut-off valve
etc as specified.

4.3 The contractor shall ensure that senior and experienced plumbers are assigned
exclusively for this work. Such plumber(s) should have valid license from the local
authorities. The project management shall be done through modern technique. For
quality control & monitoring of workmanship, contractor shall assign at least
oneengineer who would be exclusively responsible for ensuring strict quality control,
adherence to specifications and ensuring top class workmanship for the installation.

4.4 The work shall be in conformity with the Bye-laws, Regulations and Standards of the local
authorities concerned. But if these Specifications and drawings call for a higher standard
of materials and / or workmanship than those required by any of the above regulations
and standards, then these Specifications and drawings shall take precedence over the
said regulations and standards. However, if the drawings and specifications require
something which violates the Bye-laws and Regulations, then the Bye-laws and
Regulations shall govern the requirement of this installation.

4.5 The contractor shall obtain all permits/ licenses and pay for any and all fees required for
the inspection, approval and commissioning of their installation. However, all receipted
amount shall be reimbursed on production of proof of payment.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


71

4.6 Samples of all materials like valves, pipes and fittings etc. shall be submitted to the
Engineer In-Charge prior to procurement for approval and retention by Engineer In-
Charge and shall be kept in their site office for reference and verification till the
completion of the Project. Wherever directed a mockup or sample installation shall be
carried out for approval before proceeding for further installation without any extra cost.

4.7 All materials and equipment shall conform to the relevant Indian Standards and shall be
of the approved make and design. Makes shall be in conformity with list of approved
manufacturers.

4.8 Balancing of all water systems and all tests as called for the CPWD Specifications shall be
carried out by the contractor through a specialist group, in accordance with the
Specifications and ASPE / ASHRAE Guidelines and Standards. The installation shall be
tested and shall be commissioned only after approval by the Engineer-in-charge. All tests
shall be carried out in the presence of the representatives of the Engineer-in-charge and
nothing extra shall be payable on this account.

4.9 The contractor shall submit completion plans for water supply, internal installations and
building drainage work within 15 days of the date of completion. These drawings shall be
submitted in the form of two sets of CD’s and four portfolios (300 x 450 mm) each
containing complete set of drawings on approved scale indicating the work as - installed.
These drawings shall clearly indicate complete plant room layouts, piping layouts and
sequencing of automatic controls, location of all concealed piping, valves, controls and
other services. In case the contractor fails to submit the completion plans as aforesaid,
security deposit shall not be released and these shall be got prepared at his risk and cost

4.10 The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to RCC
columns, beams etc. with rawl plugs and nothing extra shall be paid for this.

4.11 The variation in consumption of material shall be governed as per CPWD Specification and
clauses of the contract to the extent applicable.

5. Cleaning and Disinfection of Pipelines: -

On completion of hydraulic tests and before a pipe is disinfected, it shall be proved to be free
from obstruction, debris and sediment by scouring or by any other process which the
Engineer-in-charge may prescribe. Upon satisfactory completion of testing and cleaning, the
pipelines shall be disinfected as order. Chlorine solution shall be applied at the charging point
as the pipeline is being filed and dosing shall be continued until the pipeline is full and at
least 50 parts of chlorine per million parts of water have been made available and distributed
evenly. If ordinary bleaching power is used, proportions will 150 gms of power to 1000 litre
of water. If a proprietary brand is used, the proportion shall be as specified by the
manufacturer. The treated water shall be left in pipeline for a period as directed but not
exceeding 24 hours chlorine residual tests shall be taken at various points along the pipeline.
The disinfection process shall be repeated until the sample of water taken from the pipeline
are declared fit for human consumption by a recognized laboratory.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


72

6. CONSTRUCTION JOINTS
Construction joints in PCC, RCC and Light Weight Concrete works etc., shall be provided only at
places as per approved structural drawings. It shall not in any manner structurally or functionally
affect the structure. If, any additional construction joint is required to be provided, it shall be done
with approval of the Engineer-in-Charge The centring, shuttering, strutting etc., required for the
construction joint in PCC, RCC and Light Weight Concrete works shall be provided as per the CPWD
Specifications. The bonding coat required at the construction joint shall be epoxy based or SBR
latex based treatment having tensile/compressive/bond strength more than the substrate
concrete. Nothing extra shall be payable on this account.

7. FLOORING
7.1 All the work in general shall be carried out as per CPWD Specifications 2019.
7.2 The ceramic and vitrified tiles shall be as specified in the item. The tiles shall be of approved colours,
shade as shown in the drawings and will be laid in pattern as per architectural drawings. Nothing
extra shall be paid for laying tiles in specific pattern. The tiles shall be of first quality of approved
make.
7.3 Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard etc. so that the
wash water flows towards the direction of floor trap. Any reverse slop if found, these shall be made
good by the contractor by ripping open the floor/grading concrete and nothing extra shall be paid
for such rectifications.
7.4 The flooring and skirting will be executed as per pattern shown in the Architectural drawings and as
per approval of Engineer-in-Charge.
7.5 The finished surface of skirting shall be flush with finish surface of wall plaster. For such purpose
any necessary chiseling or cutting required in the backing mansonry wall, the same shall be carried
out by the contractor without any additional cost. A groove of suitable size shall be provided at
the joint of wall plaster and floors skirting. The cost of above operation are included in the cost of
Item of skirting work and nothing additional shall be payable on this account.

8. TREATMENT TO THE CONSTRUCTION JOINTS AND RECTIFICATION OF DEFECTS.

8.1 All care shall be taken to minimize the number of construction joints. Still, wherever the
construction joints are provided, the hardened concrete surface will betreated with Epoxy
resin based bonding coat as per manufacturer specification before fresh concreting is
continued. The bonding agent should have structural strength cheracteristics more than
conxrete shrface being applied. Subsequently the construction joints should be treated by
slightly opening up and then suitably filled with ready mix polymer modified repair grouts
after applying a bond coat of cement slurry admixed with SBR latex based bonding agent. The
aluminium nipples shall be fixed in the cavity and crevices, if required. Then ready mix
polymer modified repair grouts shall be pressure grouted through these nipples as required,
which shall then be suitably cut. Nothing extra shall be payable on this account.

8.2 All care shall be taken to avoid any honey combed concrete or any cavity. Still, if any honey
Combed concrete or cavity in RCC wall is encountered the same shall be rectified by removing
all loose concrete by chiselling. The chipped concrete surface shall be cleaned and made dust
free by blowing compressed air and then washed clean with water (but without excess water).
Then a bond coat of polymer modified cement slurry @ 2.2 kg of cement per sq. m. of
concrete surface, in two coats, shall be applied as specified. The second coat shall be applied
immediately within 15-20 minutes of application of the first coat. A coat of ready mix polymer
modified cement based repair grout of the required thickness shall be applied as specified to
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
73

fill the cavity if the required thickness is less than 20 mm. If the required thickness is more
than 20 mm. the cavity shall be filled by ready mix micro concrete of relevant grade after
providing the required centering and shuttering. The surface shall then be moist cured for
minimum 7 days. Nothing extra shall be payable on this account.

8.3 Expansion Joint


General
Seismic / separation joints shall be provided where shown on the drawings. They shall be
constructed with in gap between the adjoining parts for the works of the width specified in the
drawings.

The contractor shall ensure that no debris is allowed to enter and be lodged in seismic and
separation joints.

Seismic or separation joints shall be provided with materials as specified in the schedule and as
per detailed architectural drawing.

Board to be used in expansion joint shall be of best approved quality and shall be got approved
before use. It shall have minimum density of 95 kg/cum, Non staining with less than 1% water
absorption and compression recovery of 93% minimum as per the specifications.

Method of Application
The expansion joint shall be cleaned and made dry completely. All loose materials shall also be
removed. The joints gap shall be made uniform in width and depth after cleaning the joints. The
backup materials of best quality shall be provided in position in order to produce the size of joint
i.e. width and depth.

Disturbed edges of RCC members near expansion joints shall be finished with rich mortar without
any extra work
Following test carried out at every 100 sqm.
(i) Density
(ii) Water absorption
(iii) Compression recovery

7.4 Particular specification for solid fly ash cement concrete masonry blocks

1) The fly ash cement concrete blocks shall strictly conform to the standards of IS 2185 (Part-
I):2005 for manufacturing process as well as for physical requirements and tests.

2) However, the density of blocks shall not be less than 2000 Kg / m3

3) Thefly ash CC blocks shall be manufactured for minimum average compressive strength of
100 kg/cm2

4) The water absorption being the average of three blocks when determined as per
Annexure-E of IS 2185 (Part-I):2005 shall not be more than 10% by mass.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


74

7.5 Gang saw cut granite:


Wherever mentioned in the item or not only gang saw cut granite slab shall be procured for
flooring and cladding granite The size of gang saw cut granite slabs shall not be less than 1.5m x
2.4m. The granite block shall be gang saw cut using water cutting process. The polishing of the
cut stone slabs should be automatic machine polished to highly even surface without any
undulations. Manual polished and kerosene cutting process slabs shall not be accepted and
shall be rejected. The rate of item of stone flooring is inclusive of providing patterns of required
oblong shaped pattern with combination of both and nothing extra will be paid on this account.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


75

9.0 PARTICULAR SPECIFICATIONS – ALUMINIUM WORK


9.1. The material for the work shall be procured from the approved manufacturer as per the list
attached with the tender documents. The Contractor shall procure and submit samples of various
materials to be used in the work for the approval of Engineer-in-Charge and no work shall
commence before such samples are approved. Samples of un-anodized as well as polyester
powder coated aluminium sections, microwave cured EPDM gaskets, glass, stainless steel screws,
anchor fasteners, hardware and any other material or components requiring approval of samples,
in opinion of Engineer-in-Charge, shall be submitted for the approval as mentioned above. The
above samples shall be retained as standards of materials and workmanship.

9.2. The Contractor shall prepare the shop drawings for the aluminium windows giving details of the
various aluminium sections, microwave cured EPDM gaskets, cleats, anchor fasteners, hardware,
sealants, glass etc. and submit the same for the approval of Engineer-in-Charge.

9.3. Only after the approval of the samples and the shop drawings by the Engineer-in-Charge, the
Contractor shall procure the material for the work. All materials brought to the site by the
Contractor, for use in the work, as well as fabricated components shall be subject to inspection
and approval by Engineer-in-Charge. The Contractor shall produce manufacturer’s test certificates
for any material or particular batch of materials supplied by him.

9.4. The Contractor shall prepare a finished sample of the aluminium window along with glazing panel
and fittings etc. for approval of workmanship and material. Nothing extra shall be payable on this
account.

9.5. Aluminium sections to be used for various works shall be appropriate to meet technical, structural,
functional and aesthetic considerations. The polyester powder coating shall be carried out in an
approved factory / workshop as specified in the tender documents.

9.6. Fabrication

9.6.1 All joints shall be accurately fabricated and be hairline in appearance. The finished surface shall
be free from visible defects. All the aluminium windows/ventilators/doors shall be factory made
and shall be brought to site for assembly and fixing.

9.6.2 All hardware used shall conform to the relevant specifications and as per samples approved by
the Engineer-in-Charge. Design, quality, type, number and fixing of hardware shall be generally
in accordance with architectural drawings and as approved by the Engineer-in-Charge before
use.

9.6.3 All doors, windows, ventilators and glazing etc. shall be made water tight with microwave cured
EPDM gaskets and weather silicone sealants to the satisfaction of the Engineer-in-Charge, for
which nothing extra shall be payable.

9.6.4 The frames shall be strictly as per Architectural drawings, the corners of the frame being
fabricated to the true right angles. Both the fixed frames and openable shutter frames shall be
fabricated out of sections cut to required length, mitered and mechanically jointed for
satisfactory performance. All members shall be accurately machine milled and fitted to form
hairline joints. The jointing accessories such as aluminium cleats, stainless steel screws etc. shall
not to cause any bi-metallic reaction by providing separators, wherever required.The frame shall
be factory made and brought to site.
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
76

9.6.5 Vertical members of the aluminium frame work shall be embedded in the floors, wherever
required, by cutting and making good of the floor.

9.7. FIXING OF ALUMINIUM FRAME WORK

9.7.1 The screws used for fixing fixed aluminium frames of the aluminium windows to masonry walls /
RCC members and aluminium members to other aluminium members shall be of stainless steel
of approved make and quality and of stainless steel grade 304. Threads of machine screws used
shall conform to requirement of I.S. 4218.

9.7.2 For the aluminium / UPVC windows, the gap between the aluminium /UPVC frames and the
R.C.C / Masonry and also any gaps in the various sections shall be filled with weather silicone
sealant DC 795 of Dow Corning or equivalent in the required bite size, to ensure water tightness
including providing and fixing backer rod , wherever required. The weather silicone sealant shall
be of such approved colour and composition that it would not stain or streak the masonry /
R.C.C. work. It should not sag or flow and shall not set hard or dry out under any conditions of
weather and shall be tooled properly. The weather silicone sealant shall be used as per the
manufacturer’s specifications and shall be of approved colour and shade. Any excess sealant
shall be removed / cleared. Nothing extra shall be payable for the above.

9.7.3 Fixing of glass panes shall be designed in such a way that replacing damaged / broken glass panes
is easily possible without having to remove or damage any members or interior finishing
materials.

9.7.4 Stainless steel adjustable heavy duty friction hinges and the aluminium handles for the openable
/ side hung windows shall be of "Earl Bihari” Ebco, make or equivalent as approved by the
Engineer-in-Charge. 2 nos. friction hinges shall be provided per shutter.

9.8. PROTECTIONS AND CLEANING:

9.8.1 All glass panes shall be retained within aluminium framing by use of exterior grade microwave
cured EPDM gaskets. Use of glazing or caulking compounds around the perimeter of glass will
not be permitted. There shall be no whistling or rattling. Before installation of glass, Contractor
shall ensure the following:

9.8.1.1. All glazing rebates shall be square, to plumb, true to plane, dry and free from dust.

9.8.1.2. Glass edge shall be clean and cut to exact size and grounded

9.8.2 Low ‘E’ – Heat strengthened glass of specified thickness in doors, windows, ventilators and
fixed glazing etc. shall be of approved make and standard quality conforming to C.P.W.D.
Specifications.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


77

LIST OF APPROVED MAKE OF MATERIALS


(FOR CIVIL WORKS)
List of approved Materials
Sl. No Material Material
Description
Brand Make
1 Chloropyriphos Piramid Amvac Agri Rasayan Pvt. Ltd.
Noban Chemttswets & Flows Pvt Ltd.
Dursbantct De-Nocil Ltd.
Premise Agenda Bayer Ltd.
Hilban Hindustan insecticides Ltd.
Sarupspest Control Sarups Pestcontrol Ltd.
2 Ordinary Portland ACC ACC Cements Ltd.
(43grade) And Ultra Tech Utra Tech Cement Ltd.
Portland Pozzalona Coromandal India Cements Ltd.
Cement
Birla Birla Corporation ltd.
Chettinadu Chettinadu Cements Corporation Ltd
Bharathi Bharathi Cement Corporation Ltd.
Dalmia Dalmia Cementbharat Ltd.
Zuari Zuaricement Ltd.
Jaypaee Cement Jaypee Cement Ltd.
Maha Cement Myhome Indus tries
J.K. Cement Pvt.Ltd
J.K. Cement Pvt.Ltd
Ambuja Cement Ambuja Cements Ltd
Penna Cement Penna Cement Industries Ltd
Konark Cement Konark Cement
Century Cement Birla Gold Cement
Shree Cement Shree Cement
Ramco cement Ramco cements Ltd
3 Damp Proof Material Mapei Mapei Construction Products India P Ltd.
Ferrous Crete Ferrous Crete (India) Pvt.Ltd
Impermo Snowcem Paints
Duraseal Apurva India Pvt.Ltd
Accop roof Acc Cements Ltd.
Dr.Fixit Pidiliteindustries
Fosroc Fosroc Chemicals India Pvt.Ltd
Cico Cico Industries
Sika Sika Indiapvt Ltd.
Pidilite Pidiliteindustriesltd.
Basf Basf India Ltd.
Myk Myk laticrete India Pvt Ltd.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


78

3 Damp Proof Material Asian Paints Asian Paints Ltd


Smartcare Dam
proof
Weather coat Berger Paints
Roof guard
Polytancreteiwi Sunanda Speciality Coatings pvt Ltd.

Wallshield 2k Berger Paints


4 TMT bars FE-500 D Sail Steel Authority India Ltd.
Tisco Tata Steel Ltd.
Vizag Rastriya Ispat Nigam Ltd.
Jsw Jsw steel Ltd.
Jindal Steel & Jindal Steel&Power Limited
Power
5 Plasticiser & Super Limited
Contrament, Mc Bauc Hemie (India) Pvt Ltd.
Plasticiser Power Flow
Myk Mykarments range of Products
Schomburg
Plastiment, Sika Indiapvt Ltd.
Sikament
Conplast SP43o Fosroc india
Chryso-Hp/ Chryso india Pvt Ltd
Delta/ Optima
Basf Basf India Ltd.
Cico Cico Industries
Smart Care Asian Paints Ltd
Techno
Plast
Endura H.R.Jhonsons.
6 Expansion joint Dura Board Hd Supreme Industries
100
Bitumen board Stp Shalimar Products
Durafill Supreme Industries
7 Post tensioning Crux Crux Processing Systems Pvt Ltd
System Vsl Vsl India Pvt Ltd.
Utracon Utracon Structural Systems Pvt Ltd.
Bbr Bbr (India) Pvt Ltd.
8 PT Strands Dp Wires Dp Wires Ltd.
Tata Wiron Tata Steel Ltd.
Usha Martin Usha Martin Ltd
9 Adhesive Dunlop India Tyres&Rubber Co(India) Ltd.
Vamorganic Vamorganic Ltd.
Sika Sika Indiapvt Ltd.
Fevicol Pidiliteindustries
Cico Cico Industries
Proofexofadhes Fosrocindia Ltd.
ive
Kerabond Plus Mapei Construction Products India Pltd.

Asian Paints Asian Paints Ltd

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


79

10 Grout Ardex Ardex Endura Adhesive India Pvt Ltd.


Ferrous Crete Ferrous Crete(India) Pvt Ltd
Lata Poxy Myk Laticrete India Pvt Ltd
Basf Basf India Ltd.
Fosrocgp2 Fosroc India Ltd.
Fugabella,Porce Kerokoll India Pvtltd.
lana
Dr.Fixit Pidilite Industries
Kerapoxy Mapei Construction Products India Pvt Ltd.
Weber Saint Gobin India Pvt Ltd.
11 Ready Mix Concrete Ultratech Ultratech Concrete
ACC ACC Ltd
RDC Concrete RDC Concrete
VRMX VRMX
Prism Rmc Prism Johnson Limited
12 AAC Blocks Xtralite Ultra Techconcrete Ltd
Areocon Hil
Siporex Siporex
Nucon Green Way Building Materials India Pvt. Ltd

Ncl Ncl Veka Ltd


Renacon Renaatus Proconpvt Ltd.
Raavella Door Raavella Industrials (P)Ltd
Kailash Kailash Hitechtimber Industries Pvt.Ltd
Indian Timber Indian Timber Products
Products
13 Flush Doors Shakthi Shree Shakthi Modern Flush Doors
Greenply Greenply
Mayur Mayur Ply Industries
Mp Plywood Mp Wood Products
Products
Kitply Kitply Industries Ltd.
Duro flush Duro Ply Industries Ltd.
doors
Kenwood Kenwoodply &Board
Century Century Flush Doors
Kailash Kailash Doors
Jain Door Jain Doors Pvt Ltd
14 Waterproof Ply Wood Greenply Greenply industries Ltd.
commercial Ply, Fire Retardant
Ply And Block Board Kitply Kitply Industries Ltd.
Duroply Dur P Industries Ltd.
l
Archidply y Industries Ltd.
Archid Ply
Century Ply Century Flush Doors

Greenply Greenply

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


80

15 Laminate Green Lam GreenLam Industries Ltd


Centuary Centuray Laminates
Merino Merino Laminates
Archidply Archid Plyindustries Ltd.
Sonear Sonear Laminates
Royal Touche Royal Touche Laminates
Kitmica Kitply Industries Ltd.
Sunmica Sunmica Industries
Vidya Ply Vidyaply&Board Pvt Ltd.
Formica Formica Laminates (India) Pvt Ltd.
Decolam Decolam India Pvt.Ltd
16 Prelaminated Merino Marino Laminates
Particle Board
Exterior Grade Kitlam Kit Plyindustries Ltd.
Tesa Action Co. Tesa Action Co.
Ecoboard Ecoboard Industries Ltd
Associate Associate D~Cor Limited
Archid Ply Archid Ply Industries Ltd.
Centuary Centuary Mdf
Green Lam Greenlam Industries Ltd
17 High density (Hdf) Pergo Red Floor India
Prelaminatedboard Green Ply Green Ply Industries Ltd.
18 Gypsumboard Gyproc Saint Saint Gobin Gyprock India Ltd
gobian
Lafarge Lafarge India Pvt.Ltd
USG boral USG Boral Pvt.Ltd
board
Armstrong Arm strong W Industries
19 Glass Door Hardware Dorma Dormakaba India Ltd
Kich Kich Architectural Products Ltd.
Classic Classic Hardware
Squash Squash Glass Doors
Hafele Hafele India Pvt Ltd.
Ozone Ozone hardware
Geze Gezegmbh
Dorset Dorset industries Pvt Ltd
20 Hydraulic door closers/ Floor Godrej Godrej Locking Solution & Systems
Springs
Hardwyn Hardwyn Hardware
Magnum Kit Mukund Overseas
Dorma Dormakabaa India Pvt Ltd
Everite Everite Agencies
Dorset Dorset Industries Pvt Ltd
Geze Geze Gmbh

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


81

21 Locks & Latches Dorset Dorsetindustriespvt Ltd


Godrej Godrej Locking Solution &Systems
Hitech Globe locks india
Hafele Hafele India Pvt Ltd.
Harrison Harrison Locks
Dorma Dormakabaa India Pvt Ltd
Yale Assa Abloy india (Pvt) Ltd.
Link Link Locks
Geze Gezegmbh
22 Metalic/Steel Fire Shakthi Shakthi Hormann Pvt Ltd.
Door Hormann
Promot Promot Fire
Mpp Schodders Mpp Technology Pvt Ltd.
Navair Nava Ir International Pvt Ltd.
Signum Fire Signum fire protection Pvt Ltd.
Protection
Sukri Sukri Fire doors Pvt Ltd.
Kenwood Ken woodply & Board
Godrej Godrej Solution
23 Fire Smoke Seal Hilti Hilti India Pvt Ltd
Promat Promat Fi Insulation(P) Ltd
Atroflame Atroflame Ltd.
Armacell Armacell
Raven Raven Global
24 Fire Rated Hardware Dorma Dormak India Ltd
Ingersolrand Ingersolrand Ltd
Dorset Dorset Industries Pvt Ltd
Backers Fs Backers Fs
Geze Gezegmbh
25 Non Metallic fire Door Navair Nava Ir Pvt Ltd
Shakthi Shakthi Hormann Pvt Ltd
Hormann
Promat Promat Fi Insulation(P) Ltd
Godrej Godrej Solutions
Kenwood Ken woodply &Board
26 Stainless Steel Screws Pooja Pooja Steels
Corporation
Kundan Kundan Industries Ltd
Alloy Alloy Ltd
Gkw Gkw limited
Nettlefold Nettlefold Screws
Atul Atul Fasteners Ltd

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


82

27 Hinges Hafele Hafele India Pvt Ltd.


Earlt Bihari Earlt Bihar India Pvt LTd.
Ozone Ozone Hardware
Dorma Dormakaba Pvt Ltd
Hettich Hettich
Kich Kich
Dorset Dorset Industries Pvt Ltd
ALU Aplha Alu Alpha India
28 UPVC Doors, Door Fenesta Fenasta Dcmshriman
Frames And Encraft Encraft India Pvt Ltd.
Windows
Lg Lg India Pvtltd.
Rehau Rehau Unlimited Polymer Solutions
Aluplast Alu Alpha India
Komarling Profile India Window Technologypvt Ltd.

Duroplast Duro Plastextrusion Pvt Ltd.


Qute Qute Extrusions Pvt Ltd.
Ncl Veka Ncl Veka Ltd.

32 PVC Doors and Frames Accucel Accura Polytech Pvt Ltd.


Duroplast Duroplast Extrusion Pvt Ltd.
Polyline Polyline Extrusion Pvt Ltd.
Rajshri Rajshri Producions Pvt Ltd.
33 Stainless Friction Hetich Hetich India Pvt.Ltd
Hinges Haffle Hafele India Pvt Ltd.
Securistyle Securistyle India pvt Ltd.
Ebco Ebco
Roto Rotofrank Asia
34 Float glass Saint Gobain Saint Gobin india Pvt Ltd.

Asahi Asahiindiaglass Ltd


Pilkinton Pilkintonindiapvtltd.
Modiguard Gujarat Guardian Ltd
35 Reflective glass Saint Gobain Saint Gobinindia Pvt Ltd.

Asahi Asahi india glass Ltd


Pilkinton Pilkintonindia
Modifloat Gujarat Guardian Ltd
Glaverbel Glaverbel India
36 Temepred reflective / Clear Saint Gobain Saint Gobin india Pvt Ltd.
Glass Fuso Fuso Glass India Pvt Ltd.
Gurind Gurind India
Asahi Asahi india glass Ltd
Modiguard Gujarat Guaridan Ltd
Impact Safety Impact Safety Glass Works Pvt Ltd.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


83

37 Fire Rated glass Contra Flam/ Saint Gobin india Pvt Ltd.
Pyroswiss of
saint Gobain
Promat Promat & Insulation (P) Ltd
Pyran of Schott Schott Glass india Pvt Ltd.
Pilkinton Pilkinton India
38 Anchor /SS Stone Hilti Hilti India Pvtltd
Cladding clamps/ Dash Fischer Fischer India
fastners
Anchor Anchor Ltd
Nutech Nutech Construction Chemicals
Canon Cannon
Wurth Wuerth India Pvtltd.
Trixel Axel India Pvt Ltd.
Helfen Helfen Anchoring System
Bosch Bosch Ltd
39 Structural Steel Sail Sail
Tisco Tata Steel
Vizag RINL
Jsw Jsw
Apollo Apl Apollo
40 M.S pipe tubes Sail Sail
Tisco Tata Steel
Apollo Apl Appollo
Jindal Jsw
Nezone Nezone Tubes Limited

41 Stainless Steel Salem Sail


Connect Connect Ltd
Ark Product Ark Product Pvt Ltd
Pvt.Ltd
Jindal Jindal Stainless
Sail Sail
Kingston Kingstonbrass

42 Stainless Steel Bolts, Washers, Kundan Kundan Industries Ltd


Nults Pooja Pooja Steel Corporation
Atul Atul Fastners Ltd
Hilti Hilti India Pvtltd
43 Stainless Steel Kundan Kundan Industries Ltd
Pressureplate Pooja Pooja Steel Corporation
Screws
Atul Atul Fastners Ltd
44 Welding rods Advani Advanioerlikon Ltd
Esab Esab India Pvt Ltd.
45 Metal deck sheet Tata Tata Steel
Jsw Jsw Ltd.
Sail Sail

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


84

46 Shearstud/ Koco Koster &Co.


Connector
47 Vitrified Tiles AGL Asian Granite India Limited

Marbito Marbito tiles


Nitco Nitco ltd.
RAK RAK Ceramic india Pvt Ltd

Restile Restile ceramic Ltd


Kajaria Kajaria Ceramic Ltd
Somany Somany Ceramic Ltd
Johnson Prism Johnson ltd
48 Glazed Ceramic Tiles (Also AGL Asian Limited Granite
Wall Nitco Nitco ltd.
Tiles) RAK RAK Ceramic India Pvt Ltd
Kajaria Kajaria Ceramic Ltd
Somany Somany Ceramic Ltd
Johnson Prism Johnson Ltd
49 Synthetic Sports Armstrong Armstrong Flooring
Flooring
LG Lghausys India
Wondorfloor Rmg Polyvinyl Ltd
50 Linoleum sports Flooring Armstrong Armstrong Flooring
Forbo Forbo Flooring India Pvt Ltd
Gerflor Gerflor Flooring

51 False Floor Hewetson Hewetson India

Access Floor Access Floor System


System
Unifloor Unifloor India Ltd
Unitile Unitile office systems Pvt Ltd.
Pinnacle Pinnacle

Kebao Inner Space (Distributors)


52 Engineered wood Armstrong Armstrong Flooring
Floor
Mikasa Green Lam Industries
Realwoo
New wood New wood India ltd
Werner Werner Floors
Pergo Redfloorindia
53 Floor Spring Dorma Dorm AK India Pvt Ltd
Ingersolrand Ingersolrand India Pvt Ltd.
Ozone Ozone hardware
Garg D.P. Garg Pvt Ltd, Delhi
Geze Geze gmbh

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


85

54 Cement Concrete Nitco Nitco ltd.


Parking Tiles Poddar Poddar Udyog
Eurocon Eurocon Tiles India
Dazzle Dazzle Designer Tiles Pvt Ltd.

Beatons Basant Betons


Ntc Ntc Parkingtiles
Hindustan Tiles Hindustan Ranchi, Pune
Ultra Ultra Tileprivate Ltd
55 Synthetic carpet Toli Toli Corporation
Tiles Hollitex Hollitex Carpet Tiles
Welspun Welspun
Standard Standard Carpets
Carpets
57 Glass mosaic tiles Italia Tile italia mosaics Pvt. Ltd

Coral Coral Tiles


Mridul Mridul Tiles
Palladio Palladio Mosaics
Bisazza Bisazza Italy
Birla White Birla Corporation Ltd.
Jk White Jk Cement Ltd
Pavit (Eco Tile) Pavit Ceramics Pvt Ltd.
58 Thermal Insulation Pidilite Pidilite Industries
Treatment
Elastospray Basf
Rock wool India Rock wool India Pvt Ltd
Pvt Ltd.
Weather Kool Berger Paints
& Seal
59 Acoustic Insulation Twinger insul U.P. Twiga Fiberglass Ltd.
Lloyd Insulation Lloydinsulation (India) Ltd.
Saint Saint Gobin Gyproc India
Armstrong Armstrong
Himalayan Himalayan Acoustics
Acoustics
Knauf Knauf Gypsum India Pvt Ltd
Anutone Anuto Acoustics Ltd
60 UPVC Pipes And Supreme Supreme Industries Ltd
Fittings (Rain Water Prince Prince Pipes Fittings Ltd
Pipes) Finolex Finolex Industries Ltd
Prepoly Premier PVC Industry
Astral Astral Polytechnik Ltd
Ashirwad Ashirwad Pvc Pipes
Flowguard Flowguard
Truflow Hsil Ltdof Hindware

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


86

61 Sandwich Puf Panelled Lloyd Insulation Lloyd Insulation (India) Ltd.


Roofing Sheets
Jindal Mectec Pvt Ltd
Danpalon Danapal Architecture
Ge Plastic Ge Silicons
Lexan Lexan Ltd
62 Ploysorbonate Sheet MG Polyplast MG Polypas
Danpalon Danapal Architecture
Alcox Hindegganalcox Ltd
Polygal Polygal India Pvt Ltd
63 False Ceilings Aerolite Andhra Polymers Pvt Ltd / Aerolite Industries
Pvt Ltd
Anutone Anut Acoustics Ltd
Armstrong Armstrong Industries
Gridsquare Gridsquare Ceilings
Knauf Gnauf Gypsum Pvt Ltd
Usg Boral Usg Boral
Hunter Dougals Hunter Dougals
Saint Gobin Saint Gobin Gyproc India
Gyproc
64 False ceiling members Armstrong Armstrong Industries
(Perimeter, Ceiling Section,
Intermediates, Angels Etc)
Aerolite Andhra Polymers Pvt Ltd / Aerolite Industries
Pvt Ltd
Gridsquare Gridsquare Ceilings
Gypframe Steel British Gypsum
Knauf Gnauf Gypsum Pvt Ltd
Lloyd Lioyd Insulation (India) Ltd
Saint Gobin Saint Gobin Gyproc India
65 Synthetic Enamel Premium Gloss Asian Paint Ltd
Paint Enamel
Dulex Ici Dulex Ltd
Nerolac Nerolac Paints Ltd
Berger Berger Paints
Nippon Nippon Paintindialtd.
66 Pink Primer Wood Primer Asian Paint
Dulex Icidulex
Nerolac Nerolac Kansia Nerolac Paints Ltd
Berger Berger Paints
Nippon Nippon
67 Red Oxidezinc High Performance Asian Paint
Chromate Primer Yellow metal
Primer
Dulex Icidulex
Nerolac Nerolac
Berger Berger Paints
Nippon Nippon

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


87

68 Oil Bound distemper Tractor Aqalock Asianpaint


Dulux (Maxilite) Dulux
Mgpolyplast Nerolac
Berger (Bism) Berger Paints
69 Acrylic emulsion Premium Asian Paint
Emulsion
Dulux (Super Icidulux
Cover)
Neroloc Nerolac
(Beauty Gold)
Berger (Bism) Berger Paints
70 Water Proof Cement Asian Asian Paint
Paint Exterial
Wall Primer
Berger Berger Paints
Surfa Surfacoats(India)Pvt. Ltd
Icidulux Icidulux
Cemcolour Snowcem Paints
71 Acrylic Smooth Dulux Icidulux
Exterior Paint Apex Asian Paints
Nerolac Nerolac
Berger Berger
Nippon Nippon
72 Premium Acrylic Smooth Ultima Asian Paint
exterior Paint with Dulux Icidulux
Silicon Additives
Nerolac Nerolac
Berger Berger
Surfex Rain Surfacoats
73 Cement Based wall Putty Shield
J.K. Wall Putty J.K. Cements Ltd.
Birla Wall Care Birla Cements Ltd.
Asian Paints Asian Paints Ltd.
Altek Ncl Alltek&Seccold Ltd.
Berger Berger
Ardex Endura Ardexenduraindiapvt Ltd.
Ferrous Crete Ferrous Crete(India) Pvt.Ltd
74 Acrylic textured Plaster Apex Duracast Asian Paints
Spectrumpaints Spectrumpaints Ltd.
Heritage Herita Ge Group Rajkamal
Asian Paints Asian Paints
Neroloc Neroloc
75 Ready Mix Cement Plaster Readiplast Ultratech Cements Ltd
Wever wall Saint India Gobain Gyproc
premium Plaster

Enduro Plast JSW

FERRO- Ferrous Crete (India) Pvt.Ltd


Instaplast

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


88

76 Melamine Polish Asian Paints Asian Paints


Melamine Pidiliteindustries
Goldwudfin
Polycure Polycure Malaysia
77 Fire Retardant Paint Jotun Jotun Paints
Hilti Hilti India
Akzonobe Dulex Akzonobel Paints
Asian Paints Asian Paints
Stpl Ltd Stpl Ltd
Shalimar Shalimar Paints India Ltd.
Berger Berger Paints India Ltd.
Asian Paints Asian Paints

78 Anti Corrosive Bitumastic Berger Berger Paints India Ltd


Paint Shalimar Shalimar Paints India Ltd
Asian Paints Asian Paints
79 Cement Primer Asian Paints Asian Paints
Jk Primaxx Jk Cement Ltd
Berger Berger Paints India Ltd
80 Epoxy Paint Asian Epoxy Asian Paints
Berger Berger Paints India Ltd
Shalimar Shalimar Paints
Stpl Ltd Shalimar Products
Ardex Endura Ardexendura India Pvt Ltd
Mapecoat L24 Mapei Construction Products India P Ltd

Nerolac Nerolac

Sun Epoxy Paint Sunanda Speciality Coatings Pvt Ltd.

81 Epoxy Coating Basf Basf India Ltd.


Fosroc Fosroc Ltd
Laticrete Myk Laticrete India
Ardex Endura Ardexendura India Pvt Ltd

Mapecoat Mapei Construction Products India P Ltd.


Dw25
Ferrous Crete Ferrous Crete (India) Pvt.Ltd

Sun Epoxy Paint Sunanda Speciality Coatingspvt Ltd.

82 Silicon Coating Dowcorning Dowcorning India


Basf Basf India Ltd.

Ge Ge Silicones

Wacker Wacker Silicones

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


89

83 Inter locking Concrete Paver Dazzle Dazzle Designer tiles Pvt Ltd
Blocks
Ultra Ultra Tiles Pvt Ltd
Shree Blocks Shree Paver Blocks
Vyara Tiles Vyara Tiles Pvt Ltd Surat
Nitco (Rockard) Nitco
Bharat (Nilsan) Bharat
Regency Regency
Besant Betons Besant Betons
84 Solar Studs I Median Markers 3m 3m science
Avery Dennison Ave Dennison Pvt Ltd
Nikkalite Nippon Carbide Industries (Usa)
85 Polycorbonate Convex Unique Safety Unique Solutions
Rubber Hump
86 Mirror Modi Guard Gujarat Guardian Ltd
Saint Gobian Saint Gobian glass India Ltd
Asahi Asahi India glass Ltd
Atul Atul Glass Industries Ltd
87 Vitreous Commodes & Wash Hindware HSIL Ltd
basin Roca Roca Bath Pvt Ltd
Parryware Roca Bath Pvt Ltd
Kohler Kohier world wide
Cera CE Sanitary Ltd
Jaquar Jaquar Group
Bathsense Asian Paints Ltd
88 Flushing Cistern Parryware Roca Bath Pvt Ltd
Kohler Kohier world wide
Hindware HSIL Ltd
Cera CE Sanitary Ltd
Jaquar Jaquar Group
Bathsense Asian Paints Ltd
89 SWR PVC Pipes and Fittings Supreme Supreme Industries Ltd
Astral Astral Polytechnik Ltd
Finolex Finolex Industries Ltd
Flow guard Ashirwad PVC Pipes
Prince Prince Pipes & Fittings Ltd
Truflow HSIL Ltd of Hindware
90 Stainless Steel Kitchen Sink Jhonson Prison Jhonson Ltd
Diamond Phecx Appliances Pvt Ltd
Jindal Centuary Polytech
Nilkanth Nilkanth
Nirali Jyoti (India) Metal Industries Pvt Ltd
Hindware HSIL Ltd
Silver Shine Blue Stone Stanitary Industries Pvt Ltd
Joyna Joyna
Navkar Shri Navkar Ltd
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
90

91 Water Supply Valves Zoloto Zoloto Industries


Leader Leader Valves Ltd.
Arco Arcovalves Pvt Ltd
Nanda Nanda Miller Company
92 CPVC Pipes And Supreme Supreme Industries Ltd
Fittings
Finolex Finolexindustriesltd
Astral Astral Polytechnik Ltd

Prince Prince Pipes And Fittings Ltd

Truflow Hisl Ltdof Hindware


Birla Aerocon Hil Ltd
Ashirwad Ashirwad Pvc Pipes
Flowguard Flowguard
Dec Dec Industries Pvt. Ltd.

93 PVC Hdpe Water Vectus Vectus Industries Ltd


Storage Tanks Sintex Sintex
Supreme Supreme Industries Ltd
94 DI Pipes Electro steel Electro steel
Jindal Jindal
Tata Ductura Tata Ductura
Kapilansh Kapilansh
Keshoram Keshoram

95 DI Fittings Electrosteel Electrosteel


Jindal Jindal
Tata Ductura Tata Ductura
Kapilansh Kapilansh
Keshoram Keshoram
96 Water Supply Fixtures Like Jaquar Jaquar Group
Bib Cock, Shower Panels Roca Roca Bathroom Products Pvt.Ltd
Kerovit Kerovit
Kohlar Kohlar
Hindware HSIL Ltd.
Ess Ess Asian Paints
Bathsense Royal
97 Air Release Valve Kirloskar Kirloskar Ltd
Rbm Afs Ltd

Kartar Kartarvalvesprivate Ltd.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


91

98 CI Double Flange Sluice Valve Kirloskar Kirloskar Ltd.


Rbm Afs Ltd
Kartar Kartar valves Private Ltd.
Ivs Indian Valves Private Ltd.
Zoloto Zoloto Industries
Burn Burn
Leader Leader Valves Ltd
99 CI Double Flanged Non Kirloskar Kirloskar brothers Ltd.,
Returnvalve Fluidtech Fluidtech
Zolto Zolota Industries
100 Gun metal valves Zolto Zolota Industries
Leader Leader valves Ltd
Sant Sant valves Pvt Ltd
Audco L & T Valves
101 PTMT/PVC Water Supply, Pearl Precision Products
Sanitary Fittings, Bib Cocks, Prayag Prayag Polymers (P) Ltd
Pillarcock, Angle Valve, Etc.
Supreme Supreme Industries
102 RCC Pipes Indian hume Indian hume Pipe Ltd.,
Pipe
Madurai Spun Madurai Spun Pipe Company
Pipe
Veeyel Veeyel Enterprises, Chennai
Enterprises

PK RCC hume PK RCC hume Pipes, Chennai


Pipes
103 CI manhole Cover Neco Jayaswal Neco Ltd.
Hepco Binay Udyog Pvt Ltd.
Bic Bengal Iron Corporation
104 SFRC Cover and Grating KK India K K manhole and gratings co Pvt Ltd.,
Advent Advent concrete Vision
Kutty Kutty Industries
Nu-Tec Nu-Tech Concrete Products (P) Ltd,.
Dec Dec I & P India Pvt Ltd.
105 Plastic Encapsulated Kk India K K manhole and gratings co Pvt Ltd.,
Footrest
Kgm Kgm Exports
Accurate build Accurate buildcon Company
con
106 Spun Cast Iron Covers & Neco Jayaswalnecoltd
Gratings Jagannath Sri Jagannathiron Foundry Pvt. Ltd.
Kapilansh Kapilanshdhatuudyog (P) Ltd.
Centrifugal
Skf Brand Singhal iron Foundary Pvt. Ltd.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


92

107 Aluminium Doors & Hindalco Hindalco Industries Ltd.,


Windows Sections Jindal Jindal Aluminium Ltd.,
Padmavathi Padmavathi Extrusion Private
Extrusion Ltd.
Hyd Hydro Extrusion
Omalcoextrusio Omalco Extrusion Pvt. Ltd.
n
Bhoruka Bhoruka Aluminium Ltd.,
Indal Indian Aluminium Ltd.,
108 Aluminium Systems & Define Define Overseas Pvt.Ltd.
Anodised Aluminium Schueco Schueco Indiapvt.Ltd.,
Fittings For Doors &
Windows Bhoruka Bhoruka Aluminium Ltd.,
Kawneer Kawneer India
Hardima Hardima Sales Corporation
Everite Everite Agencies
Jyothi Jyothi Industries
Sigma Sigma Corporation
109 Epdm gaskets Anand Anand Nvh Products Ltd.,
Roop Roop Polymers Ltd.,
Bohra Bohra Rubber Pvt Ltd.,
Hanu Hanu Industries
Ameerubber Amee Rubber Industries Pvt Ltd.
110 Silicon Gaskets Sreegaurav Sree Gaur Av Prod
111 Masking tapes 3m 3m
Sun Sun
Wonderpolymer Wonder Tape Industries
Roop Roop Polymersltd.
112 Water Proofing Fosroc Fosrocindia
Compound Ferrous Crete Ferrous Crete (India) Pvt. Ltd.
Sika Sika India
Myk laticrete Myk laticrete
Penetron Penetron India Pvt. Ltd.
Dr.Fixit Pidilite Industries
Bostik Bostik
Ardexendura Ardex Endura (India) Ltd
Alchemica Alchemica Ltd.
Smartcare Asian Paints
Shalip last lw+ STP Ltd
Mapecureasi Mis Mapei Constructions
Mapecure E Product India Pvt. Ltd.
30i Mapecure
Ase

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


93

114 Aluminium Composite Alucobond 3A Composites India Pvt Ltd.


Panels Eurobond Eurobond Pvt. Ltd, Delhi
Aludecor Mis Aludecor Lamination Pvt. Ltd.
Reynobond Reynobond
Alpolic Alpolic
Hynadecor Hyna Décor AC Panels, Delhi
Alstone Alstone,New Delhi
Alstrong Alstrong
115 PVC Perforated Rex Poly Rex Poly Extrusion Ltd
Pipes extrusion
Akash Akash Enterprises
enterprises
Zenplas Pipes Zenplas Pipes Pvt.Ltd.
Supreme Supreme Industries
116 Structural Sealant Dow Corning Dow Corning India
Wacker Wacker Silicones.
Ge Ge Silicones
Bostik Bostik
Fosroc Fosroc India
Basf Basf India Ltd.
117 Poly-Sulphide Sealant Dr.Fixit Pidilite Industries Ltd
Ferrous Crete Ferrous Crete (India) P Ltd
Myk Schomburg Myk Arments Products

Pidilite Pidilite Industeries


STP Ltd Shalimar Tar Products
Fosroc Fosrocindia
Techseal Choksey Chemical Pvt.Ltd,
Smartcare Asianpaints
118 Bitumen Impregnated Board Shalitex Shalimar Tar Products
119 Polyethylene Backer Rod Supreme Supreme Industries
120 Epoxy Fosroc Fosroc India
Pidilite Pidilite
Ferrous Crete Ferrous Crete (Inida) P Ltd
Shalibons Shalimartar Products
Asian paints Asian paints
Ardex Ardexendura(India) Pvt.Ltd.
121 GRC Jali Terrafirma Terrafirmagrcindustries
Ecovision Ecovision Industries Pvt. Ltd.
Maheshgrc Maheshprefab Pvt Ltd.,
122 Air transfer grills Cool Grills Cool Grills,Pune
Systemairindia Systemairindia Pvt.Ltd.,

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


94

123 Ready-Made Gypsum Plaster FERRO-500 Ferrous Crete (Inida) P Ltd


Elite 100 Gyproc India
Zypcote Birla White
Plasto Maxx JK Cement
124 Steel Windows Pressed Steel Madhu Madhu Industries
Frames Industries
Sanharvic Sanharvic
NCL NCL Industries
125 PVC Flooring Lghausys Lghausys
Gerflor Gerflor flooring
Armstrong Arm strong world Industries
126 FRP Door frames & Shutter Meenafibreglass Meena fibre Glass
,Duroplast Duroplastextrusion Pvt Ltd
Cactus Cactus
Polyline. Poluline
Jayna Jain Doors Pvt. Ltd.
127 Nom Metalicfloor Ironite Ironite
Surface Hardners Hardonite, Hardonite

Fosroc Fosroc India

Sika Sika India


Basf Basf India Ltd.,
Cico Cico technologies Ltd.,
Pidilite Pidilite Industries Ltd,
128 Pu Enamel Metallic Paints On Skk Skk Ltd.
Ms Structure & Epoxy Paints Akzonobel Akzonobel
(Premium Quality) Asian Asian paints
Berger, Berger paints India Ltd.
MRF MRF Paints
129 Rockwool / Glass wool insulation Twiga fiber Twigai fiber glass Ltd.
Llyod Insulation Llyod Insulation Ltd.
Supreme Supreme Industries Ltd
Rock Wool India Rock Wool India
130 Structural glazing Modi Modiguard
Saint Gobain Saint Gobain Glass India Ltd.
Asahi, Asahi India Glass Ltd
Glaverbel Glaverbelindia
131 Sensor Basedauto Aos Systemsst, Aos Systems
Flushsystems Toto Toto Ltd
Parryware Parryware
Hindware Hsil Ltd
Grohe Grohe
Jaquar Jaquargroup
Kohler Kohler
Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM
95

132 Float valve (Ball Valve) Prayag Prayag Polymers (P) Ltd
Leader Leader valves Ltd.
Zoloto Zolota Industries
Ibp Ibp Industries
Arco Arco Valves Pvt.Ltd.,
133 Spider Patch Fittings For Dorma Dormakaba India Pvt. Ltd
Structural Sevax Saint Gobain Glass India Ltd.
Glazing
Kich Kich India
Ozone Ozone Ltd
Hafele Hafele Ltd
Godrej Godrej
134 Multi Walled Polycarbonate Danpalon Danapal Light Architecture
Roofing Sheets Lexan Ge Ge Lexan
DPI DPI daylighting solutions
135 Adhesive For AAC Block tiles Ultratech Ultratech Cements Ltd.
Ardex Endurai Ardex Endura
Gold Star
Ferrous Crete Ferrous Crete(India) Pvt. Ltd.
Smartcare tile Asian Paints
Adhesive
Tile Adhesive Berger Paints
Plus
136 Modular Kitchen Wardrobe Sleek Asian Paints
Hardware And Accessories Godrej Godrej & Boyceco.
Spacewood Spacewood
Evoke Evoke
137 Puff Insulations Smartcare Asian Paints

Llyod Insulation Llyod Insulation (India)Ltd.


Fosroc Fosroc India
Basf Basf
Pidilite Pidilite Industries Ltd.
Supreme Supreme Ltd
139 GP grout Ferrous Crete Ferrous Crete (India) Pvt. Ltd.
Asian paints Smart Caresc Gp Grout Grey
Basf Basf
Pidilite Pidilite Industries Ltd.
Fosroc Fosroc
Mapefillgpin Mapei Construction Products India Pvt
Ltd.
Sika Sika India
Smartcare Scgp Asian Paints
Grout Grey

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


96

140 Galvalume Sheet For Roofing, Llyod Metal 74


Cladding, Sandwich Panel Craft
Tata bluescope Tata Bluescope

Bhushan Bhushan Steel


Jsw Jsw
Essar Essar Group
141 Wood Polymer Composite Alstone Alstone Industries Pvt. Ltd,
Material For Doorf Rames And Jaipur, Rajastan
Shutters, Plain &Prelaminated
Boards For Wall Lining etc Ecoste Ecoste Wood Polymer Composite, Delhi
.
Echon Kumar Arch Tech Pvt. Ltd, Rajastan
Rajasree Rajeswari Products Pvt.Ltd,
Madya Pradesh
Magma Mis Smp Impex, Chennai
Qute Qute Extrusions Pvt Ltd, Chennai

142 Liquid applied membrane water PU Magnum Asian paints


proofing
Nito proof 600 Fosroc
PF
Bostik Bostik

BASF BASF

ARDEX Endura ARDEX Endura

SIKA SIKA India

NOTE:
(1) Equivalent material and finishes of any other specialized make may be used, in case it is
established that the brands
specified above are not available in the market but only after approval of the alternate brand by
the Competent Authority / NIT
Approving Authority.
(2) The bidder may be asked to procure and use any of the above brand and they shall quote rates
accordingly.
(3) The Materials approved by the Special Director General, Project Region, Chennai upto the date of
inviting tender shall also be considered.

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


97

PART-C

SCHEDULE OF QUANTITIES

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


98

-BLANK-

Correction/Ommission/Insertion/Overwriting-Nil AE-III AE-IV EE&SM


99

ABSTRACT OF COST - ORIGINAL ESTIMATE


Name of the work : Proposed IITM Discovery campus at Thaiyur "B" village, Chengalpattu District-603013. SH: Additional infrastructure
development works as part of phase-I development such as: 1. Providing fire tender approach pavement from the exiting BT main
road, 2. Providing and fixing precast RCC storm water drain. 3. MS canopy with tensile fabric (on either side of the ARB), 4. MS
external staircase for Food court to access the terrace

Item No. Description of item (s) Qty Unit Rate Amount

Earth work in excavation by mechanical means (Hydraulic excavator)


/manual means over areas (exceeding 30cm in depth. 1.5 m in width
1 as well as 10 sqm on plan) including getting out and disposal of
excavated earth, lead upto 50m and for all lift as directed by Engineer-in-
charge.

1.1 All kinds of soil 1160 Cum 188.25 218370


Earth work in excavation by mechanical means (Hydraulic excavator) /
manual means in foundation trenches or drains (not exceeding 1.5 m
in width or 10 sqm on plan), including dressing of sides and ramming of
2 bottoms, for all lift, including getting out the excavated soil and disposal
of surplus excavated soil as directed, within a lead of 50 m.

2.1 All kinds of soil. 173 Cum 276.07 47760


Excavating trenches of required width for pipes, cables, etc including
excavation for sockets, and dressing of sides, by mechanical /manual
means, ramming of bottoms for all depth, including getting out the
excavated soil and then returning the soil as required, in layers not
3
exceeding 20 cm in depth, including consolidating each deposited layer
by ramming, watering, etc. and disposing of surplus excavated soil as
directed, within a lead of 50 m :

3.1 All kinds of soil


Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia
3.1.1 56 metre 373.48 20915

Filling available excavated earth (excluding rock) in trenches, plinth, sides


of foundation etc. in layers not exceeding 20cm in depth, consolidating
4 each deposited layer by ramming and watering, lead up to 50m and for 61 Cum 207.87 12680
all lift
Extra (lead) for transporting excavated earth from work site by
mechanical transport including loading, transporting, stacking etc.,
5 complete at places within the IITM Thayiur Campus as directed by 1160 Cum 230.73 267647
Engineer-in-charge lead upto 1 KM beyond the intial lead of 50m meters.

Supplying and filling in plinth with M Sand under floors including, watering
6 15 Cum 2252.39 33786
ramming consolidating and dressing etc complete.
Supplying and filling with Hill earth suitable for filling brought from outside
upto a lead of 10 Km including cost of earth,loading,unloading
,transportation etc and filling in layers not exceeding 20cm in depth and
consolidating each deposited layer by ramming and watering etc.
7 575 Cum 1419.75 816357
complete as directed by Enginer-in-charge.(The payment shall be made
based on initial and final levels after deducting 5% voids for not rolling
under OMC)
100

Item No. Description of item (s) Qty Unit Rate Amount

Providing and laying in position ready mixed or site batched design mix
cement concrete for plain cement concrete work; using coarse aggregate
and fine aggregate derived from natural sources, Portland
Pozzolana/Ordinary Portland /Portland Slag cement, admixtures in
recommended proportions as per IS: 9103 to accelerate / retard setting of
8 concrete, to improve durability and workability without impairing strength;
including pumping of concrete to site of laying, curing, carriage for all
leads; but excluding the cost of centering, shuttering and finishing as per
direction of the engineer-in-charge; for the following grades of concrete.

.
8.1 All works upto plinth level :
Concrete of M10 grade with minimum cement content of 220 kg /cum 14 Cum 9370.30 131184
Centering and shuttering including strutting, propping etc. and removal of
9 form for :
9.1 Foundations, footings, bases of columns, etc. for mass concrete 47 Sqm 415.90 19547
Walls (any thickness) including attached pilasters, butteresses, plinth and
9.2 string courses etc. 221 Sqm 893.53 197470

9.3 Lintels, beams, plinth beams, girders, bressumers and cantilevers 4 Sqm 781.00 3124
9.4 Columns, Pillars, Piers, Abutments, Posts and Struts 28 Sqm 1019.53 28547
Steel reinforcement for R.C.C. work including straightening, cutting,
10 bending, placing in position and binding all complete upto plinth level.

10.1 Thermo-Mechanically Treated bars of grade Fe-500D or more. 4000 Kg 114.38 457520
Providing and laying in position ready mixed or site batched design mix
cement concrete for reinforced cement concrete work using coarse
aggregate and fine aggregate derived from natural sources, Portland
Pozzolana / Ordinary Portland / Portland slag cement, admixtures in
reccommended proportions as per IS : 9103 to accerlate / retard setting of
concrete to improve durability and workability without impairing strength,
11 including pumping of concrete to site of laying, curing, carriage for all
leads; but excluding the cost of centering, shuttering and finishing and
reinforcement as per direction of the Engineer-in-Charge; for the following
grades of concrete.,

11.1 All works upto plinth level


Concrete of M35 grade with minimum cement content of 370 Kg/Cum
11.1.1 20 cum 10400.69 208014

Masonry work with flyash cement concrete block (F.P.S.) of class


designation 100 (crushing strength not less than 100 kg/sqcm) in
foundation & plinth in all shapes & sizes in cement mortar specified. (The
12 flyash cement concrete block shall have nearly 25% 6mm nominal size
coarse aggregate by volume & the water aborption shall not exceed 10%
by weight of flyash cement concret block)

12.1 Upto plinth level Cement mortar 1:6 (1 cement : 6 coarse sand) 3 cum 9140.27 27421
Masonry work with flyash cement concrete block (F.P.S.) of class
designation 100 (crushing strength not less than 100 kg/sqcm) in
foundation & plinth in all shapes & sizes in cement mortar specified. (The
13 flyash cement concrete block shall have nearly 25% 6mm nominal size
coarse aggregate by volume & the water aborption shall not exceed 10%
by weight of flyash cement concret block)
101

Item No. Description of item (s) Qty Unit Rate Amount

Above plinth Level upto floor V Level Cement mortar in 1:6 (1 cement : 6
13.1 coarse sand) 1 cum 9963.06 9963

Structural steel work in single section, fixed with or without connecting


14 plate,including cutting, hoisting, fixing in position and applying a priming 1600 kg 124.46 199136
coat of approved steel primer all complete.
Steel work welded in built up sections/ framed work, including
15 cutting,hoisting, fixing in position and applying a priming coat of approved
steel primer using structural steel etc. as required.
In stringers, treads, landings etc. of stair cases, including use of
15.1 chequered plate wherever required, all complete 4000 Kg 131.08 524320

Providing and applying polymer modified ready mix plaster of JSW,


Ultratech, Weber, ACC sueakhya or equivalent make to the Exterior walls
after cleaning the surface free of grease , loose particles and also mixing
the ready mix plaster by water as per manufacturer specification and
applying the plaster manually or mechanically to prepaed surface
16 including applying cement slurry for optimum bonding of the plaster and
as directed by the Engineer in charge. The ready mix plaster shall have
minimum characteristic compressive strength of 10 Mpa and maximum
curing period of 3 days.

16.1 15mm to 18mm thick plaster 25 Sqm 650.60 16265


15 mm cement plaster on the rough side of single or half brick wall of mix:
17

17.1 1:6 (1 cement :6 fine sand) 25 Sqm 406.20 10155


Finishing with Epoxy paint (two or more coats) at all locations prepared
18 and applied as per manufacturer's specifications including epoxy primer
coat, preparation of surface, etc. complete.
18.1 On steel work 190 Sqm 256.39 48714
Preparation and consolidation of sub grade with power road roller of 8 to
12 tonne capacity after excavating earth to an avg of 22.5 cm depth,
19 dressing to camber & consolidating with road roller including making good 2300 Sqm 232.16 533968
the undulations etc. and re-rolling the sub grade and disposal of surplus
earth with lead upto 50 metres.

Providing and laying factory made chamfered edge Cement Concrete


paver blocks In foot path, park & lawns driveway or light & traffic parking
etc. of required strength, thickness & size/ shape, made by table vibratory
method using PU mould, laid in required colour & pattern over 50mm thick
compacted bed of course sand, compacting and proper embedding/
laying of inter locking paver blocks into the sand bedding layer through
20 vibratory compaction by using plate vibrator, filling the joints with sand
and cutting of paver blocks as per required size and pattern, finishing and
sweeping extra sand, all complete as per manufacturer's specifications &
direction of Engineer in-Charge.

80mm thick Cement concrete paver block of M-30 grade with approved
20.1 colour, design & pattern. 1975 Sqm 1157.61 2286280
102

Item No. Description of item (s) Qty Unit Rate Amount

Providing and laying at or near ground level factory made Kerb


stone/Saucer Drains of of M-25 grade cement concrete in position to the
required line, level and curvature, jointed with cement mortar 1:3 (1
cement: 3coarse sand), including making joints with or without grooves
(thickness of joints except at sharp curve shall not to more than 5mm),
21 including making drainage opening wherever required complete etc. as 35 Cum 10730.42 375565
per direction of Engineer-in-charge (length of finished kerb edging shall
be measured for payment). (Precast C.C. Kerb stone/Road Saucer
shall be approved by Engineer-in-charge).

Construction of Granular Sub-Base by providing close graded Material


conforming to specifications, mixing in a mechanical mix plant at OMC,
carriage of mixed material by tippers to work site, for all leads & lifts,
spreading in uniform layers of specified thickness with motor grader on
22
prepared surface and compacting with vibratory power roller to achieve
the desired density, complete as per specifications and directions of
Engineer-in-Charge.

With material conforming to Grade-I (size range 75 mm to 0.075 mm)


22.1 having CBR Value-30 575 Cum 2952.63 1697762

Providing, laying, spreading and compacting graded stone aggregate


(size range 53 mm to 0.075 mm ) to Wet Mix Macadam (WMM)
specification including premixing the material with water at OMC in
mechanical mix plant, carriage of mixed material by tipper to site, for all
leads & lifts, laying in uniform layers with mechanical paver finisher in sub-
23 base / base course on well prepared surface and compacting with 575 Cum 3090.82 1777222
vibratory roller of 8 to 10 tonne capacity to achieve the desired density,
complete as per specifications and directions of Engineer-in-Charge.

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
24 1:2 (1 cement : 2 fine sand) including testing of joints etc. complete :

24.1 300 mm dia. R.C.C. pipe 40 Metre 1054.52 42181


Design, Supply, Fabricate & Install Tensile roof structure using Ferrari
make Fabric of product code no. TX30-II at all levels and elevation as per
drawing with the approved Profile. In General, the Fabric shall have
thickness not less than 0.78 mm with tensile strength 490/490 Lbs shall
satisfy ASTM - D 751,Tear resistance of 80/75 Lbs/in shall satisfy ASTM -
25 D 751, Weight - 1050g/sqm and in accordance with EN ISO 2286 - 2 and
the Fabric shall made out of PES HT 1100Dtex yarn with flame
Retardancy to meet Euro Class B-s2.d0/EN 1350-1 and the Surface
treatment shall be Cross Link PVDF with a minimum Manufacturer
warranty of 20 years.
103

Item No. Description of item (s) Qty Unit Rate Amount

Rate Shall include patterning, form finding, cutting, welding & installation
of fabric at site, primary & secondary steel structures in MS of TATA /
JINDAL or Equivalent make with YST 310 grade as minimum including
fabrication and erection of structural elements duly painted with two coats
of PU based Metallic shade paint of approved shade over one coat of
epoxy primer to a total DFT of 230 Microns of Akzo noble or Jotun make.
Rate to include necessary tensioning hardwares for fabric in SS
accessories inclusive of Wire ropes (GI hot dip galvanized cables), Swage
ends & membrane plates etc as per drawings and Manufacturers
Specification. The complete roofing System to be designed to with stand
design wind pressure of 200Kg/Sqm confirming to IS 875 part 3 and other
load parameters as per IS or relevant international code etc

B. General Guideline:
Rate to include necessary tensioning hardwares for fabric in SS fastening
inclusive of Wire ropes (GI hot dip galvanized cables), Swage ends &
membrane plates etc as per drawings and Manufacturers Specification.
Also, the quoted rate shall include the following :a. Bolts, Nuts, Washers,
Spring washers, Welding, Gusset plates, base plates, etc.b. Rate shall
include Primer, epoxy coating, PU painting etc and necessary wastage,
lead, lift etc.c. Electricity, water, Staging, scaffolding, platform, ladders,
chain pulley blocks, ropes, Transport Charges, Loading and Unloading
charges, Storage of materials at site, Preparation of Temporary Storage
arrangement with Contractor's own risk on protection of materials (Free
Space will be provided for storage), etc. required for erection work
including cranes of appropriate capacity, if needed.d. Preparation of shop
drawings for approval of the Client / PMC / Architect / Consultant including
giving four sets of approved shop drawings for their record.

All Fasteners, anchor rod / bolts & nuts shall be SS 316 grade and all
materials & labour involved in this scope of work. All the member joints
shall be welded with suitable thickness and type as design and the
welded areas shall be finished with spray / brush applied galvanizing
coating if G.I structural members proposed. Bidders shall be considered
the connections between Membrane & Structure, seams on the
Membrane, tensioning & clamping of the Membrane shall be as per
design criteria.

C. Mode of Measurement: Fabric Coverage area as installed from end to


end shall be measured. Openings, Folds and trims will not be considered
25.1 for payment. i.e Horizontal Plan area shall be considered for payment in 232 sqm 11371.40 2638165
Sqm
104

Item No. Description of item (s) Qty Unit Rate Amount

Fabrication and manufacturing of a solid precast concrete box culvert


with internal dimensions of 1200 mm x 1200 mm and a wall thickness of
200 mm, designed to withstand a minimum load of 35 tonnes. The culvert
shall be produced in a controlled factory environment using approved
methods. The work includes providing and assembling moulds, mixing
concrete of the required grade, and transporting, placing, compacting, and
curing the concrete to ensure structural strength and durability.Provisions
must be made for connecting loops, dowel tubes, and lifting accessories
for safe handling and transportation. Surfaces should be finished
smoothly with accurate cutouts for utilities, ensuring precise alignment.
26 The units shall be handled, stacked, and stored securely at the factory 15 metre 38759.72 581396
yard to prevent damage.The scope also includes loading, transportation,
unloading, and erection at the project site, with all necessary leads and
lifts, following the Engineer-in-Charge’s instructions and ensuring
compliance with manufacturer’s specifications. All activities, from
fabrication to installation, must adhere to safety protocols to guarantee
quality and prevent accidents or damage.

Fabrication and manufacturing of a solid RCC precast storm water


drain (SWD) with internal dimensions of 600 mm (W) x 600 mm (H) and a
wall thickness of 100 mm, designed with the flexibility to extend the height
up to 900 mm (beyond the standard 600 mm height) using 10 mm
diameter dowels for in-situ casting, as per actual site requirements. A top
cover slab of 100 mm thickness shall also be provided.The storm water
drain units shall be produced in a controlled factory environment using
approved methods to ensure quality and durability. The work
involves:Providing and assembling moulds of appropriate
dimensions.Mixing, transporting, placing, and compacting concrete of the
required grade to achieve uniform strength and density.Curing the
concrete systematically to meet the specified strength.Provisions must be
made for connecting loops, dowel tubes, and lifting accessories to
27 facilitate safe handling, transportation, and installation. All surfaces shall 152 Metre 9274.65 1409747
be smoothly finished, with accurate cutouts for utility connections,
ensuring proper alignment during installation. The units must be securely
handled, stacked, and stored at the factory yard to prevent any
damage.The scope of work also includes loading, transporting, unloading,
and erecting the precast units at the project site, including all necessary
leads and lifts. Installation shall be carried out under the supervision and
as per the instructions of the Engineer-in-Charge, ensuring full
compliance with manufacturer’s specifications and safety standards
through out the process.
105

Item No. Description of item (s) Qty Unit Rate Amount

Erection & Installation of Precast/Prestressed Concrete elements in


correct & final position with proper line level and plumb at site making all
arrangements (i.e cranes, push-pull jacks & all another T & P for lifting
Placing & Alignment of elements, within erection tolerance as per IS
28 15916 as per approved shop drawings and all complete as per the
direction of Engineer-in-Charge but excluding the cost of sim pads, non
shrink grout and steel works i.e hangers. All work up to floor five level.

28.1 Pre-stressed hollow core Slab up to 200 mm thickness 291 Sqm 215.83 62807
Stone tile work for wall lining upto 10 m height with special adhesive over
12mm thick bed of cement mortar 1:3 (1 cement :3 coarse sand) including
29 pointing in white cement with an admixture of pigment to match the stone
shade.

29.1 8mm thick (mirror polished and machine cut edge)


29.1 Granite stone of any colour and shade. 60 Sqm 3281.99 196919
Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having
thermal stability for hot & cold water supply including all CPVC plain &
brass threaded fittings. This includes jointing of pipes & fittings with one
30 step CPVC solvent cement, trenching, refilling & testing of joints complete
as per direction of Engineer in Charge : External work

30.1 75 mm nominal inner dia. Pipes. 25 Metre 2297.57 57439


Making connection of G.I. distribution branch with G.I. main of following
31 sizes by providing and fixing tee, including cutting and threading the pipe
etc. complete :
31.1 50 to 80 mm nominal bore 1 Each 1893.49 1893
Providing and fixing gun metal gate valve with C.I. wheel of approved
32 quality (screwed end) :
32.1 80 mm nominal bore 3 Each 2762.31 8287
Providing and placing in position 100 mm thick factory made machine
batched & machine mixed Precast RCC Rectangular Covers on drains of
footpath of various sizes, of M-25 grade cement concrete for RCC work,
including cost of centering, shuttering, reinforcement of 8 mm dia TMT
bars of Fe 500 grade @ maximum 100mm c/c on both ways , neat
cement punning on finished surface, properly encased on all edges with
33 1.6 mm thick , 100 mm wide MS sheet duly painted over priming coat , 5 Sqm 3268.62 16343
reinforcement to be welded at edges with MS sheet and providing 2 Nos.
12 mm dia bar for hooks etc i/c cost of cartage, all leads & lift, handling at
site etc. all complete as per direction of Engineer-in-Charge.

Total ₹ 14984869
106

Central Public Works Department


NIT/RFP No: 16/2024-25/EE&SM(C)/IITMPC/CPWD/Chennai
Name of work:- Proposed IITM Discovery campus at Thaiyur “B” village, Chengalpattu District. SH:
Additional infrastructure development works as part of phase-I development such as 1. Providing fire tender
approach pavement from the exiting BT main road, 2. Providing and fixing precast RCC storm water drain. 3.
MS canopy with tensile fabric (on either side of the ARB), 4. MS external staircase for Food court to access
the terrace

SCHEDULE OF QUANTITIES
Name of the Contractor / Company Name
Percentage
Estimated above or below
Sl.No. Name of component % in Figures Total Cost
cost the estimated
cost

Proposed IITM Discovery campus at Thaiyur “B” village, Chengalpattu District. SH:
Additional infrastructure development works as part of phase-I development such as 1.
1 Providing fire tender approach pavement from the exiting BT main road, 2. Providing and 14984869 Select
fixing precast RCC storm water drain. 3. MS canopy with tensile fabric (on either side of
the ARB), 4. MS external staircase for Food court to access the terrace
-
Grand Total
-

You might also like