Sei sulla pagina 1di 209

GOVERNMENT OF TAMIL NADU

CHENNAI SMART CITY


GREATER CHENNAI CORPORATION

BID DOCUMENT

FOR

SMART STREET REDEVELOPMENT IN NORTH USMAN ROAD IN DIVISION -113 &


117, ZONE-9 AND DIVISION-136, ZONE-10,
Two cover system
S.P.D.C.No.B1/0173/2019

THE SUPERINTENDING ENGINEER,


SPECIAL PROJECT DEPARTMENT,
GREATER CHENNAI CORPORATION
CHENNAI -600003,
TAMILNADU, INDIA

CHENNAI SMART CITY LIMITED

1
S.P.D.C.No.B1/0173/2019

SPECIAL PROJECT DEPARTMENT


e-TENDERNOTICE

e-tenders are invited for the following work in Single Stage Two Cover system as per
details furnished below:
Sl. Approx. Value of
Ref.No & EMD Last Date & Time
No work Eligibility
Name of work (Rs.) of Submission
(Rs.) Criteria
1 Class – 1
S.P.D.C.No.B1/0173/2019 (All conditions
SMART STREET available in
REDEVELOPMENT IN tender 14-08-019
10,03,00,000 10,03,000
NORTH USMAN ROAD IN document) upto 3.00 P.M.
DIVISION -113 & 117, ZONE-9
AND DIVISION-136, ZONE-10,

1) Bid document will be available in web site https://tntenders.gov.in 14.08.2019 up to 3.00 p.m. for
online bidding. The bidders must possess Digital Signature Certificate and submission of bids
through online in the above website.

2) Bids must be submitted online on or before 3.00 p.m on 14.08.2019. Bids received online shall be
opened at 3.30 p.m. on 16.08.2019 in the office of Superintending Engineer, special projects
Department, 5th Floor Amma Maaligai, Greater Chennai Corporation in the presence of the
bidders who wish to participate in the tender. If the date of opening happens to be a holiday, the bids
will be opened on the next working day at the same time and venue. The original Bid Security shall
also be submitted to the tender inviting officer at the time of bid opening.

3) Bids must be accompanied with scanned copy of bid security specified for the work in the above
table. Bid Security will have to be in any one of the forms as specified in the bidding document
payable at Chennai in Commissioner Greater Chennai Corporation, and shall be valid for 90 days
and the same shall also be submitted in cover-I of the online bidding.

4) Subsequent corrigendum/addendum if any shall only be available in website indicated above.

5) The authority reserves the right to reject for any or all bids without assigning any reason.

2
Section 2: Instructions to Bidders
Table of Clause
1 PROJECT AREA AND SCOPE OF WORK .................................................................................................... 13
2 SCOPE OF BID ......................................................................................................................................... 13
2.1 SCOPE ................................................................................................................................................ 13
3 ELIGIBILITY AND QUALIFICATION OF BIDDERS ....................................................................................... 14
3.1 ELIGIBILITY CRITERIA .......................................................................................................................... 14
3.1.1 THIS INVITATION FOR BIDS IS OPEN TO ALL WELL ESTABLISHED AND REPUTED CIVIL ENGINEERING FIRMS /
COMPANIES OR CONTRACTORS, REGISTERED IN CENTRAL / STATE GOVERNMENT DEPARTMENTS/
GOVERNMENT UNDERTAKINGS / PSU, CONSORTIUM REGISTERED AS A LEGAL ENTITY IN INDIA HAVING
EXPERIENCE FOR A MINIMUM PERIOD OF FIVE YEARS, SHOULD HAVE COMPLETED AT LEAST ONE SIMILAR
WORK AND SATISFY THE QUALIFYING CRITERIA STIPULATED IN CLAUSE 3.4 B. ................................. 14
3.1.2 FURNISH THE ATTESTED COPIES OF INCOME TAX CERTIFICATE, GST REGISTRATION CERTIFICATE, AND LIST
OF SIMILAR TYPE OF WORKS COMPLETED DURING THE LAST 5 YEARS. ............................................. 14
3.1.3 THE BIDDER SHOULD SUBMIT THE EPF REGISTRATION CERTIFICATE AS PROOF ALONG WITH TECHNICAL
PROPOSAL. ........................................................................................................................................ 14
3.1.4 ALL BIDDERS SHALL PROVIDE DETAILS REQUIRED AS PER PROFORMA IN SECTION 2, FORMS OF BID AND
QUALIFICATION INFORMATION. ........................................................................................................ 14
3.1.5 BIDDERS SHALL NOT BE UNDER A DECLARATION OF INELIGIBILITY FOR CORRUPT AND FRAUDULENT
PRACTICES ISSUED BY GOVERNMENT IN ACCORDANCE WITH SUB-CLAUSE 33.1. .............................. 14
3.2 QUALIFICATION CRITERIA .................................................................................................................. 15
3.2.1 THE INFORMATION TO BE FILLED IN BY THE TENDERER HEREUNDER WILL BE USED FOR PURPOSES OF
EVALUATING QUALIFICATION OF TENDERER AS PROVIDED FOR IN CLAUSE 3 OF THE INSTRUCTIONS TO
TENDERERS. THIS INFORMATION WILL NOT BE INCORPORATED IN THE CONTRACT. ......................... 15
3.2.2 ALL BIDDERS SHALL PROVIDE IN SECTION 2 FORMS OF BID AND QUALIFICATION INFORMATION, A
PRELIMINARY DESCRIPTION OF THE PROPOSED WORK METHOD AND SCHEDULE, INCLUDING DRAWINGS
AND CHARTS, AS NECESSARY. ............................................................................................................ 15
3.2.3 SINCE THE EMPLOYER (COMMISSIONER) HAS NOT UNDERTAKEN THE PRE-QUALIFICATION OF POTENTIAL
BIDDERS, NOW ALL THE BIDDERS SHALL INCLUDE THE FOLLOWING INFORMATION AND DOCUMENTS WITH
THEIR BIDS IN SECTION 2. .................................................................................................................. 15
3.3 TO QUALIFY FOR AWARD OF THE CONTRACT, EACH BIDDER IN ITS NAME SHOULD HAVE THE FOLLOWING:
.......................................................................................................................................................... 16
3.3.1 HAVE BEEN IN THE BUSINESS OF CONSTRUCTION, COMPLETION AND COMMISSIONING OF SIMILAR TYPE OF
WORKS AND SHOULD HAVE ACHIEVED, MINIMUM AVERAGE ANNUAL TURNOVER OF RS.15.05 CRORES
(RUPEES FIFTEEN CRORES, FIVE LAKHS) DURING PRECEDING FIVE FINANCIAL YEARS ENDING ON 31.03.2019
.......................................................................................................................................................... 16
3.3.2 SATISFACTORILY COMPLETED AT LEAST ONE SIMILAR TYPE OF WORK FOR A VALUE NOT LESS THAN
RS.8.02CRORES (RUPEES EIGHT CRORES, TWO LACKS ONLY) IN A SINGLE CONTRACT AS A PRIME
CONTRACTOR IN THE SAME NAME AND STYLE IN THE LAST FIVE YEARS ENDING ON 12.08.2019 IN THE
STATE GOVERNMENT OF TAMIL NADU, PUBLIC WORKS DEPARTMENT OR CENTRAL GOVERNMENTS OR
OTHER STATE GOVERNMENTS / PSU. ................................................................................................ 16

3
3.3.3 THE EXPERIENCE CERTIFICATE IS TO BE OBTAINED FROM THE ENGINEERS NOT BELOW THE RANK OF
EXECUTIVE ENGINEER CONCERNED / DIRECTOR OR EQUIVALENT AND THE SAME SHOULD BE IN ORIGINALS.
THE TENDERER SHALL ALSO INCLUDE THE COPY OF THE WORK ORDER DULY ATTESTED BY THE ENGINEERS
NOT BELOW THE RANK OF EXECUTIVE ENGINEER OF STATE / CENTRAL GOVERNMENT / QUASI
GOVERNMENT ORGANISATION, WHICH IS BASE FOR ABOVE WORK EXPERIENCE. ............................ 16
3.3.4 PROOF OF HAVING MINIMUM WORKING CAPITAL OF RS.3.01(RUPEES THREE CRORES AND ONE LAKHS
ONLY). IF THE TENDERER HAS TAKEN UP SIMILAR NATURE OF WORK IN JOINT VENTURE, THE PORTION OF
THE WORK FOR WHICH THE TENDERER IS RESPONSIBLE IN THE JOINT VENTURE WILL BE TAKEN INTO
ACCOUNT. THAT CERTIFICATE WILL BE CONSIDERED FOR WORK EXPERIENCE ALONE; SUCH WORKS SHOULD
HAVE BEEN TAKEN UP ANYWHERE IN INDIA. ..................................................................................... 16
3.3.5 LIQUID ASSETS ................................................................................................................................... 16
3.4 EACH BIDDER SHOULD FURTHER DEMONSTRATE: ............................................................................. 17
3.4.1 MINIMUM REQUIREMENT OF KEY AND CRITICAL EQUIPMENT’S. ...................................................... 17
3.4.2 MINIMUM REQUIREMENT OF TECHNICAL PERSONS .......................................................................... 18
4 ONE BID PER BIDDER .............................................................................................................................. 18
5 COST OF BIDDING .................................................................................................................................. 18
6 BIDDING DOCUMENTS ........................................................................................................................... 19
7 SITE VISIT ............................................................................................................................................... 19
7.1 NUMBER OF COPIES ........................................................................................................................... 19
8 CLARIFICATION ON BIDDING DOCUMENTS ............................................................................................ 20
9 AMENDMENT OF BIDDING DOCUMENTS ............................................................................................... 20
10 PREPARATION OF BIDS .......................................................................................................................... 20
10.1 LANGUAGE OF THE BID ...................................................................................................................... 20
10.2 DOCUMENTS COMPRISING THE BID................................................................................................... 20
10.3 ALTERNATE DESIGN ........................................................................................................................... 21
11 BID PRICES ............................................................................................................................................. 21
12 CURRENCIES OF BID AND PAYMENT ...................................................................................................... 22
13 BID VALIDITY .......................................................................................................................................... 22
14 BID SECURITY ......................................................................................................................................... 22
15 FORMAT AND SIGNING OF BID .............................................................................................................. 23
16 SUBMISSION OF BIDS ............................................................................................................................. 23
16.1 SEALING AND MARKING OF BIDS ....................................................................................................... 23
16.2 PROCEDURE FOR E PROCUREMENT ................................................................................................... 24
17 DEADLINE FOR SUBMISSION OF THE BIDS .............................................................................................. 26
18 BID OPENING AND EVALUATION ............................................................................................................ 27
18.1 BID OPENING ..................................................................................................................................... 27
18.2 LATE BIDS........................................................................................................................................... 27
19 MODIFICATION AND WITHDRAWAL OF BIDS ......................................................................................... 27

4
19.1 PROCESS TO BE CONFIDENTIAL .......................................................................................................... 27
19.2 CLARIFICATION OF BIDS ..................................................................................................................... 27
19.3 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS ................................................ 28
19.4 CORRECTION OF ERRORS ................................................................................................................... 28
19.5 EVALUATION AND COMPARISON OF BIDS ......................................................................................... 28
20 AWARD OF CONTRACT ........................................................................................................................... 29
20.1 AWARD CRITERIA............................................................................................................................... 29
20.2 EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS ....................................... 29
20.3 NOTIFICATION OF AWARD AND SIGNING OF AGREEMENT ................................................................ 29
21 PERFORMANCE SECURITY ...................................................................................................................... 30
22 MOBILIZATION AND SECURED ADVANCE ............................................................................................... 30
23 ADJUDICATOR ........................................................................................................................................ 30
24 ARBITRATION ......................................................................................................................................... 31
25 CORRUPT OR FRAUDULENT PRACTICES .................................................................................................. 31
26 INSOLVENCY .......................................................................................................................................... 32
27 TAKING OVER ......................................................................................................................................... 32
28 COMPENSATION EVENT ......................................................................................................................... 32
29 BID DATA SHEET ..................................................................................................................................... 33
30 RATE OF PROGRESS................................................................................................................................ 35
31 FORMS OF BIDS...................................................................................................................................... 37
32 LETTER OF TENDER ................................................................................................................................. 38
33 INDIVIDUAL BIDDER ............................................................................................................................... 38
34 CONSORTIUM ........................................................................................................................................ 40
34.1 CHANGE IN COMPOSITION OF THE CONSORTIUM ............................................................................. 40
35 ADDITIONAL REQUIREMENTS ................................................................................................................ 40
36 NATURE OF SUBMISSIONS ..................................................................................................................... 41
37 PARTICULAR ATTENTION ....................................................................................................................... 42
38 FINAL DECISION-MAKING AUTHORITY ................................................................................................... 43
SECTION-4: CONDITIONS OF CONTRACT ...............................................................................................................70
A. GENERAL ...................................................................................................................................................70
1 DEFINITIONS .................................................................................................................................................70
2 INTERPRETATION ..........................................................................................................................................72
3 LANGUAGE AND LAW ...................................................................................................................................72
4 ENGINEER'S DECISIONS .................................................................................................................................73
5 DELEGATION .................................................................................................................................................73
6 COMMUNICATIONS ......................................................................................................................................73

5
7 SUBCONTRACTING ........................................................................................................................................73
8 OTHER CONTRACTORS ..................................................................................................................................74
9 PERSONNEL ..................................................................................................................................................74
10 EMPLOYER’S AND CONTRACTOR'S RISKS ..................................................................................................74
11 EMPLOYER'S RISKS ....................................................................................................................................74
12 CONTRACTOR’S RISKS ...............................................................................................................................74
13 INSURANCE ...............................................................................................................................................74
14 SITE INVESTIGATION REPORTS ..................................................................................................................75
15 QUERIES ABOUT THE INSTRUCTIONS TO BIDDERS ....................................................................................75
16 CLIENT’S RESPONSIBILITY ..........................................................................................................................75
17 CONTRACTOR TO IMPLEMENT THE WORKS ..............................................................................................75
18 THE WORKS TO BE COMPLETED BY THE INTENDED COMPLETION DATE....................................................76
19 APPROVAL BY THE ENGINEER ...................................................................................................................76
20 SAFETY ......................................................................................................................................................77
21 DISCOVERIES .............................................................................................................................................77
22 POSSESSION OF THE SITE ..........................................................................................................................77
23 ACCESS TO THE SITE ..................................................................................................................................77
24 INSTRUCTIONS ..........................................................................................................................................77
25 DISPUTES ..................................................................................................................................................77
26 PROCEDURE FOR RESOLVING DISPUTES ....................................................................................................77
27 REPLACEMENT OF ADJUDICATOR .............................................................................................................78
28 PROGRAM.................................................................................................................................................79
29 EXTENSION OF THE INTENDED COMPLETION DATE ...................................................................................79
30 ACCELERATION .........................................................................................................................................79
31 DELAYS ORDERED BY THE ENGINEER.........................................................................................................79
32 MANAGEMENT MEETINGS ........................................................................................................................80
33 EARLY INTIMATION ...................................................................................................................................80
C. QUALITY CONTROL....................................................................................................................................81
34 IDENTIFYING DEFECTS ...............................................................................................................................81
35 TESTS ........................................................................................................................................................81
36 CORRECTION OF DEFECTS .........................................................................................................................81
37 UNCORRECTED DEFECTS ...........................................................................................................................81
38 BILL OF QUANTITIES ..................................................................................................................................82
39 CHANGES IN THE QUANTITIES ...................................................................................................................82
40 VARIATIONS ..............................................................................................................................................82
41 PAYMENTS FOR VARIATIONS ....................................................................................................................82

6
42 CASH FLOW FORECASTS ............................................................................................................................83
43 PAYMENT CERTIFICATES ...........................................................................................................................83
44 PAYMENTS TO THE CONTRACTOR .............................................................................................................83
45 ADJUSTMENT OF PAYMENTS ....................................................................................................................84
46 COMPENSATION EVENTS WILL NOT BE ENTERTAINED ..............................................................................84
47 TAX ...........................................................................................................................................................84
48 CURRENCIES ..............................................................................................................................................85
49 PRICE ADJUSTMENT ..................................................................................................................................85
50 RETENTION ...............................................................................................................................................85
51 LIQUIDATED DAMAGES .............................................................................................................................86
52 BONUSES ..................................................................................................................................................86
53 MOBILIZATION AND SECURED ADVANCE ..................................................................................................86
54 SECURITIES ................................................................................................................................................86
55 WORKS DURING NIGHT .............................................................................................................................87
56 COST OF REPAIRS ......................................................................................................................................87
57 COMPLETION ............................................................................................................................................88
58 DEFECT LIABILITY PERIOD ..........................................................................................................................88
59 TAKING OVER ............................................................................................................................................88
60 ANNUAL MAINTENANCE ...........................................................................................................................88
61 FINAL ACCOUNT ........................................................................................................................................88
62 OPERATING AND MAINTENANCE MANUALS .............................................................................................88
63 TERMINATION...........................................................................................................................................89
64 PAYMENT UPON TERMINATION ...............................................................................................................89
65 PROPERTY .................................................................................................................................................90
66 RELEASE FROM PERFORMANCE ................................................................................................................90
67 FRAUD AND CORRUPTION ........................................................................................................................90
GENERAL SPECIFICATIONS ....................................................................................................................................92
SECTION 5: CONTRACTORS RESPONSIBILITY IN ARRANGING SITE OFFICE, STORE, WATER, POWER, INSURANCE,
JOINT INSPECTION, VIDEO COVERAGE ETC. ..........................................................................................................93
1 SUPPLY OF MATERIALS: ................................................................................................................................93
2 CEMENT & STEEL: THE QUALITY OF CEMENT AND STEEL SHOULD BE AS PER BUREAU OF INDIAN STANDARDS
SPECIFICATION. ....................................................................................................................................................93
3 WATER & POWER: ........................................................................................................................................93
4 GUARANTEE..................................................................................................................................................94
5 RECORD DRAWINGS .....................................................................................................................................94
6 PERMISSION FROM STATUTORY BODY .........................................................................................................95

7
7 INSURANCE ...................................................................................................................................................95
8 JOINT INSPECTION ........................................................................................................................................95
9 SITE OFFICE ACCOMMODATION FOR EMPLOYER’S REPRESENTATIVES .........................................................95
10 PHOTOGRAPHS AND VIDEO CASSETTES ....................................................................................................95
11 FIRE PROTECTION DURING CONSTRUCTION ..............................................................................................96
12 TEMPORARY TOILET FACILITIES .................................................................................................................96
13 SCHEDULE OF QUANTITIES AND TECHNICAL SPECIFICATIONS ...................................................................96
14 DOCUMENTATION 96

1. DETAILED SCOPE OF WORK 98


2. SITE PREPARATION: 99
2.1 EXCAVATION .......................................................................................................................................... 100
2.2 SHORING & STRUTTING: ......................................................................................................................... 101
2.3 DISPOSAL OF EXCAVATED MATERIAL:..................................................................................................... 101
2.4 PLINTH FILLING: ...................................................................................................................................... 102
2.5 SAND FILLING IN PLINTH AND OTHER PLACES: ........................................................................................ 102
2.6 GENERAL SITE GRADING: ........................................................................................................................ 102
2.7 FILLING IN HOLES AND TRENCHES ETC.: .................................................................................................. 103
2.8 STANDARDS: ........................................................................................................................................... 103
2.9 EQUIVALENCE OF STANDARDS AND CODES: ........................................................................................... 103
3. SAFETY MEASURES: 104
4. SPECIAL CONDITIONS: 105
5. CONCRETE: 107
5.1 MATERIAL FOR STANDARD CONCRETE: .................................................................................................. 108
5.2 SAMPLING, TESTING &STORAGE OF MATERIAL: ..................................................................................... 112
5.3 MIX DESIGN: ........................................................................................................................................... 114
5.4 PRELIMINARY MIX: ................................................................................................................................. 114
5.5 TRIAL MIX: .............................................................................................................................................. 115
5.6 WAIVER OF MIX DESIGN AND WEIGH BATCHING: .................................................................................. 115
5.7 GRADES OF CONCRETE: .......................................................................................................................... 115
5.8 DURABILITY REQUIREMENT .................................................................................................................... 116
5.9 WORKABILITY: ........................................................................................................................................ 116
5.10 TRANSPORTING & DEPOSITING CONCRETE ............................................................................................. 116
5.11 QUALITY ASSURANCE: GENERAL PROCEDURE: ....................................................................................... 117
5.12 CONSISTENCY ......................................................................................................................................... 118
5.13 SIZE OF TEST CUBES ................................................................................................................................ 118
5.14 PREPARATION PRIOR TO CONCRETE PLACEMENT, FINAL INSPECTION AND APPROVAL .......................... 118
5.15 PROCEDURE FOR PLACING OF CONCRETE: .............................................................................................. 119

8
5.16 COMPACTION: ........................................................................................................................................ 121
5.17 VIBRATORS: ............................................................................................................................................ 121
5.18 DURATION: ............................................................................................................................................. 122
5.19 HAND COMPACTION:.............................................................................................................................. 122
5.20 CONSTRUCTION JOINTS AND KEYS ......................................................................................................... 122
5.21 CURING:.................................................................................................................................................. 123
6. FORM WORK: 124
6.1 MATERIALS: ............................................................................................................................................ 124
6.2 ARRANGEMENTS: ................................................................................................................................... 124
6.3 REMOVAL OF FORMS & SHORING: ......................................................................................................... 125
6.4 SHORING AND FALSE WORK REMOVAL: ................................................................................................. 126
6.5 CONCRETE CURING DURING REMOVALS:................................................................................................ 126
6.6 SURFACE TREATMENT & FINISH:............................................................................................................. 126
7. STEEL REINFORCEMENT: 126
7.1 GENERAL: ............................................................................................................................................... 127
7.2 STORAGE: ............................................................................................................................................... 127
7.3 QUALITY: ................................................................................................................................................ 127
7.4 SUBMITTALS OF DRAWINGS & SAMPLES: ............................................................................................... 127
7.5 LAPS & SPLICES: ...................................................................................................................................... 128
7.6 DOWELS: ................................................................................................................................................ 128
7.7 BENDING: ............................................................................................................................................... 128
7.8 BENDING AT CONSTRUCTION JOINTS: .................................................................................................... 129
7.9 FIXING REINFORCEMENT ........................................................................................................................ 129
7.10 TOLERANCE ON PLACING OF REINFORCEMENT: ..................................................................................... 129
7.11 COVER TO REINFORCEMENT: .................................................................................................................. 130
7.12 POSITIONING THE BARS: ......................................................................................................................... 131
7.13 INSPECTION: ........................................................................................................................................... 131
7.14 REINFORCEMENT BARS PROCUREMENT: ................................................................................................ 131
7.15 ANTI-CORROSIVE TREATMENT FOR REINFORCEMENT: ........................................................................... 132
7.16 MODE OF MEASUREMENT FOR REINFORCEMENT FOR R.C.C WORKS: .................................................... 132
8. MASONRY WORKS: 132
8.1 MORTAR: ................................................................................................................................................ 132
8.2 MIXING: .................................................................................................................................................. 133
8.3 TIME OF USE OF MORTAR:...................................................................................................................... 133
8.4 WORKABILITY OF MASONRY MORTAR: .................................................................................................. 133
8.5 BRICK MASONRY: ................................................................................................................................... 133
8.6 SOAKING OF BRICKS: .............................................................................................................................. 134

9
8.7 WORKMANSHIP:..................................................................................................................................... 134
8.8 BOND:..................................................................................................................................................... 136
8.9 UNIFORMITY: ......................................................................................................................................... 136
8.10 THICKNESS OF JOINTS: ............................................................................................................................ 136
8.11 STRIKING JOINTS: ................................................................................................................................... 136
8.12 CURING:.................................................................................................................................................. 136
8.13 SCAFFOLDING: ........................................................................................................................................ 137
8.14 FACING: .................................................................................................................................................. 137
8.15 MODE OF MEASUREMENT: ..................................................................................................................... 138
8.16 PRECAST CEMENT CONCRETE SOLID BLOCK MASONRY: ......................................................................... 138
8.17 WORKMANSHIP AND MODE OF MEASUREMENT: .................................................................................. 139
8.18 STONE MASONRY: .................................................................................................................................. 139
8.19 RANDOM RUBBLE MASONRY: ................................................................................................................ 139
8.20 MODE OF MEASUREMENT: ..................................................................................................................... 140
9. PLASTERING: 140
9.1 SCOPE OF WORK: .................................................................................................................................... 140
9.2 GENERAL: ............................................................................................................................................... 140
9.3 MATERIALS ............................................................................................................................................. 141
9.4 PREPARATION OF MORTAR: ................................................................................................................... 142
9.5 PREPARATION OF SURFACE: ................................................................................................................... 143
9.6 ONE COAT PLASTER WORK: .................................................................................................................... 145
9.7 TWO COAT PLASTER WORK: ................................................................................................................... 146
9.8 NEERU FINISH: ........................................................................................................................................ 146
9.9 SAND FACED PLASTER:............................................................................................................................ 146
9.10 WATER PROOFING PLASTER: .................................................................................................................. 146
9.11 CURING:.................................................................................................................................................. 147
9.12 MODE OF MEASUREMENT: ..................................................................................................................... 147
9.13 WATER PROOFING COMPOUND ............................................................................................................. 147
9.14 POINTING ............................................................................................................................................... 148
10. STEEL DOORS, WINDOWS, VENTILATORS & COMPOSITE UNITS: 148
10.1 GENERAL ................................................................................................................................................ 148
10.2 REQUIREMENTS OF WELDED JOINTS: ..................................................................................................... 149
10.3 WINDOWS .............................................................................................................................................. 149
10.4 VENTILATORS ......................................................................................................................................... 152
10.5 COMPOSITE UNITS:................................................................................................................................. 153
10.6 GLAZING ................................................................................................................................................. 153
11. WOOD WORK: 153

10
11.1 GENERAL ................................................................................................................................................ 153
11.2 TEAK WOOD GLAZED SHUTTERS: ............................................................................................................ 154
11.3 GLAZING: ................................................................................................................................................ 154
11.4 FLUSH DOOR SHUTTERS:......................................................................................................................... 155
11.5 FACE VENEERS: ....................................................................................................................................... 155
11.6 ADHESIVES: ............................................................................................................................................ 155
11.7 WORKMANSHIP AND FINISH: ................................................................................................................. 155
11.8 TESTS: ..................................................................................................................................................... 155
11.9 TOLERANCE: ........................................................................................................................................... 156
11.10 MISCELLANEOUS: ............................................................................................................................... 156
11.11 MODE OF MEASUREMENT:................................................................................................................. 156
12. WHITE WASHING WITH LIME 157
12.1 SCAFFOLDING ......................................................................................................................................... 157
12.2 PREPARATION OF SURFACE .................................................................................................................... 157
12.3 PREPARATION OF LIME WASH ................................................................................................................ 158
12.4 APPLICATION .......................................................................................................................................... 158
12.5 PROTECTIVE MEASURES ......................................................................................................................... 159
12.6 MEASUREMENTS .................................................................................................................................... 159
12.7 RATE ....................................................................................................................................................... 159
12.8 WHITE WASHING WITH WHITING: .......................................................................................................... 159
12.9 COLOUR WASHING: ................................................................................................................................ 160
12.10 DRY DISTEMPERING: .......................................................................................................................... 160
12.10.1 MATERIALS ................................................................................................................................ 160
12.10.2 PREPARATION OF SURFACE ........................................................................................................ 161
12.10.3 PRIMING COAT ........................................................................................................................... 161
12.10.4 APPLICATION ............................................................................................................................. 161
12.11 OIL EMULSION (OIL BOUND) WASHABLE DISTEMPERING: .................................................................. 162
12.11.1 MATERIALS ................................................................................................................................ 162
12.11.2 PREPARATION OF THE SURFACE ................................................................................................. 162
12.11.3 APPLICATION ............................................................................................................................. 163
12.11.4 FOR OLD WORK NO PRIMER COAT IS NECESSARY. ..................................................................... 163
12.11.5 DISTEMPER COAT: ...................................................................................................................... 164
12.11.6 RATE: ......................................................................................................................................... 164
12.12 CEMENT PRIMER COAT: ...................................................................................................................... 164
12.12.1 PREPARATION OF THE SURFACE: ................................................................................................ 165
12.12.2 APPLICATION: ............................................................................................................................ 165
12.12.3 CEMENT PAINT: .......................................................................................................................... 165

11
12.12.4 PREPARATION OF SURFACE: ....................................................................................................... 165
12.12.5 PREPARATION OF MIX: .............................................................................................................. 165
12.12.6 APPLICATION: ............................................................................................................................ 166
12.12.7 MATERIALS: ............................................................................................................................... 166
12.12.8 COMMENCING WORK: ............................................................................................................... 167
12.12.9 PREPARATION OF SURFACE: ....................................................................................................... 167
12.12.10 APPLICATION: ............................................................................................................................ 167
12.12.11 BRUSHES AND CONTAINERS: ...................................................................................................... 168
12.12.12 MEASUREMENTS: 168
13. IS CODES 173
14. BOQ 183
15. DRAWINGS 199

12
1 Project area and Scope of work

Chennai Corporation, the oldest municipal body, established in the year 1688 has been
upgraded to Greater Chennai Corporation after merging 42 local bodies in late 2011 with a
population of 46,46,732 spreading over an area of 426 sqkm with 15 administrative zones
consisting 200 wards. Chennai city is one among the 12 cities in Tamilnadu, which is part
of the 100 shortlisted cities across India under SMART CITY project. Chennai is situated
between latitude of 13-03416o north and of 80-23006o east longitude at an altitude of about
6.70m above MSL.

Until recently, Chennai‘s footpaths were only ―foot-wide paths—with obstructions, forcing
pedestrians to walk on the carriageway. Despite poor pedestrian and cycling infrastructure,
over six million trips are made on foot and cycle every day in Chennai—a third of daily
trips.

Public transport journeys—another third of all trips—also start and end on foot (or cycle).
Walking and cycling is an integral part of Chennai‘s transport landscape so in an era of
vanishing footpaths and widening carriageways, the Corporation of Chennai has begun
introducing a host of initiatives prioritizing pedestrians and cyclists - giving these social
heroes their due.

In addition to the above, Greater Chennai Corporation, by adopting a progressive policy


that makes walking and cycling - in other words, non-motorized transport (NMT) - its
priority, to rigorously implementing the policy through its Chennai Street Design project,
which has witnessed the redesign of 46 streets in the city as Complete Streets with wide
footpaths and better-managed utilities.

Under the Chennai Smart City Initiatives, Greater Chennai Corporation (GCC)
endeavors to smart street redevelopment in north usman road in dn -113 &
117, zone-9 and dn-136, zone-10,

SCOPE OF BID
On behalf of the Chennai Smart City Limited, Greater Chennai Corporation, the
Superintending engineer, Special projects department, invites bids for smart street
redevelopment in north usman road in dn -113 & 117, zone-9 and dn-136,
zone-10,

13
SCOPE

1) Provide Conduits for Electrical cables with manholes


2) Provide Conduits for communication cables with manholes
3) Provide Tree gratings to safeguard the trees
4) Provide Sign boards at strategic points
5) Planting New native trees
6) Provide Dual dustbins at selected locations
7) Shifting of TNEB pillar boxes and transformers
8) Platform with M25 concrete
9) Art work and bollards
10) Stamped concrete for platform for 30% of platform length
11) Catchpits for storm water
12) Rain water harvesting structures

The successful bidder will be expected to complete the works in 12 months from the
date of signing of the agreement/ handing and taking over of the site /
commencement of work whichever occurs earlier.

Detailed description of work is given in General Technical Specifications

2 Eligibility and qualification of bidders

3.1 Eligibility criteria


3.1.1 This invitation for bids is open to all well established and reputed civil engineering firms /
companies or contractors, registered in central / State Government departments/
Government undertakings / PSU, Consortium registered as a legal entity in India having
experience for a minimum period of five years, should have completed at least one similar
work and satisfy the qualifying criteria stipulated in clause 3.4 b.
3.1.2 Furnish the attested copies of Income Tax Certificate, GST registration Certificate, and list
of similar type of works completed during the last 5 years.
3.1.3 The bidder should submit the EPF registration certificate as proof along with Technical
Proposal.
3.1.4 All bidders shall provide details required as per Proforma in Section 2, Forms of Bid and
Qualification Information.
3.1.5 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices
issued by Government in accordance with sub-clause 33.1.

14
3.2 Qualification criteria

3.2.1 The information to be filled in by the Tenderer hereunder will be used for purposes of
evaluating qualification of tenderer as provided for in Clause 3 of the Instructions to
Tenderers. This information will not be incorporated in the Contract.
3.2.2 All bidders shall provide in Section 2 Forms of Bid and Qualification Information, a
preliminary description of the proposed work method and schedule, including drawings and
charts, as necessary.
3.2.3 Since the Employer (Commissioner) has not undertaken the pre-qualification of potential
bidders, now all the bidders shall include the following information and documents with their
bids in Section 2.

a. Copies of original documents duly attested, defining the constitution or legal status,
place of registration, principal place of business and written power of attorney of the
signatory of the Bid to commit the Bidder;
b. Total value of construction of related works similar in nature performed during the last
five years;
c. Experience in works of a similar nature and size for the last five years, and details of
works under way or contractually committed; and clients who may be contacted for
further information on those contracts;
d. Major items of construction equipment own / lease / hire to carry out the proposed
Contract;
e. Qualifications and experience of key personnel for site management and technical
personnel proposed for the Contract;
f. Reports on the financial standing of the Bidder, such as profit and loss statements and
auditor's reports for the past five years;
g. Evidence of adequacy of working capital for this contract (access to line (s) of credit and
availability of other financial resources);
h. Authority to seek references from the Bidder's bankers;
i. Information regarding any litigation or arbitration resulting from contracts executed by
the Bidder in the last five years or currently under execution. The information shall
include the names of the parties concerned, the disputed amount, cause of litigation,
matter in dispute and findings in arbitration / litigation;
j. Proposals for subcontracting components of the works which in aggregate add to more
than 20 percent of the Bid Price (for each, the qualifications and experience of the
identified sub-contractor in the relevant field should be annexed; no vertical splitting of
work for sub-contracting is acceptable); and
k. The proposed methodology and program of construction work including Environmental
Management Plan backed with equipment, materials and manpower planning and
deployment, duly supported with broad calculations and quality control procedures
proposed to be adopted, justifying their capability of execution and completion of the
work as per technical specifications within the stipulated period of completion as per
milestones.
l. Bids from Joint ventures are not acceptable.

15
3.3 To qualify for award of the contract, each bidder in its name should have the
following:

3.3.1 Have been in the business of Construction, completion and commissioning of similar type
of works and should have achieved, minimum average annual turnover of Rs.15.05
Crores (Rupees fifteen crores, five lakhs only) during preceding five financial years ending
on 31.03.2019
3.3.2 Satisfactorily completed at least one similar type of work for a value not less than
Rs.8.02 Crores (Rupees eight crores and two Lakhs Only) in a single contract as a prime
Contractor in the same name and style in the last five years ending on 12.08.2019 in the
State Government of Tamil Nadu, Public Works Department or Central Governments or
other State Governments / PSU.
3.3.3 The experience certificate is to be obtained from the Engineers not below the rank of
Executive Engineer concerned / Director or equivalent and the same should be in originals.
The tenderer shall also include the copy of the work order duly attested by the Engineers
not below the rank of Executive Engineer of State / Central Government / Quasi
Government Organisation, which is base for above work experience.
3.3.4 Proof of having minimum working capital of Rs. 3.01 Crores (Rupees three crores and
one lakhs only). If the tenderer has taken up similar nature of work in Joint Venture, the
portion of the work for which the tenderer is responsible in the Joint Venture will be taken
into account. That certificate will be considered for work experience alone; such works
should have been taken up anywhere in India.

3.3.5 Liquid assets


The liquid assets and / or availability of credit facilities from any nationalized /scheduled
Bank shall demonstrate that it has access to or has availed liquid assets, unencumbered
real assets, line of credit and other financial means (independent of any contractual
advance payments) sufficient to meet the construction cash flow requirement for the
subject contract in the event of stoppage or other delays in payment for the minimum Rs.
3.01 crores (Rupees Three crores and one lakh only), net of the bidder’s commitments for
other contracts.

Bidders who meet the above minimum qualification criteria will be qualified only if their
available bid capacity is more than the total bid value. The available bid capacity will be
calculated as under:

Assessed Available Bid capacity = (AxNx1.5 - B) Where,


A= Maximum value of Civil Engineering works including electrical, mechanical
and automation executed in any one year during the last five years (updated
to 2018-19 price level) taking into account the completed as well as works in
progress.
N= Number of years prescribed for completion of the works for which bids are
invited.
B= existing commitments and on-going works to be completed during the next 24
months (period of completion of the works for which bids are invited).

16
Note1:The statements showing the value of existing commitments and on-going
works* as well as the stipulated period of completion remaining for each of the works listed should
be countersigned by the Engineer in charge, not below the rank of an Executive Engineer
concerned / Director or equivalent and the same should be in originals.

* The financial year in which bids are received.

Note 2: The qualification of tenderer will be evaluated as a pass and fail basis against criteria
furnished under clause – 3.

Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if
they have:
 Made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or
 Record of poor Performance such as abandoning the works, not properly
completing the contract, inordinate delays in completion, litigation history, or
financial failures etc.; and/or
 Participated in the previous bidding for the same work and had quoted
unreasonably high bid prices and could not furnish rational justification to the
employer.

3.4 Each Bidder Should Further Demonstrate:

3.4.1 Minimum requirement of key and critical equipment’s .


Description of plant Quantity
Weigh Batcher 1 Nos.
Concrete Mixer 3 Nos.
Needle Vibrator 25 mm . 2 Nos
Needle vibrator 40mm 2 Nos
Machine spray for curing 2 Nos.
Shuttering Materials 100 Sq.m
Welding Set 2 Nos.
Lorry / Tipper 2 No.
Water tankers 1 No.
75 KVA Diesel Generator Set 1 No.
Slump Cone 1 No.
Sand Testing Equipment 1 No.
Water Testing Kit 1 No.
Concrete cube testing Machine 200 Ton. capacity 1 No.
Total Station – Survey equipment 1 No.

17
Note 1: Based on the field studies carried out by the Engineer, the minimum suggested major
equipment to attain the completion of works in accordance with the prescribed
construction schedule is shown in the above list. The Contractor can either own or
lease/hire purchase the equipment but he should demonstrate the same. The bidders
should, however, undertake their own studies and furnish with their bid, with addition if
any, a detailed construction planning and methodology supported with layout and
necessary drawings and calculations (detailed) as stated in clause 3.2 (k) above to allow
the employer to review their proposals. The numbers, types and capacities of each
plant/equipment shall be shown in the proposals along with the cycle time for each
operation for the given production capacity to match the requirements.

3.4.2 Minimum requirement of technical persons

Years of
No Position Qualification
experience
1 Project BE (Civil 10
Manager Engineering)
2 Site Engineer BE (Civil 5
Engineering)
1 Electrical / BE 5
Mechanical (Electrical/
Engineer Mechanical
Engineering)
4 Supervisors Diploma in 5
Civil
Engineering
[[[
[
[

4 One Bid per Bidder

Each bidder shall submit only one bid for one contract.

5 Cost of Bidding

The bidder shall bear all costs associated with the preparation and submission of his
Bid and the Employer will in no case be responsible and liable for those costs.

18
6 Bidding documents

Content of Bidding Document

SECTION 1 : Notice inviting Bid


SECTION 2 : Instruction to Bidders
SECTION 3 : Forms of Bid, Qualification information and Form of
Securities
SECTION 4 : Conditions of Contract
SECTION 5 : Specifications and Contract Data
SECTION 6 : Bill of quantities
SECTION 7 : Technical specifications
SECTION 8 : Drawings
7 Site visit

The Bidder, at the Bidder’s own responsibility and risk, is encouraged to visit and
examine the Site of Works and its surroundings and obtain all information that may
be necessary for preparing the Bid and entering into a contract for construction of
the Works. The costs of visiting the Site shall be at the Bidder's own expense.

7.1 Number of copies


The Number Of Copies Of Each Section Supplied To The Prospective Bidder And The
Number Of Copies To Be Completed And Returned With the Bid Is Specified In The Bid
Data Sheet

19
SECTION 3
Bid Preparation, Submission, Forms of Bid and Form of Securities

8 Clarification on Bidding Documents

A prospective bidder requiring any clarification of the bidding documents may notify
the Employer, through e-mail ID sespecialproject@gmail.com/Fax/post on or
before,12-08-2019, 48 hours.

The clarifications and amendments if any will be uploaded in the web site
www.tenders.tn.gov.in on or before 12-08-2019, 48 hours.

9 Amendment of Bidding Documents

Before the deadline for submission of bids, the Employer may modify the bidding
documents by issuing addenda.Any addendumthus issued shall form part of the
bidding documents and it will be transmitted without delay in Government
websitewww.tenders.tn.gov.in.

To give reasonable time for prospective bidders to take an addendum into account,
in preparing their bids, the Employer shall extend the deadline if necessary, for
submission of bids, in accordance with Sub-Clause 13 below.

Modified amendments if any will be put up in the


websitehttps://tntenders.gov.in;.

10 Preparation of Bids

10.1 Language of the Bid

All documents relating to the bid shall be in English.

10.2 Documents comprising the Bid

The bid submitted by the bidder shall comprise the following:


(a) Cover A
(i) Bid Security;
(ii) Information For Bidder, Qualification Information Form and Documents duly
Page numbered with details in Index; and
(iii) Conditions of contract & Contract data, Drawings

20
(b) Cover B
(i) Priced Bill of Quantities.

10.3 Alternate design

(a) Unless otherwise specified in the design data sheet, alternate design shall not be
considered.

(b) Bidders wishing to offer technical alternatives to the requirement of the bidding
document must first price the employer’s design as described in the bidding document
and shall further provide all information necessary for a complete evaluation of the
alternative by the Employer including drawings, design, calculations, technical
specifications, breakdown of prices and proposed construction methodology and other
relevant details. Only technical alternatives if any, of the lowest evaluated bidder
confirming to basic technical requirement shall be considered by the employer.

11 Bid Prices

The contract shall be for the whole works as described in Sub-Clause 2, based on
the priced Bill of Quantities submitted by the Bidder.For percentage rate tenders, the
bidder shall make online entries as at par, or percentage above or percentage below
the estimated total cost in the Bill of quantities as specified there in Form of bid. The
amount corresponding to the percentage quoted should be given both in figures and
words.

All duties, taxes, and other levies payable by the contractor except GST under the
contract, or for any other cause shall be included in the rates, prices and total Bid
Price submitted by the Bidder. GST shall be paid by the contractor and got
reimbursed as detailed in contract data.The rates and prices quoted by the bidder
are subject to adjustment during the Performance of the Contract in accordance with
the provisions of Clause 47 of the Conditions of Contract of price adjustment as
detailed in contract data. The rates of civil and related work shall be guaranteed for
5 years for its quality and performance. However, the cost of consumables will be
borne by the employer.

21
12 Currencies of Bid and Payment

The unit rates and the prices shall be quoted by the bidder only in Indian Rupees.
13 Bid Validity

Bids shall remain valid for a period of ninety days(90 days)after the deadline date
for bid submission specified in Clause 16. A bid valid for a shorter period shall be
rejected by the Employer as non-responsive.

In exceptional circumstances, prior to expiry of the original time limit, the Employer
may request that the bidders to extend the period of validity for a specified additional
period.

The request and the bidders' responses shall be made in writing or by cable. A
bidder may refuse the request without forfeiting his bid security. Bid evaluation will
be based on the bid prices / negotiated price.

14 Bid Security

The Bidder shall furnish, as part of his Bid, a Bid security for an amount of
Rs. 10,03,000(Rupees ten lakhs and three thousand only) for this particular work.
This bid security shall be in favour of The Commissioner, Greater Chennai
Corporation, Chennai payable at Chennai and may be in one of the following form:

 Demand draft / Pay order/Banker's cheque or NSC, irrevocable bank guarantee


from nationalized / schedule bank, located in India in drawn in favour of The
Commissioner, Greater Chennai Corporation, Chennai.
 The original Bid Security shall also be submitted to the tender inviting officer at the
time of bid opening.

Bank guarantees issued as surety for the bid shall be valid for 45 days beyond the
validity of the bid (90 + 45). Any bid not accompanied by an acceptable Bid Security
shall be rejected by the Employer as non-responsive.

The Bid Security of unsuccessful bidders will be returned within 28 days of the end
of the bid validity period specified in Sub-Clause 13 The Bid Security of the
successful bidder will be discharged when the bidder has signed the Agreement and
furnished the required Performance Security.The Bid Security may be forfeited:

a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity;
b) if the Bidder does not accept the correction of the Bid Price
OR
c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to:
i. Sign the Agreement; or

22
ii. Furnish the required Performance Security.
15 Format and Signing of Bid
The Bidder shall prepare and submit price bid without alterations, omissions, or additions,
unless such corrections are initialled by the person or persons signing the bid as described
Instructions to Bidders, bound with the volume containing the Form of Bid.

16 Submission of Bids

16.1 Sealing and Marking of Bids

The bid shall be of two cover system.

 Cover A : Bid Security in the form of DD / Bank Guarantee as specified in clause


15, Instruction and Information for Bidders, Conditions of contract, Contract Data,
Drawings, Technical specifications & Qualification Information Form and Documents
duly page numbered with details in Index. (Volume 1, 2 & 4)

 Cover B : Price bid along with Bill of Quantities, (Volume 3) duly super scribing
“PRICE BID (COVER - B) NOT TO BE OPENED WITH COVER A.
PRICE BID TO BE OPENED ONLY DURING PRICE BID OPENING”.

Both the covers shall be put in third cover and sealed.

The inner and outer envelopes / cover shall:


(a) Be addressed to the Employer at the following address:
: The Superintending engineer,
Special Project Department,
Greater Chennai Corporation,
5th Floor Amma Maaligai,
Ripon Building,
CHENNAI – 600003.
.
And

(b) Bear the following identification:


Bid for “Smart street redevelopment in north usman road in division -113 &
117, zone-9 and division-136, zone-10,"

Bid Reference No S.P.D.C.No..B1/0173/2019

Due Date of Tender: 14-08-2019

23
In addition to the identification required in Clause 16.1, the inner envelopes shall
indicate the name and address of the bidder to enable the bid to be returned
unopened in case it is declared late, pursuant to Clause 18.If the outer envelope is
not sealed and marked as above, the Employer will assume no responsibility for the
misplacement or premature opening of the bid.Bidder will be supplied with one set of
Bid Document on payment of fee specified in the Notice Inviting Tender. Bids can
also be downloaded from the Government website https://tntenders.gov.in; at free
of cost.

16.2 Procedure for e procurement

1) Bidder should do the registration in the e – tender site using the option available. Then
the Digital signature registration has to be done with the e-token, after logging into the
site. The e-token may be obtained from one of the authorized Certifying authorities
such as SIFY/TCS/n Code etc. The list of address of the DSC vendors can be seen in

i. https://tntenders.gov.in
2) Bidder then should login to the site using user id and the corresponding passwords.

3) The e-token that is registered should be used by the bidder and should not be misused
by others.

4) After downloading the tender schedules, the Bidder should go through them carefully
and then submit the documents as directed, otherwise, the bid will be rejected.

5) If there are any clarifications, this may be obtained online through the e-tender site, or
thro’ the contact details. Bidder should take into account the corrigendum published
before submitting the bids online.

6) Bidder, in advance, should get ready the bid documents to be submitted as indicated in
the tender schedule and they should be in the prescribed format.
7) The bidder should read all the terms & conditions mentioned in the bid document and
accept the same to proceed further to submit the bids.

8) The Bidder has to submit the tender document online well in advance before the
prescribed time to avoid any delay or problem during the e-submission process.

9) Bidders seeking exemption from payment of EMD, as per existing Government Orders,
and choosing e-submission option shall access the relevant option available in the e-
submission format and submit scanned copy of related documents without fail.

10) The details of the bid security document should be submitted physically before the
opening the tender. The scanned copies furnished at time of e-submission and the
original bid security should be the same otherwise the tender will be summarily
rejected.

24
11) The Commissioner, Greater Chennai Corporation will not be held responsible for any
sort of delay or the technical difficulty faced in the submission of tenders online by the
bidders.

12) The bidder may also submit the bid documents by online mode through the site
(https://tntenders.gov.in)

13) The online Bidding super scribed as “ Technical Bid “ contains Scanned copy, Bid
Security, Pre Qualification Documents and Tender document furnished by Corporation
of Chennai to be submitted in the online bidding. The Tender document furnished by
Corporation of Chennai uploaded in the PDF format should not be changed or
converted to any other format while submitted in the online bidding

14) The online bidding super scribed as “Price Bid “contains Price Bid Documents.

15) The Bid shall be signed by a person or persons duly authorized to sign on behalf of the
Bidder. All pages of the Bid where entries or amendments have been made shall be
signed by the person or persons signing the Bid and then Bid shall be submitted the
Scanned copy in the online bidding.

16) The tendering system will give an ACKNOWLEDGEMENT Message only after
successful uploading of all the required bid documents. The ACKNOWLEDGEMENT is
the bid summary. With the Bid No., Date & Time of submission of the bid with all other
relevant details. The documents submitted by the bidders will be digitally signed with
the e-token of the bidder and then submitted.

17) The ACKNOWLEDGEMENT should be printed and to be kept as a token of the


submission of the bid. The ACKNOWLEDGMENT will act as a proof of bid submission
for a tender floated and will also act as an entry point to participate in the bid opening
date.

18) Bidder should log into the site well in advance for bid submission so that he submits the
bid in time i.e. on or before the bid submission time. If there is any delay, due to other
issues, bidder only is responsible.
19) Each document to be uploaded thro’ online for the tenders should be less than 2 MB, If
any document is more than 2 MB, it can be reduced through zip format and the same
can be uploaded. It may be however noted that. If the file size is less than 1MB the
transaction uploading time will be very fast.

20) The time setting fixed in the server side & displayed at the top of the tender site, will be
valid for all actions of requesting, bid submission, bid opening etc., in the e-tender
system. The bidders should follow this time only, during bid submission.

21) All the data being entered by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered will not viewable by
unauthorized persons during bid submission & not be viewable by anyone until the time
of bid opening. Overall, the submitted tender documents become readable only after
the tender opening by the authorized individual.

25
22) The Confidentiality of the bids is maintained since the secured Socket layer 128 bit
encryption technology is used. Data storage encryption of sensitive fields is done.

17 Deadline for Submission of the Bids

Bids must be received by the Employer at the address specified above not later than
the date as indicated in Notice Inviting Tender. In the event of the specified date for
the submission of bid is declared as a holiday for the Employer, the Bids will be
received upto the appointed time on the next working day.

The Employer may extend the deadline for submission of bids by issuing an
amendment in accordance with Clause 9, in which case all rights and obligations of
the Employer and the bidders previously subject to the original deadline will then be
subject to the new deadline.

26
18 Bid Opening and Evaluation
18.1 Bid Opening

The Employer will open all the technical Bids received in proper form in the
presence of the Bidders or their representatives who choose to attend at 15.30
hours on the date and the place specified in Notice Inviting Tender. Late tenders will
not be accepted at any cost. In the event of the specified date of Bid opening being
declared as holiday for the Employer, the Bids will be opened at the appointed time
and location on the next working day. The Bidders' names, the Bid prices, the total
amount of Bids, the presence or absence of Bid security, and such other details as
the Employer may consider appropriate, will be announced by the Employer to the
bidders at the time of opening. No bid shall be rejected at bid opening except for the
late bids pursuant to Clause 18. The Employer shall prepare minutes of the Bid
opening, including the information disclosed to those present.
18.2 Late Bids

Any Bid received by the Employer after the deadline prescribed in Clause 16 will be
returned unopened to the bidder.
19 Modification and Withdrawal of Bids

The bidder can modify and withdraw his bids after submission, but it should be done
before the time and date of opening of the bids.
19.1 Process to Be Confidential

Information relating to the examination, clarification, evaluation, and comparison of


Bids and recommendations for the award of a contract shall not be disclosed to
Bidders or any other persons not officially concerned with such process until the
award to the successful Bidder has been announced. Any effort by the Bidder to
influence the Employer in the Employer's bid evaluation, bid comparison or contract
award decisions may result in the rejection of the Bidders’ bid.
19.2 Clarification of Bids
To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his
discretion, ask any Bidder for clarification of his Bid, including breakdowns of the unit rates.
The request for clarification and the response shall be in writing but substance of the Bid
shall be sought, offered, or permitted except as required to confirm the correction of
arithmetic errors discovered by the Employer in the evaluation of the Bids. No Bidder shall
contact the Employer on any matter relating to his bid from the time of the bid opening to the
time the contract is awarded. If the Bidder wishes to bring additional information to the
notice of the Employer, he should do so in writing.

27
19.3 Examination of Bids and Determination of Responsiveness

Prior to the detailed evaluation of Bids, the Employer will determine whether each
Bid (a) meets the eligibility criteria defined in Clause 3.1 and qualification criteria in
Clause 3.2.

(b) has been properly signed;

(c) is accompanied by the required securities and;

(d) is substantially responsive to the requirements of the Bidding documents.

Asubstantially responsive Bid is one which confirms to all the terms, conditions, and
specifications of the Bidding documents, without material deviation or reservation.
If a Bid is not substantially responsive, it will be rejected by the Employer, and may
not subsequently be made responsive by correction or withdrawal of the non-
conforming deviation or reservation
19.4 Correction of Errors

Bids determined to be substantially responsive will be checked by the Employer for


any arithmetic errors. Errors will be corrected by the Employer as follows:
(a) Where there is a discrepancy between the rates in figures and in words, the lower of the
two shall be taken.
(b) Where there is a discrepancy between the unit and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.

The amount stated in the Bid will be adjusted by the Employer in accordance with
the above procedure for the correction of errors and, with the concurrence of the
Bidder, shall be considered as binding upon the Bidder. If the Bidder does not
accept the corrected amount the Bid will be rejected, and the Bid security may be
forfeited in accordance with Clause 14.

19.5 Evaluation and Comparison of Bids

The Employer will evaluate and compare only the Bids determined to be
substantially.In evaluating the Bids, the Employer will determine for each Bid the
evaluated Bid Price by adjusting the Bid Price as follows:
(a) Making any correction for errors pursuant to Clause 25 or
(b) Making appropriate adjustments for any other acceptable variations, deviations;
AND
(c) Making appropriate adjustments to reflect discounts or other price modifications
offered.

28
The Employer reserves the right to accept or reject any variation, deviation, or alternative
offer. Variations, deviations, and alternative offers and other factors which are in excess of
the requirements of the Bidding documents or otherwise result in unsolicited benefits for the
Employer shall not be taken into account in Bid evaluation. The estimated effect of the price
adjustment conditions under of the Conditions of Contract, during the period of
implementation of the Contract, will not be taken into account in Bid evaluation. If the Bid of
the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the
cost of work to be performed under the contract, the Employer may require the Bidder to
produce detailed price analysis for any or all items of the Bill of Quantities, to demonstrate
the internal consistency of those prices with the construction methods and schedule
proposed. After evaluation of the price analysis, the Employer may require that the amount
of the Performance security be increased at the expense of the successful Bidder to a level
sufficient to protect the Employer against financial loss in the event of default of the
successful Bidder under the Contract.

20 Award of Contract

20.1 Award Criteria

Subject to Clause 26, the Employer will award the Contract to the Bidder whose Bid
has been determined to be substantially responsive to the Bidding documents and
who has offered the lowest evaluated Bid Price, provided that such Bidder has been
determined to be:

(a) Eligible in accordance with the provisions of Clause 2; and

(b) Qualified in accordance with the provisions of Clause 3.

20.2 Employer's Right To Accept Any Bid And To Reject Any Or All Bids

The Employer reserves the right to accept or reject any Bid, and to cancel the Bidding
process and reject all Bids, at any time prior to the award of Contract, without thereby
incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected
Bidder or Bidders of the grounds for the Employer's action.

20.3 Notification Of Award And Signing Of Agreement

The Employer will award the Contract to the bidder whose bid has been determined to be
substantially responsive to the bidding documents and who has offered the lowest Evaluated
Bid Price provided that such bidder has been determined to be (a) eligible in accordance
with the provisions of Sub-Clause.3.1; and (b) qualified in accordance with the provisions of
Clause 3.2. The fact of awarding will be notified by the Employer prior to expiration of the
Bid validity period by registered letter. This letter (hereinafter and in the Conditions of
Contract called the "Letter of Acceptance") will state the sum that the Employer will pay the

29
Contractor in consideration of the execution, completion, and maintenance of the Works by
the Contractor as prescribed in the Contract (hereinafter and in the Contract called the
"Contract Price").
The notification of award will constitute the formation of the Contract, subject to the
furnishing of a Performance security. The Agreement will incorporate all agreements
between the Employer and the successful Bidder. It will be signed by the Employer and kept
ready for signature of the successful bidder in the office of employer within 28 days following
the notification of award along with the Letter of Acceptance. Upon furnishing by the
successful Bidder of the Performance Security, the Employer will promptly notify the other
Bidders that their Bids have been unsuccessful.

21 Performance Security

Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall
deliver to the Employer a Performance Security in any of the forms given below for
an amount equivalent to 2% of the Contract price plus additional security for
unbalanced Bids in accordance with Conditions of Contract:
 Irrevocable Bank guarantee from any nationalized Bank in the form as
annexed in the Proforma -XII; or

Failure of the successful bidder to comply with the requirements of sub-clause 14


shall constitute a breach of contract, cause for annulment of the award, forfeiture of
the bid security and any such other remedy the Employer may take under the
contract.

22 Mobilization and Secured advance

No mobilization advance will be entertained.

23 Adjudicator

The Employer proposes to appoint an Adjudicator under the Contract, at a daily fee
of Rs.5,000 plus reimbursable expenses as per actual. If the Bidder disagrees with
this proposal, the Bidder should so state in the Bid. If the name of the Adjudicator,
suggested by the contractor is not acceptable to the Employer, then the Adjudicator
shall be appointed by The Chairman, Institute of Engineers, Chennai Region at the
request of either party.

30
24 Arbitration

In the case of any dispute or difference between the parties to the contract either during
progress or after the completion of the work or after the termination, abonnement or breach
of contract or as to any matter or thin arising there under except as to the matters left to the
sole discretion of the Superintending Engineer as to the withholding by the Superintending
Engineer as to the withholding by the Superintending Engineer of payment of any bill to
which the contractor may claim to be entitled then either party shall forthwith give to the
other, motive of such dispute or difference shall be referred to the Arbitrator and the award of
such Arbitrator shall be Final binding on the parties, progress of work shall not be
suspended or delayed on account of the reference of the dispute to arbitration under this
clause.

The expenses of such references to Arbitration shall be awarded by the Arbitrator in his
discretion subject to the condition that the amount of expenses awarded to either party shall
not exceed the limits set forth, irrespective of the actual expenses incurred by either party.
The arbitrator may determine the amount of expenses to the awarded or direct the same to
be shared as between solicitor and client or as party and shall direct by whom and what
manner the same shall be borne and paid.

This limit referred in this clause are 5% monitory award which does not exceed Rs. 10000,
3% on which next 40000 or any part thereof, 2 % on the next 50000 or any part thereof.

25 Corrupt or Fraudulent Practices

The Employer requires that Bidders, Suppliers, Contractors, and Consultants


observe the highest standard of ethics during the procurement and execution of
such contracts. In pursuit of this policy, the Employer.
(a) Defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of a public official in the
procurement process or in contract execution;
ii. “fraudulent practice” means a misrepresentation or omission of facts in order
to influence a procurement process or the execution of a contract;
iii. “collusive practice” means a scheme or arrangement between two or more
Bidders, with or without the knowledge of the employer, designed to establish
bid prices at artificial, non competitive levels; and
iv. “Coercive practice” means harming or threatening to harm, directly or
indirectly persons or their property to influence their participation in the
procurement process or affect the execution of a contract.
(b) will reject a proposal for award if it determines that the Bidder recommended for
award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or
coercive practices in competing for the Contract in question;

31
(c) will have the right to require that a provision be included in Bidding Documents and
in contracts requiring Bidders, Suppliers, Contractors to permit the Employer to
inspect their accounts and records and other documents relating to the bid
submission and contract Performance and to have them audited by auditors
appointed by the Employer.

Furthermore, Bidders shall be aware of the provision stated in the Conditions of


Contract.
26 Insolvency

If the contractor is declared insolvent under any applicable law, the Employer may be notice
in writing terminate the contract immediately. The contractor shall then do mobiles from the
site leaving behind, any contractors equipment which the employer instructs in the notice is
to be used until the completion of work.
27 Taking over
The Employer shall notify the contractor when the Employer considers that the contractor
has completed the works stating the date accordingly. Alternatively, the contractor may
notify the Employer that the works are ready for taking over, stating the date accordingly.
28 Compensation event

a) The following are the compensation events unless they are caused by the contractor
b) The Authority does not give access to a part of the site mentioned in the current
milestone.
c) The Authority modifies the schedule of other contractors in a way which affects the
work of the contractor under the contract
d) Ground conditions are substantially more adverse than could reasonably have been
assumed before issuance of Letter of /acceptance from the information issued to
bidders (including the site Investigation reports), from information available publicly and
from a visual inspection of the Site
e) The Engineer gives an instruction for dealing with an unforeseen condition, caused by
the Authority, or additional work required for safety or other reasons.
f) Other contractors, public authorities, Utilities or the Authority do not work within the
dates and other constraints stated in the Contract, and they cause delay or extra cost to
the Contractor.
g) The effect on the Contractor of any of the Authority’s Risks.
h) Other Compensation Events listed in the Contract Data or mentioned in the Contract if a
Compensation Event would prevent the work being completed before the intended
completion data, the intended completion date is extended. The Engineer has to decide
by how much the intended completion date has to be extended.

As soon as information demonstrating the effect of each Compensation Event upon the
Contractor’s forecast, it is to be assessed by the Engineer. If the Contractor’s forecast is
deemed unreasonable, the decision of the Engineer is final binding on the contractor. The
Engineer will assume that the Contractor will react competently and promptly to the event.

32
The Contractor shall not be entitled to compensation to the extent that the Authority’s
interests are adversely affected by the contractor not having given early warning or not
having cooperated with the Engineer.

29 Bid Data Sheet


Instructions to Bidders
Bid Data
(ITB) Clause Reference
A. General
SMART STREET REDEVELOPMENT IN NORTH
1 USMAN ROAD IN DIVISION -113 & 117, ZONE-9
AND DIVISION-136, ZONE-10,
3 The qualification data required from bidders
The average required annual turnover for the successful
3.3 Bidder in any of the last three years shall be
INR 15.05 Crores (Rupees fifteen crores and five lakhs)
Description of plant Quantity
Excavator 1 No
Concrete Mixer 3 Nos.
Needle Vibrator 25 mm . 2 Nos
Needle vibrator 40mm 2 Nos
Diesel Pumpset with flexible hose for 2 Nos.
Dewatering (Minimum 5 HP)
Machines spray for curing 2 Nos.
Shuttering Materials 500 Sq.m
(3.4) Equipments
(Minimum requirement) Welding Set 2 Nos.
Lorry / Tipper 1 No.
Water tankers 1 No.
500 KVA Diesel Generator Set 1 No.
Slump Cone 1 No.
Sand Testing Equipment 1 No.
Water Testing Kit 1 No.
Concrete cubes moulds 150x150x150mm 6 sets
Total Station – Survey equipment 1 No.
The essential equipments to be made available for the
Contract by the successful Bidder
Technical Personnel to be deployed by the Contractor for
(3.5) the work
Man power Requirement Years of
No Position Qualification
experience

33
1 Project BE (Civil 10
Manager Engineering)
2 Site Engineer BE (Civil 5
Engineering)
1 Electrical / BE 5
Mechanical (Electrical/
Engineer Mechanical
Engineering)
4 Supervisors Diploma in 5
Civil
Engineering
The minimum amount liquid assets and/or credit facilities
net of other contractual commitments of the successful
(3.3.1)
Bidder shall be 3months monthly average requirement INR
301.00 lakhs

Clauses B. Bidding Documents

7.1 The number of copies of the Bid to be completed and returned shall be one
copy
C. Preparation of Bids
(7) The number of copies of the Bid to be completed and returned shall be one
copy.
(13) The period of Bid validity shall be 90 days after the deadline for Bid
submission specified in the Bid Data sheet
(14) The amount of Bid Security shall Rs 10,03,000 (Rupees ten lakhs and
three thousand only)
(16) D. Submission of Bids- through e-tendering on line system only
(16.1) The deadline for submission of bids shall be 14-08-2019 upto3.00 pm
E. Bid Opening and Evaluation
(20) The opening of the Prequalification Bid shall take place at 16-08-2019-
at 3.30 PM
The Superintending Engineer,
Special Project Department,
5th floor Amma Maligai,
Ripon Buildings
Corporation of Chennai
Chennai-3
(11) The Contract [specify “is” or “is not”] subject to price adjustment in
accordance with Clause 45 of the Conditions of Contract.
F. Award of Contract

34
(21) The Performance Security (Security Deposit) will be 2% of the contract
amount in the form of National Savings Certificate/ Small savings
instrument/deposits/Accounts pledged in favour of Commissioner, Greater
Chennai Corporation/ irrevocable Bank Guarantee.

30 RATE OF PROGRESS
The attention of the tenderers is directed to the contract requirements as to the time of
beginning work, the rate of progress and the dates for the completion of the whole work and its
several parts. The following rate of progress and proportionate value of work done from time to
time, as will be indicated by the Executive Engineer certificate of the value of work done, will
be required. Date of commencement of these programs will be the date on which the site (or
premises) is handed over to the contractor.

Period after date of Percentage of work completed (based on


commencement (1) contract amount) (2)
First month 5%
Third month 25%
Nine months 75%
Twelve months 100%
The work should be completed in all respects within a period
of 12 (Twelve) months
Note: The period to be entered in column (1) for the purpose of defining the rate of monthly
progress may be fixed by the Executive Engineer to suit for each case.
FORMS OF BID, QUALIFICATION INFORMATION, FORM OF SECURITIES &
MODALITIES
TABLE OF CONTENT

Sl. Page
CONTENT
No. Ref.
1 Form – I 37
Contractor’s Bid with Qualification information
2 Form – II 43
Letter of Tenderer with sample format for evidence of Access to
or availability credit facilities.
3 From – III 46
Organisation Structure of the Bidder
4 Form – IV 50
Personnel to be deployed for the Project
5 From – V 52
Financial Information
6 From – VI 53
Details of completed work in last three years.

35
Sl. Page
CONTENT
No. Ref.
7 From – VII 55
Details of Ongoing works
8 From – VIII 56
Details on Plant, Machinery & Equipment.
9 From – IX 57
Details on Termination of Contract by Previous Client in the past
five years, if any
10 From – X 58
Details on Status of Current litigation, if any
11 From – XI 60
Details on Certificate furnished for Completed Works.
12 From – XII 61
Form of Securities
a) Bid Security (Bank Guarantee)
b) Performance Bank Guarantee
c) Performance Bank Guarantee (Unbalanced)
13 Form - XIII Power of attorney for lead member of consortium 66

36
FORMS OF BIDS

Form – I
Contractor's Bid

NAME OF WORK: Smart street redevelopment in north usman road in dn -113


& 117, zone-9 and dn-136, zone-10,

To : The Superintending engineer,


Special Project Department,
Greater Chennai Corporation,
5th floor Amma Maligai,
Ripon Building,
CHENNAI – 600003.
Sir,

Having examined the bidding documents including addendum, we offer to execute the Works
described above in accordance with the Conditions of Contract, Specifications, Drawings and Bill
of Quantities accompanying this Bid for the Contract Price of _________ [in figures]
(--------------Inclusive of all taxes) [in letters].1

This Bid and your written acceptance of it shall constitute a binding contract between us. We
understand that you are not bound to accept the lowest or any Bid you receive.

We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf
will engage in bribery.

We also undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
“Prevention of Corruption Act 1988”.

We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required
by the Bidding documents.

Yours faithfully,

Authorized Signature:

Name & Title of Signatory:


Name of Bidder:

1
To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the Form of Bid.

37
Qualification Information

The information to be filled in by the Bidder in the following pages will be used for purpose of
eligibility and qualification criteria as provided for in Clause 3.1 and 3.2 of the Instruction to
Bidders. This information will not be incorporated in the Contract. To be eligible for Qualification,
Bidders shall provide evidence to suitability of their meeting the Criteria and furnish details giving
their full bio-data, organizational set up, technical experience, availability of plant and equipments
etc. to establish their capacity, competence and possession of adequate resources to carry out the
contracts effectively and for this, the Bids submitted shall include the following:
31 LETTER OF TENDER
The completed Bid documents with all required documents shall be submitted as per the
manner prescribed along with a letter given in Proforma II.
32 Individual Bidder
33.1 Constitution or legal status of Bidder well established and reputed Civil/Mechanical
Engineering Contractor, registered as a legal entity in India for a minimum period of five
years.

33.2 Total value of Civil Engineering construction work executed and payments received in the
last five years (in Rs. Lakhs).
Year Amount *(Rs.in Lakhs)
2014-15
2015-16
2016-17
2017-18
2018-19

33.3 Year wise work performed as prime contractor (in the same name) on works of a similar
nature over the last five years. Information shall be submitted in the Proforma - VI
attached separately. Quantities of work executed as prime contractor (in the same name
and style) in the last five years:

Remarks
Name
Name Value of work
Year of the
of the Work performed (Indicate contract
Employer
Ref)

2014-15

2015-16

2016-17

2017-18

2018-19

38
Attach certificate(s) from the Engineer(s)-in-Charge @ the item of work for which data is
requested should tally with that specified in ITB clause 3.4B.
 Immediately proceeding the financial year in which bids are received.
* Attach certificate from Chartered Accountant.

33.4 Information on Bid Capacity (works for which bids have been submitted and works which
are yet to be completed) as on the date of this bid.

(A) Existing commitments and on-going works:

Information shall be submitted in the Proforma - VII attached separately.

(B) Works for which bids already submitted but yet to be finalized. Information to be given by
the bidder in the statement given below.
Name and Estimated Date when
Place Stipulated
Description Address value of decision Remarks
and period of
of Work of the Work is if any
State Completion
(1) Employer (4) expected (7)
(2) (5)
(3) Rs. In Lakhs (6)

* Attach certificate(s) from the Engineer(s)-in-Charge.

33.5 Information of Contractor's Equipment, available Plant and Machinery is essential for
carrying out the Works. The Bidder should list all the information requested below.
Refer also to Sub Clause 3.3 of the Instructions to Bidders.
Information shall be submitted in the Proforma - VIII attached separately.

33.6 Qualifications and experience of key personnel proposed for administration and execution
of the Contract. Refer also to Sub Clause 3.4 of instructions to Bidders and Sub Clause 9.1
of the Conditions of Contract. Information shall be submitted in the Proforma - IV
attached separately.

33.7 Proposed sub contracts and firms involved. Information to be given in the Statement given
below.
Sub-contractor
Sl. Section of Value of sub- Experience in
(Name and
No. the work contract similar work
Address)

39
33.8 Financial reports for the last three years: balance sheets, profit and loss
statements, auditors' reports (in case ofcompanies/Corporation), etc.

Information shall be submitted in the Proforma - V attached separately

33.9 Evidence of access to financial resources to meet the qualification


requirements: cash in hand, lines of credit, etc. List them below and attach copies of
support documents [sample format attached].

33.10 Name, address and telephone, telex, and fax numbers of the Bidders'
bankers who may provide references if contacted by the Employer.

33.11 Information on litigation history in which the Bidder is involved.


Information shall be submitted in the Proforma - X attached separately

33.12 Details of termination of contract by previous client if any in last five years.
Information shall be submitted in the Proforma - IX attached separately.

33.13 Statement of compliance under the requirements ofClause 2 of the Instruction


to Bidders.

33.14 Proposed work method and schedule. The Bidder should attach descriptions,
drawings and charts as necessary to comply with the requirements of the Bidding
documents. [Refer ITB of relevant Clause].

33 Consortium
Deleted

33.1Change in composition of the Consortium


Deleted

34 Additional Requirements
35.1 Bidders should provide any additional information required to fulfil the requirements of
Clause 3 of the Instructions to the Bidders, if applicable.

35.2 Certificates in support of suitability, technical know-how and capability for having
successfully completed the works during the last three years under Proforma – XI.

35.3 A detailed description on the approach, methodology to the construction technology


proposed, schedule and type of equipment to be used, names and responsibilities and
detailed qualifications of the proposed subcontractors, if any etc.

40
35.4 A detailed description of any method of approach specially devised by the contractor to
speed up the work.

35.5 Deleted.

35.6 Details of cases of having been barred or black listed from the Bidding process, if any.
Black-listed Agencies’ Tender is liable to be rejected.

35.7 The tender should be submitted in English only. Supporting documents such as Annual
accounts, Balance sheets, Client’s certifications, Testimonials etc., if attached in any other
language, should be translated in English. The Embassy / Official Diplomatic Mission of the
Bidder’s Country in India must certify that English documents are true and accurate
translation of original documents.
35.8 The Bidders must provide evidence of having adequate experience. This should include
supporting certificates of reports relating to financial, technical and other capability of the
Bidders.

35.9 The Bidders for qualification shall provide all documents to The Superintending Engineer,
Special Project Department, GCC for verification of the information / details furnished by
them and also for inspection of their works carried out / in progress if requested.

35 Nature of Submissions
1. The submissions from the Bidder in response to the Clause 3 shall be in the form of a
statement signed by the authorized signatory on behalf of the Bidder, who shall hold the
Power of Attorney to sign such documents. The Power of Attorney documents shall also
be attached.
2. The statement submitted and signed by the Power of Attorney holder shall also be
countersigned by the Company Secretary of the Company with official seal.

Note : The Superintending engineer, Special Project Department, GCC, Chennai or


his / her authorized representatives reserves the right to verify any part of the
information furnished by the Bidder in the above statements without any prejudice
to the terms and conditions of the Contract.
The Bidder is deemed to have given his consent for the right of verification by The
Superintending engineer, Special Project Department, GCC, Chennai or his / her
authorized representative when the Bidder submits the above statements.
If it comes to the notice of The Superintending engineer, Buildings Department, , Chennai
that the Bidder has suppressed any information or furnished misleading or inaccurate
information, or in case whether any litigation currently in progress at the time of submission
of Bids lead to the decree by the Court of Law against the Bidder, The Superintending
engineer, Special Project Department, GCC, Chennai reserves the right to nullify the
Qualification and to disqualify the Bidder. If such information becomes available to
Superintending engineer, Special Project Department, Chennai prior to issue of Letter of
Intent, the Bidder will be disqualified and will not be considered for award of work. If such

41
information comes to the knowledge of the Client after the award of work, Superintending
engineer, Special Project Department, Chennai reserves the right to terminate the
Contract unilaterally at the total cost and risk of the Bidder and such action would include but
not limited to forfeiture of all deposits, guarantees etc. furnished in any form.
Superintending engineer, Special Project Department, Chennai will also reserve the
right to recover any Retention Money paid by invoking of Bank Guarantees submitted,
including invoking of the Performance Bond.

The entire work executed up to the stage of such termination including materials procured
and delivered at site will be taken over/ceased by the Superintending Engineer, Special
Project Department, Chennai and adjusted towards any payment due, as per contract
conditions. The Superintending Engineer, Special Project Department, Chennai can
thereafter arrange for a bidding process for completion of the balance works, for which any
additional financial burden to be met by The Superintending Engineer, Special Project
Department, Chennai will also be recovered from the Contractor, who has been terminated,
without prejudice to the other rights of The Superintending Engineer, Special Project
Department, Chennai under the Contract.

36 Particular Attention
Employer reserves its rights to disqualify any Bidder if:
1) The Bidders have made untrue or false representation in the forms, statements and
attachments submitted in proof of the qualification and requirements.

2) The Bidder’s track record of poor Performance such as abandoning the work, not
properly completing the Contract, inordinate delays in completion or financial failures
etc.

3) The Bidders have suits lodged / admitted / pending in a Court of Law for
proceedings for declaration of Bankruptcy, etc or any suit which challenges the basic
existence of the BIDDER and substantially influences its capacity to implement the
Works satisfactorily. Information on the legal matters is to be submitted as per
Statement-I.

4) The Bidder shall unconditionally waive all rights in respect of challenging in any
court any matter concerning this Bid evaluation and award/termination of Contract.

5) The aggrieved bidder can approach the Superintending Engineer, Special


Project Department, GCC, Chennai for their appeal against any order.

42
37 Final Decision-Making Authority
37.1 The main criteria for the selection of Contractor for the work will be on the consideration of their
ability to full-fill their obligations under the contract and competence to do good quality works
within specified time schedule, resources committed evaluation of technical submission etc. in
addition to consideration given for competitiveness of bid price.
37.2 Selection for qualification will be made by a Tender evaluation committee on the basis of
competence of individual bidders.
37.3 The Superintending engineer, Special Project Department,, Chennai reserves the right to
accept or reject any Bid or to reduce the scope of the work without having to incur any cost or
to assign any reason for his decision to any party whatsoever and The Commissioner, Greater
Chennai Corporation decision on qualifying contractors will be final and binding on all the
bidding Contractors.

43
From –II
LETTER OF TENDERER

To,
The Superintending Engineer,
Special Project Department
Chennai Smart City Limited,
5th floor Amma Maligai,
Ripon Building,
CHENNAI - 600003,

Sir,
Sub: Submission of Bid for SMART STREET REDEVELOPMENT IN NORTH USMAN ROAD
IN Dn -113 & 117, ZONE-9 AND Dn-136, ZONE-10
a. I / We ………………………………………..having examined the details given in the
Invitation to Bidders, we hereby submit the following information and relevant
documents.

b. I/We hereby certify that all the statements, information and data provided in the enclosed
Proforma III to XI and accompanying sheets are true and correct to the best of my / our
knowledge.

c. I/We .…………………………. have read the instructions appended with the qualification
document and I/We understand that any contract made between ourselves and the
Superintending engineer, Special Project Department, Chennai, on the basis of the
information given by me / us is liable to be cancelled if any false information is detected at
a later date.

d. I/We ……………………………..have also no objection if enquiries are made on all the


projects and works listed by me / us in the accompanying sheets or any other enquiry on
the information furnished herewith in the accompanying sheets.

e. I/We have furnished all information and details as asked for and have no further pertinent
information to provide.

f. I/We submit in Proforma - XI the certificates in support of my / our suitability, technical


know-how and capability for having successfully completed the works during the last five
years.

44
g. I/We also agree that the decision of The Superintending engineer, Special Project
Department, GCC, Chennai, in the Qualification and selection of Contractors will be final
and binding upon me / us.
h. I/We agree that The Superintending engineer, Special Project Department, GCC,
Chennai, reserves the right to qualify any contractor or to cancel the exercise without
assigning any reason for doing so or to incur any liability to any party whatsoever.

i. I/We agree not to withdraw from the contract after issue of LOA and before signing the
agreement. If so we abide by the condition that liquidated damages shall be claimed
against us by “The Superintending engineer, Special Project Department, GCC,
Chennai”.

j. The following are enclosed as enclosures to the letter of tender:


1. Certificate of Incorporation from Registrar of Companies.
2. Memorandum of Association
3. Annual Report / Audited Balance Sheet & Profit and Loss Statement for the last 5 years
4. Registration with Govt. Departments or Public Bodies.
5. Support Certificate from Bankers for Credit facilities available and cash flow of RS.
3.01(RUPEES THREE CRORES AND ONE LAKH ONLY).

6. Proof of filing Income Tax returns for the past three years.

7. Sales Tax / Works Contract Tax / GST / GST / PAN Registration and Clearance
certificate.

8. Testimonials from Clients/Consultants for completion of works included in Proforma-VI.

9. LOI / Work Order issued by the Clients for ongoing works included in Proforma –VII.
10. Organization Chart of Company showing the Officer in-Charge who will have direct link
with and control of, site organization.

11. Organization Chart and Curriculum Vitae of top two officers, viz, Project Manager Civil
Engineer and Electrical/Mechanical Engineer.

12. Method Statement : Programming & Planning and Progress monitoring plan, weekly
and monthly ; Management of direct subcontractors from selection through execution of
work; Coordination with Specialist contractors etc.; Quality Control & Quality
Assurance at site; Safety Plan; and

13. Proforma III to XI with complete details and any certificates other than that listed above.
I / we hereby agree to abide by the decisions The Superintending engineer, special projects,
GCC, Chennai in all matters relating to this Qualification.
Date of Submission:
Signature of Bidder with Official Seal

45
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT

FACILITIES

BANK CERTIFICATE

This is to certify that M/s. …………………………… is a reputed company with a good financial
standing.

If the contract for the work, namely……………………………………………………. is awarded to the


above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs. …………… to
meet their working capital requirements for executing the above contract.

__ Sd. __
Name of Bank
Senior Bank Manager
Address of the Bank

46
Form –III
ORGANISATION STRUCTURE (BIDDER)

Sl. To be filled Page


Details required
No. by the Bidder Ref.
1 Name of the Bidder's Company
2 Nationality of Bidder
3 Establishment of the Company
i) Year
ii) Location
4. The Bidder is a company Yes / No
(Please enclose attested copy of registration /
incorporation under appropriate laws of the Bidder’s Enclosed/ Not
Country) enclosed
5 Address of the Bidder :
i) Registered Office Address
Telephone Number
Fax Number
E-mail Address
Web site
ii) Local office address:
Telephone Number
Fax Number
E-mail Address
Telephone Number
Fax Number
E-mail Address
6 Number of years of experience and other Details.

a. As a Principal Contractor Yes / No


(Contractor shouldering major responsibility)
i. In India Yes / No
No. of Years :
ii. Other countries (If yes, pl. specify country)
Yes / No
No. of Years :
Country :
7 i) How many years has your Company been in ……….Years
business of similar work under its present name &
address

47
Sl. To be filled Page
Details required
No. by the Bidder Ref.
8 Whether registered with any Government / Public Yes / No
Sector Undertaking / Urban Local bodies like CPWD 1.
/ MES / PWD or equivalent applicable in the
Bidder's country. 2.

If yes, please furnish details class and type of 3.


Registration.
9 Registration Details :
i) GST Registration No or equivalent applicable in
the Bidder's country & Valid upto
ii) PF Registration No or equivalent applicable in
the Bidder's country & Valid upto
iii) ESI Registration No or equivalent applicable in
the Bidder's country & Valid upto
10 Whether adequate and satisfactory evidence to
indicate financial capacity of the organisation to Yes / No
undertake the said construction work is enclosed.
11 Do you have plans for sub-contracting the work Yes / No
including specialized nature of building /
infrastructure works? %

If yes, specify the quantum of contract in terms of Rs……………………


percentage of works.

Also, furnish the value of work sub-contracted in


various works.
Details of credentials of the subcontractors proving
their ability to handle the component of this project.
12 Proposed Methodology: Enclose Statement
i) Whether the Programming and planning plan will Yes / No
be prepared in the form of PERT Chart or Bar
Chart?
iii) Whether the technically qualified Sub- Yes / No
Contractors/Consortium members are engaged to
carry out the work?

48
Sl. To be filled Page
Details required
No. by the Bidder Ref.
13 Have you ever left the work awarded to you Yes / No
incomplete? 1. Name of Project :
If yes, furnish the name of project and reasons
thereof. Reasons

2. Name of Project :

Reasons

14 Were any penalties imposed for delays on the Yes / No


completion of the project? 1. Name of Project :
If yes, furnish the name of project and reasons
thereof. Reasons

2. Name of Project :

Reasons

15 Were there any termination of Contracts by the Yes / No


Employer? 1. Name of Project :
If yes, furnish the details.
Reasons

2. Name of Project:

Reasons.
16 Litigation initiated by the Company and against the
Company if any?

i) Whether cases of litigation proceedings have Yes / No


arisen in your projects during the last three financial
years?

ii) If Yes, How many cases of litigation arisen during Nos.


the last three financial years?
iv) If the Bidder is a multinational company, please
furnish the litigation history initiated by the Company
and against the company in India, if any.
17 Arbitration :
i) Whether cases of arbitration proceedings have Yes / No
arisen in your projects during the last three years?

49
Sl. To be filled Page
Details required
No. by the Bidder Ref.
ii) If Yes, How many cases of arbitration arisen
during the last three years. Furnish name of work,
name of the Client, cost of work, amount of claim. Nos.

18 Details of the Banker


Name of the Banker
Office Address
Telephone Number
Fax Number
19 Are you a Recipient of any Award in appreciation of Yes / No
your work ? If yes, furnish the details
20 Please give atleast three references of Clients 1) Name :
(Engineers, Architects or Top Officials of Designation :
Organisation) for whom you may have executed Company :
construction works of importance and similar nature 2) Name :
from whom “The Superintending Enginer, Buildings Designation :
Department ” can verify. Company :
3) Name :
Designation :
Company :
21 Any special information, which you may like to
provide.

Place : Signature of the Bidder


Date : Common seal of the

50
From –IV
PERSONNEL TO BE DEPLOYED FOR THE PROJECT
S.No. Details required To be filled by Bidder
A Managerial Level – Project Manager
1 Individual’s Name

2 Age
3 Qualification
4 Present position
5 Professional experience in the similar nature of works.
6 Years with the Bidder
7 Language known
8 Name two recent works and nature of involvement of
the person
B Civil Engineer
1 Individual’s Name
2 Age
3 Qualification
4 Present position
5 Professional experience in the similar nature of works.
6 Years with the Bidder
7 Language known
8 Name two recent works and nature of involvement of
the person
F Mechanical Engineer
1 Individual’s Name
2 Age
3 Qualification
4 Present position
5 Professional experience in the similar nature of works.
6 Years with the Bidder
7 Language known
8 Name two recent works and nature of involvement of
the person

Place : Signature of the Bidder

Date : Seal of the Company

51
Note: 1) CV of each of the above key personnel and details of their experience should be
included in the submission.
2) Organisation Chart (both office and site) specific for this project for all the divisions of
work (Main works & Direct Sub works) as an Annexure to this format must be attached.

52
38
Form –V

Financial Information
Details to be
Sl.
Description filled in by
No.
Bidder
A. Annual Turn over in the last five financial years (In lakhs )
I Year : April 2014 to March 2015
Ii Year : April 2015to March 2016
iii Year : April 2016 to March 2017
iv Year : April 2017to March 2018
v Year : April 2018 to March 2019
B Credit facilities available to Bidder – Fund and non-fund based such as
Cash Credit, Working capital term loans, LCs and Bank Guarantees -
Banker's or Bankers' Letter must be produced.
(Rs.in lakhs).
a. Name of Banker with address
b. Date of Letter of Support
c. Amount
C. Bidder's Financial resources for this project
a. Own resources
b. Banker's or Bankers' credits
D. a. Approximate total value of on-going works
b. Total Value of works to be completed as of now.
Note:
1) The Bidder should furnish the value of work to be completed as of now
along with break-up details of each work.
2) The Bidder has to ensure that the list of works covered in this
Proforma should be same as the ones listed in Proforma - VII (List &
details of Ongoing works) with Proforma of each work.
E. Anticipated total value of new works for the next financial year.

Place: Signature of the Bidder


Date : Office seal

Note: Balance sheet, Profit and loss statement, auditors report etc. duly signed by Chartered
Accountant is required to be attached separately.

53
Form –VI
Details of completed works in last Five years
S.No. Details required To be filled by the Bidder
1 Name of work
2 Country and location
3 Client’s name and address Name:
Address :
4 Client’s name and address. Name :

Address :
5 Total tendered cost of work Agreement No. …………….. Lakhs
Date Agreement No:
Date :
6 Total actual cost of work after completion …………….. Lakhs
7 Excess / less in percentage. ……………..%
8 Date of commencement
10 Period of completion
11 Stipulated date of completion
12 Actual date of completion
13 Extended by the contractor, if any. Reason for non- Yes / No
completion of work in stipulated time limit / extended
time limit, if so furnish details
14 Extension of time granted by the Client, if any. Yes / No
If yes, please specify the reason for extension of time.
17 Details of specialised work executed under this
Contract.
22 Whether the safety measures were followed? Yes / No
If yes, Please give details.
23 i) Were there any labour strikes? If yes, Please give Yes / No
ii) Whether corrective action taken immediately? Yes / No
24 Were there any penalties / fines / stop notice / Yes / No
compensation / liquidated damages imposed during Amount :
execution of the project?
Reason :
If Yes, Please give amount, details and reason.
25 Whether the contract of the work was terminated? Yes / No
If Yes, furnish the details.
Name of the Project :

Reason :
26 Please specify the details of litigation / arbitration cases, Yes / No
if any, pertaining to works completed.
If Yes, furnish the details i.e. Nature of litigation /

54
S.No. Details required To be filled by the Bidder
arbitration. Please furnish whether the litigation is
initiated by the Company or against the Company.

27 Attach client’s certificate, as may be available (Not Yes / No


below the rank of Director or equivalent)

Date: Signature of Bidder

Place : Official Seal

55
Form–VII
Details of On-Going works
Sl.No
Details required To Be filled by the Bidder
.
1 Name of work

2 Country and location

3 Client's name and address Name :

Address :
Total tendered cost of work (Agreement No. and
5 …………………. Lakhs
Date)
6 (a) Brief description of works including principal
features and quantities of main items of the work.
7 i) Percentage of physical completion
ii) Amount billed for the work completed.
iii) Cost of work remaining to be executed as on the
date of submission.
iv) Stipulated date of completion
v) Anticipated date of completion
9 Details of specialised works under this Contract

11. Details of the sub-contracted specialised works by


the Bidder
i) Total value of work sub-contracted. …………….. Lakhs

ii) Trade-wise value of work sub-contracted. 1.…………….. Lakhs


2.…………….. Lakhs
3.…………….. Lakhs
4.…………….. Lakhs
iii) Trade-wise Name of sub-contractors 1.
Use separate sheet for details of such sub- 2.
contractors experience, capability, testimonial. 3.
4.

Date: Signature of Bidder


Place : Official Seal

56
Form–VIII

A - PLANT, MACHINERY & EQUIPMENT

Source of
the
equipment.
Item of Equipment

Equipment Information Current Position mention


Owned /
Sl. Leased /
Qty.
No. Rental

Year of Manu
Manufactur

Availability
Name of

Make &

Condition

for this
Project
Model

Capacity

Location

Present
er

facture
1
2
3
4
5
6
7
8
9
10
11
12

B – Details of Centering materials like Steel Shutters, Column Boxes, etc. and Scaffolding Materials
have to be furnished in detail (Separate sheet) viz. size, quantity etc. If the Machinery, Equipments,
Plants etc. are leased or rental attach copy of agreement.

Place : Signature of the Bidder

Date : Common seal of the


Company

57
Form –IX

Details of Termination of contract by previous Client in the past, if any

S.No
Particulars To Be filled by the Bidder
.
1 Name of works

2 Name of the Client

3 Value of Contract in Lakhs

4 Period of Contract

5 Terminated at what stage

6 Reasons / grounds for termination

7 Approx. value of work completed at the


time of termination in Lakhs

8 Approx. value of balance work not


completed in Lakhs

9 Remarks

Place :
Date:

58
Form –X
STATUS OF CURRENT LITIGATIONS, IF ANY
The Bidder is required to disclose as part of bid submission all cases filed against the Bidder in
any Court of Law in any country. The Bidder shall give the information in the following format in
separate sheets for each litigation as applicable:
I General Information
(1) Name of the Petitioner :
(2) Name of the Court in which case :
has been admitted.
(3) Name / designation of the Presiding :
Authority of the Court
(4) Date of Filing of the case and date :
of Admittance of the case.
(5) Expected date of next hearing :
(6) Has hearing already commenced? :
If so, when was the last hearing?
(7) Name & Address of the Bidder’s :
Counsel
(8) Name & Address of the Petitioner’s :
Counsel
(9) Current status of the litigation – :
Whether any interim injunction or
injunction award has been given. If
so, give the details?
(10) Has any appeal been filed against :
any interim injunction or such
award?
(11) Value of litigation / damages :
claimed / out standings and
disputes, as per the Petitioner
(12) Any arrest warrant or any property :
attachment or any insolvency
proceedings or any such decree
issued against the Bidder ? Give
the details.

II. Financial Value of Dispute / Claim / Damages:


The Bidder should furnish the sum total of claims / damages involved, on account of the
litigations currently in operation.

59
III. Net Worth:
The Bidders shall furnish the percentage of the total sum of disputes / litigations / claim,
currently under litigation in proportion to the average net worth of the Company for the last
three years.

IV. Bidder’s Legal Status on account of the Litigation:


The Bidders shall furnish information whether the litigation in question affects / threatens the
fundamental existence / operation of the company (For E.g.: insolvency, decree of criminal
nature etc.).

60
39
Form –XI

CERTIFICATES

Enclose Certificates in support of suitability, technical know how and capability for having
successfully completed similar nature of works in the last five years.

Also furnish the following details in the enclosed certificate.

Sl. Name of Works Period of Name of Client / Owner


No. Construction

Place : Signature of the Bidder

Date : Common seal of the Company

61
Form –XII

Forms of Securities

Acceptable forms of securities are annexed. Bidders should not complete the Performance
and Advance Payment Security forms at this time. Only the successful Bidder will be
required to provide Performance and Advance Payment Securities in accordance with one of
the forms, or in a similar form acceptable to the Employer.

Bid Security (Bank Guarantee)


(Unconditional)

Performance Bank Guarantee


(Unconditional)

Performance Bank Guarantee (for Unbalanced Items)


(Unconditional)

Note: The above Unconditional Bank Guarantee should be furnished in Non Judicial Stamp Paper,
not less than Rupees One Hundred.

62
BID SECURITY (BANK GUARANTEE)
(Unconditional)

WHEREAS, _______________________ [name of Bidder] (hereinafter called "the Bidder") has


submitted his Bid dated _______________________ [date]for SMART STREET
REDEVELOPMENT IN NORTH USMAN ROAD IN DIVISION -113 & 117, ZONE-9 AND
DIVISION-136, ZONE-10, , .Greater Chennai Corporation, Tamil Nadu

Know All People by these presents that We ______________________________ [name of bank


having our registered office at ___________________________________ (hereinafter called "the
Bank") are bound unto “The Commissioner , Greater chennai corporation, Ripon Building,
Chennai – 600003., Tamil Nadu, India”.* (hereinafter called "the Engineer") in the sum of 1 for
which payment well and truly to be made to the said Employer the Bank binds itself, his successors
and assigns by these presents.

Sealed with the Common Seal of the said Bank this _______ day of ________ 2019.

The Conditions of this obligation are:


(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity
specified in the Form of Bid;
or
(2) If the Bidder having been notified of the acceptance of his bid by the Engineer
during the period of Bid validity:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with
the Instruction to Bidders; or
(c) does not accept the correction of the Bid Price pursuant to Clause 27 of
Instruction to Bidders;

We undertake to pay to the Engineer up to the above amount upon receipt of his first written
demand, without the Engineer having to substantiate his demand, provided that in his demand the
Engineer will note that the amount claimed by him is due to him owing to the occurrence of one or
any of the three conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ____________________ 2 days
after the deadline for submission of Bids as such deadline is stated in the Instructions to Bidders or
as it may be extended by the Engineer, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this guarantee should reach the Bank not later than the above date.

DATE _______________ SIGNATURE OF THE BANK _________________

WITNESS ____________ SEAL _______________________________________

63
_________________________________________________________________

[Signature, name, and address]

1 The Bidder should insert the amount of the guarantee in words and figures denominated
in Indian Rupees. This figure should be the same as shown in Clause 16 of the
Instructions to Bidders.
2 45 days after the end of the validity period of the Bid.

64
PERFORMANCE BANK GUARANTEE
(Unconditional)
To:
The Commissioner ,

Greater chennai corporation,

Ripon Building,

Chennai – 600003.

WHEREAS ________________________[name and address of Contractor] (hereinafter called "


the Contractor") has undertaken, in pursuance of Contract No. _____ dated
________________ to execute Construction of SMART STREET REDEVELOPMENT IN
NORTH USMAN ROAD IN DIVISION -113 & 117, ZONE-9 AND DIVISION-136, ZONE-
10, (hereinafter called "the Contract");
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor, up to a total of ____________________ [amount of
1
guarantee] ___________________________ [in words], such sum being payable in the types and
proportions of currencies in which the Contract Price is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the limits of
____________________ [amount of guarantee]1 as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or
of the Works to be performed there under or of any of the Contract documents which may be made
between you and the Contractor shall in any way release us from any liability under this guarantee,
and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until ……… (i.e.) 28 days from the date of expiry of the Defects
Liability Period.
Signature and seal of the guarantor _____________________________
Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________
1 An amount shall be inserted by the Guarantor, representing the percentage of the Contract
Price specified in the Contract and denominated in Indian Rupees

65
2 PERFORMANCE BANK GUARANTEE (for unbalanced items)
(Unconditional)

To:

The Commissioner ,

Greater chennai corporation,

Ripon Building,

Chennai – 600003

WHEREAS _________________________ [name and address of Contractor] (hereinafter called


"the Contractor") has undertaken, in pursuance of Contract No. _____ dated _______________for
smart street redevelopment in north usman road in division -113 &117, zone-9 and
division-136, zone-10 Chennai, Tamil Nadu, India (hereinafter called "the Contract");

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish
you with a Bank Guarantee by a recognized bank for the sum specified therein as security for
compliance with his obligations in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor, up to a total of ____________________ [amount of
guarantee]1___________________________ [in words], such sum being payable in the types and
proportions of Currencies in which the Contract Price is payable, and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the limits of
____________________ [amount of guarantee]1 as aforesaid without your needing to prove or to
show grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or
of the Works to be performed there under or of any of the Contract documents which may be made
between you and the Contractor shall in any way release us from any liability under this guarantee,
and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until …….. (i.e.) 28 days from the date of issue of the certificate of
completion of works.
Signature and seal of the guarantor _____________________________
Name of Bank ____________________________________________
Address ____________________________________________
Date ____________________________________________

66
1An amount shall be inserted by the Guarantor, representing additional security for
unbalanced Bids, if any and denominated in Indian Rupees.
Form –XIII

Power of Attorney for Lead Member of Consortium

Dated this __________ day of __________ 2019

Know all persons by these present that We, __________ and __________ (hereinafter collectively
referred to “the consortium / joint venture”) hereby appoint and authorize __________as our
attorney.

Whereas the , GCC has invited applications from interested parties for SMART STREET
REDEVELOPMENT IN NORTH USMAN ROAD IN Dn -113 & 117, ZONE-9 AND Dn-136, ZONE-10 (hereinafter
referred to as “the Project”),

Whereas the members of the consortium/joint venture are interested in bidding for this project in
accordance with the terms and conditions of this tender along with its amendments, addenda and
related documents,

And whereas it is necessary for the members of the consortium/joint venture to appoint and
authorize one of them to do all acts, deeds and things in connection with the aforesaid Project,

We hereby nominate and authorize __________as our constituted attorney in our name and on
our behalf to do or execute all or any of the acts or things in connection with making an application
to , GCC to follow up with , GCC and thereafter to do all acts, deeds and things on our behalf until
culmination of the process of bidding and thereafter till the license agreement is entered into with
the successful bidder.

And we hereby agree that all acts, deeds and things done by our said attorney shall be construed
as acts, deeds and things done by us and we undertake to ratify and confirm all and whatsoever
that our said attorney shall do or cause to be done for us by virtue of the power hereby given.

All the members of this consortium will be jointly and severally liable for execution of this
assignment in all respects.

In witness hereof we have signed this deed on this __________ day of __________ 2019.

[Signature]

For and on behalf of

[Company]

[Signature]

For and on behalf of

[Company]

67
Memorandum of Understanding

Know all men by these present that we, __________ and __________ (herein after collectively
referred to “the consortium / joint venture”) for execution of tender.

Whereas the , GCC has invited tenders from the interested parties for the construction of Multi
level car parking.

Whereas the members of the consortium / joint venture are interested in bidding for the work of
__________ in accordance with the terms and conditions of the RFP/tender.

This Consortium / Joint Venture agreement is executed to undertake the work and role and
responsibility of the firms as __________.

And whereas it is necessary under the conditions of the RFP/tender for the members of the
consortium / joint venture to appoint and authorize one of them as Lead Member to do all acts,
deeds and things in connection with the aforesaid tender. __________ is the Lead Member of the
Consortium.

We hereby nominate and authorize __________ as our constituted attorney in our name and on
our behalf to do or executive all or any of the acts or things in connection with the execution of this
Tender and thereafter to do all acts, deeds and things on our behalf and thereafter till the
satisfactory completion of work.

And we hereby agree that all acts, deeds and things done by our said attorney shall be construed
as acts, deeds and things done by us and we undertake to ratify and confirm all and whatsoever
that my said attorney shall do or cause to be done for us by virtue of the power hereby given. All
the members of this consortium will be jointly and severally liable for execution of this assignment
in all respects.

In witness hereof we have signed this deed on this __________ day of __________.

[Signature]

By the with named __________through its duly constituted attorneys in the presence of
__________.

[Signature]

By the with named __________through its duly constituted attorneys in the presence of
__________.Notes
For the purposes of Memorandum of Understanding and Power of Attorney:
● The agreements are to be executed by the all members in case of a Consortium.
● The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants and when it is so required the same should be under common seal affixed
in accordance with the required procedure.

68
Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a resolution/power of attorney in favour of the lead member.

SECTION - 4 Condition of contract

69
SECTION-4: CONDITIONS OF CONTRACT

A. GENERAL

1. DEFINITIONS

Terms which are defined in the Instructions to bidders are not defined in the Conditions of
Contract but keep their defined meanings. Capital initials are used to identify defined
terms.

The Adjudicator is the person appointed jointly by the Employer and the Contractor to
resolve disputes in the first instance, as provided for in Clauses 24 and 25. The name of the
Adjudicator is defined in the Instructions to bidders.

Bill of Quantities means the priced and completed Bill of Quantities forming part of the
Bid.

Compensation Events are those defined in Clause 44 hereunder-Deleted.

The Completion Date is the date of completion of the Works as certified by the Engineer in
accordance with Sub Clause 55.1.

The Contract is the contract between the Employer and the Contractor to execute,
complete and maintain the Works. It consists of the documents listed in Clause 2.3 below.

The Instructions to biddersdefines the documents and other information which comprise
the Contract.

The Contractor is a person or corporate body who’s Bid to carry out the Works has been
accepted by the Employer.

The Contractor's Bid is the completed Bidding document submitted by the Contractor to the
Employer.

The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted
in accordance with the provisions of the Contract.

Days are calendar days; months are calendar months.

ADefect is any part of the Works not completed in accordance with the Contract.

Defects Liability Period is the period is calculated from the Completion Date.

70
The Employer is the party who will employ the Contractor to carry out the Works. In this
contract “The Commissioner, Greater Chennai Corporation” is the Employer.

The Engineer is the “Superintending Engineer, Spl. Projects, CSCL, GCC or his
representative,” who is responsible for supervising the execution of the works and
administrating the Contract.

Contractor's Equipment is the Contractor's machinery and vehicles brought temporarily to


the Site to construct the Works.

TheInitial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

Drawings mean the employer's drawings of the works included in the contract and any
variations to such drawings.

Party means either employer or Contractor.

Country means the country in which the site is located.

Employer's Liabilities means those mentioned in sub clause 11.1.

Force Majeure means an exceptional events or circumstance which is beyond a Party's


control, which such Party could not reasonably have provided against before entering in to
the contract; which, having arisen, such party could not reasonably have avoided or
overcome; and, which is not substantially attributable to the other party.

The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the Works. The Intended Completion Date is specified in the Instructions to
bidders. The Intended Completion Date may be revised only by the Engineer by issuing an
extension of time.

Materials are all supplies, including consumables, used by the contractor for incorporation in
the Works.

Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or
chemical or biological function.

The Site is the area defined as such in the Instructions to bidders.

Site Investigation Reports are those which were included in the Bidding documents and
are factual interpretative reports about the surface and sub-surface conditions at the site.

Specification means the Specification of the Works included in the Contract and any
modification or addition made which are approved by the Engineer.

71
The Start Date is the date when Issue of notice to proceed with the work given to the
Contractor to commence execution of the works.

A Subcontractor is a person or corporate body who has a Contract with the Contractor to
carry out a part of the work in the Contract which includes work on the Site.

Temporary Works are works designed, constructed, installed, and removed by the
Contractor which are needed for construction or installation of the Works.

A Variation is an instruction given by the Engineer which varies the Works.

The Works are what the Contract requires the Contractor to construct, install, and turn over
to the Employer, as defined in the Instructions to bidders.

2. INTERPRETATION
In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance. Words
have their normal meaning under the language of the Contract unless specifically
defined. The Engineer will provide instructions clarifying queries about the Conditions
of Contract.

If sectional completion is specified in the Contract, references in the Conditions of


Contract to the Works, the Completion Date, and the Intended Completion Date apply
to any Section of the Works (other than references to the Completion Date and
Intended Completion date for the whole of the Works).

The documents forming the Contract shall be interpreted in the following order of priority:
(1) Agreement
(2) Letter of Acceptance, notice to proceed with the works
(3) Contractor’s Bid
(4) Conditions of Contract including Special Conditions of Contract
(5) Specifications
(6) Drawings
(7) Bill of Quantities and
(8) Any other document listed in the Instructions to bidders as forming part of the Contract.

3. LANGUAGE AND LAW


The language of the Contract and the law governing the Contract are stated in the
Instructions to bidders.

72
4. ENGINEER'S DECISIONS
Except where otherwise specifically stated, the Engineer will decide contractual matters
between the Employer and the Contractor in the role representing the Employer.

5. DELEGATION
The Engineer may delegate any of his duties and responsibilities to other people except to
the Adjudicator after notifying the Contractor and may cancel any delegation after
notifying the Contractor.

6. COMMUNICATIONS
Communications between parties which are referred to in the conditions are effective only
when in writing. A notice shall be effective only when it is delivered (in terms of Indian
Contract Act).

7. SUBCONTRACTING
The Contractor may subcontract with the approval of the Engineer but may not assign the
Contract without the approval of the Employer in writing. Subcontracting does not
alter the Contractor's obligations.
The Contractor shall not be required to obtain any consent from the employer for:
a) The sub-contracting of any part of the Works for which the Sub-contractor is named
in the contract;
b) The provision of labour; and
c) The purchase of materials which are in accordance with the standards specified in
the Contract.

Beyond this, if the contractor proposes sub-contracting any part of the work during execution
of works, because of some unforeseen circumstances to enable him to complete the work
as per terms of the contract; the Engineer will consider the following before according
approval:
 The contractor shall not sub-contract the whole of the Works.
 The contractor shall not sub-contract any part of the Work without prior consent of
the Engineer. Any such consent shall not relieve the contractor from any liability or
obligations under the contract and he shall be responsible for the acts, defaults and
neglects of any sub-contractor, his agents or workmen as fully as if they were the
acts, defaults or neglects of the contractor, his agents or workmen.
 The Engineer should satisfy whether (a) the circumstances warrant such sub-
contracting; and (b) the sub-contractors so proposed for the Work possess the
experience, qualifications and equipment necessary for the job proposed to be
entrusted to them in proportion to the quantum of work to be sub-contracted.
 If payments are proposed to be made directly to that sub-contractor, this should be
subject to specific authorization by the prime contractor so that this arrangement
does not alter the contractor's liability or obligations under the contract.

73
8. OTHER CONTRACTORS
The Contractor should employ only the approved sub-contractors.

9. PERSONNEL
The Contractor shall employ the Key personnel named in the Proforma - IV in Instruction
and Information to Bidders (Volume-1).The Engineer will approve any proposed
replacement of key personnel only if their qualifications, abilities, and relevant
experience are substantially equal to or better than those of the personnel listed in
the Schedule.

If the Engineer asks the Contractor to remove a person who is a member of the
Contractor’s staff or his work force stating the reasons the Contractor shall ensure
that the person leaves the Site within seven days and has no further connection with
the work in the Contract.

10. EMPLOYER’S AND CONTRACTOR'S RISKS


The Employer carries the risks which this Contract states are Employer’s risks, and the
Contractor carries the risks which this Contract states are Contractor’s risks.

11. EMPLOYER'S RISKS


The Employer is responsible for the excepted risks which are (a) in so far as they directly
affect the execution of the Works in the Employer’s country, the risks of war,
hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or
military or usurped power, civil war, riot commotion or disorder (unless restricted to
the Contractor’s employees) and contamination from any nuclear fuel or nuclear
waste or radioactive toxic explosive.

12. CONTRACTOR’S RISKS


All risks of loss or damage to physical property and of personal injury and death which
arise during and in consequence of the Performance of the Contract are the
responsibility of the Contractor.
The Contractor is responsible for all the excepted risks as a cause due solely to the
design of the works connected with all activities.

13. INSURANCE
The Contractor shall provide, in the joint names of the Employer and the Contractor,
insurance cover from the Start Date to the end of the Defects Liability Period, for the
following events which are due to the Contractor’s risks:
(a) Loss of or damage to the Works, Plant and Materials;
(b) Loss of or damage to Equipment;
(c) Loss of or damage of property (except the Works, Plant, Materials and
Equipment in connection with the Contract; and

74
(d) Injury or death of a person working on the site of work. This also includes the
supervisory staff employed by the Employer.

Policies and certificates for insurance shall be delivered by the Contractor to the Engineer
for the Engineer’s approval before the Start Date. All such insurance shall provide for
compensation to be payable in the types and proportions of currencies required to
rectify the loss or damage incurred.

If the Contractor does not provide any of the policies and certificates required, the
Employer may effectthe insurance which the Contractor should have provided and
recover the premiums the Employer has paid with penalty of 50%, from payments
otherwise due to the Contractor or, if no payment is due, the payment of the
premiums shall be a debt due.

Alterations to the terms of insurance shall not be made without the approval of the
Engineer.

Both parties shall comply with any conditions of the insurance policies.

14. SITE INVESTIGATION REPORTS


The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred
to in the Instructions to bidders, supplemented by any information available to the
Bidder.

15. QUERIES ABOUT THE INSTRUCTIONS TO BIDDERS


The Engineer will clarify queries on the Instructions to bidders.

16. CLIENT’S RESPONSIBILITY


Deleted.

17. CONTRACTOR TO IMPLEMENT THE WORKS


The Contractor shall implement and install the Works in accordance with the Specification
and Drawings, and as per instructions of Engineer.

It shall be the responsibility of the successful contractor to undertake their own studies if
required on soil testing and Structural Design before actual commencement of work.
These studies should be duly certified by reputed institutions like Anna
University/Other Government Engineering colleges. Any lapse in the future, due to
failure on account of soil testing and / or structural design shall be total responsibility
of the Contractor in terms of monetary value or otherwise.

75
The contractor should take the responsibility to justify the suitable structural designs and
any damages to physical properties due to structural failure or soil failure before
handing over to the employer and it should be borne by the contractor if such
diagrams/designs are proposed by him over and above the one instructed by the
Engineer.

Any changes in the given specifications and the drawings, necessary revised drawings
and specifications to be submitted to the Engineer for approval.

The Engineer’s approval shall not alter the contractor’s responsibility for the design.

18. THE WORKS TO BE COMPLETED BY THE INTENDED COMPLETION DATE


The Contractor may commence execution of the Works after fulfilling the contract
conditions and shall carry out the Works in accordance with the program submitted
by the Contractor, as updated with the approval of the Engineer, and complete them
by the Intended Completion Date.

19. APPROVAL BY THE ENGINEER


The Contractor shall submit Specifications and Drawings showing the proposed
Temporary Works to the Engineer who is to approve them if they comply with the
Specifications and Drawings.

The Contractor shall be responsible for design of Temporary Works.

The Engineer's approval shall not alter the Contractor's responsibility for design of the
Temporary Works.

The Contractor shall obtain approval of third parties to the design of the Temporary Works
where required.

All Drawings prepared by the Contractor for the execution of the temporary Works, are
subject to prior approval by the Engineer before their use.

76
20. SAFETY
The Contractor shall be responsible for the safety of all activities on the Site.

21. DISCOVERIES
Anything of historical or other interest or of significant value unexpectedly discovered on
the Site is the property of the Employer. The Contractor is to notify the Engineer of
such discoveries and carry out the Engineer's instructions for dealing with them.

22. POSSESSION OF THE SITE


The Engineer shall give possession of all parts of the Site to the Contractor.

23. ACCESS TO THE SITE


The Contractor shall allow the Employer / Engineer and his / their authorized
representative access to the Site, to any place where work in connection with the
Contract is being carried out or is intended to be carried out and to any place where
materials or plant are being manufactured / fabricated / assembled for the works.

24. INSTRUCTIONS
The Contractor shall forthwith comply with and duly execute any work as instructed
by the Employer / Engineer. All instructions will be in writing. Instructions if orally
given then contractor shall confirm them within seven days from the date of such
instructions.

25. DISPUTES
If the Contractor believes that a decision taken by the Engineer was either outside
the authority given to them by the Contract or that the decision was wrongly taken,
the decision shall be referred to the Adjudicator within 14 days of the notification of
the Engineer's decision.

26. PROCEDURE FOR RESOLVING DISPUTES


The Adjudicator shall give a decision in writing within 28 days of receipt of a
notification of a dispute.

The Adjudicator shall be paid daily at the rate specified in the Instructions to bidders
together with reimbursable expenses of the types specified in the Instructions to
bidders and the cost shall be divided equally between the Employer and the
Contractor, whatever decision is reached by the Adjudicator. Either party may refer a
decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's written
decision. If both the parties not refers the dispute to arbitration within the above 28
days, the Adjudicator's decision will be final and binding.

77
The arbitration shall be conducted in accordance with the arbitration procedure stated
in the Special Conditions of Contract under Section 2 -9.

27. REPLACEMENT OF ADJUDICATOR


Should the Adjudicator resign or die, or should the Employer and the Contractor
agree that the Adjudicator is not fulfilling his functions in accordance with the
provisions of the Contract, a new Adjudicator will be jointly appointed by the
Employer and the Contractor. In case of disagreement between the Employer and
the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing
Authority designated in the Instructions to bidders at the request of either party, within
14 days of receipt of such request.

78
B. Time Control

28. PROGRAM
Within the time stated in the Instructions to bidders the Contractor shall submit to the
Engineer for approval a Program showing the general methods, arrangements, order,
and timing for all the activities in the Works along with monthly cash flow forecast.

An update of the Program shall be a program showing the actual progress achieved
on each activity and the effect of the progress achieved on the timing of the
remaining work including any changes to the sequence of the activities.

The Contractor shall submit to the Engineer, for approval, an updated Program at
intervals no longer than the period stated in the Instructions to bidders. If the
Contractor does not submit an updated Program within this period, the Engineer may
withhold the amount stated in the Instructions to bidders from the next payment
certificate and continue to withhold this amount until the next payment after the date
on which the overdue Program has been submitted.

The Engineer's approval of the Program shall not alter the Contractor's obligations.
The Contractor may revise the Program and submit it to the Engineer again at any
time. A revised Program is to show the effect of Variations and Compensation
Events.

29. EXTENSION OF THE INTENDED COMPLETION DATE


The Engineer shall extend the Intended Completion Date if a Compensation Event
occurs or a Variation is issued which makes it impossible for Completion to be
achieved by the Intended Completion Date without the Contractor taking steps to
accelerate the remaining work and which would cause the Contractor to incur
additional cost.

30. ACCELERATION
The Engineer shall decide whether and by how much to extend the Intended
Completion Date within 21 days of the Contractor asking the Engineer for a decision
upon the effect of a Compensation Event or Variation and submitting full supporting
information. If the Contractor has failed to give early warning of a delay or has failed
to cooperate in dealing with a delay, the delay by this failure shall not be considered
in assessing the new Intended Completion Date.

31. DELAYS ORDERED BY THE ENGINEER


The Engineer may instruct the Contractor to delay the start or progress of any activity
within the Works.

79
32. MANAGEMENT MEETINGS
Either the Engineer or the Contractor may request the other to attend a management
meeting. The business of a management meeting shall be to review the plans for
remaining work and to deal with matters raised in accordance with the early warning
procedure.

The Engineer shall record the business of management meetings and is to provide
copies of his record to those attending the meeting and to the Employer. The
responsibility of the parties for actions to be taken is to be decided by the Engineer
either at the management meeting or after the management meeting and stated in
writing to all who attended the meeting.

33. EARLY INTIMATION


The Contractor is to inform the Engineer at the earliest opportunity of specific likely
future events or circumstances that may adversely affect the quality of the work,
increase the Contract Price or delay the execution of works. The Engineer may
require the Contractor to provide an estimate of the expected effect of the future
event or circumstance on the Contract Price and Completion Date. The estimate is to
be provided by the Contractor as early as possible.

The Contractor shall cooperate with the Engineer in making and considering
proposals for how the effect of such an event or circumstance can be avoided or
reduced by anyone involved in the work and in carrying out any resulting instruction
of the Engineer.

80
C. QUALITY CONTROL
34. IDENTIFYING DEFECTS
The Engineer shall check the Contractor's work and notify the Contractor of any
Defects that are found. Such checking shall not affect the Contractor's
responsibilities. The Engineer may instruct the Contractor to search for a Defect and
to uncover and test any work that the Engineer considers may have a Defect.

The contractor shall permit the Employer’s Technical auditor to check the contractor’s
work and notify the Engineer and Contractor of any defects that are found. Such a
check shall not affect the Contractor’s responsibility as defined in the Contract
Agreement.

35. TESTS
The testing of materials shall be carried out by approved laboratories at
Contractor's cost and the results will be binding. The test results in original will be
sent to the Employer by the laboratory and a copy of the same sent to the
Contractor.

If the Engineer instructs the Contractor to carry out a test not specified in the
Specification to check whether any work has a Defect and the test shows that it does,
the Contractor shall pay for the test of any samples.

All construction material is required to be tested according to the frequency and


record to be maintained by the Ccontractor.

36. CORRECTION OF DEFECTS


The Engineer shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins at Completion. The Defects Liability Period
shall be extended for as long as Defects remain to be corrected.

Every time notice of a Defect is given, the Contractor shall correct the notified Defect
within the length of time specified in the Engineer’s notice.

37. UNCORRECTED DEFECTS


If the Contractor has not corrected a Defect within the time specified in the Engineer’s
notice, the Engineer will assess the cost of having the Defect corrected, and the
Contractor will pay this amount.

81
D. Cost Control
38. BILL OF QUANTITIES
The Bill of Quantities shall contain items for the construction, installation, testing, and
commissioning work to be done by the contractor.

The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid
for the quantity of the work done at the rate in the Bill of Quantities for each item.

39. CHANGES IN THE QUANTITIES


After completion of entire construction work, the Employer shall ordinarily permitt to
vary the quantity finally ordered only to the extent of twenty five percent either way of
the requirement indicated in the tender document.

40. VARIATIONS
All Variations shall be included in updated Programs produced by the Contractor.

41. PAYMENTS FOR VARIATIONS


The Contractor shall provide the Engineer with a quotation (with breakdown of unit
rates) for carrying out the Variation when requested to do so by the Engineer. The
Engineer shall assess the quotation, which shall be given within seven days of the
request or within any longer period stated by the Engineer and before the Variation is
ordered.

If the work in the Variation corresponds with an item description in the Bill of
Quantities and if, in the opinion of the Engineer, the quantity of work above the limit
stated in Sub Clause 38.1 or the timing of its execution do not cause the cost per unit
of quantity to change, the rate in the bill of Quantities shall be adopted to calculate
the value of the Variation. If the cost per unit of quantity changes, or if the nature or
timing of the work in the Variation does not correspond with items in the Bill of
Quantities, the quotation by the Contractor shall be in form of new rates for the
relevant items of work.

If the Contractor's quotation is unreasonable (or if the contractor fails to provide with
a quotation within a reasonable time specified by the Engineer in accordance with
Clause 40.1), the Engineer may order the Variation and make a change to the
Contract Price which shall be based on Engineer’s own forecast of the effects of the
Variation on the Contractor's costs.

82
If the Engineer decides that the urgency of varying the work would prevent a
quotation being given and considered without delaying the work, no quotation shall
be given and will be decided on mutually agreed rates.

The Contractor shall not be entitled to additional payment for costs that could have
been avoided by giving early warning.

42. CASH FLOW FORECASTS


When the Program is updated, the contractor is to provide the Engineer with an
updated cash flow forecast.

43. PAYMENT CERTIFICATES


The detailed measurements will be taken for all the works executed by the authorized
Engineers by the Employer and recorded in the measurement books and acceptance for
these measurements will be obtained from the contractor. Due check measurement of these
measurements will be done as per the procedure in practice in Public Works Department.

Contract bills will be prepared by the Engineer-in-charge at third week of every month
and submitted to the client for making payment.

Payment to the contractor will be settled within one week from the date of
submission of bill to the Engineer.

The value of work executed shall comprise the value of the quantities of the items in
the Bill of Quantities completed.

The value of work executed shall include the valuation of Variations.

The Engineer may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.

44. PAYMENTS TO THE CONTRACTOR

Payments shall be adjusted for deductions for advance payments, retention, other
recoveries in terms of the contract and taxes, at source, as applicable under the law.

83
If an amount certified is increased in a later certificate or as a result of an award by
the Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the
delayed payment as set out in this clause. Interest shall be calculated from the date
upon which the increased amount would have been certified in the absence of
dispute.

Items of the Works for which no rate or price has been entered in will not be paid for by
the Employer and shall be deemed covered by other rates and prices in the Contract.

45. ADJUSTMENT OF PAYMENTS


Payments shall be adjusted for deductions for advance payments, retention, other
recoveries in terms of the contract and taxes, at source, as applicable under the law.

If an amount certified is increased in a later certificate or as a result of an award by the


Adjudicator or an Arbitrator, the Contractor shall be paid interest upon the delayed
payment as set out in this clause. Interest shall be calculated from the date upon
which the increased amount would have been certified in the absence of dispute.

Items of the Works for which no rate or price has been entered in will not be paid for by
the Employer and shall be deemed covered by other rates and prices in the Contract.

46. COMPENSATION EVENTS WILL NOT BE ENTERTAINED

47. TAX
The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other
taxes except GST that the Contractor will have to pay for the Performance of this
Contract. The Employer will perform such duties in regard to the deduction of such
taxes as applicable during the contract period, at source as per applicable law. GST
shall be paid by the contractor and got reimbursed as detailed in Instructions to
bidders.

According to Section 7F of the TNGST Act 1959, every person responsible for paying any sum to
any dealer for execution of works contract will deduct GST/ GST at source (from the dealers
I Contractors) at the time of payment at the following rates.
i. Civil works contract : 2% of total amount payable to such dealers
ii. All other works contract : 4% of the total amount payable to such dealers.

The amount so deducted shall be deposited to the Assessing Authority of Commercial Tax
Department within 7 days of the amount so deducted along with a statement in the
prescribed form (Form) (XXVII).

84
CONDITION FOR GST
The GST is applicable for the Project of SMART STREET REDEVELOPMENT IN NORTH
USMAN ROAD IN Dn -113 & 117, ZONE-9 AND Dn-136, ZONE-10, Greater
Chennai Corporation.:
.
The GST as applicable shall be paid by the contractor after identifying, at the prevailing rates
prescribed by the GST department. The amount of GST paid by the contractor for this
particular work under each part bill will be reimbursed by Greater Chennai Corporation on
producing necessary documentary evidence by the contractor. The correctness of the
evidence produced by the contractor should be ensured by the Executive Engineer.

Any penalty on GST payment shall be borne by the contractor.

All the Rates and Amount quoted in the tender shall be exclusive of GST.

GST payment will not arise for Land and Development Works.

48. CURRENCIES
All payments shall be made in Indian Rupees.

49. PRICE ADJUSTMENT


Contract price shall be adjusted for increase or decrease in rates and price of labour,
materials, fuels and lubricants in accordance with the Tamilnadu Govt.order(Ms) No.
101 Public Works (G2) Department Dated:10.06.2009.The price adjustment shall be
determined from the formula given in the Instructions to bidders.

To the extent that full compensation for any rise or fall in costs to the contractor is not
covered by the provisions of this or other clauses in the contract, the unit rates and
prices included in the contract shall be deemed to include amounts to cover the
contingency of such other rise or fall in costs.

50. RETENTION
The Employer or his representative shall retain 5% from each payment due to the
Contractor until Completion of the whole of the Works.

85
On Completion of the whole of the Works, 50% of the total amount retained is repaid to
the Contractor and 50% when the Defects Liability Period has passed and the
Engineer has certified that all Defects notified by the Engineer to the Contractor
before the end of this period have been corrected. After the defect liability period of
twelve months the contractor will submit to the Employer an Indemnity bond in the
prescribed format by the Employer to the effect that the contractor is responsible for
all structural defects for a further period of four years.

51. LIQUIDATED DAMAGES


The Contractor shall pay liquidated damages to the Employer at the rate per day stated in
the Instructions to bidders for each day that the Completion Date is later than the
Intended Completion Date (for the whole of the works or the milestone as stated in
the Instructions to bidders). The total amount of liquidated damages shall not exceed
the amount defined in the Instructions to bidders. The Employer may deduct
liquidated damages from payments due to the Contractor. “Time is the essence of the
contract and payment or deduction of liquidated damages shall not relieve the
contractor from his obligation to complete the work as per agreed construction
program and milestones or from any other of the contractor’s obligations and
liabilities under the contract.”

If the Intended Completion Date is extended after liquidated damages have been paid, the
Engineer shall correct any overpayment of liquidated damages by the Contractor by
adjusting the next payment certificate.

52. BONUSES
No bonus is entertained

53. MOBILIZATION AND SECURED ADVANCE


Mobilization advance will not be entertained at any cost.
Secured Advance will not be entertained.
54. SECURITIES
The Performance Security shall be provided to the Employer not later than the date
specified in the Letter of Acceptance and shall be issued in an amount and form and
by a bank or surety acceptable to the Employer, and denominated in Indian Rupees.

86
The Performance Security shall be valid until the date 28 days from the date of expiry of
Defects Liability Period and the additional security for unbalanced bids shall be valid
until the date 28 days from the date of issue of the certificate of completion.

55. WORKS DURING NIGHT


If it is essential to execute the work during night hours prior approval of the Engineer has to
be obtained.
56. COST OF REPAIRS
Loss or damage to the Works or Materials to be incorporated in the Works between the
Start Date and the end of the Defects Correction periods shall be remedied by the
Contractor at the Contractor's cost if the loss or damage arises from the Contractor's
acts or omissions.

87
E. Finalizing the Contract

57. COMPLETION
The Contractor shall request the Engineer to issue a Certificate of Completion of the
Works and the Engineer will do so upon deciding that the Work is completed.

58. DEFECT LIABILITY PERIOD

After satisfactory completion of the entire civil, mechanical and electrical works and after
certifying by the engineer incharge that work has been completed strictly as per the
specifications and drawings, the /defect Liability period of 5 years commences. During this
period, the contractor who executed the works has to attend to any defect noticed either in
civil works, mechanical works, electrical works or automation system, the contractor at his
own cost rectify the defects then and there to the satisfaction of the engineer in charge.

59. TAKING OVER

On expiry of defect liability period of one year, the Employer/Engineer shall inspect
the works and satisfy himself that all the defects have been rectified and the entire
Project complex is in good operational condition, will take over the Site and the
Works within thirty days of getting a request from the contractor that the Project is
ready for handing over.

60. ANNUAL MAINTENANCE

Deleted

61. FINAL ACCOUNT


The final bill will be settled after completion, testing and commissioning of all the items of
work contemplated in the agreement to the satisfaction of the Engineer and taking
over of the work by the Engineer.period of 5 years,

62. OPERATING AND MAINTENANCE MANUALS


The Contractor shall supply operating and maintenance manuals after completing the
entire work as per the contract and before taking over by the Employer.

If the Contractor does not supply the manuals by the dates stated above, or they do not
receive the Engineer’s approval, the Engineer shall withhold the amount from
payments due to the Contractor.

88
63. TERMINATION
The Employer/Engineer may terminate the Contract if the other party causes a
fundamental breach of the Contract.

Fundamental breaches of Contract include, but shall not be limited to the following:
(a) The Contractor stops work for 28 days when no stoppage of work is shown on the current
program and the stoppage has not been authorized by the Engineer;
(b) The Contractor is made bankrupt or goes into liquidation other than for a reconstruction or
amalgamation;
(c) The Engineer gives Notice that failure to correct a particular Defect is a fundamental breach
of Contract and the Contractor fails to correct it within a reasonable period of time
determined by the Engineer;
(d) The Contractor has delayed the completion of works by the number of days for which the
maximum amount of liquidated damages can be paid as defined in the Instructions to
bidders; and
(e) If the Contractor, in the judgment of the employer has engaged in fraud and corruption, as
defined in GCC Clause 63, in competing for or in executing the Contract.
When the engineer gives notice of a breach of contract to the Contractor for a cause other
than those listed under Sub Clause 59.2 above, the Employer shall decide whether
the breach is fundamental or not.

Notwithstanding the above, the Employer may terminate the Contract for convenience.

If the Contract is terminated the Contractor shall stop work immediately, make the Site
safe and secure and leave the Site as soon as reasonably possible.

64. PAYMENT UPON TERMINATION


If the Contract is terminated because of a fundamental breach of Contract by the
Contractor, the Engineer shall issue a certificate for the value of the work done, less
other recoveries due in terms of the contract, less taxes due to be deducted at source
as per applicable law and less the percentage to apply to the work not completed as
indicated in the Contract.

Recovery under Revenue Recovery Act: Whenever any amount has to be paid by the
Contractor in view of termination of the contract by virtue of clause 57.4 (TNBP) or
any amount that maybe due or may become due from the Contractor under these
present and the contractor is not responding to the demand for the payments of the
said amount, then the Commissioner, Greater Chennai Corporation shall be entitled
to recover the said amount, as per the provisions of the Tamil Nadu Revenue
Recovery Act. 1964 (Tamil Nadu Act. V of 1864).

89
65. PROPERTY
All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to
be the property of the Employer, if the Contract is terminated because of a
Contractor’s default.

66. RELEASE FROM PERFORMANCE


If the Contract is frustrated by the outbreak of war or by any other event entirely outside
the control of either the Employer or the Contractor the Engineer shall certify that the
Contract has been frustrated. The Contractor shall make the Site safe and stop work
as quickly as possible after receiving this certificate and shall be paid for all work
carried out before receiving it and for any work carried out afterwards to which
commitment was made.
67. FRAUD AND CORRUPTION
The Employer requires the Contractors and suppliers observe the highest standard of
ethics during the procurement and execution of such contracts. In pursuit of this
policy, the Employer:
(a)defines, for the purposes of this provision, the terms set forth below as follows:
a. “Corrupt practice” means the offering, giving, receiving, or soliciting, directly or
indirectly, of anything of value to influence the action of a public official in the
procurement process or in contract execution;
b. “Fraudulent practice” means a misrepresentation or omission of facts in order to
influence a procurement process or the execution of a contract;
c. “collusive practice” means a scheme or arrangement between two or more Bidders,
with employer designed to establish bid prices at artificial, non-competitive levels;
and
d. “coercive practice” means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the procurement process
or affect the execution of a contract;

(b) will cancel the contract if it determines at any time that representatives of the
contractor engaged in corrupt, fraudulent, collusive or coercive practices during the
procurement or the execution of that contract, without the taken timely and appropriate
action satisfactory to the satisfaction of the Employer to remedy the situation;
(c) will sanction a firm or individual, including declaring them ineligible, either indefinitely
or for a stated period of time, to be awarded a contract if it at any time they have,
directly or through an agent, engaged, in corrupt fraudulent, collusive or coercive
practices in competing for, or in executing, contract; and

(d) will have the right to require that Contractors to permit the Employer to inspect their
accounts and records and other documents relating to the bid submission and contract
Performance and to have them audited by auditors appointed by the Employer.

90
SECTION – 5 Special Condition of contract

91
GENERAL SPECIFICATIONS

NOTE:
The General Technical Specifications shall be those confirming to the INDIAN STANDARD
SPECIFICATIONS as published by BUREAU OF INDIAN STANDARDS (BIS) from time to time
with all amendments published upto the date of submission of Tenders.

In the absence of any definite provision in the afore said specifications, reference may be made to
the specifications prescribed in the Tamil Nadu Building Practice and where even these are silent,
the construction shall confirm to sound Engineering practice as approved by the Engineer. In case
of any dispute arising out of the interpretation of the above, the decision of the Engineer shall be
final and binding on the contractor.

92
SECTION 5:CONTRACTORS RESPONSIBILITY IN ARRANGING SITE OFFICE, STORE,
WATER, POWER, INSURANCE, JOINT INSPECTION, VIDEO COVERAGE ETC.

1. SUPPLY OF MATERIALS:
a) The successful Bidder should make his own arrangement to obtain / import all materials
required for the work including steel and cement.
b) The Work shall be carried out using high quality materials and products from good source
and reputed manufacturer respectively. The tenderer / contractor shall furnish the details of
sources and manufacturers of materials and products, which they intend to use in the Work
if their tender is acceptable.
c) Quality assurance should be strictly adhered to. All materials are subject to inspection and
approval of the Employer before use in the Work. All Work carried out and materials
supplied shall conform to relevant latest Indian Standard Specification.
d) The Contractor shall furnish the Employer for approval adequate samples of all materials to
be used in Work and to permit tests and examinations thereof. All materials used in the
Work shall be strictly as per approved samples and approved make.
e) All mock ups / finishes / quality shall be approved by Employer.
f) All materials which are rejected shall be forthwith removed from the site.

2. CEMENT & STEEL:THE QUALITY OF CEMENT AND STEEL SHOULD BE AS PER BUREAU OF INDIAN
STANDARDS SPECIFICATION.

3. WATER & POWER:


a) The rate quoted by the Contractor shall include expenditure for providing all the water
required for the Civil construction work as well as that of Direct Sub Contractors and the
Contractor shall make his own arrangements for the supply of good quality water, including
obtaining Corporation connection for his labour as well as for construction purpose, and all
charges for water shall be borne by him. If the Corporation water is not available and should
it become necessary for the Contractor to bring acceptable quality water from outside by
tankers, the Employer shall not be liable to pay any charges in connection therewith
including charges for periodic testing of the water of such sources for its suitability before
use on works.

b) The rate quoted in the tender shall also include electric consumption charges for power
required for the Civil construction work as well as that of Sub-Contractor and the Contractor
shall have to make his own arrangements to obtain power connections and maintain at his
own expense an efficient service of electric light and power and shall pay for the electricity
consumed. The Employer, as well as the Engineer, shall give all possible assistance to the
Contractor to obtain the requisite permission from the various Authorities, but the
responsibility for obtaining the same shall be that of the Contractor. Any shortfall in quantum
of electric power from local electric company’s supply shall be made up by necessary
captive generators at site which the Contractor shall install at site. All charges connected

93
with installing, running and maintaining of the generators, including all statutory approvals
shall be borne by the Contractor.
c) The Contractor shall also be responsible to supply water and electricity to all other agencies
directly engaged by him such as Direct Sub-contractors etc. free and without levying any
charge.

d) If no such facility is available at the site of work and if available and found inadequate, it shall
be the responsibility of the Contractor to make his own arrangement for obtaining water and
power at his cost. The Contractor’s responsibility also cover supply of adequate quantity of
water and power for testing and commissioning of all his Direct sub-Contractors’ works.

e) All Corporation service charges or fees, for drainage and water connection for construction
purpose shall be borne by the Contractor and if any, payable for permanent connections
shall be initially paid by the Contractor and the Employer will reimburse the amount on
production of official receipts.

f) Supply connection deposits, improvement or development charges for the permanent supply
will be paid by the Employer to the authority. It is the responsibility of the Contractor to apply
in time and follow up with respective authorities to obtain all permanent service connections.

4. GUARANTEE
Besides guarantees required elsewhere, the Contractor shall guarantee for the work of
special components (if any), for a period of ten years.

The Contractor should guarantee for all the items of work for a period of five years. The
rates quoted in BOQ should include guarantee for materials and labour for
replacement.

The Contractor should guarantee for all the components for a period of two years. The
rates quoted should include cost of spares and labour. Only consumables like diesel
and oil will be paid by Contractor.

All required guarantees shall be in an approved perform acceptable to the Employer on an


appropriate valued stamp paper and submitted to the Engineer by the Contractor when
requesting certification of accounts for final payment.

5. RECORD DRAWINGS
The Civil Contractor shall make accurate records of those parts of the Works which will
become hidden by further progress, as may be directed by the Engineer. Such records shall
be checked and verified by the Engineer while the work is open for inspection. The records
shall be entered by the Civil Contractor on prints of drawings which will be made available to
him for this purpose, amplified by him with supplementary dimensioned sketches and

94
handed over to the Engineer as soon as practicable. All costs and expenses in connection
therewith shall be borne by the Contractor.

6. PERMISSION FROM STATUTORY BODY


Permission required to be obtained from local Government and connected bodies for
establishing the site office and executing the work shall be Bidder’s responsibility.

7. INSURANCE
The Contractor shall be responsible for any injury to persons, animals or things and for all
structural damage to property which may arise from the operation or neglect of himself and or
any nominated Direct Sub-Contractors, or Direct Sub-Contractors / Contractor's Employees
and or third party whether such injury or damage arising from carelessness, accident or any
other cause whatsoever, in any way connected with the execution of work. The cover taken
by the Contractor towards Third Party Liability shall be for a value of Rs. 5 Lakhs (Rupees
Five Lakhs only) for a single event and there shall be no upper limit on the number of such
events. The Bidders are expected to include all the charges towards taking all insurance
cover, charges towards premium etc. in the quoted rates and no extras / claims shall be
entertained on account of the Bidders’ failure to comply with this requirement. The Contractor
shall take required insurance cover with an approved insurance company and deposit the
policy with the Employer well before commencement of work.

8. JOINT INSPECTION
Employer’s representatives’ shall conduct a joint inspection with the Contractors’ authorised
representative at every stage of the work, immediately upon completion of such stage of
works. The purpose of the joint inspection is to observe and record any deviations from the
specified tolerances / levels, plumb or any quality defects or any such issues which require
immediate attention / action from the Civil Contractor to make good or rectify such defects or
observations jointly recorded. Such joint inspections can be held at any time as deemed fit
and shall be binding on the Contractor to act upon and implement without any extra cost the
directions arising out of such joint inspections. Failure / delay in holding such joint
inspections shall not absolve the Civil Contractor from his responsibilities to rectify any
defects which may be subsequently noticed at any time after the respective stages of work.

9. SITE OFFICE ACCOMMODATION FOR EMPLOYER’S REPRESENTATIVES


The Contractor shall, within the quoted rates provide for fully furnished and Site Office
Accommodation for the representatives of the Employer. At the time of the successful
handing over of the project to the Employer or at any time earlier, as directed by the Owner,
the Contractor shall arrange to dismantle the entire structure and remove the
accommodation including debris and restore the site as directed, all within the quoted rates.

10. PHOTOGRAPHS AND VIDEO CASSETTES


The Contractor at his own cost shall take photos and videos from the locations approved
showing the progress of work at monthly intervals throughout the construction period and

95
furnish photographs and video cassettes of required duration duly indicating therein the
specified number of negative / prints affixed in albums. Each photograph shall be marked
with the description of the photograph and location from which it was taken. The ownership
and copy right of all photographs and negatives shall be vested with the Employer and are
not to be used without his permission under any circumstances. Negatives and prints shall
be handed over to the Engineer monthly.
11. FIRE PROTECTION DURING CONSTRUCTION
Provide and keep in working condition adequate firefighting equipment for emergency use
(in case).

12. TEMPORARY TOILET FACILITIES


Washing and Bathing places:
Adequate washing and bathing places shall be provided, separately for men and women.
Such places shall be kept in clean and drained condition. Bathing for washing should not be
allowed in or near any drinking water well.

Latrines and Urinals:


They shall be provided within the premises of every work places, latrines and urinals in an
accessible place and the accommodation separately for each of them shall be on the
following scale as directed by the Superintending Engineer in any particular case:
i. Where the No. of persons employed does not exceed 50 : 2 sets.
ii. Where the No. of persons employed exceed 50 but does not exceed 100 : 3 sets.
iii. For every additional 100 : 3 sets.

The excrete from the latrine shall be disposed off without causing any public health problem at
the contractor's expenses to the out way pits approved by the local public health authority. The
contractor shall also employ adequate number of sanitary and conservancy staff to keep the
latrine and urinals in a clean condition.

13. SCHEDULE OF QUANTITIES AND TECHNICAL SPECIFICATIONS


In case of conflict between item description in “Bill of Quantities” and “Technical specifications”
the following priority shall govern:
 Bill of Quantities & Preamble
 Technical Specifications
 IS Code
 Equivalent BS Codes
 Other codes

14. DOCUMENTATION
The contractor shall submit the following guarantee certificates and documents before
submission of Final Bill:

96
a) Guarantee for all work
b) Design Mix Report for all permitted mixes
c) Periodical Test report for Steel and Cement
d) Material Test Reports as called for.
e) Reinforcement steel inspection reports
f) Pour Card for concreting R.C.C items.
g) Cube Test Reports as and when due (7 days and 28 days strength)
h) Any other Material and work inspection reports called for by Employer as found
necessary.

15. A levy towards the manual workers fund at 0.30% of actual value of work done in the
contract would be imposed on the contractor, which would be recovered from the
contractor as and when bills are paid to the Contractor.

16. Contractor has to sign the copy of Tamil Nadu Building Practice and addenda volume in
acknowledgement of being bound by all the standard specifications for items of works
described by a Standard Specification number in Schedule-A and all the conditions of the
clauses of the General condition of contract, so far as they are not inconsistent with the
provisions of this tender/Agreement conditions made there under, continue in force.

17. All the Measuring tapes used on works by Departmental officers and Contractors, Suppliers
shall be graduated only in metric units and shall bear the verification Stamping of the
department of Legal Meterolagy (on the end book) Dual Marked (Metric and feet and
inches) measuring tapes should not be used by the departmental officers / Contractor;
Suppliers. All the tapes should be Confirming to the Standard of weights and measures
(General) Rules 1987 (Board Circular memo No. TC4/66896/98 dt: 6.10.99).

18. The contractor shall form his own approach road to the work sites for which no extra will be
due to him. On completion of work the Contractor shall not be permitted to remove the
materials laid for formation of road. If the contractor is allowed to use the existing roads, he
shall maintain them in good condition at his own cost throughout the period of contract.

97
TECHNICAL SPECIFICATIONS

General Technical Specification


1. Detailed scope of work

Location and area of site

The proposed project site is IN NORTH USMAN ROAD IN Dn -113 & 117, ZONE-9 AND Dn-
136, ZONE-10 Greater Chennai Corporation (GCC)

98
Around the site

This road starts for a distance of 1.30 km.


Site Preparation:

1) Scope: This work shall consist of cutting, removing and disposing of all materials
such as trees, bushes, shrubs, stumps, roots, grass, weeds, top organic soil not
exceeding 150 mm in thickness, rubbish etc., from the area of Works which in the
opinion of the Engineer are unsuitable for incorporation in the Works, and such
other areas as may be specified on the Drawings or by the Engineer. It shall include
necessary excavation, backfilling of pits resulting from uprooting of trees and
stumps to required compaction, handling, salvaging, and disposal of cleared
materials. Clearing and grubbing shall be performed in advance of earthwork
operations and in accordance with the requirements of these Specifications.

2) Removal of Top Soil, Shrubs and Other Vegetation: All shrubs, vegetation and
other plants shall be removed and cleared from the selected stretch of the site. All
debris and unsuitable material up to a depth of 30cm between ground level/road
levels shall be removed. All debris and unsuitable material shall be carted away
from the site as per the direction of Board Engineer up to a distance of 10 kms.

3) Utilities Protection: All utility lines and structures, whether indicated on the
drawings or not, which are to remain in service shall be protected by the contractor
from any damage likely to result from his operations. Relocation wherever
necessary will be done by the respective Service Departments on payment by the
Employer separately. No extra payment will be made for minor relocation, which
does not require dislocation from existing condition and shifting to other location. In
such a condition, the service lines shall be pushed slightly to facilitate laying of
main and brought back to original position after the work is completed wherever
necessary. The service lines should be supported at bottom with planks, posts, etc.
and tied with ropes properly. Any damage to any utility resulting from the
Contractor's operations shall be repaired at the Contractor's expense.

4) Disposal of Materials: All materials arising from clearing and grubbing operations
shall be the property of Employer and shall be disposed of by the Contractor as
hereinafter provided or directed by the Engineer. Trunks and stumps of trees shall
be cleaned of limbs and roots and stacked. Also boulders, stones and other
materials usable in construction shall be neatly stacked as directed by the
Engineer. Stacking stumps, boulders, stones etc., shall be done at specified spots
with all lifts and up to a lead of 1000 m.

5) Work during Nights: No extra payment will be made for doing the work in the
nights. The Contractor shall get prior approval from the Engineer in charge before
starting the work during nights

99
1.1 Excavation

This specification covers the general requirements of earthwork in excavation in


different materials necessary for the construction of the Works including structures,
roadway, side drains, sewers and water supply lines in accordance with requirements of
these Specifications and the lines, grades and cross-section shown in the Drawings or as
indicated by the Engineer. This Specification also includes site grading, filling in areas as
shown in Drawing, filling back around foundations, plinths and approach ramps,
conveyance and disposal of surplus spoils or stacking them properly as shown on the
Drawings or as directed by the Engineer and all operations covered within the intent and
purpose of this Specification. It shall also include the hauling and stacking of or hauling to
sites of embankment and sub grade construction, suitable cut materials as required, as
also the disposal of unsuitable cut materials in specified manner, trimming and finishing of
the road to specified dimensions or as directed by the Engineer.

Excavation for structures shall consist of the removal of material for the construction
of foundation for building and other similar structures, in accordance with the requirements
of these Specifications and the lines and dimensions shown on the Drawings or as
indicated by the Engineer. The work shall include construction of the necessary cofferdams
and cribs and their subsequent removal; all necessary sheeting, shoring, bracing, draining
and pumping; the removal of all logs, stumps, grubs and other deleterious matter and
obstructions, necessary for placing the foundations; trimming bottoms of excavations;
backfilling and clearing up the site and the disposal of all surplus material.

All excavations shall be carried out in conformity with the directions laid here-in-under and
in a manner approved by the Engineer. The work shall be so done that the suitable
materials available from excavation are satisfactorily utilized as decided upon beforehand.

While planning or executing excavations, the Contractor shall take all adequate
precautions against soil erosion, water pollution etc.,
The excavations shall conform to the lines, grades, side slopes and levels shown on the
Drawings or as directed by the Engineer. The Contractor shall not excavate outside the
limits of excavation. Subject to the permitted tolerances, any excess depth / width
excavated beyond the specified level / dimensions on the Drawings shall be made good at
the cost of the Contractor with suitable material of characteristics similar to that removed
and compacted to the requirements of Clause 5.20.

All debris and loose material on the slopes of cuttings shall be removed. No backfilling shall
be allowed to obtain required slopes excepting that when boulders or soft materials are
encountered in cut slopes, these shall be excavated to approved depth on instructions of
the Engineer and the resulting cavities filled with suitable material and thoroughly
compacted in an approved manner.

After excavation, the sides of excavated area shall be trimmed and the area contoured to
minimize erosion and ponding, allowing for natural drainage to take place. If trees were
100
removed, new trees shall be planted, as directed by the Engineer. The cost of planting new
trees shall be deemed to be incidental to the work.

1.2 Shoring & Shuttering:

Open cuttings and trenches shall be suitably shored, sheeted and braced, if required by the
Engineer or by site conditions or to meet local laws, for protecting life, property of the work.
Adequate shoring and strutting shall be provided by the Contractors at their own cost.
Warped or deformed timber shall not be used. The shoring shall project at least 150mm
above ground level and shall extend to a suitable depth below the bottom of the trench.
Wherever necessary, the planks or struts shall be driven by compressed air pile drivers.
The planks shall be fixed close enough to avoid any running in of sand earth through the
joints. The shoring material shall not be of sizes less than those specified below, unless
steel sheet piling is used or unless approved by the Engineer in writing.

1. Planks : 38mm thick


2. Walling pieces : 100 cm x 100 cm
3. Struts : 15 cm x 20 cm

For walling pieces round timber shall not be allowed. In a vertical plane, there shall be at
least three struts or more as directed by the Engineer. They shall rest on walling pieces.
The spacing of the struts shall be as per the requirement of the design. At the bottom,
extra struts shall have to be provided if ordered by the Engineer

1.3 Disposal of Excavated Material:

All the excavated materials shall be the property of the Employer. The material obtained
from the excavation drains, trenches, cross drainage works etc., shall be used for filling up
of (i) roadway embankment, (ii) in the existing the right-of-way and (iii) for landscaping of
the road or inside the premises as directed by the Engineer, including leveling and
spreading with all lifts and lead up to 100 mm and no extra payment shall be made for the
same.

All hard materials, such as hard moorum, rubble, etc., not intended for use as above shall
be stacked neatly on specified land as directed by the Engineer with all lifts and lead up to
1000 m.

Unsuitable and surplus material not intended for use within the lead specified above shall
also, if necessary, be transported with all lifts and lead beyond initial 1000 m, disposed of
or used as directed by the Engineer

All fill material shall be subject verification & and approval of Engineer Incharge. The
rejected material if any, the contractor shall arrange for removal from the site at his own

101
cost. Surplus fill material shall be deposited /disposed off as directed by Engineer In
chargeafter the completion of filling work

1.4 Plinth Filling:

Plinth filling shall be carried out with approved material as described hereinbefore in layers
not exceeding 150 mm, watered and compacted with mechanical compaction machines.
Engineer May however permit manual compaction by hand tampers in case he is satisfied
that mechanical compaction is not possible. When filling reaches the finished level, the
surface shall be flooded with water, unless otherwise directed, for at least 2 hours, allowed
to dry and then the surface again compacted as specified above to avoid settlements at a
later stage. The finished level of the filling shall be trimmed to the level / slope specified.

At some location / areas it may not be possible to use rollers because of space restriction.
The contractor shall then be permitted to use pneumatic tampers, rammers, etc. The
contractor shall ensure proper compaction.

1.5 Sand filling in plinth and other places:

At places backfilling shall be carried out with local sand of quarry dust if directed by
Engineer. The sand/quarry dust used shall be clean, medium grained and free from
impurities. The filled-in-material shall be kept flooded with water for 2 hours to ensure
maximum consolidation. Any temporary work required to contain sand/quarry dust under
flooded condition shall be to Contractor's account. The surface of the consolidated sand
shall be dressed to required level or slope. Construction of floors or other structures on
sand fill shall not be started until Engineer has inspected and approved the fill.

1.6 General site grading:

Site grading shall be carried out as indicated in the Drawings and as directed by Engineer.
Excavation shall be carried out as specified in the Specification. Filling and compaction
shall be carried out as per specification

If no compaction is called for, the fill may be deposited to the full height in one operation
and Leveled. If the fill has to be compacted, it shall be placed in layers not exceeding 225
mm and leveled uniformly and compacted before the next layer is deposited. To ensure
that the fill is properly compacted the contractor shall arrange field & laboratory tests in the
presence of Engineer in-charge.

102
Field compaction tests shall be carried out in each layer of filling until the fill to the required
height has been thoroughly compacted. This shall hold good for the embankments as well.
If the desired level of compaction is not achieved the fill be considered as incomplete.

The contractor shall protect the earth fill from being washed away by rain or by other
means. Incase slip occurs if any the contractor shall arrange to make good the slip and
remove the affected material.

1.7 Filling in Holes and Trenches etc.:

The Contractor immediately upon completion of the Works shall fill up holes and trenches
which may have been made or dug, level the mounds, or heaps or earth that may have
been raised or made, and clear away all rubbish which may have become superfluous or
have been occasioned or made in the execution of the works, and the Contractor shall bear
and pay all costs, charges etc.
1.8 Standards:

These Specifications cover the items of work in structural and non-structural parts of the
Works coming under purview of this document. All work shall be carried out in conformation
with this. In general, provisions of Indian Standards, Indian Roads Congress Codes, MOST
Specifications for Roads and Bridge Works (III Revision) and other national standards have
been followed. These Specifications are not intended to cover the minute details. The work
shall be executed in accordance with best modern practices. All codes and standards
referred to in these Specifications shall be the latest edition including all applicable Official
Amendments and re e. If no standard is indicated, the relevant Indian Standard, if
any, shall apply,

1.9 Equivalence of Standards and Codes:

Whenever reference is made in the contract to the respective standards and codes in
accordance with which plant, equipment or materials are to be furnished and work is to be
performed or tested the provisions of the latest current edition or revision of the relevant
standards and codes in effect shall apply, unless otherwise expressly set forth in the
contract. Where such standards and codes are national in character, or relate to a
particular country or region, other authoritative standards which ensure equal or higher
quality than the standards and codes specified will be accepted subject to the prior review
and written approval by the Engineer. Difference between the standards specified and the
proposed authoritative standards must be fully described in writing by the Contractor and
submitted to the Engineer well in advance for approval. If on the prior review, the Engineer
determines that such proposed deviations do not ensure equal or higher quality; the
Contractor shall comply with the standards set forth in the contract documents.

The Contractor should use only accepted makes of materials and plant and should
construct the entire Works according to Specifications, Standards, data sheets, drawings

103
etc. If no makes are specified then only manufacturers of Plant and materials
corresponding to the state of the Art technology and / or confirming to the latest Indian /
International standards shall be used. Providing materials of approved quality and
confirming to the standards does not relieve the Contractor from being responsible for the
successful performance of all system components.

The List of Indian Standards relevant to the Civil Engineering work: (Latest Revision to be
referred.) is enclosed as annexure:

2. SAFETY MEASURES:

i.General Requirements for Health and Safety: The safety provision shall be
brought to the notice of all concerned by displaying on a notice board at a
prominent place at the work spot, persons responsible for ensuring
compliance with the safety provision shall be named therein by the
Contractor. To ensure effective enforcement of the rules and regulations
relating to safety precautions, arrangements made by the Contractor shall be
open to inspection by the Engineer or his representative and the inspecting
officer. Notwithstanding the above provision Contractor is not exempted from
the operation of any other Act or rules in force relating to safety provisions.

ii. Protection of the Public: No material on any of the sites shall be so


stocked or placed as to cause danger or inconvenience to any person or to
the public. The Contractor shall provide all necessary fencing and lights to
protect public from accidents and shall be bound to bear expenses of
defense of every suit, action or proceedings of law that may be brought by
any person for injury sustaining, owing to neglect the above precautions and
to any such suit, action or proceedings to any such person or which may with
the consent of the Contractor be paid to compromise any claim by any such
person.

iii. Scaffolding, Ladders & Working Platform: The Contractor shall ensure
that suitable scaffolds are being provided for workers for all the works, which
cannot safely be done from the ground or from solid construction, except
such short period work, as can be done safely from ladders. All scaffolds,
ladders and other safety devices shall be maintained in a safe condition and
no scaffold, ladder of equipment shall be altered or removed while it is in
use. Every opening in the floor of a building shall be provided with suitable
working platform to prevent fall of persons or materials. Suitable fencing or
railing shall be provided with a minimum height of 1 meter. Safe means of
access shall be provided to all working platforms and other working places.

iv. Safety Equipment:All necessary personal safety equipment as considered


adequate by the Engineer shall be available for use of persons employed on
the site and maintained in a condition suitable for immediate use and the

104
Contractor shall take adequate steps to ensure proper use of equipment
such as footwear, hand gloves and goggles etc. by those concerned.

3. SPECIAL CONDITIONS:

1) Water for Construction: The Contractor shall make his own arrangement
for the fresh water confirming to standards required for construction of civil
works as well as for the potable water required for his labour camps

2) Power supply required for construction: The Contractor shall make his
own arrangement for supply of electrical energy required at his sites and the
works.

3) Temporary Fencing: The Contractor shall, at his own expense, erect and
maintain in good condition temporary fences and gates along the boundaries
of the areas assigned, if any, to him by the employer for the purpose of the
execution of the works. The Contractor shall, except when authorized by the
Engineer, confine his men, materials and plant within the site of which he is
given possession. The Contractor shall not use any part of the site for
purposes not connected with the works unless prior written consent of the
Engineer has been obtained. Access shall be made to such areas only by
way of approved gateways. The Contractor shall get the prior permission of
the Engineer before any person not directly connected with the works to visit
the site.

4) Sanitary Facilities: The Contractor shall provide and maintain in clean and
sanitary condition adequate W.C.’s and wash places, which may be required
on the various parts of the site or use of his employees, to the satisfaction of
the Engineer. The Contractor shall make all arrangements for the disposal
of sewage of drainage in accordance with the directions of the Engineer

5) Maintaining Utility Service and Traffic: Drawings scheduling the affected


services like water pipes, sewers, oil pipelines, cables, gas ducts etc. owned
by various authorities including Public Undertakings and Local Authorities
included in the Contract Documents shall be verified by the Contractor for
the accuracy of the information prior to the commencement of any work.
These utilities shall be guarded from injury by the Contractor at his own cost,
so that they may continue in full and uninterrupted use to the satisfaction of
the Employer and the Contractor shall not store materials or otherwise
occupy any part of the ‘site’ in a manner likely to hinder the operation of such
services. The Contractor must make good or bear the cost of making good,
the damage if any caused by him on any mains, pipes, cables or lines
(whether above or below ground), whether shown or not shown in the
drawings, without delay to the satisfaction of the Engineer and the Employer.
The contractor shall take utmost care to prevent these utilities from damage
during execution.

105
6) Co-ordination with Line Departments: Before commencing operations, the
contractor has to obtain permission from concerned Department. The
employer will give necessary assistance such as sending letters and
attending meetings if required. The employer will also pay necessary
charges towards restoration of roads to the Corporation of Chennai / State
Highways and National Highways. Any delay in getting the permission from
the Corporation / Panchayats / Municipalities, State Highways Department,
National Highways Department, Railway Department, Electricity Board,
Telegraphs Department, Traffic Department attached to the police and other
departments or companies for carrying out the work will be to the account of
Contractor.

7) The contractor before taking up operations, which involve cutting of roads,


shifting utilities etc., during the progress of the work, shall give notice to the
concerned authorities viz. the Corporation / Panchayats / Municipalities,
State Highways Department, National Highways Department, Railway
Department, Electricity Board, Telegraphs Department, Traffic Department
attached to the police and other departments or companies as may be
affected by the work. The notice should identify the specific details so that
the necessary diversion of traffic may be arranged and permissions
obtained.

8) The contractor shall co-operate with the department concerned and provide
for necessary barricading of roads, protection to existing underground cables
etc., met with during the excavation of trenches. The contractor shall provide
at his own expenses watching and lighting arrangements during day and
night and erect required notice board such as “Caution Road closed for
Traffic” etc.,. He should also provide and maintain at his own cost the
necessary supports for underground cables etc., to afford best protection to
them in consultation with the authorities in charge of the properties and to
their best satisfaction.

9) The contractor has to make necessary arrangements to get supply of


electricity from TNEB for operating the machinery and equipment. The
employer will pay the necessary service connection and S.D charges. The
contractor should obtain all approvals for installation and commissioning of
machinery and accessories offered by them from the respective inspecting
authorities such as CEIG or CEFG etc., Fees if any, to be paid to the
inspecting authorities will be reimbursed by the Employer.

10) Permission for Road Cuts: Wherever the Contractor considers that it is
necessary to cut through an existing road or track, he shall submit details to
the Engineer for approval, a minimum of seven days before such work
commence. In the event of cutting a road by the Contractor without the
written permission from the Engineer, the Contractor shall be responsible for
the cost of reinstating the road as undertaken by the Municipal Road
106
Department or the Highways Department, as the case may be,
notwithstanding the general procedures included in Chapter 5, Earthwork.
Where all permissions are correctly obtained the cost of such reinstatement
will be paid directly by the employer.

11) Temporary Diversion of Roads: During the execution of the work the
Contractor shall make at his cost all necessary provision for the temporary
diversion of roads, cart-tracks, footpaths, drains, water courses, channels
etc., if he fail to do so, the same shall be done by the Engineer and the cost
thereof will be recovered from the Contractor.

12) Barricading: The manhole / trench of any other excavation done shall be
barricaded on using M S sheet barricading of specified size. The Contractor
who has dug up the trench shall be responsible for any mishap, which may
occur. Non-barricading of trenches by the Contractor shall be liable for a
fine of Rs.500/- per day, per location from the interim payment certificates
prepared in accordance with Sub Clause 60.2 in Section 4 Conditions of
Contract for the particular application. Such deduction will not relieve the
Contractor of any liability or duty under the Contract.

13) Accidents: It shall be the duty of the Contractor to arrange for the execution
of the works in such a manner as to avoid the possibility of the accidents to
public or damage to the properties at any state of the progress of work.
Nevertheless he shall be held wholly responsible for any injury or damage to
persons and properties, which may occur irrespective of any precautions that
he may take during the execution of the works. The Contractor shall make
good all claims and loss arising out of such accidents and indemnify the
Employer from all such claims and expenses on account thereof.

14) Water & Lighting: The Contractor shall pay all fees and provide water and
light as required from Municipal mains or other sources and shall pay all
charges, thereof (including storage tanks, meters etc.) for the use of the
works and workmen, unless otherwise arranged and decided on by writing
with Engineer. The water used for the works shall conform to relevant
standards be free from earthy vegetable or organic matter and from salts or
other substances likely to interfere with the setting of mortar or otherwise
prove harmful to the work.

4. CONCRETE:

General:

1) This Specification covers the general requirements for concrete to be used


on jobs using on-site production facilities including requirements in regard to
the quality, handling, storage of ingredients, proportioning, batching, mixing
and testing of concrete and also requirements in regard to the quality,
107
storage, bending and fixing of reinforcement. This also covers the
transportation of concrete from the mixer to the place of final deposit and the
placing, curing, protecting, repairing and finishing of concrete.

2) The quality of materials and method and control of manufacture and


transportation of all concrete work irrespective of mix whether reinforced or
otherwise, shall conform to the applicable portions of this Specification.

3) The Engineer shall have the right to inspect the source/s of materials, the
layout and operation of procurement and storage of materials, the concrete
batching and mixing equipment, and the quality control system. Such an
inspection shall be arranged and Engineer’s approval obtained, prior to
starting of concrete work.

4.1 Material for Standard Concrete:

The Contractor shall submit to the Engineer full details of all materials which he proposes
to use for making concrete. No concrete shall be placed in the works until the Engineer has
approved the materials of which it is composed. Approved materials shall not thereafter be
altered or substituted by other materials without the consent of the Engineer.

The ingredients to be used in the manufacture of concrete shall consist solely of Portland
cement, clean sand, natural course. The ingredients shall fulfill the specifications as below:

A. Cement: Cement shall, whether supplied by the GCC or not, comply with the
requirements of IS: 12269. The testing laboratory at the discretion by the
Engineer, shall perform such tests as are deemed necessary. Cement bags or
bulk silos shall be tagged for identification at location of sampling. Tests will
include tensile tests and weighing the cement supply to check for net weight
received at site and used in the works.

 On arrival at site, cement shall be stored in weatherproof silos designed for the
purpose or in dry weather-tight and properly ventilated structures will floors
raised 15 to 20cm above ground level, 30cm away from walls and with adequate
provision to prevent absorption of moisture or flooding.

 All storage facilities shall be subject to approval by the Engineer and shall be
such as to permit easy access for inspection and identification. Each
consignment of cement shall be kept separately and the Contractor shall use
the consignments in the order in which they are received.

 Any cement in drums or bags, which have been opened, shall be used
immediately. Different types of cement shall be kept in clearly marked separate
storage facilities. Not more than 15 bags shall be stacked vertically in one pile.

108
 Cement shall be stored in double locking arrangement, so that cement
transactions can be with the knowledge of supervisory staff. Daily account of
cement shall be maintained by the Contractor in the prescribed register and
shall be made available to inspecting authorities for store verification.

 The Contractor shall provide from each consignment of cement delivered to the
site such samples as the Engineer may require for testing. Any cement which
is, in the opinion of the Engineer, lumpy or partially set shall be rejected and the
Contractor shall promptly remove such cement from the site.

 Cement which has been stored on the site for more than ninety (90) days and
cement which in the opinion of the Engineer is of doubtful quality shall not be
used in the works until it has been retested and test sheets showing that it
complies in all respects with the relevant standard have been delivered to the
Engineer.

 The cement supplied should confirm to the Indian Standards given below

I. Cement
1. Specifications for Ordinary Portland Cement IS 269-1989
2. Sulphate resisting cement IS 12330-1988
3. Specification for Portland Pozzolona Cement IS 1489-1976

 Only one type of cement shall be used in any one mix. The source of supply,
type of brand of cement within the same structure or portion thereof shall not be
changed without the approval from the Engineer Incharge.

B. Aggregates: Aggregate will be tested before and after concrete mix is


established and whenever character or source of material is changed. Tests will
include a sieve analysis to determine conformity with limits of gradation

Samples of aggregates 50 kg in weight will be taken by the Contractor at source of supply


and submitted to the Engineer before placing orders. These samples if approved shall
remain preserved in the Engineer’s care for reference and the type of aggregate used in
the works may not be altered without Engineer’s prior approval.

Aggregate shall be obtained from an approved source and shall conform to the
requirements of the Indian Standards given below

II. Aggregates
1. Specification for coarse and fine Aggregate from
natural source for concrete IS 383-1970

109
2. Specification for sand and Masonry Mortar IS 2116-1980

3. Method of Tests for aggregates for concrete IS 2386-1963


(Part I to VII)

The Contractor shall sample and carry out analysis in the presence of the Engineer’s
representative, or the fine aggregate and each nominal size of coarse aggregate in use
employing the methods described in IS: 383 and 2386 at least once in each week when
concreting is in progress and such more frequent intervals as the Engineer may require.
The grading of all aggregates shall be within the respective limits specified in the codes.
For aggregates, which vary more than the approved fineness modulus, the Engineer may
instruct the Contractor to alter the relative proportions of the aggregate in the mix to allow
for such difference, or may require further trial mixes.

Storage of aggregates shall be provided at each point where concrete is made such that
each nominal size of coarse aggregate and the fine aggregate shall be kept separated at
all times. Contamination of the aggregates by the ground or other foreign matter shall be
effectively prevented at all times, and each heap of aggregate shall be capable of draining
freely. The Contractor shall ensure that graded coarse aggregates are dumped, stored and
removed from store in manner that does not cause segregation.

Coarse aggregate shall be piled in layers not exceeding 1.2m in height to prevent coning or
segregation. The aggregates must be of specified quality not only at the time of receiving
at site but more so as the time of loading into mixer.

Wet fine aggregate shall not be used until, in the opinion of the Engineer, it has drained to
constant and uniform moisture content, unless the Contractor with the knowledge of the
Engineer measures the moisture content of fine aggregate and adds water in each batch of
concrete mixed to allow for the water contained in the fine aggregate

C. Water for Concrete Mixing & Curing: Water shall be clean, clear and free
from injurious quantities of salt, traces of oil, acids, alkalies, organic matter and
other deleterious materials. The sources of water shall be approved by the
Engineer and the containers for conveyance; storage and handling shall be clean.
If necessary, standard cement tests shall be conducted using the water intended to
be used, in comparison with those adding distilled water to check quality of water.

Water shall meet the requirement of section 4.3 of IS: 456 – 2000. Generally potable water
is fit for mixing and curing. Brackish water containing more than 1000 ppm chloride ion or
2000 ppm sulphate ion shall not be used for mixing or curing concrete.

D. Admixtures: Admixtures shall mean material added to the concrete materials


during mixing for the purpose of altering the properties of normal concrete mixes. If
the Contractor wishes to use admixtures, otherwise than as expressly ordered by
110
the Engineer, he shall first obtain the Engineer’s written permission. The methods
of use and the quantities of admixture used shall be subject to the Engineer’s
approval, which approval or otherwise shall in no way limit the Contractor’s
obligations under the contract to produce concrete with the specified strength and
workability. Concrete of any class containing an admixture shall be separately
designed and have separate preliminary tests and trial mixes made and tested for
approval by the Engineer as if it were a separate class of concrete.

In all cases the Contractor shall submit to the Engineer full details of the admixture he
proposes to use and the manner in which he proposes to add it in the mix. The information
provided shall include:

1. Normal dosage and detrimental effects, it any, of under dosage and over
dosage.
2. The chemical names of the main ingredients in the admixtures.
3. The chloride content, if any, expressed as a percentage by weight of the
admixture.
4. Values of dry material content, ash content and relative density of the admixture
which can be used for Uniformity Tests.
5. Whether or not the admixture leads to the entertainment of air when
used as per the Manufacturer’s recommended dosage, and it so to what
extent.
6. Where two or more admixtures are proposed to be used in any one mix,
confirmation as to their compatibility.
7. There would be no increase in risk of corrosion of the reinforcement or other
embedment as a result of using the admixture
8. The chloride ion content of any admixture shall not exceed 1 per cent by weight
of the admixture nor 0.02 per cent by weight of the cement in the mix.
9. Admixtures shall not be mixed together without the consent of the Engineer.
10. Calcium chloride or admixtures containing calcium chloride shall not be used in
pre- stressed concrete.

Admixtures may be supplied as liquid or as powder. They shall be stored in sealed and
undamaged containers in a dry, cool place. Admixtures shall be dispensed in liquid form
and dispensers shall be of sufficient capacity to measure at one time the full quantity
required for each batch.

E. Workability Agents: Workability agents shall comply with BS 5075 and shall
not have any adverse effect on the properties of the concrete. Workability agent
shall not be used without the consent of the Engineer in charge.

F. Reinforcement: Steel reinforcement bars, if supplied or arranged by contractor,


shall be either medium tensile steel bars as per IS 452 (part-I) or hot rolled mild
steel and medium tensile steel deformed bars as per IS 1139 or cold twisted steel
bars and hot weld strength deformed bars as per IS 1786, preferable Fe500D as
shown and specified on the drawings. Wire mesh or fabric shall be in accordance

111
with IS 1566. Substitution of reinforcement will not be permitted except upon written
approval from Engineer-in-charge. All reinforcement shall be free from loose mill
scales, loose rust and coats of paints, oil, mud or other coatings, which may
obstruct the bond.

4.2 Sampling, Testing &Storage of Material:

Sampling and testing shall be as per IS 2386 performed under the supervision of Engineer
in-charge. Samples of aggregates for mix design and determination of suitability shall be
taken under the supervision of Engineer and delivered to the laboratory well in advance of
the scheduled placing of concrete. Records of tests made on proposed aggregates and on
concrete made from this source of aggregates shall be furnished to the Engineer in
advance of the work for use in determining aggregate suitability. The cost of all such tests,
sampling etc. shall be borne by the Contractor.

Materials shall be tested as hereinafter specified and unless specified otherwise, all
sampling and testing shall be performed by Testing Laboratory approved by Board at the
Contractor’s expense. Engineer, if he so desires, may order tests to be carried out on
cement, sand, coarse aggregate, water in accordance with the relevant Indian Standards.

A. Tests on cement shall include:

 Fineness test
 Test for normal consistency
 Test for setting time
 Test for soundness
 Test for tensile strength
 Test for compressive strength
 Test for heat of hydration (by experiment and by calculations) in accordance
with IS: 269- 1989.

B. Tests on sand shall include:

 Sieve test
 Test for organic impurities
 Decantation test for determining clay and silt content
 Specific gravity test
 Test for unit weight and bulkage factor
 Test for sieve analysis and fineness modulus.

C. Tests on coarse aggregate shall include

 Sieve analysis
 Specific gravity and unit weight of dry, loose and rodded aggregate
 Soundness and alkali aggregate reactivity

112
 Petrographic examination
 Deleterious materials and organic impurities
 Test for aggregate crushing value.

Any or all these tests would normally be ordered to be carried out only if Engineer In-
Charge feels the materials are not in accordance with the Specifications or if the specified
concrete strengths are not obtained and shall be performed by Contractor at an approved
test laboratory. If the tests are successful, owner shall pay for all such optional tests
otherwise Contractor shall have to pay for them.

If the works cubes do not give the stipulated strengths, Engineer reserves the right
to ask Contractor to dismantle such portions of the work, which in his opinion are
unacceptable and re-do the work to the standard stipulated, at Contractor's cost. The unit
rate for concrete shall be all inclusive, including making preliminary mix design and test
cubes, works, cubes, testing them as per Specification, slump tests, optional tests, etc.
complete.

D. Load test on members or any other tests:

 In the event of any work being suspected of faulty material or workmanship or


both, Engineer requiring its removal and reconstruction may order, or Contractor
may request that it should be load tested in accordance with the following
provisions:

 The test load shall be 125 percent of the maximum super- imposed load for
which the structure was designed. Such test load shall not be applied before 56
days after the effective hardening of concrete. During the test, struts strong
enough to take the whole load shall be placed in position leaving a gap under
the members. The test load shall be maintained for 2 hours before removal.

 If within 24 hours of the removal of the load, the structure does not show a
recovery of at least 75 percent of the maximum deflection shown during the 24
hours under load, the test loading shall be repeated after a lapse of at least 72
hours. The structure shall be considered to have failed to pass the test if the
recovery after the second test is not at least 75 percent of the maximum
deflection shown during the second test. If the structure is certified as failed by
the Engineer, the cost of the load test shall be borne by the Contractor.

 Any other tests, e.g. taking out in an approved manner concrete cores,
examination and tests on such cores removed from such parts of the structure
as directed by Engineer In- Charge, sonic testing etc. shall be carried out by
Contractor if so directed.

E. Unsatisfactory tests:

113
Should the results of any test prove unsatisfactory, or the structure shows signs of
weakness, undue deflection or faulty construction Contractor shall remove and rebuild the
member or members involved or carry out such other remedial measures as may be
required by Engineer / Owner. Contractor shall bear the cost of so doing, unless the failure
of the member or members to fulfill the test conditions is proved to be solely due to faulty
design. The cost of load and other tests shall be borne by Contractor if the tests show
unsatisfactory results; otherwise such costs will be borne by Owner.

4.3 Mix Design:

Mix design is normally a prerequisite to any concreting job and will be required on all major
works. If so required, an approved testing laboratory shall, at the Contractor’s expense,
design a mix for each class of concrete and shall submit full details of the mix designs to
the Engineer for his approval. The Engineer’s representative and the Contractor shall
clearly code each approved mix with a number and date, and file all details for identifying
and reproducing exactly the same mix.

This is to investigate the grading of aggregates, water cement ratio, workability and the
quantity of cement required to give preliminary and works cubes of the minimum strength
specified. The proportions of the mix shall be determined by weight. Adjustment of
aggregate proportions due to moisture present in the aggregate shall be made. Mix
proportioning shall be based on the principles given in IS: 456-2000 and SP: 23 “Handbook
for Design Mix Concrete.

Whenever there is a change either in required strength of concrete, or water-cement ratio


or Workability or the source of aggregates and / or cement, preliminary tests shall be
repeated to determine the revised proportions of the mix to suit the altered conditions.
While designing mix proportions, over-wet mixes shall always be avoided. While fixing the
value for water / cement ratio for preliminary mixes, assistance may be derived from the
graph as per IS showing the relationship between the 28-day compressive strengths of
concrete mixes with different water / cement ratios and the 7 day compressive strength of
cement tested in accordance with IS: 269-1989.

4.4 Preliminary Mix:

The proportions of cement, aggregate and water determined by the Contractor in his mix
design shall be used in preliminary mix of concrete made and tested for strength and
workability under laboratory conditions observing the appropriate requirements. These
preliminary mixes shall be repeated with adjusted proportions as necessary until concrete
mixes meeting the requirements of the preliminary and trial mix tests specified and with the
workability defined herein have been produced. If at any time during construction of the
works, the source of cement or aggregates is changed, or the grading of the aggregate
alters, then further preliminary mixes shall be undertaken.

114
4.5 Trial Mix:

After the Engineer’s approval of the preliminary concrete mix design for each class of
concrete and during or following the carrying out of the preliminary tests, the Contractor
shall prepare a trial mix of each class in the presence of the Engineer. The trial mixes shall
be mixed for the same time and handled by means of the same plant that the Contractor
proposes to use in the works. The proportion of cement, aggregates and water shall be
carefully determined by weight in accordance with the approved mix design (or modified
mix design after preliminary tests) and sieve analyses shall be made, by approved methods
of the find aggregate and each nominal size of coarse aggregate used.

4.6 Waiver of Mix Design and Weigh Batching:

On certain works, the Engineer may waive the requirement of designing mixes and may
allow the use of established nominal mix proportion, provided always those preliminary
trials are made to establish the volumetric batching procedure and mix strengths. The
Contractor will ensure that any established procedure approved by the Engineer is strictly
adhered to, so as to achieve consistent strength, durability and economy of the concrete
while ensuring approved workability of the mix. Any waiver of mix design or weigh batching
will not relieve the Contractor of his obligations to consistently produce concrete of the
specified and approved strength and durability as determined by works tests. However in
any particular work / part of work, the Engineer may decide to adopt mix design (mix)
concrete.

4.7 Grades of concrete:

The concrete shall be in grades designed in Table 2 IS: 456 – 2000, unless it is a nominal
mix concrete such as 1:3:6, 1:4:8 or 1:5:10. Whether reinforced or otherwise, all controlled
concrete works to be carried out under this Specification shall be divided into the following
classification:

Minimum compressive strength of 150mm. Cubes at 7 and 28 days after mixing, conducted
in accordance with IS: 516-1959

Preliminary test
Work test N/mm2 Max size
N/mm2 Location
Class of
At 28 At 28 for use
At 7 days At 7 days Aggregate
days days
M40 33.5 50.0 27.0 40.0 20
M35 30.0 44.0 23.5 35.0 20
M30 25.0 38.0 20.0 30.0 40 or 20

115
M25 22.0 32.0 17.0 25.0 40 or 20
M20 17.5 26.0 13.5 20.0 40 or 20
M15 13.5 20.0 10.0 15.0 40 or 20

4.8 Durability Requirement

Table-5 of IS:456 gives the maximum water-cement ratio permissible from the point of
view of durability of concrete subjected to adverse exposure to weather, sulphate attacks,
and contact with harmful chemicals. Impermeability may also be an important
consideration. Whenever the water-cement ratio dictated by durability consideration is
lower than that required from strength criterion, the former shall be adopted.

In general the water cement ratio between 0.4 and 0.45 will be desirable to satisfy the
durability requirement and from the consideration of impermeability of concrete. The
contractor may propose lower water cement ratio as mentioned above by addition of a
suitable plasticizer / super-plasticizer. However, the contractor has to propose
specifically along with field trials in the event of lower cement content if found suitable
along with a plasticizer. It will be preferable to use Melamine based plasticizer

4.9 Workability:

The workability of each class of concrete shall be such that satisfactory compaction can be
obtained when the concrete is placed and vibrated in the works. There shall be no
tendency to segregate when it is handled, transported and compacted by the methods,
which the Contractor proposes to use when handling, transporting and compacting that
class of concrete in the works.

4.10 Transporting & Depositing Concrete

Mixing plant shall be located as close as possible to the point of placement. Concrete shall
be placed within 30 minutes after mixing and shall be transported from the mixer to its final
placement as rapidly as practicable, taking care to see that no segregation or loss of
ingredients take place. It shall also be ensured that the concrete is of the required
workability at the point and time of placing.

Dropping of concrete from an excessive height or running or working it along forms will not
be permitted. Any concrete which, before placement has begun to set and has become
stiff shall be rejected. Concrete shall not be disturbed after it has been placed in the form
and has begun to set. Concrete shall be carefully placed in horizontal layers which shall be
kept at an even height throughout the work. Concrete shall not be allowed to slide or flow
down sloping surfaces directly into its final position but shall be placed in its final position
form the skips, trucks, barrows, down pipes or other placing machines or device or, if this is
impossible it shall be shoveled into position, care being taken to avoid separation of the

116
constituent materials. Concrete placed in horizontal slabs from barrows or other tipping
vehicles shall be tipped into the face of the previously placed concrete.

Concrete dropped into place in the work shall be dropped vertically. It shall not strike the
formwork between the point of its discharge and its final place in the work and except by
approval of the Engineer, it shall not be dropped freely through a height greater than 1.5
metres. Chutes & Conveyor belts shall be so designed that there is no segregation or loss
of mortar and shall be provided with a vertical tapered down pipe or other device to ensure
that concrete is discharged vertically into place.

Where a lift of concrete is built up in layers each layer shall be properly merged into the
proceeding layer before initial set takes place.

4.11 Quality Assurance: General Procedure:

General: In order to achieve the required strength and associated properties of concrete,
proper control of the Water / Cement ratio by weight need be enforced. The strength shall
be prime consideration and W.C. ratio as prescribed by Engineer in charge shall have to be
observed. Minimum Cement Content, Maximum Water-Cement Ratio and Minimum Grade
of Concrete for mild/moderate exposure condition(as applicable) with Normal Weight
Aggregates of 20 mm Nominal Maximum Size shall be complied with as given in the Table
5 of IS 456-2000.

Operators: At no time whatsoever will the mixer operator or those supervising or inspecting
the works be permitted to alter the quantity of water specified by the Engineer for mixing
the concrete. Batching shall be accurate and as specified by the Engineer.

Water / Cement Ratio: The Water / Cement ratio will be determined after mix trials by the
Contractor in the presence of the Engineer or his representative. If batching is by volume,
the Contractor shall be required to fabricate such volumetric batches and water containers
as the Engineer may determine and require so as simulating the ideals of the trial mix
without recourse to assessments by site staff and workmen.

Weighing: The Contractor shall make available always a weighing machine if so required,
guaranteed by the Contractor for its accuracy, for weighing cement and batches of
aggregate as and when the Engineer or his representative or his assistant may require.
The machine shall be capable of weighing up to 75 Kilograms and shall be accurate to half
(0.5) Kilogram.

Compaction: All concrete shall be thoroughly compacted and fully worked round the
reinforcement by vibration just sufficiently so that the appearance of laitance is kept to a
minimum and in such manner as directed by the Engineer’s Representative. Under no
circumstances shall concrete be compacted by trowels or the like.

117
Transport and Placing: Fresh concrete from the mixer shall be transported where required
by the quickest and most efficient means so as to prevent pre-set or segregation or any
loss of ingredients and shall maintain required workability. Any laitance from previous
mixes shall be removed.

4.12 Consistency

The consistency of each batch of concrete shall be measured immediately after mixing, by
the slump test, care should be taken to ensure that no water or other material is lost, the
material used for the slump test may be remixed with the remainder of the concrete for
making the specimen test cubes. The period of re-mixing shall be as short as
possible yet sufficient to produce a homogeneous mass.

4.13 Size of Test Cubes

Compression tests of concrete cubes shall be made as per IS: 516-1959 on 150mm cubes.
Each mold shall be provided with a metal base plate having no leakage. The base plate
shall be preferably attached to the mold when assembled and shall be positively and rigidly
held together. Before placing concrete, the mold and base plate shall be cleaned and oiled.
The dimensions and internal faces of the mold shall be accurate within the following limits:

Height and distance between the opposite faces of the mold shall be of specified size + 0.2
mm. The angle between the adjacent internal faces and between internal faces and top
and bottom planes of mold shall be 90o + 0.5o. The interior faces of the mold shall be
plane surfaces with a permissible variation of 0.03 mm.

4.14 Preparation prior to concrete placement, final inspection and approval

 Before the concrete is actually placed in position, the insides of the formwork shall
be inspected to see that they have been cleaned and oiled. Temporary openings
shall be provided to facilitate inspection, especially at bottom of columns and wall
forms, to permit removal of saw dust, wood shavings, binding wire, rubbish, dirt
etc. Openings shall be placed or holes drilled so that these materials and water
can be removed easily. Such openings / holes shall be later suitably plugged.

 The various traders shall be permitted ample time to install drainage and plumbing
lines, floor and trench drains, conduits, hangers, anchors, inserts, sleeves, bolts,
frames and other miscellaneous embedment to be cast in the concrete as
indicated on the Drawings or as is necessary for the proper execution of the work.
Contractor shall cooperate fully with all such agencies, and shall permit the use of
scaffolding, formwork etc. by other trades at no extra cost.

118
 All embedded parts, inserts etc. supplied by Owner or Contractor shall be correctly
positioned and securely held in the forms to prevent displacement during
depositing and vibrating of concrete.

 All anchor bolts shall be positioned and kept in place with the help of properly
manufactured templates unless specifically waived in writing by Engineer. The use
of all such templates, fixtures etc. shall be deemed to be included in the rates.
Slots, openings, holes, pockets etc. shall be provided in the concrete work in
the positions indicated in the Drawings or as directed by Engineer.

 Reinforcement and other items to be cast in concrete shall have clean surfaces that
will not impair bond.

 Prior to concrete placement all work shall be inspected and approved by Engineer
and if found unsatisfactory, concrete shall not be poured until after all defects
have been corrected at Contractor's cost.

 Approval by Engineer of any and all materials and work as required herein shall not
relieve Contractor from his obligation to produce finished concrete in accordance
with the Drawings and Specifications.

4.15 Procedure for Placing of Concrete:

 Engineer’s approval of equipment & methods: Before any concrete is placed, the
entire placing programme, consisting of equipment, layout, proposed procedures
and methods shall be submitted to Engineer for approval if so demanded by
Engineer and no concrete shall be placed until Engineer's approval has been
received. Equipment for conveying concrete shall be of such size and design as
to ensure a practically continuous flow of concrete during depositing, without
segregation of materials, considering the size of the job and placement location.

 Time interval between mixing and placing: Concrete shall be placed in its final
position before the cement reaches its initial set and concrete shall normally be
compacted in its final position within thirty minutes of leaving the mixer, and once
compacted it shall not be disturbed.

 Avoiding segregation: Concrete shall, in all cases, be deposited as nearly as


practicable directly in its final position, and shall not be handled or caused to
flow in a manner which will cause segregation, loss of materials, displacement of
reinforcement, shuttering or embedded inserts or impair its strength. For
locations where direct placement is not possible, and in narrow forms, Contractor
shall provide suitable drop and "Elephant Trunks" to confine the movement of
concrete. Special care shall be taken when concrete is dropped from a height,
especially if reinforcement is in the way, particularly in columns and thin walls.

 Placing by manual labour: Except when otherwise approved by Engineer,


concrete shall be placed in the shuttering by shovels or other approved
119
implements and shall not be dropped from a height more than 1.0 M or handled
in a manner which will cause segregation.

 Placing by mechanical equipment : when placing of concrete by use of


mechanical equipment is specifically called for while inviting bids or is
warranted considering the nature of work involved. The control of placing shall
begin at the mixer discharge by a vertical drop into the middle of the bucket or
hopper and this principle of a vertical discharge of concrete shall be
adhered to throughout all stages of delivery until the concrete comes to rest in
its final position. Central-bottom-dump buckets of a type that provides for positive
regulation of the amount and rate of deposition of concrete in all dumping
position, shall be employed.

 Placing concrete in large open areas, the bucket shall be spotted directly
over the position designated and then lowering for dumping. The open bucket
shall clear the concrete already in place and the height of drop shall not exceed
1.00 M. The bucket shall be opened slowly to avoid high vertical bounce.
Dumping of buckets on the swing or in any manner which results in
separation of ingredients or disturbance of previously placed concrete will not be
permitted

 Placement in restricted forms: Concrete placed in restricted forms by barrows,


buggies, short chutes hand shoveling shall be subject to the requirement for
vertical delivery of limited height to a Placement in restricted forms

 Placing by pumping / pneumatic placers : Concrete may be conveyed and


placed by mechanically operated equipment e.g. Pumps or pneumatic
placers, only with the written permission necessary for conveying concrete by
this method. When pumping is adopted, before pumping of concrete is started,
the pipeline shall be lubricated with one or two batches of mortar composed of
one part cement and two parts sand. The concrete mix shall be specially
designed to suit pumping. Care shall be taken to avoid stoppages in work once
pumping has started.

 When pneumatic placer is used, the manufacturer's advice on layout of pipeline


shall be followed
 `To avoid blockages and excessive wear. Restraint shall be provided at the
discharge box to take care for the reaction at this end. Manufacturer’s advice
shall be followed regarding concrete quality and all other related matters when
pumping / pneumatic placing equipment is used.

 Concrete in layers: Concrete, once started, shall be continuous until the pour is
completed. Concrete shall be placed in successive horizontal layers of uniform
thickness ranging from 150 mm to 900 mm or as directed by Engineer. These
shall be placed as rapidly as practicable to prevent the formation of cold joints or
planes of weakness between each succeeding layer within the pour. The
thickness of each layer shall be such that it can be deposited before the previous

120
layer has stiffened. The bucket loads or other units of deposit shall be spotted
progressively along the face of the layer with such overlap as will facilitate
spreading the layer to uniform depth and texture with a minimum of shoveling.
Any tendency to segregation shall be corrected by shoveling stones. Such a
condition shall be corrected by redesign of mix or other means, as directed by
Engineer. The top surface of each pour and Bedding planes shall be
approximately horizontal unless otherwise instructed.

 Placement interval: Except when placing with slip forms, each placement of
concrete in multiple lift work shall be allowed to set for at least 24 hours after the
final set of concrete and before the start of a subsequent placement.

 Placing concrete through reinforcing steel: When placing concrete through


reinforcing steel, care shall be taken to prevent segregation of the coarse
aggregate. Where the congestion of steel makes placing difficult, it may be
necessary to temporarily move the top aside to get proper placement and restore
reinforcing steel to design position.

 Special provision in placing: When placing concrete in walls with openings, in


floors of integral slabs and beam construction and other similar conditions, the
placing shall stop when the concrete reaches the top of the opening in walls or
bottom horizontal surface of the slab, as the case may be Placing shall be
resumed before the concrete in place takes initial set, but not until it has had time
to settle as determined be Engineer In- Charge.

4.16 Compaction:

All concrete placed in-situ shall be compacted with power driven or pneumatic internal
type vibrators unless otherwise approved by the Engineer in writing, and shall be
supplemented by hand spading and
Tamping where required. Vibrating by screed type vibrators may be used for thin slabs.
There shall be sufficient and spare vibrators of adequate capacity to compact the work in
hand.

4.17 Vibrators:

Vibrators shall be inserted into the uncompact concrete vertically and at regular intervals.
Where the uncompact concrete is in a layer above freshly compacted concrete, the
vibrator shall be allowed to penetrate vertically for about 75mm into the previous freshly
compacted layer. The vibrators shall not be allowed to come into contact with the
reinforcement of formwork nor shall they be withdrawn quickly from the mass of concrete
but shall be drawn back slowly while in motion so as to leave no voids. Internal type
vibrators shall not be placed in the concrete in any arbitrary manner nor shall concrete be
moved from one part of the work to another by means of the vibrators. The vibrators shall
have minimum 3600 (preferably 5000) impulses per minute.

121
4.18 Duration:
The duration of vibration shall be limited to that required to produce satisfactory compaction
of the concrete without causing segregation. Vibration shall no account be continued after
the appearance of water or grout on the surface.

4.19 Hand compaction:

This shall be permitted exceptionally for small jobs by the Engineer. In such cases,
compaction shall be attained by means of rodding, tamping, ramming and slicing with
suitable tools. The thickness of concrete layers will also be suitably reduced when hand
compaction is resorted to.

4.20 Construction Joints and Keys

Concrete shall be placed without interruption until completion of the part of the work
between predetermined construction joints, as specified hereinafter. Time lapse between
the pouring of adjoining units shall be as specified on the Drawings or as directed by
Engineer.

If stopping of concreting becomes unavoidable anywhere, a properly formed construction


joint shall be made where the work is stopped. Joints shall be either vertical or horizontal,
unless shown otherwise on Drawings. In case of an inclined or curved member, the joint
shall be at right angles to the axis of the member. Vertical joints shall be formed against a
stop board; horizontal joints shall be level and wherever possible, arranged so that the joint
lines coincide with the architectural features of the finished work. Battens shall be nailed to
the formwork to ensure a horizontal line and if directed, shall also be used to form a
grooved joint. For tank walls and similar works joints shall be formed as per IS: 3370-1965.
Concrete that is in the process of setting shall not be disturbed or shaken by traffic either
on the concrete itself or upon the shuttering. Horizontal and vertical construction joints and
shear keys shall be located and shall conform to the requirements of the plans unless
otherwise directed by Engineer. Where not described, the joint shall be in accordance with
the following:

1. Column Joint: In a column, the joint shall be formed 75 mm below the lowest
soffit of the beams including haunches if any. In flat slab construction, the joint
shall be 75 mm below the soffit of column capital. At least 2 hours shall elapse
after depositing concrete in columns, piers or walls, before depositing in beams,
girders or slabs supported thereon.

2. Beam and Slab Joints: Concrete in a beam shall be placed throughout without a
joint but if the provision of a joint is unavoidable the joint shall be vertical and at
the center or within the middle third of the span unless otherwise shown on
Drawings. Where a beam intersects a girder, the joints in the girder shall be

122
offset by a distance equal to twice the width of the beam and additional
reinforcement provided for shear. The joints shall be vertical throughout the full
thickness of the concrete member. A joint in a slab shall be vertical and parallel
to the principal reinforcement. Where it is unavoidably at the right angles to the
principal reinforcement, the joint shall be vertical and at the middle of the span.

3. Joints in Liquid Retaining Structures: Vertical construction joints in watertight


construction will not be permitted unless indicated on the Drawings. Where a
horizontal construction joint is required to resist water pressure, special care
shall be taken in all phases of its construction to ensure maximum water-
tightness.

4.21 Curing:

4. Curing shall be as specified in IS: 516-1959. All concrete shall be protected from
the effects of sunshine, rain, running water or mechanical damage and cured by
covering with jute, Hessian or similar absorbent material kept constantly wet or
a layer of sand kept covered with water is also permissible for a continuous
period of fourteen days at least from the date of placement. Should the
Contractor fail to water concrete continuously, the Engineer may provide labour
and materials required for curing and recover the cost from the Contractor?

5. Fresh concrete shall be kept continuously wet for a minimum period of 10 days
from the date of placing of concrete, following a lapse of 12 to 14 hours after
laying concrete. The curing of horizontal surfaces exposed to the drying winds
shall however begin immediately after the concrete has hardened. Water shall
be applied to unformed concrete surfaces within 1 hour after concrete has set.
Water shall be applied to formed surfaces immediately upon removal of forms.
Quantity of water applied shall be controlled so as to prevent erosion of freshly
placed concrete.

6. Curing shall be assured by use of an ample water supply under pressure in


pipes, with all necessary appliances of hose, sprinklers and spraying devices.
Continuous fine mist spraying or sprinkling shall be used, unless otherwise
specified or approved by Engineer.

7. Whenever, in the judgment of Engineer, it may be necessary to omit the


continuous spray method, a covering of clean sand or other approved means
such as wet gunny bags which will prevent loss of moisture from the concrete,
may be used. No type of covering will be approved which would stain or
8. Damage the concrete during or after the curing period. Covering shall be kept
continuously wet during the curing period.

9. For curing of concrete in pavements, side-walks, floors, flat roofs or other level
surfaces, the ponding method of curing is preferred. The method of containing
the ponded water shall be approved by Engineer. Special attention shall be
given to edges and corners of the slabs to ensure proper protection to these
123
areas. The ponded areas shall be kept continuously filled with water during the
curing period.

5. Form Work:

5.1 Materials:

All formwork for concrete work shall be mostly of M.S. Plates. The plates shall be free from
wrinkles, lumps or other imperfections. Steel plates shall have sufficient thickness to
withstand the construction loads and the pressure exerted by the wet concrete as well as
vibration during placing of concrete. Normally the thickness shall not be less than 18
gauge for M.S. Plates.

The formwork may also be constructed of timber, or other approved material. It shall be
firmly supported, adequately strutted, braced and tied to withstand the placing and vibrating
of concrete and the effects of weather. One copy of the Contractors shoring and formwork
drawings shall be submitted to the Board for record purpose only and not for review or
approval. Forms, shoring and false work shall be adequate for imposed live and dead
loads including equipment and men, height of concrete drop, concrete and foundation
pressures and stresses, wind pressures, lateral stability, and other safety factors during
construction. The Contractor shall be responsible for the calculations and designs for the
formwork. The Contractor shall be held solely responsible for any failure and for the safety
of work and workmen. He shall pay necessary compensation, if need be, for damages to
work, property and injuries to persons. The scaffolding, hoisting arrangements and ladders
shall have easy approach to work spot and afford easy inspection. All formwork shall be
fabricated in compliance with the best modern practice, so that the finished surface is even,
unblemished free of fins and true to line, level and shape as shown in the drawings. The
forms shall comply with the requirements of IS: 456.

5.2 Arrangements:

All formwork shall conform to the shape, lines, and dimensions as shown on the plans of
the concrete members. The formwork shall include all wedging, bracing, the rod, clamps,
stop off boards and other devices necessary to mould the concrete to the desired shape.
The formwork shall be constructed as to remain sufficiently rigid during the placing and
compacting of the concrete and shall withstand the necessary pressure, ramming and
vibrations without any deflection from the prescribed lines and curves. It shall be properly
strutted and braced in at least two directions. It shall be sufficiently tight to prevent loss of
liquid slurry from the concrete. It shall be strongly and firmly erected. The moulds shall be
free from holes, open joints, and other imperfections. The formwork shall be so arranged
as to permit easy erection initially and easy removal without jarring or disturbing the
concrete finally. Wedges and clamps shall be used wherever practicable instead of nails
.
Where the depth of formwork exceeds 1.5 metres, the Contractors shall keep one side
partly open, from which the concrete could be placed and the planking on the open side

124
could be raised as the work proceeds. This will avoid segregation of material in concrete
and also facilitate its proper vibration.
Before concrete is placed, all rubbish shall be removed from the interior of the form and the
surfaces of the formwork in contact with concrete shall be cleaned and thoroughly wetted.
The inside surface of the formwork shall be treated with a coat of lime, oil or any other
material approved by the Engineer. Care shall be taken to see that the above approved
composition is kept out of contact with the reinforcement. The slab centering shall be
covered with “Double Wax” water proofing paper or tar paper or polythene sheet as
directed by the Engineer.

Where no special finish is desired and where form finish is acceptable, the formwork may
be prepared out of water proof black board, which shall give a good finish to the concrete
surface and thus there will be no necessity of providing cement plaster finish. For work,
which is of repetitive nature, such as column footings, pedestals for pipes, pedestal
footings; the formwork shall be fabricated out of steel plates and structural to obtain uniform
finish throughout the work. In all cases the formwork shall be inspected and approved by
the Engineer, before any concreting is started. The Contractor shall, however, be solely
responsible for the proper design, adequacy and stability of the formwork. If at any time, in
the opinion of the Engineer, the formwork provided is not considered sufficiently rigid and /
or is defective, the Contractor shall improve or strengthen the same in such manner as the
Engineer may direct. In no circumstances shall form be struck off until the concrete attains
adequate strength as required or without obtaining permission of the Engineer. All
formwork shall be removed without such shock or vibration as would damage the concrete.
Before the soffit and the struts are removed, the concrete surface shall be exposed where
necessary in order to ascertain that the concrete has hardened sufficiently. The
responsibility for the removal of the formwork whether whole or part, shall rest, entirely with
the Contractor who must nevertheless be guided by the opinion of the Engineer in this
regard. The work of striking and the removal of formwork shall be conducted in the
presence of the Engineer and under personal supervision of a competent foreman in the
employment of the Contractor.

5.3 Removal of Forms & Shoring:

Formwork shall be so designed as to permit easy removal without resorting to hammering


or levering against the surface of the concrete. The periods of time elapsing between the
placing of the concrete and the sticking of the formwork shall be as approved by the
Engineer after consideration of the loads likely to be imposed on the concrete and shall be
in any case be not less than the periods shown below, depending on the ambient
temperature.
1. Vertical surfaces of wall :1 day
2. Columns & vertical sides of beams :2 days
3. Slab bottoms with props left under :7 days
4. Beam bottom with prop left under :7 days
5. Removal of props under slabs
a. Span upto 4.5 m :7 days

125
b. Span over 4.5 m :14 days

6. Removal of props to beam and arches


a. Span upto 6.0 m :14 days
b. Span over 6.0 m : 21 days

Sequence of striking formwork shall be approved by the Engineer.

Notwithstanding the foregoing, the Contractor shall be held responsible for any damage
arising from removal of formwork before the structure is capable of carrying its own weight
and any incidental loading. The Contractor shall be wholly responsible for repairing or
reconstruction as directed by the Engineer the section of the works so affected.

5.4 Shoring and False work Removal:

In retaining wall construction shoring and false work shall not be removed until 21 days
after concrete placement or until concrete has attained at least 90 percent of the 28 days
design compressive strength as demonstrated by control test cylinders, whichever is
earlier.

Restriction: Construction equipment or permanent loads shall not be imposed on columns,


supported slabs, or supported beams until concrete has attained the 28 days design
compressive strength as demonstrated by control test cylinders.

5.5 Concrete Curing during removals:

Concrete shall be thoroughly wetted as soon as forms are first loosened and shall be kept
wet during the removal operations and until curing media or sacking is applied. Portable
water supply with hoses or buckets shall be ready at each removal location before removal
operations are commenced.

5.6 Surface Treatment & Finish:

When the formwork is struck, all the faces of concrete shall be smooth and sound, free
from voids and air holes. Any roughness or irregularity on the exposed surfaces shall be
immediately filled up while the concrete is still green with cement grout, cement wash and /
or 1:1 mortar properly trowelled and finished. Such patching of the concrete face shall be
carried only with the permission of the Engineer. If the concrete is found honey-combed,
the honeycombed portion and whatever surrounding concrete that may be considered
unsatisfactory by the Engineer shall be dismantled and fresh concrete of proper quality
shall be provided at Contractor’s cost.

6. Steel Reinforcement:

126
6.1 General:

Steel reinforcement bars, if supplied or arranged by contractor, shall be either plain round
mild steel bars grade as per IS 432 (part-I) or medium tensile steel bars as per IS 452
(part-I) or hot rolled mild steel ad medium tensile steel deformed bars as per IS 1139 or
cold twisted steel bars and hot weld strength deformed bars as per IS 1786, as shown and
specified on the drawings. Wire mesh or fabric shall be in accordance with IS 1566.
Substitution of reinforcement will not be permitted except upon written approval from
Engineer-in-charge.

6.2 Storage:

The reinforcement shall not be kept in direct contact with the ground but stacked on top of
an arrangement of timber sleepers or the like. If the reinforcing rods have to be stored for a
long duration, they shall be coated with cement wash before stacking and / or be kept
under cover or stored as directed by the Engineer. Fabricated reinforcement shall be
carefully stored to prevent damage, distortion, corrosion and deterioration .

6.3 Quality:

a) All steel shall be of Grade I quality unless specifically permitted by the


Engineer. No re-rolled material will be accepted. If requested by the
Engineer, the Contractor shall submit the manufacturer’s test certificate for the
steel. Random tests on steel supplied by the Contractor may be performed by
the Engineer as per relevant Indian Standards. All costs incidental to such
tests shall be at the Contractor’s expense. Steel not conforming to
specifications shall be rejected.

b) All reinforcements shall be clean, free from grease, oil, paint, dirt, loose mill
scale, loose rust, dust, bituminous material or any other substances that will
destroy or reduce the bond. All rods shall be thoroughly cleaned before being
fabricated. Pitted and defective rods shall not be used. No welding of rods to
obtain continuity shall be allowed unless approved by the Engineer. If welding
is approved, the work shall be carried out as per IS: 2751 according to the
best modern practices and as directed by the Engineer. In all cases of
important connections, tests shall be made to prove that the joints are of full
strength of bars welded. Special precautions, as specified by the Engineer,
shall be taken in the welding of cold worked reinforcing bars and bars other
than mid steel.

6.4 Submittals of Drawings & Samples:

c) Drawings: The Engineer will supply detailed drawings of reinforced concrete


works. Working drawings and bar bending schedules shall be prepared by the
Contractor from the drawings supplied to him by the Engineer.

127
d)
e) Samples: At least one month in advance of placing an order by him, the
Contractor shall submit four samples of reinforcing bars which he intends
ordering in case, the steel is to be supplied by the Contractor. The method of
sampling shall conform to IS: 10790 Part 2 – 1984. The Engineer may carry
out any test he may require to satisfy that the steel to be brought by the
Contractor complies with the test Specifications.

6.5 Laps & Splices:

Laps and splices for reinforcement shall be as per IS: 456 – 2000. Splices in adjacent bars
shall be staggered and the locations of all splices, except those specified on the approved
Drawings, shall be only as approved by the Engineer. The bars shall not be lapped unless
the length required exceeds the maximum available lengths of bars at site.

6.6 Dowels:

Where and as designated on the drawings, steel bar dowels shall be provided for
anchorage to previously cast concrete. For anchorage where shown or required to existing
construction, an approved non-shrink epoxy type grout or approved bolting devices shall be
used.

6.7 Bending:

a) Reinforcement bars supplied I lengths or in coils, shall be straightened before


they are cut to size. Straightening of bars shall be done cold and without
damaging the bars.

b) All bars shall be accurately bent according to the sizes and shapes shown on
the approved detailed working drawings / bar bending schedules. They shall
be bent gradually by machine or other approved means. Reinforcing bars
shall not be straightened and in a manner that will injure the material; bars
containing cracks or splits shall be rejected. They shall be bend cold, except
bars or over 25mm in diameter which may be bent hot if specifically approved
by the Engineer. Bars, which depend for their strength on cold working, shall
not be bent hot. Bars bent hot shall not be treated beyond cherry red colour
(not exceeding 845 degree C) and after bending shall be allowed to cool
slowly without quenching. Bars incorrectly bent shall be used only if the
means used for straightening and rebinding is such as shall not, in the opinion
of the Engineer, injure the material. No reinforcement shall be bent when in
position in the work without approval, whether or not it is partially embedded in
hardened concrete. Bars having kinks or bends other than those required by
design shall not be used.

128
c) Bending reinforcement inside the forms shall not be permitted except for mild
steel bars of diameter less or equal to 12 mm, when it is absolutely necessary.
After bending, bars shall be securely tied together in bundles or groups
and legibly labeled as set out in IS 2502.

6.8 Bending at Construction Joints:

Where reinforcement bars are bent aide at construction joints and afterwards bent back
into their original position, care should be taken to ensure that no time the radius of the
bend is less than 4 bar diameters for plain mild steel or 6 bar diameters for deformed bars.
Care shall also be taken when bending back bars to ensure that the concrete around the
bar is not damaged.

6.9 Fixing Reinforcement

Reinforcement shall be thoroughly cleaned. All dirt, scale, loose rust, oil and other
contaminants shall be removed before placing it in position. If the reinforcement is
contaminated with concrete from previous operations, it shall be cleaned before concreting
in that Section.

Reinforcement shall be securely placed and fixed in position as shown in the drawing or
directed by the Engineer. Unless otherwise agreed by the Engineer, all intersecting bars
shall be either tied together with not less than 1.6 mm diameter soft annealed iron wire and
the end of the wire turned into the body of the concrete, or shall be secured with a wire clip
of a type agreed by the Engineer.

Spacer blocks shall be used for ensuring that the correct cover is maintained for the
reinforcement. Blocks shall be as small as practicable and of a shape agreed by the
Engineer. They shall be made of mortar mixed in the proportions of one part of cement to
two parts of sand by weight. Wires cast into the block for tying in to the reinforcement shall
have not less than 1.6 mm diameter and shall be soft annealed iron

6.10 Tolerance on placing of reinforcement:

Unless otherwise specified by the Engineer-in-charge, reinforcement shall be placed within


the following tolerances:

Tolerance in spacing

For effective depth, 200 mm or less : + /- 10 mm


For effective depth, more than 200 mm : + /-15 mm

129
6.11 Cover to Reinforcement:

The cover shall in no case be reduced by more than one third of specified cover or 5mm
whichever is less. Unless indicated otherwise on the drawings, clear concrete cover for
reinforcement (exclusive of plaster or other decorative finish shall be as follows):

a. At each end of reinforcing bar not less than 25 mm, nor less than twice the
diameter of such bar.

b. For a longitudinal reinforcing bar not less than 25 mm, nor more than 40 mm,
nor less than the diameter of such bar. In the case of column of maximum
dimensions of 200mm or under, whose reinforcing bars do not exceed 12mm,
a cover of 25mm may be used.

c. For longitudinal reinforcing bar in a bar, not less than 25 mm nor less than the
diameter of such bar and.

d. For tensile, compressive, shear, or other reinforcement in a slab, not less than
25mm, nor less than the diameter of such bar and.

e. For any other reinforcement not less than 15mm, nor less than the diameter of
such bar.

f. Increased cover thickness may be provided when surfaces of concrete


members are exposed to the action of harmful chemicals (as in the case of
concrete in contact with earth faces contaminated with such chemicals), acid,
vapour, saline, railways) etc. and such increase of cover may be between
15mm and 50 mm beyond the figures given in (a to e) above as may be
specified by the Engineer-in-charge.

g. For reinforced concrete members, totally immersed in sea water the cover
shall be40mm, more than specified (a to e) above.

h. For reinforced concrete members, periodically immersed in sea water or


subject to sea spray, the cover of concrete shall be 50 mm more than that
specified (a to e) above.

i. For concrete of grade M25 and above, the additional thickness of cover
specified in (f), (g) and (h) above may be reduced to half. In all such cases the
cover should not exceed 75mm.

j. Protection to reinforcement in case of concrete exposed to harmful


surroundings may also be given by providing a dense impermeable concrete
with approved protective coating as specified on the drawings. In such case,
the extra cover, mentioned in (h) and (i) above, may be reduced by the
Engineer-in-charge, to those shown on the drawing.

130
k. The correct cover shall be maintained by cement mortar briquettes or other
approved means. Reinforcement for footings, grade beams ad slabs on sub
grade shall be supported on precise concrete blocks as approved by the
Engineer-in-charge. The use of pebbles or stones shall be permitted.

l. The minimum clear distance between reinforcing bars shall be in accordance


with IS 456 or as shown in drawings.

6.12 Positioning the Bars:

a. In case of beam ad slab construction precast cover blocks in cement mortar


1:2 (1 cement : 2 coarse sand) about 4X4 cm section and of thickness equal to
the specified cover shall be placed between the bars and shuttering, so as to
secure and maintain the requisite cover of concrete over reinforcement.

b. In case of cantilevered ad doubly reinforced beams or slabs, the vertical


distance between the horizontal bars shall be maintained by introducing
chairs, spacers or support bars of steel at 1.0 meter or at shorter spacing to
avoid sagging.

c. In case of columns and walls, the vertical bars shall be kept in position by
means of timber templates with slots accurately cut in theme or with block of
cement mortar 1:2 (1 cement : 2 coarse sand) of required size suitably tied to
the reinforcement to ensure that they are in correct position during concreting,

d. In case of other RCC structure such as arches, domes, shells, storage tanks
etc. a combination of cover blocks, spacers and templates shall be used as
directed by Engineer-in-charge.

6.13 Inspection:

All continuous inspections shall be performed by the Engineer’s


Representative. Erected and secured reinforcement shall be inspected and
approved by the Engineer prior to placement of concrete.

6.14 Reinforcement Bars Procurement:

Steel reinforcement, such as M.S. bars, High yield strength deformed bars
etc., required for the works shall be procured by the Contractor. The
Contractor shall arrange for transport, loading, unloading and storage at the
work sites. The Contractor should plan the procurement of steel in such a way
that at least required quantity of steel of specified sizes is available at site for 3
months period.
131
The rate quoted for steel reinforcement shall be inclusive of taxes, transport
incidental charges etc., apart from labour component as specified in the
respective item in the Bill of Quantities.
Steel brought on site shall be stored in a proper manner as approved by the
Engineer so as to avoid distortion, deterioration and corrosion. The Contractor
shall maintain proper registers for the steel account, showing the steel
received at site, steel used, and the balance stock on site, to the entire
satisfaction of the Engineer. Further, it shall be obligatory on the part of the
Contractor to submit monthly, quarterly and yearly statements giving the full
account of steel on the works and the balance on hand.

6.15 Anti-Corrosive Treatment for Reinforcement:

The item covers providing fusion bonded epoxy coating not less than 175
microns thickness and up to 300 microns to reinforcement steels bars of all
diameters as per IS Code 13620-1993 for RTS rods for RCC works including
testing of coating at plant.

6.16 Mode of Measurement for reinforcement for R.C.C Works:

Reinforcement as detailed in schedule of quantities shall be measured for payment


lineally as per the cutting length nearest to a centimeter shown in bar bending
schedule submitted by the contractor and approved by the Engineer-in-charge and
weight calculated based on the standard weights as per I.S.S. per meter length. No
allowance shall be measured. The cost of steel used by the contractor in the
reinforcement only upto the extent shown in the drawings. As far as possible, laps in
bars shall be avoided. Any laps and hooks provided by the contractor other than
authorized as per approved bar bending schedule will be considered to have been
provided by the contractor for his own convenience and shall not be measured for
payment. Pins, chairs, spacers shall be provided by the contractor wherever required
as per drawing and bar bending schedule and as directed by the Engineer-in-charge
and shall be measured for payment. Fan hooks as required shall be provided by the
contractor as per direction of Engineer-in-charge and shall be measured for payment.

The rate shall include the cost of all materials and labour required for all above
operation including transport, wastage, straightening, cutting, bending, binding and
the binding wire as required.

7. Masonry Works:

7.1 Mortar:

132
Mortar shall comply with IS 2250-1981; Code of Practice for preparation and use of
masonry mortar. The mortar used in work shall have the strength not less than 5
N/mm2 or 7.5 N/mm2 at 28 days as specified.
However, if provided in the Contract, cement and sand may also be mixed in
specified proportions. Cement shall be proportioned only by weight, by taking its unit
weight as 1.44 ton per cubic meter and sand shall be proportioned by volume after
making due allowance for bulking.

7.2 Mixing:

The mixing shall be done in a mechanical mixer unless hand-mixing is permitted by


the Engineer. If hand-mixing is allowed, the operation shall be carried out on a clear
watertight platform. In the required proportion cement and sand shall be first mixed
dry to obtain a uniform colour. Then required quantity of water shall be added and the
mortar shall be mixed to produce workable consistency. The mortar shall be mixed for
at least three minutes after addition of water in the case of mechanical mixing. In the
case of hand mixing, the mortal shall be hoed back and forth for about 10 minutes
after addition of water in order to obtain uniform consistency. Only that
quantity of mortar shall be mixed at a time which can be used completely before it
becomes unworkable. Any mortar that has become unworkable due to loss of water
before elapsing the initial setting time of cement shall be rewet to make it workable
and shall be used in the works. On no account mortar shall be used after elapsing the
initial setting time of cement.

7.3 Time of use of Mortar:

Mortars with cement as an ingredient shall be used as early as possible after mixing,
preferably within half an hour from the time water is added to the mix or at the latest
within one hour of its mixing.

7.4 Workability of Masonry Mortar:

The working consistency of the mortar is usually judged by the work during
application. The water used shall be enough to maintain the fluidity of the mortar
during application, but at the same time it shall not be excessive leading to
segregation of aggregates from the cement.

7.5 Brick Masonry:

Manufacture: Common burnt clay building bricks shall conform to the requirements
of IS: 1077 and shall be of quality not less than class 20 with moisture absorption
rate not exceeding 15 percent by weight as defined in IS:1077. The bricks shall be
chamber burnt and shall have sharp edges and smooth faces and shall not be
damaged in any manner and sizes shall conform to the works sizes specified with

133
tolerances as given in 6.2 IS: 1077. They shall be free from cracks and flaws and
nodules of free lime. The brick shall have smooth rectangular faces with sharp
corners and emit a clear ringing sound when struck. The size may be according to
local practice with a tolerance of ± 5 per cent.

Samples: The Contractor shall deliver samples of each type of brick to the Engineer,
and no orders shall be placed without the written approval of the Engineer. All the
bricks used in the works shall be of the same standard as the approved samples.
The samples shall be preserved on site, and subsequent deliveries shall be checked
for uniformity of shape, colour and texture against the samples. If in the opinion of
the Engineer any deliveries vary from the standard of the samples, such bricks shall
be rejected and removed from the site. Samples of bricks shall be tested in
accordance with IS: 3495 by the Contractor.

Uniformity: The bricks selected for exposed pointed brickwork walls shall be of
uniform colour, deep cherry red or copper colour, and uniform texture. Only such
bricks as are permitted by the Engineer shall be us In case the size of bricks used in
the work found lesser than the specified one for the whole lot : Extra cement
consumed due to more number of joints and due to additional thickness of
plaster than the specified in the tender to match with adjoining columns and beams,
shall be to contractor's account. If the plastering to be done is more than the specified
thickness to bring the plaster surface to perfect line, level ad plumb with adjoining
columns, beams walls etc., the contractor shall be responsible to provide and
fix chicken wire mesh to receive more thickness of plaster at his own cost and
nothing extra will be paid on this account. In case the size of bricks used in the work,
found more than the permissible, the contractor shall chip out the exposed edges of
bricks upto the required level of wall to receive specified thickness of plaster at no
extra cost. All brickworks shall be set out and built to the respective dimensions,
thickness and heights as indicated.

7.6 Soaking of Bricks:

Bricks shall be soaked in water before use for a period of the water to just penetrate the
whole depth of the bricks. Alternatively, bricks may be adequately soaked in stacks
by profusely spraying with clean water at regular intervals for a period not less than
six hours. The bricks required for masonry work using mud mortar shall not be
soaked. When bricks are soaked, they shall be removed from the tank sufficiently
early so that at the time of laying they are skin-dry. Such soaked bricks shall be
stacked-on clean place, where they are not again spoiled by dirt, earth, etc.

7.7 Workmanship:

All loose materials, dirt and set lumps of mortar which may be laying over the surface
on which brickwork is to be freshly started, shall be removed with a wire brush and

134
surface wetted slightly. Bricks shall be laid on a full bed of mortar. When laying, the
bricks shall be properly bedded and slightly pressed with handle of trowel so that the
mortar can get into all the pores of the brick surface to ensure proper adhesion. All
the joints shall be properly flushed and packed with mortar so that no hollow spaces
are left. Care shall be taken to see that the required quantity of water is added to the
mortar at the mixing platform to obtain required consistency. Addition of water during
laying of the course shall not be permitted. In the case of walls two bricks thick and
over, the joints shall be grouted at every course in addition to bedding and flushing
with mortar. Bricks shall be laid with frog up. However if the top course is exposed,
bricks shall be laid with frog down. Care shall be taken to fill the frogs with mortar
before embedding the bricks in position.

All quoins shall be accurately constructed and the height of courses checked with
storey rods as the work proceeds. Acute and obtuse quoins shall be bonded, where
practicable, in the same way square quoins; obtuse quoins shall be formed with
squint showing a three quarter brick on one face and quarter brick on the other.

Brick work shall not be raised more than 10 courses a day unless otherwise approved
by the Engineer-in-charge. The brick work shall be kept wet for at least 7 days. Brick
work shall be uniformly raised around and no part shall be raised more than 1.0 metre
above another at any time. The joints of brick work to be plastered shall be raked out
to a depth not less than 10mm as the work proceeds. The surface of brick work shall
be cleaned down and wiped properly before the mortar sets.
The adhesion between the brick masonry surface d the concrete surface of columns,
beams, chajjas, lintels etc. should be proper by ensuring that the concrete surface
coming in contact with brick masonry is backed / chipped / keyed, cleaned and
cement slurry is applied so that a proper bond is achieved between the two
dissimilar materials. It is responsibility of the contractors to ensure that there
will not be any cracks / fissure anywhere in the brick masonry. In case the cracks
appear subsequently in those areas, they should be made good by cement grouting
or epoxy putty grouting/ poly sulphide compound grouting or as per standard
modern specifications/methods with the prior approval of the Engineer-in-charge, at
the cost of the contractor.

All the courses shall be laid truly horizontal and all vertical joints shall be truly
vertical. Specified mortar of good and approved quality shall be used. Lime shall not
be used where reinforcement is provided in brick work. The mortar should completely
cover the bed and sides of the bricks. Proper care should be taken to obtain uniform
mortar joint thought out the construction. The walls should be raised uniformly in
proper, approved bond. In construction of the wall, first of all two end corners are
carefully laid to line and level and then it between portion is built, with a cord
stretching along the headers or stretchers held in position at the ends. This helps in
keeping the alignment of the courses and marinating them in level. Similarly all other
courses are built. Care shall be taken to keep the perpends properly aligned within
following maximum permissible tolerances.

135
7.8 Bond:

All brickwork shall be built in English Bond, unless otherwise indicated. Half brick
walls shall be built in stretcher bond. Header bond shall be used for walls curved on
plan for better alignment. Header bond shall also be used in foundation footings,
stretchers may be used when the thickness of wall renders use of headers
impracticable. Where the thickness of footings is uniform for a number of course of
the footings shall be headers. Half or cut bricks shall not be used except where
necessary to complete the bond.

Overlap in stretcher bond is usually half brick and is obtained by commencing each
alternate course with a half brick. The overlap in header bond which is usually half
the width of the brick is obtained by introducing a three quarter brick in each alternate
course at quoins. In general, the cross joints in any course of brickwork shall not be
nearer than a quarter of brick length from those in the course below or above it.

7.9 Uniformity:

The brickwork shall be built in uniform layers; corners and other advanced work shall
be raked back. No part of a wall during its construction shall be raised more than one
metre above the general construction level, to avoid unequal settlement. Parts of
walls left at different levels shall be properly raked back. Toothing may be done
where future extension is contemplated but shall not be used as an alternative to
taking back. For half brick partition to be keyed into main walls, indents shall be left in
the main walls.

7.10 Thickness of Joints:

The thickness of joints shall be 10mm + 3 or – 3mm, unless otherwise specified. Thickness of joints
shall be kept uniform. Slight difference to thickness of bricks shall be adjusted within
joint thickness. Where brickwork is to match the existing work, the joints shall be of
the same thickness as in the existing work.

7.11 Striking Joints:

Where no pointing, plastering or other finish is indicted, the green mortar shall be
neatly struck flush. Where pointing, plastering or other finish is indicated, the joints
shall be squarely raked out to a depth not less than 10mm for plastering and 15mm
for pointing.

7.12 Curing:

136
Green work shall be protected from rain by suitable covering. Masonry work in
cement mortar shall be kept constantly moist on all faces for a minimum period of
seven days. The top of the masonry work shall be left flooded with water so as not to
disturb or washout the green mortar. During hot weather, all finished or partly
completed work shall be covered or wetted in such a manner as to prevent rapid
drying of the brick work.

7.13 Scaffolding:

Scaffolding shall be strong to withstand all dead, live and impact loads, which are
likely to come on them. Scaffolding shall be provided to allow easy approach to every
part of the work overhand work shall not be allowed. For exposed brick facing double
scaffolding having two sets of vertical supports shall be provided. For brickwork,
which is to be plastered over, single scaffolding may be provided. In single
scaffolding one end of the putlogs shall rest in the hole provided in the header course
of brick masonry. Not more than one header for each putlog shall be left out. Such
holes shall not be allowed in the case of pillars of narrow masonry portions between
openings, which are less than one metre in width or are immediately under or near
the structural member supported by the walls. The holes left shall be made good on
removal of scaffolding to match with the face work / surrounding area.

Timber or bamboo scaffolds shall be erected in accordance with the provisions


contained in IS: 3696 (Part I) - 1987. Safety code for scaffolds and ladders, Part I -
Scaffolds, to ensure safety of workmen and others. Steel scaffolding shall be erected
in accordance with the provisions contained in IS: 2750-1964. Specifications for steel
scaffolding and relevant provisions of IS: 3696 (Part I) - 1987 for safety code for
scaffolds (Parts I & II) and ladders shall be followed.
7.14 Facing:

a. In case of walls one brick thick and under, atleast one face shall be kept even
and in proper plane, while the other face may be slightly rough. In case of
walls more than one brick thick, both the face shall be kept even and in
proper plane.

b. For exposed brickwork selected bricks of the specified class and sub-class
shall be used for the face work, where however, use of facing bricks is
indicated, brick walls shall be faced with facing bricks. No rubbing down of
brickwork shall be allowed.

c. Brick walls shall be plastered pointed or otherwise finished, as indicated.


Joints of external faces of brick walls in foundation upto 15cm below ground
level and of internal faces of brick walls in foundation and plinth below sub-
floor level shall be struck flush when the mortar is green, as the work
proceeds.

137
d. Face of brickwork shall be cleaned on the same day it is laid and all mortar
droppings removed.

7.15 Mode of measurement:

e. Brick work shall be measured in Cubic Metres. The contract rate shall be for a
unit of one cubic metre of brick masonry as actually. For measurement
purpose, thickness of single brick wall shall be taken as 215 mm. irrespective
of thickness used. Brick walls of more than one brick thickness shall be
measured as per actual thickness constructed.
f. All opening in brick work for doors, windows and ventilators shall be deducted
to get the net quantity of actual brick work done. Opening or chases required
for P.H. or electrical inserts less than 0.1 sq.m. , and bearing of precast
concrete members shall not be deducted.
g. No extra payment shall be made for any extra work involved in making the
above openings or Placements.
h. For Brick work measured in square metre:
i. Half brick thick masonry walls shall be measured in sq.m. All openings in
brick work for doors and windows and windows ad ventilators shall be
deducted to get the net quantity of actual work done.
j. Openings of chases required for P.H. Or Electric inserts less than 0.1 sq.m,
andbearing of precast concrete members shall not be deducted. No extra
payment shall be made for extra work involved in making the above openings
or placements.

7.16 Precast Cement Concrete Solid Block Masonry:

Scope of work: The work covered under this specifications pertains to procurement of
best quality locally available or locally manufactured precast cement concrete solid
block and workmanship in building walls of various thickness sin strict compliance
with the specifications and applicable drawings.

Material: Precast cement concrete solid blocks shall be of best quality locally available
manufactured at site and should be approved by the Engineer-in-charge before
incorporation in the work. The ingredient and the cement concrete used shall confirm to
relevant IS as stipulated in specification for cement concrete works herein before.

Minimum crushing strength of the solid blocks shall be 40 to 60kg/sq.cm at 28th day after
curing. The type of the bond to be adopted will be decided by the Engineer-in-charge but
vertical joints shall be staggered. The size of the blocks shall be 390 X 190 X 140 mm and
390X190 X 100mm or as approved by Engineer-in-charge and the proportion used in
making the blocks shall be 1:11 ( I cement : 11 fine and coarse aggregates).

138
The blocks shall be cured well atleast for 14 days before incorporation into the work. The
cement mortar for concrete blocks masonry shall be 1:4 and joints shall not be more than
10mm thick.

7.17 Workmanship and Mode of Measurement:

The workmanship and mode of measurement shall be as stipulated in the


specification for thick work as applicable stated earlier ad concrete block masonry with
140mm thick block shall be measured in sq.m, nearest to two place of decimals of a
metre.The rate quoted shall include cost of all materials, labour including frame work in
casting the blocks, curing, transporting, handling, hoisting the blocks to proper level, curing
masonry etc. complete.

7.18 Stone Masonry:

Scope of work: The work covered under this specifications consists of supplying and
erecting stone masonry walls with available best quality of stone in strict compliance with
this specifications and applicable drawings.

7.19 Random Rubble Masonry:

Material: The rubble shall be of the best quality trap / granite / ballast stones obtained from
the approved quarry. The same of the stone, to be used shall be got approved from the
Engineer-in- charge. All stones shall, generally be freshly quarried and shall be sound,
dense, hard, and free from segregation, cracks, weathered portions and other structural
defects to requisite sections ad forms ad shall have fully dressed beds and joints. Atleast
50% of the stones shall be 0.015 cum. in content when reckoned individually. The length of
stones for stone masonry shall not exceed three times the height not the breadth or base
shall not be greater than the fourth the thickness of wall, or not less than 15cm. the height
of stone may be upto 30 cm. stones shall be laid on the natural beds and shall run
sufficiently inside the wall thickness. No hollow space shall be left out and inter spaces of
stones being filled with mortar ad stone chips, driven hard ad not with mortar only.

All mortar to be used shall be of the type and proportion mentioned in the item. Cement,
sand and water to be sued shall conform to their relevant specifications as described under
cement concrete.

The masonry shall be laid plumb, lines levels, curves, and shapes as shown in drawings.
All required holes for passage of water or pipes are to be embedded during construction as
specified.

All stones shall be wetted before laying in masonry. Concrete surfaces of columns, beams,
lintels; chajjas etc. coming in contact with masonry shall be properly chipped, washed and
wetted before start of masonry work. The concrete slurry as the masonry work progresses

139
in height. Clean chips and sprawls carefully selected to fit in the space shall be wedded into
the mortar. Joints and beds wherever necessary to avoid thick beds or joints or mortar.
However, proper shaping and dressing of stones shall be done prior to their laying in
masonry and hammering shall not be resorted to often after the stones are laid in position.
The bond stones shall be used in every square metre area of masonry wall ad shall extend
from front to back to thin walls having width of 600 mm. and shall overlap by at least 150
mm. in walls having thickness more than 600mm. when lid from both sides.

When the work has to be started on the old or the one competed a long while ago or in the
previous working seasons, care shall be taken to roughen and clean old surface
satisfactorily without disturbing the masonry before laying the new. It shall be wetted before
laying the bedding mortar.

When practicable, the whole masonry in any structure shall be carried out upto a uniform
level throughout. But when breaks are unavoidable in carrying the work continuously in
uniform level, sufficiently long steps shall be left. All junction of walls shall be formed at the
time when walls are being built. Cross walls should be carefully bonded in to the main
walls. All masonry built in cement mortar shall be kept continuously wet for 14 days from
the date of laying. Should the mortar perish i.e., becomes dry, white or powder through
neglect of watering if the masonry shows hollow joints or non-adherence of mortar to the
stones or if the work does not conform to drawings and specifications, the work shall be
pulled down and rebuilt by the contractor at his own cost and risk. All masonry shall be
thoroughly cleaned ad washed down on completion and all stains, adhering mortar
removed from the surface and raking of joints carried out as the scaffolding is being
lowered and removed. Holes left in masonry for supporting scaffolding shall be filled and
made good before pointing / plastering.

7.20 Mode of Measurement:

All stone masonry shall be measured in cubic metres as actually done. All openings for
windows, doors, lintels etc. shall be deducted to get the net quantity of actual work done.
Openings or chases required for P.H. and electrical inserts less than 0.1 sq.m and bearings
of precast concrete members shall not be deducted. The rate shall also include cost of
corner stones, bond stone, scaffolding, labour, curing etc.
8. Plastering:

8.1 Scope of work:

The work covered under these specification consists of supplying all material for
rendering all types of plaster / pointing finishes strictly in accordance with these
specifications, applicable drawings etc.

8.2 General:

140
Cement, sand and water required for the work shall conform to specifications laid down
herein before under section cement concrete (plain and reinforced), except that sand for
finishing coat shall generally conform to IS 1542-1960 the plastering works shall generally
conform to IS 1661-1987(pt.III) Code of practice for cement plaster finish on walls and
ceilings). All general precautions as specified in I.S. 1661-1987 (pt.III) clause 8, shall be
taken and preparation of the background shall be done as laid down in IS 1661 clause 12
and IS 2402- 2963 shall be generally followed for sand faced plaster work. Scaffolding
required for facility of working shall be provided by the contractor at his own cost. This may
be double or single according to the requirement and shall be approved by the Engineer-in-
charge stage scaffolding shall be erected when ceiling plastering is done. The contractor
shall be responsible for accidents if any, take place. The contractor shall co-operate with
the other agencies for fixing switch boxes at specified locations so that the boxes are fixed
properly in line with finished plaster surface. Plastering in and around the boxes, around
the conduit boxes in the ceiling shall be done by the contractor for which no payment shall
be made. The decision of the Engineer-in- charge in this regard shall be final and binding
on the contractor.

8.3 Materials

Cement for cement Mortar shall conform to IS: 12269 - 1987 Ordinary Portland Cement
shall be used. The weight of ordinary Portland cement shall be taken as 50 kg. per bag.
The Contractor shall ensure that the cement is of sound and required quality before using
it. Any cement, which has deteriorated, caked or which has been damaged shall not be
used. The Specifications covered under the section brickwork and concrete work shall be
applicable in addition.

Fine Aggregate: All fine aggregate shall conform to IS: 383 – 1970 and relevant
portion of IS: 515 –1959. Sand shall be clean, well graded, hard, strong, durable and of
gritty particles free from injurious amounts of dust, clay, kankar nodules, soft or flaky
particles, shale, alkali, salts, organic matter loam mica or other deleterious substances and
shall be approved by the Engineer. The maximum size of particles shall be limited to 5mm.
If the fine aggregate contains more than 4 percent of clay, dust or silt, it shall be washed.
The fine aggregate for cement mortar for masonry and first cost of plaster should generally
satisfy the following grading:

I.S. Sieve Percent by wt. Passing


sieve
4.75mm 100
2.36mm 80-95
1.18mm 70-90
600microns 40-85
300microns 5-50
150microns 0-10

141
The fineness modules shall not exceed 3.00.

The fine aggregate for cement mortar for fine joints of ashlars masonry, pointing and
second coat of plaster may have the following grading:

I.S. Sieve Percent by wt.


Passing sieve
4.75mm 100
2.36mm 100
1.18mm 75-100
600microns 40-85
300microns 5-50
150microns 0-10

The fineness modulus shall not exceed 1.6.

IS: 2116 – 1980 shall generally apply for sand for plaster. The fine aggregate should be
stacked carefully on a clean, hard surface so that it will not get mixed up with deleterious
foreign materials.

Water: Water shall be clean, clear and free from injurious quantities of salt, traces of oil,
acids, alkalis, organic matter and other deleterious materials. The sources of water shall
be approved by the Engineer and the containers for conveyance; storage and handling
shall be clean. If necessary, standard cement tests shall be conducted using the water
intended to be used, in comparison with those adding distilled water to check quality of
water. Water shall meet the requirement of 4.3 of IS: 456 – 2000. Generally potable water
is fit for mixing and curing.

Proportion: Cement and sand shall be mixed in specified proportions, sand being
measured in measuring boxes. The proportions will be by volume. The mortar may be
hand mixed or machine mixed.

8.4 Preparation of Mortar:

In hand mixed mortar, cement and sand in the specified proportions shall be thoroughly
mixed dry on a clean impervious platform. Fresh and clean water as specified above shall
be added gradually and thoroughly mixed to form a stiff plastic mass of uniform colour so
that each particle of sand shall be completely covered with a firm of wet cement. The water
cement ratio may be as under or as directed by the Engineer.

Quantity of water
Water –
Cement Sand per 50 kg. of
Cement ratio
cement (Litres)
1 1 0.25 12.5

142
Quantity of water
Water –
Cement Sand per 50 kg. of
Cement ratio
cement (Litres)
1 1½ 0.28 14.0
1 2 0.30 15.0
1 2½ 0.35 17.5
1 3 0.40 20.0
1 4 0.53 26.5
1 5 0.60 30.0
1 6 0.70 35.0
1 8 0.90 45.0

Machine mixed mortar shall be prepared in an approved mixer. Water cement ratio shall
be as per hand mixed mortar. The mortar so prepared shall be used within 30 minutes of
adding water. The mortar remaining unused after that period, mortar, which has partially
hardened or is otherwise damaged shall not be re tempered or remixed. It shall be
destroyed or thrown away.

8.5 Preparation of Surface:

Cleanliness: All dirt, dust and other foreign matter on masonry and laitance on the
concrete surfaces shall be removed by watering and brushing as required. If the
background contains soluble salts particularly sulphates, the application of plaster shall be
done only after the efflorescence of the salts is complete and the efflorescence is
completely removed from the surface.

The surface to be plastered shall first be thoroughly cleaned of all muck and cleaned down.
All joints shall be racked to in case of brick work / stone masonry and closely hacked in
case of concrete as the work proceeds. The surface to be plastered shall be well wetted for
a minimum period of 6 hours before commencing to work. The mortar for all plaster work
shall be cement mortar of mix as specified in the schedule of quantities.

Joints in brickwork, stone masonry and hollow block, masonry shall be raked out to a depth
of not less than 10mm as the work proceeds. Local projection in brickwork and masonry
beyond the general wall face shall be trimmed off where necessary.

Roughness: Smooth surfaces of in-situ concrete walls and ceilings etc. shall be roughened
by wire brushing, if it is not hard; and by hacking or bush hammering if it is hard, to provide
for proper adhesion. Projecting burrs of mortar because of gaps at joints in shuttering shall
be removed. The surface shall be scrubbed clean with wire brushes. In addition concrete
surface shall be pock marked with a pointed tool at spacing of about 50mm, the pocks
made to be not less than 3mm deep.

143
Suction Adjustments: Adequate drying intervals shall be allowed between the erection of
masonry and plastering to bring the surface suitable for suction adjustment. High rate of
suction makes the plaster weak, porous and friable. The wall shall not be soaked but only
damped evenly before applying the plaster. If the surface becomes dry in spots, such
areas shall be moistened again to restore uniform suction. Excessive water leads to failure
of bond between the plaster and the background

Evenness: Any local unevenness must be leveled and projections removed to avoid
variance in the thickness of plaster. Just before actual plastering work is taken up in hand,
all the ceilings and walls etc. shall be marked with plaster buttons indicating the thickness
of plaster required and which shall be in true line, level and plumb. The contractor shall get
these marks approved by the Engineer-in- charge before starting the plastering work. The
contractor shall also be responsible to render the final surface true to line, level and plumb
etc.

All building operations like construction of walls, concreting etc. shall have been completed
before plastering is taken up. The plastering operation should be taken up only after the
service pipes etc. that are to embedded in the wall or ceiling are completed and suitably
protected against corrosion by other agencies and okayed by the Engineer-in-charge.
Damage if caused to any of the existing fittings, fixtures, including doors and windows etc.
during the plastering operation shall be made good by the contractor at his own cost.

If the surface which is to be plastered either internally or externally is out of plumb and not
in line and level and if the plastering to be done is more than specified thickness to bring
the plastered surface to perfect lien and levels in such specific cases, chicken wire mesh is
to be provided by the on contractor at his own cost and the plaster should be done to
required lien an level with no extra cost whatsoever.

The finished plastered surface shall be free from cracks, fissures, crevices, hair cracks, and
blistering, local swellings and flaking. The finished surface shall be true to line, level, plumb
and plain and durable. The adhesion of the mortar with the background surface is of
prime importance as this affects durability of plaster. Preparation of surface which has to
take plastering work the surface should be got approved by the Engineer-in-charge.

In order to avoid the formation of deep and side cracks and for dispersion for cracks at the
junctions between concrete surfaces and brick masonry works, cautionary measures such
as fastening and lapping of chicken mesh over the junction areas should be carried out
over which the plastering work has to be taken up as required by the Engineer-in-charge.

Groves: The grooves shall be of required dimensions. The same shall be made to turn
wherever necessary. The finish, inside, shall be of the same finish as that of the plaster.
The lines of the grooves shall be well defined and rounded. The grooves are to be provided
in plastering in internal and external surfaces shall be included in the rates wherever
mentioned in the schedule of quantities.

144
A. General:

The type and mix of mortar for plastering, the number of coats to be applied, the surface
finish of the plaster and the background to which the plaster is to be applied shall be as
indicated. The mortar for dubbing out and rendering coat shall be of the same type and
mix. Dubbing out may be executed as a separate coat or along with the rendering coat .

B. Protection:

All existing work and fittings that are likely to be damaged in the application of plastering
shall be protected. Care shall be taken to avoid, as far as possible, the splashing of mortar
on to the finished surfaces such as joinery, paint work and glazing; all such splashes shall
be cleaned off immediately.

Screeds 15 x 15cm shall be laid vertically and horizontally not more than 2m apart to serve
as guides in bringing the work to an even surface.

Plastering shall be done from top to bottom and care shall be taken to avoid joints in
continuous surface.
Maintenance of proper time intervals:

To avoid break down of adhesion between successive coats, drying shrinkage of first coat
shall be allowed to be materially completed before a subsequent coat is applied.

All corners, arises, angles, junctions shall be truly vertical or horizontal as the case may be
and shall be carefully finished. Rounding or chamfering of corners, arises and junctions
shall be carried out with proper templates to the required size. Plastering of cornices,
decorative features, etc. shall normally be completed before the finishing coat is applied.

In suspending the work at the end of the day, the plaster shall be cut clean to the line both
horizontally and vertically. When recommencing the plastering, the edge of the old work
shall be scraped clean and wetted with lime putty or cement slurry before plaster is applied
to the adjacent area.
Partially set and dried mortar shall not be re tempered for use.

C. Cleaning on completion:

On completion, all work affected by plastering and pointing shall be left clean, special care
shall be taken when removing any set mortar form glass and joinery, etc. to avoid
damaging their surface.

8.6 One Coat Plaster Work:

145
Mortar shall be firmly applied to the masonry walls and well pressed into the joints and
forcing it into surface depressions to obtain a permanent bond. The plaster shall be laid in
a little more than the required thickness and leveled with a wooden float. On concrete
walls, rendering shall be dashed on to roughened surface to ensure adequate bond. The
dashing of rendering coat shall be done using a strong whipping motion at right angles to
the face of walls. The surface shall be finished even and fair. Unless indicated to be
finished even and smooth.

8.7 Two Coat Plaster Work:

First Coat: The first coat of the specified thickness shall be applied in a manner similar to
one coat plasterwork. Before the first coat hardens, the surface of the cement and cement
lime plasters shall be scored to provide key for second coat. In case of lime plasters the
surface shall be beaten with edges of wooden thapies and close dents shall be made on
the surface, to serve as a key to the subsequent coat. The rendering coat shall be kept
damp for atleast two days, it shall be allowed to become thoroughly dry.

Second Coat: Before starting to apply second coat, the surface of the rendering coat shall
be damped evenly. The second coat shall be completed to the specified thickness in
exactly the same manner as the one coat plaster work.

8.8 Neeru Finish:

After applying and finishing the undercoats and before they set, the finishing coat of
specially prepared lime putty about 1.5mm thick shall be applied. It shall be well polished
with a trowel

8.9 Sand Faced Plaster:

After the undercoat of cement and sand mortar 1:4 not less than 10mm thick, has been
applied and finished, the final coat of cement and sand mortar 1:4 shall be applied to a
thickness not less than 5mm and brought to an even surface with a wooden float. The
surface shall then be tapped gently with a wooden float lined with cork to retain a coarse
surface texture, care being taken that the tapping is even and uniform.

8.10 Water Proofing Plaster:

Integral water proofing compound shall be mixed with cement in the proportion indicted by
weight. Care shall be taken to ensure waterproofing material gets well and integrally mixed
with cement and does not run out separately when water is added.

146
8.11 Curing:

Each coat shall be kept damp continuously for at least two days. Moistening shall
commence as soon as the plaster has hardened sufficiently and is not susceptible to injury.
The water shall be applied preferably by using a fine fog spray. Soaking of wall shall be
avoided and only as much water as can be readily absorbed shall be used. Excessive
evaporation on the sunny or wind ward sides of buildings in hot dry weather shall be
prevented by hanging matting or gunny bags on the outside of the plaster and keeping
them wet. After the completion of finishing coat, the plaster shall be kept wet for at least
seven days and shall be protected during that period from extremes of temperature and
weather.

8.12 Mode of Measurement:


Area of plastering will be measured net and shall be paid for. The measurement of length
of wall plastering shall be taken between walls or partitions (dimensions before plastering
shall be taken) for the length and from top of the floor or skirting or dado as the case may
be to the underside of ceiling for the height. All openings more than 0.1 sq.m, shall be
deducted and all jambs, so fits, sills of these openings if done, will be measured to arrive to
the net area for payment. No opening less than 0.1 sq.m, shall be deducted and no jambs
etc. for such openings shall be measured for payment. The rate shall include the cost of
finished all the edges, corners, cost of all materials, labour, scaffolding, transport, curing
etc. The rate shall also include the cost of finishing all the edges, corners, cost of all
materials, labour, transport, scaffolding, curing etc. and grooves if so specified in the item
of schedule of quantities.

The damp proof course shall consist of cement, sand/stone aggregate mixed with 2% of
Accoproof, Impermo or Cement seal by weight of cement and painted with two coal tar
paint over it. Damp proof Course will be provided to all walls, which do not have tie beam
above ground level as per the details of the working drawing.

8.13 Water Proofing Compound


Integral cement water proofing compound conforming to IS 2645 and of approved brand
and manufacture, enlisted by the Engineer-in- Charge from time to time shall be used. The
contractor shall bring the materials to the site in their original packing. The containers will
be opened and the material mixed with dry cement in the proportion by weight,
recommended by the manufacturers or as specifically described in the description of the
item. Care shall be taken in mixing, to see that the water proofing material gets well and
integrally mixed with the cement and does not run out separately when water is added.
Cement shall be fresh Portland cement. Sand shall be clean course of 5mm size and down

147
free from mica and clay. Stone aggregate shall be hard and tough of 12.mm size well
graded and free from dust and dirt. Water proofing compound other than Accoproof,
Impermo or Cement seal may be used after obtaining permission from the site-in– charge
regarding the acceptability of the compound and quantity required for desired result .

8.14 Pointing

Pointing shall be carried out using mortar not leaner than 1:3 by volume of cement and
sand or as shown on the Drawing. The mortar shall be filled and pressed into the raked
joints before giving the required finish. The pointing shall be ruled type for which it shall,
while still green, be ruled along the centre with half round tools of such width as may be
specified by the Engineer. The super flush mortar shall then be taken off from the edges of
the lines and the surface of the masonry shall be cleaned of all mortar. The work shall
conform to IS: 2212-1991. The thickness of joints shall not be less than 3 mm for Ashlar
masonry. However, the maximum thickness of joints in different works shall be as follows:

Random Rubble 20mm


Coursed Rubble 15mm
Ashlar Masonry 5mm
The contract unit rate for pointing shall include erecting and removal of scaffolding, all
labour, materials, and equipment incidental to complete the pointing, raking out
joints, cleaning, wetting, filling with mortar, trowelling, pointing and watering, sampling and
testing and supervision as described in these Specifications.

9. Steel Doors, Windows, Ventilators & composite Units:

9.1 General

Hot rolled steel sections for fabrication of steel doors, windows, ventilators and fixed lights
shall conform to IS 7452. Shapes weights and designations of hot rolled sections shall be
as per IS 7452. Appendix ’D’ indicates the purpose or the situation where the sections are
normally used. Tolerance in thickness of the sections shall be + 0.2 mm. The fabricated
steel doors, windows, ventilators and composite units shall confirm to IS 1038 with up-to-
date amendments and shall be IS marked (IS 1038).

The steel doors and windows shall be according to the specified sizes and design. The size
of doors and windows shall be calculated, so as to allow 1.25 cm clearance on all the four
sides of opening to allow for easy fitting of doors windows and ventilators into
opening. The actual sizes of doors, windows and ventilators shall not vary by more than +
1.5 mm from those given in the drawing.

Fabrication – Frames:Both the fixed and openable frames shall be made of sections
which have been cut to length and mitred. The corner of fixed and openable frames shall
be welded to form a solid fused welded joint conforming the requirements given below. All

148
frames shall be square and flat. The process of welding adopted shall be flush but welding
or can be any other process as agreed to between the supplier and the purchaser which
shall fulfill the requirements given in clause 6.1.1 of IS 1038, metal arc welding or any other
suitable method. The section for glazing shall be tennoned and riveted into the frames and
where they intersect the vertical tie shall be broached and horizontal tee threads through it,
and the intersection closed by hydraulic pressure.

9.2 Requirements of Welded Joints:

I. Visual Inspection Test:When two opposite corners of the frame are cut, paint
removed and inspected, the joint shall conform to the following:-

a. Welds should have been made all along the place of meeting the members
and tack welding shall not be permitted.
b. Welds should have been properly grounded and
c. Complete cross section of the corner shall be checked up to see that
the joint is completely solid and there are no cavities visible.

II. Micro and Macro Examinations:From the two opposite corners obtained for
visual test, the flanges of the sections shall be cut with the help of a saw. The cut
surface of the remaining portions shall be polished, etched and examined. The
polished and etched faces of the weld and the base metal shall be free from
cracks and cavity and reasonably free from under cutting overlaps, gross
porosity and entrapped slag

III. Fillet Weld Test:The fillet weld in the remaining portion of the joint shall be
fractured by hammering. The fractured surfaces shall be free from slag inclusion
porosity, crack penetration defects and fusion defects.

Doors:The hinges shall be of 50 mm projecting type, Non projecting type hinges may also
be used, if approved by Engineer-in-Charge. The hinge pin shall be of electro-
galvanized steel or aluminum alloy of suitable thickness and size. Door handles shall
be approved by the Engineer-in- Charge. A suitable latch locks for door openable both from
inside and outside shall be provided.

In the case of double doors, the first closing leaf shall be the left hand leaf locking at the
door from the push side. The first closing shutter shall have a concealed steel bolt at top
and bottom. The bolts shall be so constructed as not to work loose or drop by its own
weight.

Single and double leaf shutter door may be provided with a three way bolting device.
Where the device is provided in the case of double leaf shutters, concealed brass or
steel bolts shall not be provided.

9.3 Windows

149
1.Aluminium sections used for fixed/openable windows, ventilators, partitions, frame work
& doors etc. shall be suitable for use to meet architectural designs to relevant works and
shall be subject to approval of the Engineer -in-Charge for technical, structural, functional
and visual considerations.

2. The aluminium extruded sections shall conform to IS 733 : 2008 and IS 1285 for
chemical composition and mechanical properties. The stainless steel screws shall be of
grade AISI 304.
3. The permissible dimensional tolerances of the extruded sections shall be as per IS 6477
and shall be such as not to impair the proper and smooth functioning / operation and
appearance of door and windows.
4. Aluminium sheets for use as kick panels shall be 1.25 mm thick aluminium alloy sheet as
per IS 1948 and sheet shall be as per IS 737 : 2008.
5. Aluminium alloy sheet for use in general paneling work shall be of types and thickness
as specified and conforming to the requirement of IS 737 : 2008.
6. Aluminium sheets shall be of approved make and manufacturer. Aluminium panel may
be prefabricated units manufactured on modular or non-modular dimension.
7. The float glass that conform to the IS 14900 : 2000.
8. Flat transparent sheet glass shall be as per IS 2835.
9. Prelaminated Particle Boards shall be as per IS 12823 :1990.

ALUMINIUM
1.1 Aluminum Sections Aluminum sections used for partition, windows, ventilators,
partitions, frame work & doors etc. shall be suitable for use to meet arch itectural designs to
relevant works and shall be subject to approval of the
Engineer -in-Charge for technical, structural, functional and visual considerations. The
aluminum extruded sections shall conform to IS 733 and IS 1285 for chemical composition
and mechanical properties. The stainless steel screws shall be of grade AISI 304. The
permissible dimensional tolerances of the extruded sections shall be as per IS 6477 and
shall be such as not to impair the proper and smooth functioning/operation and appearance
of door and windows. Before proceeding with any fabrication work, the contractor shall
prepare and submit, complete fabrication and installation drawings for each type of glazing
doors, windows, ventilators and partition etc. for the approval of the Engineer
-in-Charge. If the sections are varied, the contractor shall obtain prior approval, of Engineer
-in- Charge and nothing extra shall be paid on this account.

Aluminum glazed doors, windows etc. shall be of sizes, sections and details as shown in
the drawings. The details shown in the drawings may be varied slightly to suit the
standards adopted by the manufacturers of the aluminum work, with the approval of
Engineer -in-Charge

1.2 Anodizing

150
Standard aluminum extrusion sections are available in various shape and sizes in wide
range of solid and hollow profiles with different functional shapes for architectural, structural
glazing, curtain walls, doors, window & ventilators and various other purposes. The
anodizing of these products is required to be done before the fabrication work by
anodizing/electro coating plants which ensures uniform coating in uniform colour and
shades. The extrusions are anodized up to 30 micron in different colours. The anodized
extrusions are tested regularly under strict quality control adhering to Indian Standard.

1.3 Powder Coating

1.4 Performance Requirements for the Finish Surface appearance: The finish on significant
surfaces shall show no scratches when illuminated and is examined at an oblique angle, no
blisters, craters; pinholes or scratches shall be visible from a distance of about 1 m. There
shall not be any visible variation in the colour of finished surfaces of different sections and
between the colours of different surfaces of same section.

Adhesive: When a coated test piece is tested using a spacing of 2 mm between each of the
six parallel cuts (the cut is made through the full depth of powder coating so that metal
surface is visible) and a piece of adhesive tape, approximately 25 mm x 150 mm approved
by the Engineer-in-Charge is applied firmly to the cut area and then removed rapidly by
pulling at right angles to the test area, no pieces of the finish other than debris from the
cutting operation shall be removed from the surface of the finish.
1.5 Protection of Powder Coated I Anodizing Finish: It is mandatory that all aluminum
members shall be wrapped with self adhesive non -staining PVC tape, approved by
Engineer-in-Charge.

For fixing steel hinges, slots shall be cut in the fixed frame and hinges inserted inside and
welded to the frame at the back. The hinges shall be of projecting type with thickness not
less than 3.15 mm and length not less than 65 mm and width not more than 25 mm. Non
projecting type hinges may also be allowed if approved by the Engineer-in-Charge. The
diameter of hinge pins shall not be less than 6 mm. The hinge pin and washer shall be of
galvanized steel or aluminum alloy of suitable thickness.

For fixing hinges to inside frame, the method described above may be adopted but the
weld shall be cleaned, or the holes made in the inside frame and hinge riveted.

The handle of side hung shutters shall be pressed brass, cast brass, aluminium or steel
protected against rusting and shall be mounted on a steel plate. Thickness of handle shall
not be less than 3 mm in case of steel or brass and 3.5 mm in case of aluminium. The
handle plate shall be welded, screwed and/ or revitted to the opening frame in such a
manner that it should be fixed before the shutter is glazed and should not be easily
removable after glazing.

The handle shall have a two point nose which shall engage with a brass or aluminium alloy
striking plate on the fixed frame in a slightly opened position as well as closed position. The

151
boss of handle shall incorporate a friction device to prevent the handle from dropping under
its own weight and the assembly shall be so designed that the rotation of the handle may
not cause it to unscrew from the pin.

The height of the handle plate in each type of standards windows will be as specified,
otherwise it shall be at a height of 3/8 of the height of shutter, from its bottom. The strike
plate shall be so designed and fixed in such a position in relation to the handle that with the
later bearing against its stop, there shall be adequately tight fit between the casement and
outer frames.

In case where no friction type hinges are provided, the windows shall be fitted with peg
stays which shall be either of black oxidised steel, pressed or cast brass or as specified,
300 mm long or as specified with steel peg and locking brackets. The pegs stay shall
have three holes to open the side hung casement in three different angles. The peg
stay shall be of minimum thickness 2 mm in case of brass or aluminium and 1.25 mm in
case of steel. Where specified friction hinges shall be provided. Side hung shutters fitted
with friction hinges shall not be provided with a peg stay.

If specified, side hung shutters may be fitted with an internal removable fly proof screen in
a 1.25 mm thick sheet steel frame to the outer frame of the shutter by brass turn buckles at
the jambs, and brass studs at the sill to allow the screen being readily removed. The
windows with removable fly proof screen shall be fitted with a through – the screen level
operator at the sill level to permit the operation of the shutter through an angle of 90°
without having to remove the fly proof screen. The lever shall permit keeping the shutter
open in minimum three different positions.

9.4 Ventilators

a. Top Hung Ventilators:The steel butt hinges for top hung ventilators shall be
riveted to the fixed frame or welded to it at the back after cutting a slot in it.
Hinges to the opening frame shall be riveted or welded. Top hung ventilators
shall be provided with a peg stay with three holes which when closed shall be
held tightly by the locking bracket. The locking bracket shall either be fitted to
the fixed frames or to the window.

b. Centre Hung Ventilators:Central hung ventilators shall be hung on two


pairs of brass or aluminium cup pivots as specified, riveted to the inner and
outer frames of ventilators to permit the ventilator shutter to swing to angle of
approx. 85°. The opening portion of the ventilators shall be so balanced that it
remains open at any desired angle under normal weather conditions

A black oxidised steel spring catch approved by the Engineer-in-Charge shall be fitted in
the centre of the top of the centre hung ventilator, for the operation of ventilators. The
spring catch shall be secured to the frame with M.S. screws and shall close into a mild

152
steel or malleable iron catch plate riveted, screwed or welded to the outside of the outer
window frame bar.

A black oxidised cord pulley wheel in galvanized mild steel brackets shall be fitted at sill of
the centre hung window with mild steel screws or alternatively welded together with
mild steel or malleable iron cord-eye riveted or welded to the bottom inner frame bar of
the window in a position corresponding to that of pulley.

Removable fly-proof screen may be provided as specified under window. This shall be
fitted with a through – the screen operator to enable operating and keeping the shutter
open in minimum three different positions

9.5 Composite Units:

Composite Units consist of a combination of two or more units of doors, windows and
ventilators etc. as the case may be. The different units shall be coupled by using relevant
sections under coupling. Wherever the ventilators, windows and doors shall be
coupled with a coupling sections, mastic cement shall be applied between the junction to
make the joint water tight.

9.6 Glazing

Shall be generally with plain sheet glass of approved make with thickness as mentioned in
the schedule of quantities. Glass paneling (Glazing) shall be done as per relevant
specification. Glazing in the shutters of doors, windows and ventilators of bath, WC and
Lavatories shall be provided with frosted glass the weight of which shall be not less than 10
kg/sq.m. Frosted glass panes shall be fixed with frosted face on the inside. Glass panels
shall be fixed by providing a thin layer of putty conforming to IS 419 applied between glass
pane and all along the length of the rebate and also between glass panes and wooden
beading. . The specifications specified herein before shall hold good as far as applicable
Glazing will be paid on square metre basis.

10. Wood work:

10.1 General

All timber mentioned in the item in schedule of quantities shall be from the heart of a sound
tree of nature growth entirely free from sap wood. It shall be uniform in texture, straight in
fibre and shall be well and properly seasoned. It shall be free from large, loose dead or
cluster knots, wedges, injuries, open shakes, borer holes, rot, decay, discoloration, soft or
spongy spot, hollow pockets, pith or center bore and all other defects or any other
damages or harmful nature which will affect the strength, durability, appearance and its
usefulness for the purpose for which it is required. Only properly seasoned timber shall be
used.

153
The samples of species to be used shall be submitted by the contractor to the Engineer- in-
charge before commencement of the work. The contractor shall produce cash vouchers
and certificate from standard kiln seasoning plant as a proof for having been kiln seasoned
by them, failing which it would not be accepted as kiln seasoned. Seasoning of timber shall
be judged from its moisture content as laid down in I.S. 287-1960. The seasoning of timber
shall conform to IS 1141-1993. Scantling of all type of timber shall be straight. Warped
scantling shall not be used. Before use in works, the scantling shall be kept in covered and
well ventilated place and shall be got approved.
The workmanship shall be of best quality. All wrought timber is to be sawn, planed, drilled
or otherwise machine worked to the correct sizes and shall be as indicated in drawing or as
specified. All joinery work shall fit truly and without wedging or filing. Wood work in frame
work shall be wrought. All frame joints shall be put together with white lead and pinned
with hard wood pins securing with corrosion resistant star shaped metal pins as approved
by the Engineer-in-charge. If after fixing in position, any shrinking or substandard materials
or bad workmanship is detected, the contractor shall, forthwith remove them and replace
the same at his own cost, all as directed by the Engineer-in-charge.

Individual members shall be of continuous length. The finished size and sections shall be
as per drawing or as specified. The heads and posts of frames shall be through tennoned
into the mortises to the full widths as shown in the drawing. All necessary mortising,
tennoing, grooving matching, tonguing, housing rebate and other necessary works for
correct jointing shall be carried out, in the best workmanship like manner. Joints not
specifically indicated shall be recognized form of approved joints for each position. All parts
of wood work resting on or set in masonry or concrete shall be well painted with two coat of
bituminous paint or solignum as directed by the Engineer-in-charge, prior to installations.
All nails, screws, hold fasts, fasts, plates, plugs, pins required for wood work joinery and
fixing work, shall be provided by the contractor, at his own cost. All materials shall be
approved by Engineer-in-charge before using it in works. Painting of door frames shall be
carried out as per specifications for painting for wood work.

All the embedded timber shall be given two coats of hot tar or solignum before erection.
This is incidental to the item and shall not be measured for payment.

10.2 Teak Wood Glazed Shutters:

The beading required for glazing shall be of the best teak wood and shall be fixed as per
the design shown in relevant drawing. Any moldings, carvings shown shall be worked out
from the teak wood member of bigger size.

10.3 Glazing:
Glazing shall be generally with plain sheet glass of approved make with thickness as
mentioned in the schedule of quantities. The detailed specifications for glazing given
hereafter shall be followed generally.

154
10.4 Flush Door Shutters:

Solid core flush door shutters shall be of 5 ply construction and approved make generally
conforming to the I.S. specification 2202-1991 (specification for wooden flush door shutter
– solid core type). The finished thickness of the shutter shall be as mentioned in the
schedule of items.

10.5 Face Veneers:

Commercial face veneers used in flush door shutter shall conform to the requirements laid
down in IS 303-1989 specifications for plywood for general purposes (revised) interior
grade.

Decorative face veneers used in flush door shutters shall be of grad-I and shall conform to
the requirements of decorative veneered decorative plywood interior grade. Thickness of
veneers shall not exceed 1mm.

10.6 Adhesives:

Phenol formaldehyde synthetic resin (liquid type adhesives) conforming to IS848-1974


specifications for synthetic resins shall be one piece of size not less than 25mm wide and
depth equal to the thickness of core. In case of double leaf shutters, the meeting stiles still
have lipping of not less than 35mm deep.

10.7 Workmanship and Finish:

All the faces of the door shutter shall be at right angles. The shutter shall be free from twist
and warp in its plane. Both faces of the door shutters shall be sanded to a smooth even
texture. The workmanship and finish of the face panels shall be in conformity with those
specified in I.S. 303-1989 specifications for plywood for general purpose (revised) for
commercial type and IS 1659-1990 specification for block boards for decorative type.

Department shall be at liberty to inspect the manufacture of shutters in the factory for its
quality of materials and workmanship and all facilities shall be extended for such
inspection. Cost of visits will be borne by the contractor.

10.8 Tests:

Tests shall be conducted, if required by the Department at contractors cost and acceptance
criteria shall be as per IS 2202.

155
10.9 Tolerance:

Tolerance on nominal width and height shall be (+) 3mm. Tolerance on nominal thickness
shall be (+) 1.5mm. The thickness of the individual shutter shall be uniform throughout .

10.10 Miscellaneous:

Wherever mentioned in the Schedule of quantities, vision panels, Venetians, plastic


laminates, push slats etc. shall be provided in the flush doors.

The vision panels shall be of size mention dint eh drawing and shall be provided with teak
wood lipping around the glass. The glass shall be 4mm thick or as specified of best quality
(M/s Triveni, I.A.G. Shree Vallath or equivalent approved) free from defects.

Teak wood Venetians or louvers shall generally conform to relevant specifications of


timber. Necessary grooves and rebate in frames shall be provided as per drawing.

Formica or approved equivalent plastic laminate of required design, required shade ad


colour shall be provided ad fixed on flush door to the required size on any side of the
shutter as shown in drawing. It shall be fixed with Fevicol or any other approved adhesive.
Fixing shall be done in such a way that there shall not be any air gap, warpage or
undulations on the surface. Finished surface of Formica shall be cleaned with wax polish.

The shutters shall be painted on commercial facing side with two coats of synthetic / flat oil
paint of approved shade ad make over an approved coat of primer. The decorative veneer
side of the shutter shall be melamine polished with two or more coats as specified in
Schedule of Quantities so as to render a satisfactory surface.

The flush doors shall be single leaf or double leaf type as mentioned in the schedule of
quantities. In case of double leaf shutters, the meeting of the stiles shall be rebated 20mm.
and shall be either splayed door square type and the T.W. lipping around the meeting shall
not be less than 35mm deep. The meeting stiles shall be in single piece.

Sufficient care shall be taken to prevent any damage and loss of shape during handling,
transporting, stacking, fixing etc. The door shutters shall be handled with utmost care to
prevent any surface damage, warping etc.

10.11 Mode of measurement:

The work covered under the respective items in schedule and the above specifications
shall be measured as follows:

The cubic contents for wood work shall be measured for the finished size, limiting to those
shown in the drawings or ordered by the Engineer-in-charge. The cross sectional

156
dimensions shall be measured equivalent to nearest enclosing rectangle (least rectangle /
square) for wrought and planed sizes. The cubical metre. The frames embedded below
finished floor shall not be measured.

The square metre areas for shutters shall be measured for the exposed surfaces of shutter
between frames from inside or outside whichever is more. The linear dimensions shall be
measured upto two places of decimals of a meter. The area for payment shall be worked
out correct upto two places of decimals of a square meter. The rate for shutters shall
include:

Cost of supply assembly and erecting in position.

Cost of polishing, painting, supplying wood preservative, screws, nails, holdfast etc.

Cost of labour for making adjustments in frames, if required, shutters and also for fixing
required fittings and fixtures.

In case of flush doors, the rate for individual item mentioned in the schedule of quantities
shall include cot of shutters, labour for provision of glass for vision panel, plastic laminate
sheet push plate, teak wood louvers etc. transporting charges and labour for fixing of
fixtures and fastening except fixing of door closers and painting and polishing as specified

11. White washing with lime

11.1 Scaffolding

Wherever scaffolding is necessary, it shall be erected on double supports tied together by


horizontal pieces, over which scaffolding planks shall be fixed. No ballies, bamboos or
planks shall rest on or touch the surface which is being white washed.
For all exposed brick work or tile work, double scaffolding having two sets of vertical
supports shall be provided. The supports shall be sound and strong, tied together with
horizontal pieces over which scaffolding planks shall be fixed.
Note: In case of special type of brick work, scaffolding shall be got approved from
Engineer-in-Charge in advance.

Where ladders are used, pieces of old gunny bags shall be tied on their tops to avoid
damage or scratches to walls.

For white washing the ceiling, proper stage scaffolding shall be erected.

11.2 Preparation of Surface

157
Before new work is white washed, the surface shall be thoroughly brushed free
from mortar droppings an foreign matter. In case of old work, all loose particles and scales
shall be scrapped off and holes in plaster as well as patches of less than 50 cm area shall
be filled up with mortar of the same mix. Where so specifically ordered by the Engineer-in-
Charge, the entire surface of old white wash shall be thoroughly removed by scrapping and
this shall be paid for separately. Where efflorescence is observed the deposits may be
brushed clean and washed. The surface shall then be allowed to dry for atleast 48 hours
before white washing is done.

11.3 Preparation of Lime Wash

The lime wash shall be prepared from fresh stone white lime (Narnaul or Dehradun quality).
The lime shall be thoroughly slaked on the spot, mixed and stirred with sufficient water to
make a thin cream. This shall be allowed to stand for a period of 24 hours and then shall be
screened through a clean coarse cloth. 40 gm of gum dissolved in hot water, shall be
added to each 10 cubic decimeter of the cream. The approximate quantity of water to be
added in making the cream will be 5 litres of water to one kg of lime.

Indigo (Neel) upto 3 gm per kg of lime dissolved in water shall then be added and stirred
well. Water shall then be added at the rate of about 5 litres per kg. of lime to produce a
milky solution.

11.4 Application

The white wash shall be applied with moonj brushes to the specified number of coats. The
operation for each coat shall consist of a stroke of the brush given from the top downwards,
another from the bottom upwards over the first stroke, and similarly one stroke horizontally
from the right and another from the left before it dries.

Each coat shall be allowed to dry before the next one is applied. Further each coat shall be
inspected and approved by the Engineer-in-Charge before the subsequent coat is applied.
No portion of the surface shall be left out initially to be patched up later on.

For new work, three or more coats shall be applied till the surface presents a smooth and
uniform finish through which the plaster does not show. The finished dry surface shall not
show any signs of cracking and peeling nor shall it come off readily on the hand when
rubbed.

For old work, after the surface has been prepared as described in Para preparation of
surface a coat of white wash shall be applied over the patches and repairs. Then a single
coat or two or more coats of white wash as stipulated in the description of the item shall be
applied over the entire surface. The white washed surface should present a uniform finish

158
through which the plaster patches do not appear. The washing on ceiling should be done
prior to that on walls.
Note: In case of Hessian ceiling, on no account, lime shall be used as it rots cloth and
hessian.

11.5 Protective Measures

Doors, windows, floors, articles of furniture etc. and such other parts of the building not to
be white washed, shall be protected from being splashed upon. Splashing and droppings,
if any shall be removed by the contractor at his own cost and the surfaces cleaned.
Damages if any to furniture or fittings and fixtures shall be recoverable from the contractor

11.6 Measurements

 Length and breadth shall be measured correct to a cm. and area shall be
calculated in sq.m correct to two places of decimals.

 Measurements for Jambs, Soffits and Fills etc. for openings shall be as
described in 13.1.9.

 Corrugated surfaces shall be measured flat as fixed and the area so


measured shall be increased by the following percentages to allow for the
girthed area.

Corrugated non-asbestos cement sheet 20%


Semi corrugated non-asbestos cement sheet 10%

 Cornices and other such wall or ceiling features, shall be measured


along the girth and included in the measurements.

 The number of coats of each treatment shall be stated. The item shall
include removing nails, making good holes, cracks, patches etc., and not
exceeding 50 sq. cm., each with material similar in composition to the
surface to be prepared.

 Work on old treated surfaces shall be measured separately and so


described.

11.7 Rate

The rate shall include all material and labour involved in all the operations described above.

11.8 White Washing with Whiting:

159
Preparation of Mix

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

Other specifications described in white wash with lime, shall apply in this case also.

11.9 Colour Washing:

The mineral colours, not affected by lime, shall be added to white wash. Indigo (Neel) shall
however, not be added. No colour wash shall be done until a sample of the colour wash of
the required tint or shade has been got approved from the Engineer-in-Charge. The colour
shall be of even tint or shade over the whole surface. If it is blotchy or otherwise badly
applied, it shall be redone by the contractor.

For new work, the priming coat shall be of white wash with lime or with whiting as specified
in the description of the item. Two or more coats shall then be applied on the entire surface
till it represents a smooth and uniform finish.

For old work, after the surface has been prepared as described in preparation of surface
under white wash with lime, a coat of colour wash shall be applied over the patches and
repairs. Then a single coat or two or more coats of colour wash, as stipulated in the
description of the item shall be applied over the entire surface. The colour washed surface
shall present a uniform finish.

The finished dry surface shall not be powdery and shall not readily come off on the hand
when rubbed.

Other specifications as described under white wash with lime

11.10 Dry Distempering:

11.10.1 Materials

Dry distemper of required colour (IS 427) and of approved brand and manufacture shall be
used. The shade shall be got approved from the Engineer-in-Charge before application of
the distemper. The dry distemper colour as required shall be stirred slowly in clean water
using 6 deciliters (0.6 litres) of water per kg of distemper or as specified by the makers.

160
Warm water shall preferably be used. It shall be allowed to stand for at least 30 minutes (or
if practicable overnight) before use. The mixture shall be well stirred before and during use
to maintain an even consistency.

Distemper shall not be mixed in larger quantity than is actually required for one day’s work.

11.10.2 Preparation of Surface

 Before new work is distempered, the surface shall be thoroughly brushed free
from mortar droppings and other foreign matter and sand papered smooth.

 New plastered surfaces shall be allowed to dry completely, before applying,


distemper.

 In the case of old work, all loose pieces and scales shall be removed by sand
papering. The surface shall be cleaned of all grease, dirt, etc.

 Pitting in plaster shall be made good with plaster of paris mixed with the colour
to be used. The surface shall then be rubbed down again with a fine grade sand
paper and made smooth. A coat of the distemper shall be applied over the
patches. The patched surface shall be allowed to dry thoroughly before the
regular coat of distemper is applied.

11.10.3 Priming Coat

A priming coat of whiting as above shall be applied over the prepared surface in case of
new work, if so stipulated in the description of the item. No white washing coat shall be
used as a priming coat for distemper. The treated surface be allowed to dry before
distemper coat is given.

11.10.4 Application

In the case of new work, the treatment shall consist of a priming coat of whiting as above
followed by the application of two or more coats of distemper till the surface shows an even
colour.

For old work, the surface prepared as described under white wash with lime shall be
applied one or more coats of distemper till the surface attains an even colour.

The application of each coat shall be as follows:

The entire surface shall be coated with the mixture uniformly, with proper distemper
brushes (ordinary white wash brushed shall not be allowed) in horizontal strokes followed
immediately by vertical ones which together shall constitute one coat.

161
The subsequent coats shall be applied only after the previous coat has dried.

The finished surface shall be even and uniform and shall show no brush marks.

Enough distemper shall be mixed to finish one room at a time. The application of a coat in
each room shall be finished in one operation and no work shall be started in any room,
which cannot be completed the same day.

After each day’s work, the brushes shall be washed in hot water and hung down to dry. Old
brushes which are dirty or caked with distemper shall not be used.

The specifications in respect of scaffolding, protective measures, measurements and rate


shall be as described under white wash with lime

11.11 Oil Emulsion (oil Bound) Washable Distempering:

11.11.1 Materials

Oil emulsion (Oil Bound) washable distemper (IS 428) of approved brand and manufacture
shall be used. The primer where used as on new work shall be cements primer or
distemper primer as described in the item. These shall be of the same manufacture as
distemper. The distemper shall be diluted with water or any other prescribed thinner in a
manner recommended by the manufacturer. Only sufficient quantity of distemper required
for day’s work shall be prepared.

The distemper and primer shall be brought by the contractor in sealed tins in sufficient
quantities at a time to suffice for a fortnight’s work, and the same shall be kept in the joint
custody of the contractor and the Engineer-in-Charge. The empty tins shall not be
removed from the site of work, till this item of work has been completed and passed by the
Engineer-in-Charge

11.11.2 Preparation of the Surface

For new work the surface shall be thoroughly cleaned of dust, old white or colour wash by
washing and scrubbing. The surface shall then be allowed to dry for at least 48 hours. It
shall then be sand papered to give a smooth and even surface. Any unevenness shall be
made good by applying putty, made of plaster of Paris mixed with water on the entire
surface including filling up the undulations and then sand papering the same after it is dry.

In the case of old work, all loose pieces and scales shall be removed by sand papering.
The surface shall be cleaned of all grease, dirt etc.

162
Pitting in plaster shall be made good with plaster of paris mixed with the colour to be used.
The surface shall then be rubbed down again with a fine grade sand paper and made
smooth. A coat of the distemper shall be applied over the patches. The patched surface
shall be allowed to dry thoroughly before the regular coat of distemper is applied.

11.11.3 Application

Priming Coat: The priming coat shall be with distemper primer or cement primer, as
required in the description of the item. The application of the distemper primer shall be as
described in Dry Distempering Application.

Note : If the wall surface plaster has not dried completely, cement primer shall be
applied before distempering the walls. But if distempering is done after the wall surface is
dried completely, distemper primer shall be applied.

Oil bound distemper is not recommended to be applied, within six months of the completion
of wall plaster. However, newly plastered surfaces if required to be distempered before a
period of six months shall be given a coat of alkali resistant priming Paint conforming to IS
109 and allowed to dry for atleast48 hours before distempering is commenced .

11.11.4 For old work no primer coat is necessary.

Distemper Coat: For new work, after the primer coat has dried for at least 48 hours, the
surface shall be lightly sand papered to make it smooth for receiving the distemper, taking
care not to rub out the priming coat. All loose particles shall be dusted off after rubbing.
One coat of distemper properly diluted with thinner (water or other liquid as stipulated by
the manufacturer) shall be applied withbrushes in horizontal strokes followed immediately
by vertical ones which together constitute one coat.

The subsequent coats shall be applied in the same way. Two or more coats of distemper
as are found necessary shall be applied over the primer coat to obtain an even shade.

A time interval of at least 24 hours shall be allowed between successive coats to permit
proper drying of the preceding coat.

For old work the distemper shall be applied over the prepared surface in the same manner
as in new work. One or more coats of distemper as are found necessary shall be applied to
obtain an even and uniform shade.

15 cm double bristled distemper brushes shall be used. After each days work, brushes
shall be tho- roughly washed in hot water with soap solution and hung down to dry. Old
brushes which are dirty and caked with distemper shall not be used on the work.

163
The specifications in respect of scaffolding, protective measures and measurements shall
be as described under white washing with lime.

Rate: The rate shall include the cost of all labour and materials involved in all the
above operations (including priming coat) described above.

11.11.5 Distemper Coat:

For new work, after the primer coat has dried for at least 48 hours, the surface shall be
lightly sand papered to make it smooth for receiving the distemper, taking care not to rub
out the priming coat. All loose particles shall be dusted off after rubbing. One coat of
distemper properly diluted with thinner (water or other liquid as stipulated by the
manufacturer) shall be applied with brushes in horizontal strokes followed immediately
by vertical ones which together constitutes one coat.

1. The subsequent coats shall be applied in the same way. Two or more coats of
distemper as are found necessary shall be applied over the primer coat to
obtain as an even shade.
2. A time interval of at least 24 hours shall be allowed between successive coats to
permit proper drying of the preceding coat.
3. 150 mm double bristled distemper brushes shall be used. After each day’s work,
brushes shall be thoroughly washed in hot water with soap solution and hung
down to dry. Old brushes which are dirty and caked with distemper shall not be
used on the work.
4. The Specifications in respect of scaffolding, protective measures and
measurements shall be as described above

11.11.6 Rate:

The rate shall include the cost of all labour and materials involved in all the above
operations (including priming coat) described above.

11.12 Cement Primer Coat:

Cement primer coat is used as a base coat on wall finish of cement, lime or lime cement
plaster or on asbestos cement surfaces before oil emulsion distemper paints are applied on
them. The cement primer is composed of a medium and pigments which are resistant to
the alkalis present in the cement lime or lime cement in wall finish and provides a barrier for
the protection of subsequent coats of oil emulsion distemper paints.

Primer coat shall be preferably applied by brushing and not by spraying. Hurried priming
shall be avoided particularly on absorbent surfaces. New plaster patches in old work should
also be treated with cement primer before applying oil emulsion paints etc.

164
11.12.1 Preparation of the Surface:

The surface shall be thoroughly cleaned of dust, old white or colour wash by washing and
scrubbing. The surface shall then be allowed to dry for at least 48 hours. It shall then be
sand papered to give a smooth and even surface. Any unevenness shall be made good by
applying putty, made of plaster of Paris mixed with water on the entire surface including
filing up the undulations and then sand papering the same after it is dry.

11.12.2 Application:

The cement primer shall be applied with a brush on the clean dry and smooth surface.
Horizontal strokes shall be given first and vertical strokes shall be applied immediately
afterwards. This entire operation will constitute one coat. The surface shall be finished as
uniformly as possible leaving no brush marks. It shall be allowed to dry for at least 48
hours, before oil emulsion paint is applied. The Specifications in respect of scaffolding,
protective measures, measurements and rate shall be as described above.

11.12.3 Cement Paint:

Materials: The cement paint shall be (conforming to IS: 5410-1992) of approved brand and
manufacture.

The cement paint shall be brought to the site of work by the Contractor in its original
containers in sealed condition. The material shall be brought in at a time in adequate
quantities to suffice for the whole work or at least a fortnight’s work. The materials shall be
kept in the joint custody of the Contractor and the Engineer.

11.12.4 Preparation of Surface:

For new work, the surface shall be thoroughly cleaned of all mortar dropping, dirt dust,
algae, grease and other foreign matter by brushing and washing. Pitting in plaster shall be
made good and a coat of water proof cement paint shall be applied over patches
after wetting them thoroughly.

11.12.5 Preparation of mix:

Cement paint shall be mixed in such quantities as can be used up within an hour of its
mixing as otherwise the mixture will set and thicken, affecting flow and finish. Cement paint
shall be mixed with water in two stages. The first stage shall comprise of 2 parts of cement
paint and one part of water stirred thoroughly and allowed to stand for 5 minutes. Care
shall be taken to add the cement paint gradually to the water and not vice versa. The
second stage shall comprise of adding further one part of water to the mix and stirring
thoroughly to obtain a liquid of workable and uniform consistency. In all cases the
manufacturer’s instructions shall be followed meticulously. The lids of cement paint drums

165
shall be kept tightly closed when not in use, as by exposure to atmosphere the cement
paint rapidly becomes air set due to its hygroscopic qualities.

In case of cement paint brought in gunny bags, once the bag is opened, the contents
should be consumed in full on the day of its opening. If the same is not likely to be
consumed in full, the balance quantity should be transferred and preserved in an airtight
container to avoid its exposure to atmosphere.

11.12.6 Application:

The solution shall be applied on the clean and wetted surface with brushes or spraying
machine. The solution shall be kept well stirred during the period of application. It shall be
applied on the surface which is on the shady side of the building so that the direct heat of
the sun on the surface is avoided. The method of application of cement paint shall be
as per manufacturer’s Specification. The completed surface shall be watered after the
day’s work.

The second coat shall be applied after the first coat has been set for at least 24 hours.
Before application of the second or subsequent coats, the surface of the previous coat shall
not be wetted.

For new work, the surface shall be treated with three or more coats of waterproof cement
paint as found necessary to get uniform shade.

Precaution: Water proof cement paint shall not be applied on surface already treated with
white wash, colour wash, distemper dry or oil bound, varnishes, paints etc. It shall not be
applied on gypsum, wood and metal surfaces.

The Specifications in respect of scaffolding, protective measures, measurements and rate


shall be as described under white washing with lime. The coefficient for cement paint on
RCC Jalli shall be the same as Painting

11.12.7 Materials:

Paints, oils varnishes etc. of approved brand and manufacture shall be used. Only ready
mixed paint (exterior grade) as received from the manufacturer without any admixture shall
be used.

If for any reason, thinning is necessary in case of ready mixed paint, the brand of
thinner recommended by the manufacturer or as instructed by the Engineer shall be used.

Approved paints, oil or varnishes shall be brought to the site of work by the Contractor in
their original containers in sealed condition. The material shall be brought in at a time in
adequate quantities to suffice for the whole work or at least of fortnight’s work. The empties

166
shall not be removed from the site of work till the relevant item of work has been completed
and permission obtained from the Engineer.

11.12.8 Commencing Work:

Painting shall not be started until the Engineer has inspected the items of work to be
painted satisfied himself about their proper quality and given his approval to commence the
painting work. Painting of external surface should not be done in adverse weather condition
like hail storm and dust storm. Painting, except the priming coat, shall generally be taken in
hand after practically finishing all other building work. The room should be thoroughly swept
out and the entire building cleaned up, at least one day in advance of the paintwork being
started.

11.12.9 Preparation of Surface:

The surface shall be thoroughly cleaned and dusted off. All rust, dirt, scales, smoke
splashes, mortar droppings and grease shall be thoroughly removed before painting is
started. The prepared surface shall have received the approval of the Engineer after
inspection, before painting is commenced.

11.12.10 Application:

Before pouring into smaller containers for use, the paint shall be stirred thoroughly
in its containers, when applying also; the paint shall be continuously stirred in the smaller
containers so that its consistency is kept uniform.

The painting shall be laid on evenly and smoothly by means of crossing and laying off, the
latter in the direction of the grains of wood. The crossing and laying off consists of covering
the area over with paint, brushing the surface hard for the first time over and then brushing
alternately in opposite direction, two or three times and then finally brushing lightly kin a
direction at right angles to the same. In this process, no brush marks shall be left after the
laying off is finished. The full process of crossing and laying off will constitute one coat.

Where so stipulated, the painting shall be done by spraying. Spray machine used may be
(a) high pressure (small air aperture) type, or (b) a low pressure (large air gap) type,
depending on the nature and location of work to be carried out. Skilled and experienced
workmen shall be brought to the requisite consistency by adding a suitable thinner

Spraying should be done only when dry condition prevails. Each coat shall be allowed to
dry out thoroughly and rubbed smooth before the next coat is applied. This should be
facilitated by thorough ventilation. Each coat except the last coat, shall be lightly rubbed
down with sand paper or fine pumice stone and dust cleaned off before the next coat is
laid.

167
No left over paint shall be put back into the stock tins. When not in use, the containers shall
be kept properly closed. Provided in Sr.No.7 of Table 12-1 for painting trellis for Jaffri work

No hair marks from the brush or clogging of paint puddles in the corners of panels, angles
of moldings etc. shall be left on the work.

In painting doors and windows, the putty round the glass panes must also be painted but
care must be taken to see that no paint stains etc. are left on the glass. Tops of shutters
and surfaces in similar hidden locations shall not be left out in painting. However, bottom
edge of the shutters where the painting is not practically possible, need not be done nor
any deduction on this account will be done but two coats of primer of approved make shall
be done on the bottom edge before fixing the shutters.

On painting steel work, special care shall be taken while painting over bolts, nuts, rivets
overlaps etc. The additional Specifications for primer and other costs of paints shall be as
according to the detailed specifications under the respective headings.

11.12.11 Brushes and Containers:

After work, the brushes shall be completely cleaned of paint and linseed oil by rinsing with
turpentine. A brush in which paint has dried up is ruined and shall on no account be used
for painting work. The containers when not in use, shall be kept closed and free from
air so that paint does not thicken and also shall be kept safe from dust. When the paint
has been used, the containers shall be washed with turpentine and wiped dry with soft
clean cloth, so that they are clean, and can be used again.

11.12.12 Measurements:

The length and breadth shall be measured correct to a cm. The area shall be
calculated in sq.m (correct to two places of decimal), except otherwise stated.

Small articles not exceeding 0.1 sq.m of painted surfaces where not in conjunction
with similar painted work shall be enumerated.

Painting up to 100 mm in width or in girth and not in conjunction with similar painted
work shall be given in running metres and shall include cutting to line where so
required.

Components of trusses, compound girders, stanchions, lattices and similar work


shall, however, be given in sq.m. Irrespective of the size or girth of members.
Priming coat of painting shall be included in the work of fabrication.

168
In measuring painting, varnishing, oiling etc. of joinery and steel work etc. the
coefficients as indicated in following tables shall be used to obtain the area
payable. The coefficients shall be applied to the areas measured flat and not
girthed.

13. List of IS Codes for reference


S.No IndianStandard Subject
1Carriageofmaterials
1 4082-1977 Recommendations
ons t a c k i n g & s t o r a g e of c o n s t r u c t i o n materialsatsite.
2 Earth Work:
1 1200(Pt.I)-1992 Methodof measurementofEarthworksafetycodeforBlasting
4081-1986 andrelateddrillingOperations.
2 6313(pt.II)-1981 Anti-termitemeasuresinbuildings (PartII-Pre-
constructionalchemicaltreatment).
3 Mortar:
1 196-1966 Atmosphericconditionsfortesting
2 269-1989 Ordinary,rapidhardeningandlowheatPortlandcement
3 383-1970 CoarseandfineaggregatesfromnaturalsourcesforConcrete
4 455-1989 Portlandblastfurnaceslagcement
5 650-1991 Standard sandfortestingofcement
6 712-1984 BuildingLines
7 1489-1991 PortlandPozzolanacement
8 1514-1990 Methodsofsampling&TestforquicklimeandHydratedlime

169
9 1542-1992 Sandforplastering
10 1727-1967 Methodsoftestsforpozzolanicmaterials
11 2250-1981 Codeofpracticeforpreparationanduseof masonryMortar
12 2386pt.I-1977 Particlesizeandshape
13 2386Pt.II_1977 Estimationofdeleteriousmaterialsandorganicimpurities
14 2386pt.III-1977 Specificgravity,density,voids,absorptionandbulking
15 2686-1977 Cinderasfineaggregateforuseoflimeconcrete
16 3025-1987 Methodsofsamplingandtest(physicalandchemical)water usedin
industry
17 3068-1986 Brokenbrick(burntclay)coarseaggregateforuse inlime
concrete(II-R)
18 3182-1986 Brokenbrick(burntclay)fineaggregateforuse in limemortar
19 3812-1981 Flyash
20 3812pt.I Flyashforuseaspozzolana
21 3812pt.II Flyashforuseasadmixtureforconcrete
22 3812pt III Flyashforuseasfineaggregateformortarandconcrete
23 4031-1988 Methodsofphysicaltestsforhydrauliccement
24 4032-1985 Methodofchemicalanalysisofhydrauliccement
25 4098-1983 Limepozzolanamixture
26 6932(pt.ItoX) Methodsoftestforbuildinglime
27 6932(pt.I)-1973 Determinationofinsolubleresidue,lossofignition,insoluble
matter,silicon-dioxide,ferricand aluminum oxide,calcium oxideand
magnesiumoxide.
28 6932(pt.II)-1973 Determinationofcarbondioxidecontent
29 6932(pt.III)-1973 Determinationofresidueonslaking ofquicklime
30 6932(pt.IV)- Determinationoffinenessofhydratedlime
1973
31 6932(ptV)-1973 Determinationofunhydratedoxide
32 6932(pt.VI)-1973 Determinationofvolumeyieldofquicklime
33 6932(ptVII)-1973 Determinationofcompressiveandtransversestrength
34 6932(pt.VIII)- Determinationof workability
1973
35 6932(pt.IX)-1973 Determinationofsoundness
36 6932(pt.X)-1973 Determinationofpoppingandpittingofhydratedlime

4.Concretework:
1 383-1970 CoarseandfineaggregatesfromnaturalsourcesforConcrete
2 456-2000 Codeofpracticeforplainandreinforcedconcrete
3 515-1959 Specificationsfornaturalandmanufacturedaggregateforuse
inmassconcrete
4 516-1959 Methodoftestfor strength ofconcrete
5 1198-1959 Methodofsamplingandanalysisofconcrete
6 1200(pt.II)-1974 Methodsof measurementsofcementconcretework

170
7 1322-1982 Bitumenfeltsforwaterproofinganddamp proofing
8 1661-1987(pt.III) Codeofpracticeforapplicationofcement limeplasterfinishes
9 2386-1977 Methodsoftestforaggregateforconcrete
10 2386(pt.I)-1977 Testforparticlesizeandshape
11 2386(pt.II)-1977 Testforestimationofdeleteriousmaterialsandorganic
impurities.
12 2386(pt.III)-1977 Testforspecificgravity,density.voids, absorptionanbulking
13 238686(pt.IV)- Mechanicalproperties
1977
14 2645-1975 Specificationforintegralwater proofingcompounds
15 2686-1977 Specificationforcinder aggregateforuseinlimeconcrete
16 3812-1981 Flyash
17 3812(pt.I) Flyashforuseaspozzolanaforconcrete
18 3812(pt.II) Flyashforuseasadmixtureforconcrete
19 3812(pt.III) Flyashforuseasfineaggregateformortarandconcrete
20 7861-1975(pt.I) Hotweatherconcreting
21 7861-1981(pt.II) Coldweatherconcreting
22 9103-1979 Admixtureforconcrete
5.RCCWork:
1 432-1982 Mildsteeland mediumtensilesteelbarsandharddrawnsteel
wireforconcretereinforcement
2 432(pt.I)-1982 Mildsteeland mediumtensilesteelbars
3 456-1978 Codeofpracticefor plainandreinforcedconcrete
4 457-1957 Codeofpracticeforgeneralconstructionofplainanreinforced
concretefordamsandothermassivestructure
5 516-1959 Methodsoftestfor strengthofconcrete
6 1139-1966 Hotrolledmildsteel,mediumtensilesteelandhighyield
strengthsteeldeformedbarsforconcretereinforcement
7 1199-1959 Methodsofsamplingadanalysisofconcrete
8 1200(pt.II)-1974 Methodsof measurementofcementconcretework
9 1200(pt.V)-1982 Methodof measurementofformwork
10 1343-1980 Codeofpracticeforpriestessesconcrete
11 1566-1985 Harddrawnsteelwirefabricforconcretereinforcements
12 1780-1961 Specificationsforcoldtwistedsteelbarsforconcrete
reinforcement
13 1785-1983 Specificationsforplainharddraw steelwireforpre-stressed concrete
14 1786-1985 Coldtwistedsteelbarsforconcretereinforcement
15 2080-1980 Specificationsforhightensilesteelbarsusedinpre-stressed
concrete
16 2204-1962 Codeofpracticeforconstructionofreinforcedconcreteshell roof.V-
Page6of 197
17 2210-1962 Criteriaforthedesignofsteelstructureandfoldedplates.
18 2502-1963 Codeofpracticeforbendingandfixingofbarsforconcrete

171
reinforcement
19 2751-1979 Codeofpracticeforweldingof mildsteelbarsusedfor
reinforcedconcreteconstruction
20 2911-1979 Codeofpracticefordesignandconstructionofpile
Foundations
21 2911(pt.I)-1979 Loadbearingconcretepiles
22 2911(pt.III)-1980 Underreamedpilefoundations
23 3201-1988 Criteriafordesignandconstructionofpreciseconcretetrusses
24 3370(partIto Codeofpracticeforconcretestructuresfor storageofliquids
IV)-1965
25 3385-1986 CodeofpracticeformeasurementforCivilEngineeringworks.
26 3414-1968 Codeofpracticefordesignandinstallationofjointsin
buildings
27 3588-1987 Codeofpracticeforuseofimmersionvibratorsfor
consolidatingconcrete
28 3935-1966 Codeofpracticeforcompositeconstruction
29 4014-1967(pt.I Codeofpracticefor steeltubularscaffolding(I: Definition/
&II) Material:II: SafetyRegulations)
30 4990-1981 Specificationsforplywoodforconcreteshutteringwork10262
Codeofpracticefordesignmix
6 Equipment:
1 460-1985 Specificationfortest sieves
2 1791-1985 Specificationforbatchtypeconcretemissed
3 2430-1986 Specificationforroller pan mixer
4 2585-1968 Specificationforconcrete vibrators,immersiontype
5 2806-1964 Specificationfor screenboardconcretevibrators
6 2514-1963 Specificationforconcrete vibratingtables
7 3366-1965 Specificationforpanvibrators
8 4656-1968 Specificationforformvibratorsforconcrete
9 2722-1964 Specificationforportableswingweightbatchersforconcrete
(singleanddoublebuckettype)
10 2750-1964 Specificationfor steelscaffolding.
7Brickwork:
1 1077-1986 Commonburntclaybuildingbricks
2 1200(pt.III)-1976 Methodof measurementsofbrickwork
3 2116-1980 Sandformasonrymortars
4 2212-1962 Codeofpracticeforbrickwork
5 2250-1981 Codeofpracticeforpreparation&useofmasonryMortar
6 3102-1971 Classificationofburntclaysolid bricks
7 3495(pt.ItoIV)197 Methodoftestforclaybuildingwork
6
8 5454-1978 Methodfor samplingfor sampling ofclaybuildingbricks
8StoneWork:

172
1 1121-(pt.I)-1974 Methodsfordeterminationofcompressive,transverseand shear
strengthsofnaturalbuildingstones
2 1122-1974 Methodsfordeterminationofspecificgravityandporosityof
natural buildingstones
3 1123-1975 Methodsoftestforwater absorptionofnaturalbuildingstones
4 1124-1974 Methodsoftestforabsorptionofnaturalbuildingstones
5 1125-1974 Methodsoftestforweatheringofnaturalbuildingstones
6 1126-1974 Methodsoftestfordurabilityofnaturalbuildingstones.
7 1129-1972 Dressingofnaturalbuildingstones
8 1200(pt.IV)-1976 Methodof measurementofstonemasonry.
9 1597-1967 Codeofpracticeforconstructionofrubblestonemasonry
10 1597(pt.I)-1992 Codeofpracticeforconstructionof masonry
11 1597(pt.II)-1992 CodeofpracticeforconstructionofAshlarmasonry
12 1805-1973 GlossaryofitemsrelatingtostonequarryingandDressing
13 4101(pt.I)-1967 Stonefacing
9Marblework:
1 1122-1974 Methodsfordeterminationofspecificgravityandporosityof natural
buildingstones
2 1124-1974 Methodsoftestforwater absorptionofnaturalbuildingstones
3 1130-1969 Marble(blocks,slabsandtiles)
10 Woodwork:
1 204-1991/92 Towerbolts(Part1-1991:ferrousmetals:part–II-1992:non
ferrous metals)
2 205-1992 Non-ferrousmetalbutthinges
3 206-1992 Teeandstraphinges
4 207-1964 Gate andshutterhooksandeyes
5 208-1987 Doorhandles
6 281-1991 Mildsteel slidingdoor bolts forusewithpadlocks
7 287-1973 Recommendationformaximumpermissiblemoisturecontentsoftimer
usedfordifferentpurposes.
8 303-1989 Plywoodforgeneralpurpose
9 362-1991 Parliamenthinges
10 363-1993 Haspsandstaples
11 364-1993 Fanlightcatch
12 401-1982 Codeofpracticeforpreservationoftimber
13 451-1973 Technicalsupplyconditionforwoodscrews
14 452-1973 Doorsprings,rail-tailtype
15 453-1993 Doubleactingspringhinges
16 723-1972 Steelcountersunkheadwirenails
17 729-1979 Drawerlocks,cupboardlocksandboxlocks
18 848-1974 Syntheticresinadhesiveforplywood(phenolicandamino plastic)
19 851-1978 Syntheticresinadhesiveforconstructionwork
20 852-1994 Specificationsforanimal glueforgeneralwoodworking

173
purposes
21 1003 Timerpaneledandglazedshutters
22 1003(pt.I)-1991 Doorshutters
23 1003(pt.-II)-1994 Windowandventilatorshutters
24 1019-1974 Rimlatches
25 1141-1993 Codeofpracticefor seasoningoftimer
26 1200 Methodof measurementandBuildingofCivilEngineering
Works
27 1200(pt.XIV)- Glazing
1984
28 1200(pt.XXI)- Woodworkandjoinery
1973
29 1322-1993 Bitumenfeltsforwaterproofinganddamp proofing
30 1328-1982 Veneereddecorativeplywood
31 1341-1992 SteelButthinges
32 1378-1987 Oxidizedcopper finished
33 1568-1970 Wireclothforgeneralpurposes
34 1629-1960 Rulesforgradingofout sizeoftimer
35 1658-1977 Fiberhardboard
36 1659-1990 Blockboards
37 1823-1980 Floordoorstoppers
38 1868-1982 Anodiccoating onAluminum
39 1911-1967 Schedule ofunitweightsofbuildingmaterials
40 2191-1983 Woodenflushdoorshutter(cellularandhollowcoretype)
41 2191(pt.I)-1983 Plywoodfacepanels
42 2191(pt.II)-1983 Particleboardfacepanelsforwoodenflushdoorshutters
43 2202 Woodenflushdoorshutters(solidcoretype)
44 2202(pt.I)-1991 Plywoodfacepanelsforwoodenflushdoorshutters
45 2202(pt.II)-1983 Particleboardfacepanelsforwoodenflushdoorshutters
46 2209-1976 Mortiselocks(verticaltype)
47 2380-1981 Methodoftestforwoodparticleboardandboardsfrom
lignocellulosesmaterials
48 2681-1993 Non-ferrousmetalslidingdoor boltsforusewith padlocks
49 2835-1987 Flattransparentsheetglass(3rdrevision)
50 3087-1985 Woodparticleboards(mediumdensity)forgeneral purpose
51 3097-1980 Veneeredparticleboards(1stRevision)
52 3400 Methodoftestforvulcanizedrubbers
53 3400(pt.II)-1980 Hardness
54 3400(pt.IV)-1987 Acceleratedaging
55 3400(pt.IX)-1978 Relativedensityanddensity
56 3564-1986 Doorclosers(hydraulicallyregulated)
57 3618-1966 Phosphatetreatmentofironandsteel ofprotectionagainst corrosion

174
58 3813-1987 “C”hooksforusewithswivels
59 3818-1992 Continuous(piano)hinges
60 3847-1992 Mortise nightlatches
61 4020-1967 Methodsoftestsforwoodenflush doors(typetests)
62 4021-1983 Timberdoor,windowsandventilatorframes
63 4827-1983 Electroplatedcoatingofnickelandchromiumoncopperand
copperalloys.
64 4948-1974 Weldedsteelwirefabricforgeneral use
65 4992-1975 Doorhandlesformortiselocks(verticaltype)
66 5187-1972 Flushbolts
67 5523-1983 Methodoftestinganodiccoatingonaluminumanditsalloys
68 5930-1970 Mortiselatch(verticaltypes)
69 6318-1971 Plasticwindowstaysandfasteners
70 6607-1972 Rebatedmortiselocks(verticaltype)
71 6760-1972 Slottedcountersunkheadwoodscrews
72 7196-1974 Holdfasts
73 7197-1974 Doubleactionfloorsprings(withoutoilcheckforheavydoors)
74 7534-1985 Mildsteelboltswithholdersforpadlocks
11 SteelWork:
1 63-1978 Whitingforpaints
2 198-1978 Varnish,goldsize
3 226-1975 Structuralsteel(standardquality)
4 277-1985 Specificationforgalvanizedsteelsheets(plainandcorrugated)
5 278-1978 Galvanizedsteelbarbedwireforfencing
6 800-1984 CodeofpracticeforuseofstructuralsteelinGeneral building
Construction.
7 806-1968 Codeofpracticeforuseofsteeltubeingeneralbuilding construction
8 813-1986 Schemeofsymbolsforwelding
9 814-1991 Coveredelectrodesformetalareweldingofstructuralsteel.
10 814(pt.I)-1974 For weldingproductsotherthansheets
11 814(pt.II)-1974 For weldingsheets
12 815-1974 Classificationandcodingofcoveredelectrodesformetalare
Weldingof mildsteelandlowalloyhightensilesteel.
13 817-1966 Codeofpracticefortrainingandtestingofmetalarewelders
14 818-1968 Codeofpracticefor safetyandhealthyrequirementsin
electricandgasweldingandcuttingoperation.
15 1038-1983 Steeldoors,windowsandventilators
16 1081-1960 Codeofpracticeforfixingandglazing of metal(steeland
aluminum)door, windowsandventilators)
17 1148-1982 Hotrolledsteelriverbars(upto40mmdiameters)for
structuralpurposes
18 1161-1979 Steeltubesfor structuralpurposes
19 1182-1983 Recommendedpracticeforradiographicexamination offusion

175
weldedjointsin steelplates
20 1200-1974 Methodof measurementsofsteelworkand ironworks
21 1363-1984 Hexagonbolts,nutsandlocknuts(dia6to39mm)andblack
hexagonscrews(dia6to24mm)
22 1599-1985 Methodforbendtestforsteelproductsother thansheet,strip,
wireandtube
23 1608-1972 Methodfortensiletestingofsteelproducts
24 1821-1987 Dimensionsforclearanceholesformetricbolts
25 1852-1985 Rollingandcuttingtoleranceforhotrolledsteelproducts
26 1894-1972 Methodfortensiletestingofsteeltunes
27 1977-1975 Structuralsteel(ordinaryquality)
28 2062-1984 Structuralsteel(fusionweldingquality)
29 4351-1976 Steeldoorframes
30 4736-1986 Hot-dipzinccoatingson steeltubes
31 6248-1979 Metalrollingshuttersandrolling grills
32 7452-1990 Hotrolledsteelsectionsfordoors,windows&ventilations
12 Flooring:
1 210-1978 Greyironcasting
2 653-1992 Sheetlinoleum
3 777-1988 Glazedearthen-waretiles
4 809-1992 Rubber flooringmaterialsforgeneralpurpose
5 1122-1974 MethodsfordeterminationofspecificGravityandporosityof
natural buildingstones
6 1124-1974 Methodoftestforwaterabsorptionofnatural buildingstones
7 1130-1969 Marble(blocks,slabsandtiles)
8 1197-1970 Codeofpracticeforlayingofrubberfloors
9 1198-1982 Codeofpracticeforlayingandmaintenanceoflinoleumfloors
10 1200(pt.XI)-1977 Methodof measurementsofpavingandfloorfinished
11 1237-1980 Cementconcreteflooringtiles
12 1443-1972 CodeofpracticeforlayingandfinishingofCementconcrete
flooringtiles
13 1661-1972 Codeofpracticeforapplicationofcementandcementlime
plasterfinishes
14 2078-1979 Methodoftensiletestingofgraycastiron
15 2114-1984 Codeofpracticeforlayinginsituterrazzofloorfinish
16 2571-1970 Codeofpracticeforlayinginsitucementconcreteflooring
17 3400 Methodoftest ofvulcanizedrubbers
18 3400(pt.II)-1980 Hardness
19 3400(pt.X)-1977 Compressionsetatconstantstrain
20 3462-1986 FlexiblePVCflooring
21 8318-1969 CodeofpracticeforlayingofflexiblePVCsheet&tilesflooring
22 5389-1969 Codeofpracticeforlayinghardwoodparquetandwoodblock
floors

176
13Roofing:
1 73-1992 PavingBitumen
2 277-1992 GalvanizedSteel sheets(plainandcorrugated
3 458-1988 Concretepipes(withanwithoutreinforcement)
4 459-1992 Unreinforcedcorrugatedandsemicorrugated
5 651-1992 Asbestoscementsheets
6 702-1988 Saltglazedstonewarepipesandfittings
7 1199-1959 IndustrialBitumen
8 1200(pt.IX)-1973 Methodofsampling&analysisofconcrete
9 1200(pt.X)-1973 Methodof measurementsofroofcovering(includingcladding)
10 1202-1978 Methodof measurementsofceilingandlining
11 1203-1978 DeterminationofspecificgravityfortestingTarandBitumen
12 1205-1978 DeterminationofpenetrationfortestingTarandBitumen
13 1208-1978 DeterminationofDuctilityfortestingTarandBitumen
14 1209-1978 DeterminationofflashpointandfirepointforTestingtarand
bitumen
15 1211-1978 Determinationofwatercontent fortestingTarandbitumen
16 1212-1978 DeterminationoflossonheatingfortestingTar andbitumen
17 1216-1978 DeterminationofsolubilityincarbondisulphidefortestingTar andbitumen
18 1322-1993 Bitumenfeltsforwaterproofinganddamp proofing

19 1346-1976 Codeofpracticeforwaterproofingofroof withBitumenfelts


20 1609-1991 Codeofproactiveforlayingdampprooftreatmentusing
bitumenfelts
21 1626-1994 Asbestoscementbuildingpipes,guttersandfittings(spigot andsocket
types)
22 1834-1984 Specificationforhotappliedsealingcompoundsforjointsin concrete
23 1838-(pt.I)-1983 Preformedfillerforexpansionjointsinconcretenon-extruding
andresilienttype(bitumenimpregnatedfiber)
24 2115-1980 Codeofpracticeforflatrooffinishmudphuska
25 2633-1986 Methodoftestinguniformityofcoating onzinccoatedarticles
26 3007-(pt.I-1964 Codeofpracticeforlayingofcorrugatedasbestoscement sheet
27 3348-1965 Fiberinsulationboards
29 7193-1994 Specificationsforglassfiberbasecoaltarpitch&Bitumen felts
30 8183-1993 Bondedmineralwool
13 Finishing
1 75-1973 Linseedoil,rawandrefinery
2 77-1976 Linseedoil,boiled,forpaints
3 102-1962 Ready mixedpaint,brushing,red,leadforprimingand
generalpurposes

177
4 103-1962 Ready
mixedpaint,brushing,whiteleadforprimingangeneralpurposes
5 104-1979 Specificationforreadymixedpaint,brushing,Zincchrome
priming
6 133-1993 Enamel,interior(a)undercoating(b)finishedcolouras required
7 137-1965 Ready mixedpaint,brushing,mattoregg-shellflat,finishing,
interior,toIndianStandardcolour,asrequired
8 158-1981 Ready mixedpaint,brushing,bituminous,blackleadfreeacid
alkali,wateranheatrestingforgeneralpurposes
9 168-1993 Readmixedpaint,airdryingforgeneralpurpose
10 217-1988 Cutbackbitumen
11 218-1983 Creosoleandanthraceneoil foruseaswoodpreservatives
12 290-1961 Coaltarblackpaint
13 337-1975 Varnish,finishinginterior
14 338-1952 Varnish,undercoatingexterior,naturalresin
15 339-1952 Varnishundercoating,exterior,syntheticresin
16 340-1978 Varnishmixing
17 341-1973 BlackJapan,typeA,BandC.
18 345-1952 Woodfiller,Transparent,liquid
19 347-1975 Varnishshellacforgeneralpurpose
20 348-1968 Frenchpolish
21 419-1967 Puttyforuseof windowframes
22 427-1965 Distemper,dry,colourasrequired
23 428-1969 Distemper.,oilemulation,colourasrequired
24 524-1983 Varnish,finishingexterior, synthetic
25 525-1968 Varnish,finishingexteriorandgeneralpurposes
26 533-1973 Gumspiritofturpentine(oilofturpentine)
27 712-1984 Specificationforbuildinglimes
28 1200(pt.XII)-1976Methodof measurementsofplasteringandpointing
29 1200(pt.XIII)- Methodof measurementsof whitewashing
1987
30 1200(pt.XV)- Methodof measurementsofpainting,polishing&varnishing
1987
31 2095-1982 Gypsumplasterboards
32 2096-1992 Asbestoscementflat sheets
33 2339-1963 Aluminumpaintforgeneralpurposes,indualcontainer
34 2547-1976 Gypsumbuildingplaster
35 2932-1994 Enamelsynthetic,exterior(a)Undercoating(b)Finishing
36 2933-1975 Enamel,Exterior(a)Undercoating(b)Finishing
37 5410-1992 Cementpaint,colourasrequired
38 5411(pt.I)-1974 Plasticemulsionpaintfor interioruse
39 6278-1971 Codeofpracticeforwhitewashing&colourwashing
14 Demolitionand Dismantling:

178
1 1200(pt.XVIII)- Methodof measurementsofdemolitionanddismantling
1974
15 SafetyCodes:
1 818-1968 SafetyandhealthyrequirementsinElectricandgas welding
andcuttingoperations
2 3698-(pt.I)-1987 Safetycodefor scaffolds
3 3696(pt.II)-1966 Safetycodeforladders
4 3764-1966 SafetycodeforExcavationworks
5 4081-1986 Safetycodeforblastingandrelateddrillingoperation
6 4130-1976 Safetycodefordemolitionofbuilding
7 5916-1970 Safetycodeforconstructioninvolvinguseofhotbituminous
materials
8 6922-1973 Structuresubjecttoundergroundblastscodeofpracticefor
safetyanddesignfor
9 7293-1974 Workingwithconstructionmachinerysafetycode

179
14.BILL OF QUANTITIES

Name of Work:- Smart Street Redevlopment of North Usman Road in Division - 113&117 ,Zone -9
,&Division -136 ,Zone -10

Sl.
Quantity Description of Work Sch. No Unit Rate Amount
No

Providing Iron Barricading of


size 2m width and 1 m height
with 40mm dia MS Tubular pipe
for vertical supports on both
sides and three lines of
barricading with 25mm size MS
tubular pipe and 2 x 1m M.S.
Sheet with name board of size
0.60 x 0.45 m size M.S.sheet
(20 gauge) including Cutting,
Welding, fabrication charges
and one coat of primer and 2
1 4376.00 coats of enamel paint of SWD 18-24 R/M 117.00
5,11,992.00
approved quality with fixing of
indication with reflecting
stickers and necessary
interlocking arrangements with
adjoining units andplacing the
barricading units as directed at
the site for a period of 28 days.
The M.S. Sheet barricading is a
temproray barricading and can
be removed and reused after the
completion of work in a
particular stretch.
Removingcement concrete
2 4124.00 kerbs, clearing away and 676 30 MTR 938 128943.7333
stacking the same for reuse.
Dismantling plain cement
3 7818.00 concrete work and clearing the BD-339 SQM 277.2 2167149.6
debris etc., complete.

180
Removing CC Slab, clearing
4 2132.00 away and stacking the same for 676A 10 SQM 1012 215758.4
reuse.
Cutting bituminous concrete /
Cement concrete surface of
300mm thickand width of
5 7812.03 300mm using machineries (Jack CUT-DG RM 170 1328045.1
Hammer) including hirecharges
of machineries and labour
charges etc. complete.
Earth work excavating and
depositing on bank with initial
lead of 10 mts and initial lift of
2 mts. In hard stiff clay, stiff
6 7550.00 black hard earth, shales muram, 61 CUM 74.6 563230
gravel stoney earth and earth
mixed with small size boulders
and hard gravelly soil ( SS 20 A
)

7 1200.00 Picking / Cutting existing black 605 SQM 70.8 84960


top surface for 2 cm. to 10cm.
Thick
Carting away the surplus earth
and depris to a lead of 10km
8 541.00 and dumping in the corporation BD-354 CUM 156.4 84612.4
land as directed during the
execution

181
Supplying and laying of
200/170 mm Double Walled
Corrugated duct as per IS 16205
Part 24/BSEN-61386-24 with
OD of 200 mm and a minimum
ID of 170 mm shall be used for
laying of streetlight power
cables. The inner layer of the
duct shall be of Silicore. The
duct shall not crack under the
compressive load test of >750N
@ 5% deflection. The duct shall
not crack or split at impact load
of 5Kg dropped from a height of
9 10742.00 800 mm @ -5 degrees C. Color Non SOR RM 460 4941320
of the duct shall be Translucent
(natural) ONLY. Both walls of
the duct shall be translucent in
color ONLY. 100% virgin
HDPE raw material shall be
used. No regrind shall be used
and the duct shall be sourced
from ISO 9001,14001,18001
and ISRS audited manufacturer
ONLY.Cost inclusion of
Couplers and End Caps with
‘O’ Ring as per IP 67 for
protection from water and soil
ingress.

182
Providing of 7- Way 40mm
Multi Ducts with solid
permanently solidly lubricated
silicore in inner layer for ICT
fibre cables conforming to
ASTMF 2160, ASTM D 2444
and / or equivalent Indian
standard. External sheath shall
be in orange color and shall be
free from visual defects like
blisters, shirnk holes, flaking
scratches, groove lines &
surface roughness. The colour of
the 7 nos. PLB HDPE ducts
shall be Green , blue, yellow,
10 5453.00 brown ,violet, grey, red for Non SOR RM 985 5371205
differentiation. Outer sheet
thickness shall be 1.2mm ,+-
0.2mm. The inner surface of the
multi channel ducts shall be
spirally ribbed & shall be of a
configuration for faster
installation of cables. Wall
thickness (mm) of each of the
ducts excluding rib height shall
be 2.9mm 0.3mm. The cost of
Multi Duct including End Cap .
ISO Requirements- ISO 9001,
14001, 18001, complete as per
specifications and directions of
Engineer-in – charge.
Supply in Service line HDPE
11 215.00 Non SOR NOS 71 15265
End cap 50mm -(BSNL)

I.S.I.marked HDPE PLAIN


12 5240.00 PIPE OF SIZE 50MMX2.8MM L254 RM 95 497800
THICK WITH SILICON
COATING ( ALL COLOUR
EXCEPT BLACK )
Laying of cable along
13 5240.00 road/street through 50mm OD L210 RM 137 717880
HDPE pipe (trench size 45cm
width 75mm depth)

183
SOLID BLOCKS
40X20X20CMSupplying and
fixing SolidBlocks of following
sizeconfirming to S.S. 2145-
1965(including jam blocks
closersetc.) made in CC 1:3:6
14 456.00 BD-851 CUM 5144 2345664
(OneCement Three Sand and
SixHBSJ 6 mm) in CM 1:5
(onecement and five
sand),formasonry wall partition
wallincluding curing neat
finishingetc. complete

Plastering with cement


15 3534.00 BD-516 SQM 229.61 811441.74
mortar1:3 (1 cement and 3
riversand)12mm thick
includingcuring ,etc., complete.
Raising or lowering 45cm or
60cm dia cast iron MAN HOLE
frames and door including brick
work with second class table
moulded (chamber burnt) brick
16 524.00 of size 9" x 4.3/8" x 2.3/4" in 654 Nos 3029.3 1587353.2
cm 1:3 with cc 1:2:4 using
20mm IRC size BG metal and
rendering smooth the top
surface with cement , etc.
complete.
SUPPLYING AND FIXING
Ductile Iron grating hingedwith
frame clear opening of size 450
x 450mm DuctileIron grating
hinged with frame of class C-
250 (HeavyDuty 25MT) of
appropriate size and load
17 307.00 capacity ofapproved brand SWD 18-15 NOS 9185.8 2820040.6
confirming to BSEN
124:1994Standards. Raw
material should be of grade
SG/500/7as per IS-1865.
Product should be tested in
NABL/NTH accredited test lab
for load capacity.

184
Planting New tree with 5 to 6m
18 15.00 height including earth work Non SOR NOS 7500 112500
,filling earth spreading ext.

providing and laying quarry


rubbish from approved quarry
including cost and conveyance
19 885.00 SFQR CUM 578.5 511972.5
of all materials 10 work site all
labour for spreading watering
compacting etc, complete.
Plain cement concrete work
1:3:6 (1 cement,3 river sandand
6 broken stone jelly 12 to 20mm
20 1109.00 BD-426 CUM 4442 4926178
gauge)
includingconsolidation,curing,et
c.,compl ete
Supplying and fixing of Rubber
moulded Grey Premium
Concrete Kerbof Size
450x125x300mm using M30
concrete. The concrete shall
bemoulded by table mount
vibrated with polypropylene
fibers at 5% GPC
21 4703.00 RM 633 2976999
andcuringcompound.Therateshal (RM)K
lIncludecostofmaterials,transpor
tation, loading,unloading
charges andall taxes
Includingnecessary earth
work,pointingwithC.M. 1:3 to
fulldepth curing,thread lining
etc complete

185
Providing and laying in position
machine mixed and machine
vibrated concrete mix of Grade
M25 for rainforced cement
concrete structural elements
using a minimum of 410kg of
cement and by using machine
crushed 10mm and 20mm gauge
hard granite stone jelly
excluding cost of centering
shuttering rainforcement,
fabrication and placing in
position etc,but including curing
22 1013.00 BD-427A CUM 7000 7091000
vibrating and finishing etc,
complete complying with
standard specification and
water/cement ratio not
exceeding 0.50 and as directed
by the departmental officers
(plasticizers if required will be
supplied departmentally free of
cost ) as per SE instruction
machinemix M25 , 427A
deleted in the estimate and will
be add br-13 at the time estimate
preparing.
Leveling & compacting using
23 2875.00 LASER GUIDE EURO Non SOR SQM 53.82 154732.5
SCREED machine & finishing ,
concrete surface
Colouring materials using
24 2875.00 Group 1 colour hardener, Group Non SOR SQM 355.21 1021228.75
1 Release Agent and Acrylic
based sealer
Stamping using the agreed
pattern, application of sealer
25 460.00 Non SOR SQM 441.32 203007.2
material and cutting of control
joints

186
Providing & Laying M-
40GradeC.C for Road Works
(To bedesigned with the
material to be
used) using 20mm, 12mm
ISSsize metal, procured
fromChennai Corporation
approvedR.M.C plant (w/c ratio
0.28) andtransported by transit
mixer andplacing at work site
vibrating,finishing, initial curing
byapproved curing compound,
including Polymeric fibres,
26 147.00 RMC-40 CUM 8331.5 1224730.5
Flyash, Silica fume,
ChemicalAdmixture and
providing Ice
flakes including cost
oftransportation, all
machineries,labour, tools &
plants employed
and all other incidental
chargesetc. and as directed by
Engineer[The mix to be
designed as per
IRC:44 or IS : 10262 & as
perIRC SP 76-2008],
Painting two coats with ready
mixed plastic emulsion paint of
first class quality and of
approved colour over a priming
27 568.00 coat including thorough BD-562 RM 161.97 91998.96
scrapping,clean removal of
dirt,etc.,complete and including
necessary plaster of parris,putty
required and neat finishing
etc.(ISI STD)

Random rubble masonry work


in cement mortar 1:6 (1 cement
and 6 river sand) including
28 24.00 fixing of bond stone wherever BD-828 CUM 3788 90912
necessary including curing, etc.,
complete for temproary
structure to facilitate
construction during night hours

187
Supplying and fixing of Ductile
Iron (Clear Opening
900x900mm) Manhole cover
with frame size of
1060x1060mm Rectangular
Medium Duty (125 - MT) load
capacity of approved brand
confirming to BSEN –
124:1994. Product shall have
top abrasion resistant layer of
29 433.00 decorative grey granite finish Non SOR NOS 25000 10825000
confirming to test performed as
per IS – 15658:2006. It shall
also confirm “Permanent Set”
criterion as per BSEN-
124.Product should be tested in
NABL accredited test lab for
load capacity and permanent set.
The lifting arrangement should
have an insert of 5mm in SS 304
socket type with key hole

30 45.00 FRP PLANTER BOX of size Non SOR NOS 10500 472500
(RECTANGULAR PLANTER )
For size 1000 x 450t x 750mm .

31 45.00 FRP PLANTER BOX of size Non SOR NOS 11100 499500
(CIRCULAR ) For size 900
DIA 750mm HT .

FRP Seater size


32 20.00 Non SOR NOS 7500 150000
(RECTANGULAR ) For size
1000 x 450t x 450mm .

FRP Seater size (CIRCULAR


33 20.00 Non SOR NOS 6100 122000
) For size dia 600 DIA 450mm
HT
Supply & stacking of red earth
at site to the depa...tacking and
34 48.00 PD-15, CUM 986 47328
inclusive of all taxes etc.,
complete.

188
Supply & stacking of river sand
at site to the dep... sharp and
35 48.00 angular type free of adherent PD-16, CUM 1056.4 50707.2
coatings
Supply of well decomposed
Farm yard Manure in a powdery
36 48.00 form highly nutrient and which PD-17, CUM 1006 48288
supports plant growth.

Mixing charges of Red soil,


37 48.00 sand and manure unifor...aration PD-18, CUM 66.64 3198.72
of soil mixture (excluding
material cost)
Spreading of red soil, gravel or
38 48.00 sand including wa...5 mm PD-22, 10 CUM 1372 6585.6
thickness - including hire
charges of roller.
Cost and supply of bamboo /
casuarina wooden stakes ti
kength of o.50m for supporting
39 2666.00 the plants in parks / plantation PD-69 RM 23.2 61851.2
including tieing with jute thread
and fixing complete -Casurina
poles 10cm - 13cm dia

Cost of plant bags and


40 2666.00 tranportation of 20 x 30cm size PD-39 100NOS 411.6 10973.256
bag palnts
Shrubs varieties bogainvilla
41 2666.00 varieties height 3' per one nos PD-268 NOS 105 279930
@300mm centre to centre.
Providing and laying of hot
applied thermoplastic compound
2.5mm thick including
refelectorsing glass beads
@250gms per sqm area ,
thickness of 2.5mm exclusive of
42 1108.00 R TRSI-19 SQM 805 891940
surface applied glass beads as
per IRC :35 . The finished
surface to be level uniform and
free from streaks. and holes etc
completed as per MORT&H
specification
Providing and fixing molded
43 1400.00 TrSI-24 Nos 341 477400
shank raised pavement markers

189
(RPM) or road studs bounded to
anchored with in road surface
for lane marking and delineation
for night time visibility with
plastic body of RPM road study
moulded from ASA/ ABS
(Acrylic strene Acrylonitrile ) or
HIPS (high impact polystyrence
)Reflective panels with micro
prismatic lens capable of
providing total internal
reflection of the light entering
the lens face confirming to
ASTM D 4280 and the marker
shall support a load of 13635 kg
tested in accordance with
category a speclification of
MORTH CIRCULAR NO RW/
NH/33023/10-97-DO III
Dt.11.06.1997.Tthe height width
and length shall not exceed
50mm,100,mm and 100mm and
with minimum reflecttive area
of 13sqcm on each side and the
slope to the base shall be 35+/-5
degree .the sterngth of
detachment of the integrated
cylindrical shanks , (of
diameternot less then 19+/-
2mm) fromm the body is to be a
minimum value of 500kgf.
fixing shall be done without
nails and using epoxy resin
based adhesive as per
manufactures recommendation
etc. complete .two year warrant
certificate for raised pavement
marker for the quantity installed
and acertified copy an
indenpendent test laboratory
conforming to13635 Kg
compressive strength as per
morth circular shall be obtained
from the manufacturer by the
contractor and submitted to the
engineer in charge..

190
Supplying and fixing F R C
Grating of size 300mm x
300mm for alround tree pits for
44 624.00 FRCG NOS 660 411840
percolation of rain water
including sundries n for poiting
ect.

Providing Stainless Steel Dust


bin in size LXWXD (mm)of
45 46.00 Non SOR NOS 25000 1150000
1180 x 1000 x 1000 (mm) :
capacity of each containiner 40L
(twin Dust bins)
Feeder pillar coevered on all
sides with opening arangements
46 230.00 at the front with attractive cover Non SOR SQM 2321 533830
with metal mesh sheet of 4mm
thick.

Supply and erectin bollards of


150mm dia and 800mm height
made of MS with groove
47 540.00 including fixing at site in a pit of Non SOR NOS 6900 3726000
300mm dia and annular space
and 150mm below the bollards
filled with 1:4:8 PCC, curing etc
complete

191
Providing laying, Spreading and
compacting Graded Stone
aggregates to Wet Mix
macadam 250 mm thick
specification including
premixing the material with
water at OMC in Mechanical
Mix Plant Carriage and
transporting the mixed material
by tipper to site, laying in
uniform layers with pavers in BR WMM
48 2145.00 CUM 1988 4264260
sub base/basecourse on well N
prepared surface and
compacting with vibratory roller
to achieve the desired density,
etc.,including cost of
material,labour charges,rentls
for machinery,fuel and all other
incidental charges .Complete as
per clause 406 of MoRT& H
Specifications.(COMPACTION
BY VIBRO MAX

192
Supply and fixing of TRAFFIC
WARNING SIGNAGE
BOARD size of 900 mm
Equilateral Triangle made out of
micro prismatic grade cube
corner Retro Reflective sheeting
conforming to IRC 67-2012 and
Type XI standards of ASTM D
4956-09 specifications fully
covered over 2mm thick
Aluminium. The sign board base
shall be with WHITE colour
Type XI Retro Reflective
sheeting the border and symbols
done by screen printing using
approved inks and back support
frame MS angle of 25mm x
25mm x 3mm, supported by MS
Pipe of 75 mm dia, 2mm thick
(2.1m Clear height from bottom
of the board to GL) firmly fixed
to the ground by means of
properly designed foundation of
49 30.00 size 300mm x 300mm x 450mm TrSi-20 NOS 5710 171300
with M15 grade cement
concrete and the item shall
include earthwork excavation,
cost of all materials, loading,
unloading, lead, lift,
transportation etc., complete as
per approved template. The sign
template shall be as per IRC 67
2012 standards and approved by
engineer-in-charge. 10 years
Warranty Certificate for Type
XI retro reflective sheeting & a
certified copy of test reports
from an independent test
laboratory conforming to clause
6.7 & 6.9 of IRC 67-2012
including 3 years outdoor
weather exposure report for the
retro reflective sheeting shall be
obtained from the retro
reflective sheeting manufacturer
by the contractor and shall be
submitted to engineer-in-charge.

193
Providing and Fixing of Retro
Refelctorised Cautionary ,60 cm
Circular Mandatory and
Informatory signs (with
definition board) made out of
High intensity Prismatic Grade
Sheeting conforming to Type –
IV standards of IRC 67: 2012
and ASTM D 4956 – 09,
specification and fixed over
2mm thick Aluminium sheet
fixed over a back supporting
frame of 25mm x 25mmx3mm.
Mild Steel angel and supported
on a mild steel angel post
75x75x6mm with a clear height
of not less than 2.10m from the
ground level to the bottom of
the sign board and 0.60m below
ground level. The sign post
should be painted as per IRC
67-2012 and firmly fixed to the
ground by means of properly
50 10.00 TrSi-21 EACH 5580 55800
designed foundation with M15
grade cement concrete
45mmx45cmx60cm size
including cost and conveyance
of all materials, equipment,
Machinery and labour with all
leads and lifts, loading charges
necessary for satisfactory
completion of the work as
directed by the engineer in
charge. High intensity Retro –
Reflection sheet shall consist of
minimum coefficient of Retro-
reflection as per Table 6.6 of
IRC 67-2012. The retro
reflection sheeting shall be
covered under 7 years warranty
issued for field performance and
a certified copy of three years
outdoor exposure report shall be
obtained as per IRC 67:2012 (as
per MORT&H Specification
No.801)

194
Providing and erecting direction
and palce identification Retro
Refelctorised Signs having area
up to 0.9sq.m– Type XI made
out of High intensity Prismatic
Grade Sheeting conforming to
Type XI standards of IRC 67 .
2012 and ASTM D 4956 – 09,
specification and fixed over
2mm thick Aluminium sheet
fixed over a back supporting
frame of 25mm x 25mmx3mm.
Mild Steel angel and supported
on a mild steel angel post
75x75x6mm with a clear height
of not less than 2.10m from the
ground level to the bottom of
the sign board and 0.60m below
ground level. The sign post
should be painted as per IRC
67-2012 and firmly fixed to the
ground by means of properly
51 30.00 designed foundation with M15 TrSi-22 EACH 14460 433800
grade cement concrete
45cmx45cmx60cm size
including cost and conveyance
of all materials, equipment,
Machinery and labour with all
leads and lifts, loading charges
necessary for satisfactory
completion of the work as
directed by the engineer in
charge. High intensity Retro –
Reflection sheet shall consist of
minimum coefficient of Retro-
reflection as per Table 6.6 of
IRC 67-2012. The retro
reflection sheeting shall be
covered under 7 years warranty
issued for field performance and
a certified copy of three years
outdoor exposure report shall be
obtained as per IRC 67:2012 (as
per MORT &H Specification
No.801)

195
Providing and erecting direction
and palce identification Retro
Refelctorised Signs having area
more than 0.9sq.m– Type XI
made out of High intensity
Prismatic Grade Sheeting
conforming to Type XI
standards of IRC 67 . 2012 and
ASTM D 4956 – 09,
specification and fixed over
2mm thick Aluminium sheet
fixed over a back supporting
frame of 25mm x 25mmx3mm.
Mild Steel angel and supported
on a mild steel angel post
75x75x6mm with a clear height
of not less than 2.10m from the
ground level to the bottom of
the sign board and 0.60m below
ground level. The sign post
should be painted as per IRC
67-2012 and firmly fixed to the
ground by means of properly
52 30.00 TrSi-23 NOS 15290 458700
designed foundation with M15
grade cement concrete
45cmx45cmx60cm size
including cost and conveyance
of all materials, equipment,
Machinery and labour with all
leads and lifts, loading charges
necessary for satisfactory
completion of the work as
directed by the engineer in
charge. High intensity Retro –
Reflection sheet shall consist of
minimum coefficient of Retro-
reflection as per Table 6.6 of
IRC 67-2012. The retro
reflection sheeting shall be
covered under 7 years warranty
issued for field performance and
a certified copy of three years
outdoor exposure report shall be
obtained as per IRC 67:2012 (as
per MORT&H Specification
No.801)

196
Supplying and installation of
delineators (road way indicators
hazard markers and object
markers), 80 100 cm high above
ground level, painted at
alternatively black and white in
15cm wide strips, fitted with
53 52.00 80x100mm rectangle or 75mm R TRSI-22 EACH 2020 105040
dia circular reflectorised panels
at the top , buried or pressed
into the ground and conforming
to IRC 79etc., complete (as per
MORT&H specification
No.806)
Each
Supplying and erecting
inposition LIGHT DUTY
STEELTRUSSES as per the
drawing.The materials and
design of thetrusses should
confirm to therelevant Indian
Standardspecification. The
trusses shallbe procured only
from reputedmanufactures of
trusses withprior approval of the
BuildingsEngineer and a
certificate to theeffect from the
eputedmanufacturers shall also
befurnished with design. The
ratequoted shall include the cost
oftrusses. Base-plate
54 5000.00 BD-796A 122.09 610450
withholding down bolts and nuts
toRCC or Masonry works,
roofpurlins, rafters, purlin
sleeves,the members fixing
accessoriesetc., painting one
coat of redoxidepaint and
erecting inposition etc.,
complete asdirected during
execution. Thecontractor shall
also arrange toprovide grouting
for holdingdown olts embeding
the endpurlins, to the gable
wallwherever necessary etc.,
The
roof sheeting shall
project0.762m from the eves

197
purlins.
For structures like
CYCLESTAND, PARKING
GARAGE,
TEMPORARY ENCLOSERS

Bailing out sub-soil water


fromthe trench -hire charges
55 200.00 fordeisel pumpset above 3HP Non SOR HRS 222.35 44470
to7.5HP - 8 hrsx 4 days -
additional provisions
Providing & Cutting of
transverse const. dummy joints
56 4000.00 of C.C.Slab fora depth of CUT -CON RM 80 320000
100mmand a width of 6mmetc.,
includingsurfacetexturing
Supplying and fabricating RTS /
TMT STEEL rods
includingcutting, bending
hooks,cranking,
57 66990.00 fabricating,assembling and BD-431 KG 67 4488330
laying in exactposition,typing
with soft steelwire 16 gauge
,etc., completeconforming to
BIS std.

198
Supplying and erecting
centering for sides and soffits
including supports and strutting
upto 3m high for plane surface
pto 3m high for plane surface
such as RCCslab, rectangular
beams,'TEE' or 'L'
beams,lintels,bedblocks,stairca
se waists and landing slabs,
landing beams ,canopy, etc.,with
all cross bracings using mild
58 960.00 steel sheets of a size BD-432 Sqm 626.77 601699.2
90x60cmx3.175mm and 10
gauge stiffended with welded
mild steelangles of size
25x25x3mm for boarding laid
over silver Oak(Country wood)
over silver Oak(Country wood)
joists of size 10x6.5cm spaced
at about 90cm centre to centre
and supported by casuarina
props of 10 to 13cm dia spaced
at 7.5cm centre to centre
Supplying and placing of Ready
Mix M20 Graded of Concrete
confirming to IS 456/2000 for
Reinforcement Cement
Concrete Structural elements
under controlled water cement
ratio using 20mm and down
59 558.25 ratio using 20mm and down BD-879 cum 6679 3728551.75
graded machine broken granite
stone jelly including
transportation , pumping and
Vibration charges excluding
cost of centering and shuttering
and reinforcement but including
curing, finishing etc as directed
by departmental officers
Cladding the vertical wall
withPre-polished S.K.Blue
Graniteslabs (16mm to 18mm
60 25.00 thick)and best quality free from BD-887 SQM 3873 96825
alldefects and set in CM 1:2
for10mm thick.etc., complete as
directed by the Engineer - in -

199
charge

Art work as per the direction


ofdepartment official, over
OilPainting with first class
qualityand approved colour
including apriming coat with
61 1500.00 thoroughscrapping clean BD-905 SQM 447.33 670995
removal of dirt.,etc., complete
and includingnecessary plaster
of paris,putty, etc., wherever
required(Relevent ISI STD),
includingputty works.
Supply of 6000 litre water for
62 25.00 Non SOR NOS 700 17500
consolidation
Screed vibration charges,Power
63 9789.49 trowel for dewatering including BR-24B SQM 8.95 87615.9355
labou
Supplying of 600mm dia - (24")
64 564.00 FRC manhole coverand frame - SWD-18-3 NOS 2492 1405488
complete one set (20MT)
Providing and fixing machine
dressed grey graniteslab all
sidesmachine cut of size 0.60 m
X 0.60 msize and 50 mm thick
graniteslabs for
Platform(Pavement) including
cost and conveyance
65 600.00 DGSL 2 SQM 3069.2 1841520
ofgranitefrom available source
including labour chargesfor
fixing, the slab inposition to the
line, level andgradient,
including, pointing with
c.m.1:3and all otherincidental
charges etc., complete
66 5.00 Shifting of Bus sshelter Non SOR NOS 100000 500000
Painting new iron work with
67 2600.00 onecoat of approved BD -547 SQM 52.11 135486
primer.(ISISTD)

200
Painting new iron work
twocoats with ready mixed
68 2600.00 paintwith relevent ISI STD BD-556 SQM 102.08 265408
ofsuperior quality and approved
colour.
Providing Pigmented Coloured
concrete Paver Blocks...th M40
69 2400.00 grade concrete over the WMM ILB 80(B) SQM 939.3 2254320
of 100mm thick
Providing rain water harvesting
structure by sinking 1200mm
inner dia precast RCC M20
rings of 300mm depth 15
Nos,drilling 200mm borehole
below 4.5m for 8.0 m depth,
inserting 150mm PVC slotting
casing pipe with end cap at top,
including providing shoe with
70 10.00 cutting edge made of PCC M20 SWD18-22 Nos 62584.88 625848.8
and cover slab or 1410mm dia
with 14 Nos of 40mm holes,
including cost of shifting the
hand bore set from place to
place and filling the annular
space between the borehole wall
and PVC casing pipe etc.
complete as directed during
excurtion.
Tree Pruning (Removalof dead
branches and unnecessary stems
71 50.00 that add weight to the tree Non SOR NOS 2500 125000
crown should beremoved by
proper methods.)
Providing and laying water table
72 2620.00 of size 300 x 40m...per level, 684 MTR 92.5 242350
thread lining and curing etc.,
complete

73 2.00 Non SOR Nos 310000 620000


Cantileveler Overhead Gantry
Supplying of Solar Waning
74 60.00 Light for carrying out the Night Non SOR Nos 1500 90000
work

75 1080.00 Mazdoor (For Traffic Diversion) Non SOR Nos 368 397440
Unskilled mazdoor Category II

201
Providing and Fixing of Retro
Refelctorised Hazard Traffic
sign made out of High intensity
Prismatic Grade 30cm X 90 cm
rectangular Sheeting confirming
to Type – IV standards of IRC
67- 2012 and ASTM D 4956 –
09, specification and fixed over
2mm thick Aluminium sheet
fixed over a back supporting
frame of 25mm x 25mmx3mm.
Mild Steel angel and supported
on a mild steel angel post
75x75x6mm and 0.60m below
ground level. The sign post
should be painted as per IRC
67-2012 and firmly fixed to the
ground by means of properly
designed foundation with M15
grade cement concrete
76 30.00 45cmx45cmx60cm size R TRSI-21 3130 3130 93900
including cost and conveyance
of all materials, equipment,
Machinery and labour with all
leads and lifts, loading charges
necessary for satisfactory
completion of the work as
directed by the engineer in
charge. High intensity Retro –
Reflection sheet shall consist of
minimum coefficient of Retro-
reflection as per Table 6.6 of
IRC 67-2012. The retro
reflection sheeting shall be
covered under 7 years warranty
issued for field performance and
a certified copy of three years
outdoor exposure report shall be
obtained as per IRC 67:2012 (as
per MORT&H Specification
No.801)
Supplying and Fixing
Maintanence of LED Fitting of
77 10.00 40W to 50W with 7years L704 EACH 7321.43 73214.3
rplacement Guarantee (in place
of 70W SVL)

202
Improvement of Light Work
78 1.00 Non SOR EACH 2100000 2100000
under Bridge
Cost of supply of Double wall
79 620.00 corregated duct 120/... or Blue L939 R/m 390 241800
colour ( to be used instead of
HUME PIPE)

Sub total 8,95,33,904.14

GST @ 12% 1,07,44,068.00

Work Value with GST 10,02,77,972.14

Contingencies @ 2.5% 22,26,688.86


Tamil Nadu manual labour
welfare fund @ 1% 8,95,339.00
Shifting of TNEB& BSNL
80.00 By TNEB LS LS
Pillar boxes and Transformer 4,13,00,000.00

TOTAL AMOUNT
14,47,00,000.00

203
15. Drawings

204
205
206
207
208
209

Potrebbero piacerti anche