NIT No. IITGN/B&WD/Projects/01/2017-18

78
1 C - Nil O Nil JE (C) AE(C) I - Nil INDIAN INSTITUTE OF TECHNOLOGY NIT No. IITGN/B&WD/Projects/01/2017-18 NAME OF WORK: Providing and fixing Polycarbonate Sheet Shed AB 6, Cognitive Science interior works, Archaeology Store, Earth work for running track in temporary sports field and Others Misc.work At IIT Gandhinagar. PART - A: PWD-6 & PWD-8 PART - B: GENERAL CONDITIONS OF CONTRACT, ADDITIONAL CONDITIONS ETC., AND SCHEDULE OF QUANTITIES (CIVIL).

Transcript of NIT No. IITGN/B&WD/Projects/01/2017-18

1

C - Nil

O – Nil JE (C) AE(C)

I - Nil

INDIAN INSTITUTE OF TECHNOLOGY NIT No. IITGN/B&WD/Projects/01/2017-18

NAME OF WORK: Providing and fixing Polycarbonate Sheet Shed AB 6, Cognitive Science interior works, Archaeology Store, Earth work for running track in temporary sports field and Others Misc.work At IIT Gandhinagar.

PART - A: PWD-6 & PWD-8

PART - B: GENERAL CONDITIONS OF CONTRACT, ADDITIONAL CONDITIONS ETC., AND SCHEDULE OF QUANTITIES (CIVIL).

2

C - Nil

O – Nil JE (C) AE(C)

I - Nil

I N D E X

This NIT contains pages 1 to 78.

-SD/- Superintending Engineer,

IIT- Gandhinagar

Sr. No.

Contents Page Nos.

PART ‘A’ 03

1 Information & Instructions for tendering 04-05

2 CPWD-6 for Tendering 06-09

3 Item rate tender & Contract for Works 10-11

4 Acceptance 12

5 INTEGRITY PACT 13-14

6 INTEGRITY AGREEMENT 15-19

7 Proforma of Schedules 20-24

8 EMD Bank Guarantee Bond 25

9 General Requirement for tender 26

10 Amendment in GCC (Circulars) 27-34

PART ‘B’ 35

11 Material and Quality Assurance 36-37

12 Additional conditions for Cement 38-40

13 Additional conditions for Steel Reinforcement 41-43

14 General Terms & Conditions 44-52

15 Particular Specification and Special Condition of Work 53-57

16 Special Conditions 58-58

17 List of Approved Make of Materials 59-61

18 Schedule of Quantity 62-68

19 Drawings 69-78

3

C - Nil

O – Nil JE (C) AE(C)

I - Nil

PART-A

4

C - Nil

O – Nil JE (C) AE(C)

I - Nil

INFORMATION & INSTRUCTIONS FOR BIDDERS FOR TENDERING

The Superintending Engineer, IIT Gandhinagar , Building Works & Department, Palaj, Gandhinagar, (Gujarat) invites on behalf of President of India item rate tenders from eligible Contractors or who are on the approved list of the appropriate class of Central Public Works Department, State Public Works Department, Railways, Military Engineering Services , BSNL and Road & Bridges central or state government, central government autonomous bodies with proven technical and financial capabilities for the following work:

Sl. N

o.

NIT

No

.

Name of Work & Location

Esti

mate

d C

ost

Pu

t t

o

Ten

der

Earn

est

Mo

ne

y

Peri

od

of

Co

mp

leti

on

Last date & Time of

Submission of

Tender

Period during which EMD, Cost of Bid Document,

Tender Processing

Fees & Other documents

shall be submitted

Time & date of opening

of Bid

1

IIT

GN

/B

&W

D/

Pro

ject

s/0

1/

17

-18

Providing & Fixing Polycarbonate Sheet & AB-6, Cognitive Science interior works, Archaelogy Store , Earth work for running track in Temporary Sports field and other Misc.works at IIT Gandhinagar,Palaj

Rs.

25

,00

,00

0/

-

Rs.

50

,00

0/

-

75

(S

ev

en

ty F

ive

) D

ay

s

Up to 4:00 PM

on 17.11.2017

As

pe

r co

nd

itio

ns

giv

en

be

low

.

At 04:30 PM

on 17.11.2017

1. The intending bidder must read the terms and conditions of CPWD-6 carefully. Heshould only submit his bid if he considers himself eligible and he is in possession ofall the documents required.

2. Information and Instructions for bidders posted on website shall form part of biddocument.

3. The bid document consisting of plans, specifications, the schedule of quantities ofvarious types of items to be executed and the set of terms and conditions of the

5

C - Nil

O – Nil JE (C) AE(C)

I - Nil

contract to be complied with and other necessary documents can be seen and downloaded from website www.iitgn.ac.in at free of cost. * To be filled by Superintending Engineer.

4. But the bid can only be submitted after deposition of original EMD either in the office of Superintending Engineer inviting bids within the period of bid submission and relevant documents such as Demand Draft or Pay order or Banker`s Cheque or Deposit at call Receipt or Fixed `Deposit Receipts and Bank Guarantee of any Scheduled Bank towards EMD in favour of ”IIT Gandhinagar.”

5. Contractor must ensure to quote rate of items both in words and figure. 6. The contractor shall quote his rates considering all taxes including GST.

List of Documents to be submitted with the bid:

I. Treasury Challan / Demand Draft / Pay order or Banker`s Cheque / Deposit at Call

Receipt / FDR / Bank Guarantee of any Scheduled Bank against EMD..

II. Enlistment Order of the Contractor.

III. Certificate of Registration for GST

Sd/- Superintending Engineer, IIT, Gandhinagar

6

C - Nil

O – Nil JE (C) AE(C)

I - Nil

CPWD-6 FOR Tendering

1. Item rate bids are invited on behalf of Director , IIT Gandhinagar Contractors

who are on the approved list of the appropriate class of Central Public Works Department, State Public Works Department, Railways, Military Engineering Services , BSNL , Public sector undertaking of central or state government, central government autonomous bodies with proven technical and financial capabilities for the work of Providing and fixing Polycarbonate Sheet Shed @ AB-6, Cognitive Science interior works, Archaeology Store, Earth work for running track in temporary

sports field and other misc. Works at IIT-Gandhinagar. The enlistment of the contractors should be valid on the last date of submission of bids. In case the last date of submission of bid is extended, the enlistment of contractor should be valid on the original date of submission of bids.

1.1 The work is estimated to cost Rs. 25,00,000/- This estimate, however, is given merely as a rough guide.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 8 which is available as a Govt. of India Publication and also available on website www.iitgn.ac.in. Bidders shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be 75 Days days from the date of start as defined in schedule 'F' or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

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

The site for the work shall be made available in parts as specified below:-

…………………………………………………………………………………….

(ii) The architectural and structural drawing for the work is available

or

The bid document consisting of plans, specifications, the schedule of quantities of various types of items to be executed and the set of terms and conditions of the contract to be complied with and other necessary documents except Standard General Conditions of Contract Form can be seen on website www.iitgn.ac.in at free of cost.

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

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

7. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker`s Cheque or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of IIT Gandhinagar enclosed within the period of bid submission.

7

C - Nil

O – Nil JE (C) AE(C)

I - Nil

In case of successful tenderer, the tenderer is required to deposit an amount equal to 5 % of the tendered value of the contract as irrevocable performance guarantee in the form of Bank Guarantee from State Bank of India or any one of the nationalized Banks or “Demand draft from any scheduled bank drawn in favor of “INDIAN INSTITUTE OF TECHNOLOGY, GANDHINAGAR” within a period of 15 days of issue of letter of intent. The letter of award of work will be issued only after the above said performance guarantee in any one of the prescribed from is received and accepted failing which the Institute shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the earnest money absolutely.

Copy of Enlistment Order and certificate of work experience and other documents as specified in the bid document shall be enclosed with tender within the period of bid submission.

Bid documents submitted by intending bidders shall be opened only of those bidders, who has deposited EMD and other documents are found in order.

The bid submitted shall be opened at 04:30 PM on 17.11.2017

8. The bid submitted shall become invalid and Tender processing fee shall not be refunded if:

(i) The bidder is found ineligible.

(ii) The bidder does not deposit original EMD with Building & Works Department office

of Superintending Engineer , IIT Gandhinagar.

(iii) The contractor whose bid is accepted will be required to furnish

performance guarantee of 5% (Five Percent) of the bid amount within the

period specified in Schedule F. This guarantee shall be in the form of cash

(in case guarantee amount is less than Rs. 10000/-) or Deposit at Call

receipt of any scheduled bank/Banker's cheque of any scheduled

bank/Demand Draft of any scheduled bank/Pay order of any Scheduled

Bank of any scheduled bank (in case guarantee amount is less than Rs.

1,00,000/-) or Government Securities or Fixed Deposit Receipts or

Guarantee Bonds of any Scheduled Bank or the State Bank of India in

accordance with the prescribed form. In case the contractor fails to deposit

the said performance guarantee within the period as indicated in Schedule

'F', including the extended period if any, the Earnest Money deposited by the

contractor shall be forfeited automatically without any notice to the

contractor. The earnest money deposited along with bid shall be returned

after receiving the aforesaid performance guarantee. The contractor whose

bid is accepted will be also be required to furnish either copy of applicable

licenses/registrations or proof of applying for obtaining labour licenses,

registration with EPFO, ESIC and BOCW Welfare Board and Programme

Chart (Time and Progress) within the period specified in Schedule F.

9. Description of the work is as follows: Providing and fixing Polycarbonate Sheet Shed @ AB-6, Cognitive Science interior works, Archaeology Store, Earth work for running track in temporary sports field and other misc. Works at IIT-

Gandhinagar during 2017-2018. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before

8

C - Nil

O – Nil JE (C) AE(C)

I - Nil

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

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

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

12. The competent authority on behalf of Director , IIT Gandhinagar reserves to himself the right of accepting the whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

13. The contractor shall not be permitted to bid for works in the Building & works & Department (Office in case of contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in which his near relative is posted a Account Officer or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the IIT Gandhinagar or in the Ministry of Human Resources Development. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

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

15. The bid for the works shall remain open for acceptance for a period of Fifteen/ (15) days from the date of opening of bids in case of single bid system/Ninety(90) days from the date of opening of technical bid in case bids are invited on 2 bid/envelop system/ One hundred twenty(120) days from the date of opening of technical bid in case bids are invited on 3 bid/envelope system for specialized work (strike out as the case may be).

9

C - Nil

O – Nil JE (C) AE(C)

I - Nil

If any bidders withdraws his bid before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidders shall not be allowed to participate in the rebidding process of the work.

16. This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor, on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of start of the work, sign the contract consisting of:

a) Standard C.P.W.D. Form 8 or other Standard C.P.W.D. Form as applicable.

Signature of the Superintending Engineer, For and on behalf Director, IIT Gandhinagar

10

C - Nil

O – Nil JE (C) AE(C)

I - Nil

INDIAN INSTITUTE OF TECHNOLOGY, GANDHINAGAR

(A) Tender for the work of:

: Providing and fixing Polycarbonate Sheet Shed @ AB-6, Cognitive Science interior works, Archaeology Store, Earth work for running track in temporary sports field and other misc. Works at IIT-Gandhinagar

(i) To be submitted by 04:0 PM on 17.11.2017 at B&WD office of IIT-

Gandhinagar (ii) To be opened in presence of tenderers who may be present at 04:30 PM on

17.11.2017 in the B&WD office of IIT Gandhinagar .

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F

Specifications applicable, Drawings & Designs, General Rules and Directions,

Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate &

other documents and Rules referred to in the conditions of contract and all other

contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India

within the time specified in Schedule ‘F’ viz., schedule of quantities and in

accordance in all respect with the specifications, designs, drawing and instructions in

writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the

Conditions of contract and with such materials as are provided for, by, and in respect

of accordance with, such conditions so far as applicable.

We agree to keep the tender open for fifteen/ forty five/ sixty/ ninety (15 /45/60/90)

days from the due date of its opening in case of single bid system / Ninety(90) days

from the date of opening of technical bid in case tenders are invited on 2 bid/envelop

system/ One hundred twenty(120) days from the date of opening of technical bid in

case bids are invited on 3 bid/envelop system for specialised work (strike out as the

case may be) and not to make any modification in its terms and conditions.

A sum of Rs. 50,000/- is hereby forwarded in cash/receipt treasury challan/deposit at

call receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft

of a scheduled bank/bank guarantee issued by a scheduled bank as earnest money.

A copy of earnest money in receipt treasury challan/deposit at call receipt of a

scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled

bank/bank guarantee issued by a scheduled bank If I/We, fail to furnish the

prescribed performance guarantee within prescribed period, I/We agree that the said

President of India or his successors, in office shall without prejudice to any other right

or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/We

fail to commence work as specified, I/We agree that President of India or the

successors in office shall without prejudice to any other right or remedy available in

law, be at liberty to forfeit the said performance guarantee absolutely. The said

11

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Performance Guarantee shall be a guarantee to execute all the works referred to in

the tender documents upon the terms and conditions contained or referred to those

in excess of that limit at the rates to be determined in accordance with the provision

contained in Clause 12.2 and 12.3 of the tender form.

Further, I/We agree that in case of forfeiture of Earnest Money or Performance

Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering

process of the work.

I/We undertake and confirm that eligible similar work(s) has/have not been got

executed through another contractor on back to back basis. Further that, if such a

violation comes to the notice of Department, then I/We shall be debarred for

tendering in IIT Gandhinagar in future forever. Also, if such a violation comes to the

notice of Department before date of start of work, the Engineer-in-Charge shall be

free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.

I/We hereby declare that I/We shall treat the tender documents drawings and other

records connected with the work as secret/confidential documents and shall not

communicate information/derived there from to any person other than a person to

whom I/We am/are authorized to communicate the same or use the information in

any manner prejudicial to the safety of the State.

Dated Signature of Contractor

Witness: Postal Address

Address:

Occupation:

12

C - Nil

O – Nil JE (C) AE(C)

I - Nil

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of `

……………………………..…….. (Rupees ………………………………………………………………………

……………………………………………………).

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

(a)

(b)

(c) For & on behalf of Director, IIT Gandhinagar

Signature …………………………………..

Dated: Designation ……………………………….

13

C - Nil

O – Nil JE (C) AE(C)

I - Nil

INTEGRITY PACT To, ……………………….., ……………………….., ……………………….. Sub: NIT No. …………………………………. for the work ……………................... Dear Sir,

It is here by declared that IIT Gandhinagar is committed to follow the principle

of transparency, equity and competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the

condition that the Bidder will sign the integrity Agreement, which is an integral part of

tender/bid documents, failing which the tenderer/bidder will stand disqualified from

the tendering process and the bid of the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and

signing of the same shall be deemed as acceptance and signing of the Integrity

Agreement on behalf of the IIT Gandhinagar.

Yours faithfully

Superintending Engineer

14

C - Nil

O – Nil JE (C) AE(C)

I - Nil

INTEGRITY PACT To, Superintending Engineer, ……………………….., ……………………….. Sub: Submission of Tender for the work of ………………………....…………….... Dear Sir,

I/We acknowledge that IIT Gandhinagar is committed to follow the principles

thereof as enumerated in the Integrity Agreement enclosed with the tender/bid

document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made

on the condition that I/We will sign the enclosed integrity Agreement, which is an

integral part of tender documents, failing which I/We will stand disqualified from the

tendering process. I/We acknowledge that THE MAKING OF THE BID SHALL BE

REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this

condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter

and spirit and further agree that execution of the said Integrity Agreement shall be

separate and distinct from the main contract, which will come into existence when

tender/bid is finally accepted by IIT Gandhinagar. I/We acknowledge and accept the

duration of the Integrity Agreement, which shall be in the line with Article 1 of the

enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the

Integrity Agreement, while submitting the tender/bid, IIT Gandhinagar shall have

unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject

the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

15

C - Nil

O – Nil JE (C) AE(C)

I - Nil

To be signed by the bidder and same signatory competent / authorised to sign

the relevant contract on behalf of IIT Gandhinagar.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ........... day of ...........20......

BETWEEN President of India represented through Superintending Engineer, .................................,

(B & WD ) IIT Gandhinagar, ......................................................................., (Hereinafter referred as the (Address of Division) ‘Principal/Owner’, which expression shall unless repugnant to the meaning or

context hereof include its successors and permitted assigns)

AND

......................................................................................................................................

(Name and Address of the Individual/firm/Company)

through .................................................................... (Hereinafter referred to as the

(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or

context hereof include its successors and permitted assigns)

Preamble

WHEREAS the Principal / Owner has floated the Tender (NIT No……………….

................................) (hereinafter referred to as “Tender/Bid”) and intends to award,

under laid down organizational procedure, contract for

.....................................................................................................................................

(Name of work) hereinafter referred to as the “Contract”. AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules, regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s). AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties. NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as follows and this Pact witnesses as under: Article 1: Commitment of the Principal/Owner 1) The Principal/Owner commits itself to take all measures necessary to prevent

corruption and to observe the following principles:

(a) No employee of the Principal/Owner, personally or through any of his/her

family members, will in connection with the Tender, or the execution of the

Contract, demand, take a promise for or accept, for self or third person, any

material or immaterial benefit which the person is not legally entitled to.

16

C - Nil

O – Nil JE (C) AE(C)

I - Nil

(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with

equity and reason. The Principal/Owner will, in particular, before and during

the Tender process, provide to all Bidder(s) the same information and will not

provide to any Bidder(s) confidential / additional information through which

the Bidder(s) could obtain an advantage in relation to the Tender process or

the Contract execution.

(c) The Principal/Owner shall endeavor to exclude from the Tender process any

person, whose conduct in the past has been of biased nature.

2) If the Principal/Owner obtains information on the conduct of any of its employees

which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s) 1) It is required that each Bidder/Contractor (including their respective officers,

employees and agents) adhere to the highest ethical standards, and report to the Government / Department all suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during the tendering process and throughout the negotiation or award of a contract.

2) The Bidder(s)/Contractor(s) commit himself to take all measures necessary to

prevent corruption. He commits himself to observe the following principles during his participation in the Tender process and during the Contract execution:

a) The Bidder(s)/Contractor(s) will not, directly or through any other person or

firm, offer, promise or give to any of the Principal/Owner’s employees involved in the Tender process or execution of the Contract or to any third person any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal gain), or pass on to others, any information or documents provided by the Principal/Owner as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall disclose names and addresses of foreign agents/representatives, if any. Either the Indian agent on

17

C - Nil

O – Nil JE (C) AE(C)

I - Nil

behalf of the foreign principal or the foreign principal directly could bid in a tender but not both. Further, in cases where an agent participate in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf of another manufacturer along with the first manufacturer in a subsequent/parallel tender for the same item.

e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per proforma enclosed) any and all payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Contractor(s) will not instigate third persons to commit offences

outlined above or be an accessory to such offences.

4) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm

indulge in fraudulent practice means a willful misrepresentation or omission of

facts or submission of fake/forged documents in order to induce public

official to act in reliance thereof, with the purpose of obtaining unjust

advantage by or causing damage to justified interest of others and/or to

influence the procurement process to the detriment of the Government

interests.

5) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm

use Coercive Practices (means the act of obtaining something, compelling an

action or influencing a decision through intimidation, threat or the use of force

directly or indirectly, where potential or actual injury may befall upon a person, his/

her reputation or property to influence their participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner

under law or the Contract or its established policies and laid down procedures, the

Principal/Owner shall have the following rights in case of breach of this Integrity

Pact by the Bidder(s)/Contractor(s) and the Bidder/ Contractor accepts and

undertakes to respect and uphold the Principal/Owner’s absolute right:

1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract

has committed a transgression through a violation of Article 2 above or in any

other form, such as to put his reliability or credibility in question, the

Principal/Owner after giving 14 days notice to the contractor shall have powers to

disqualify the Bidder(s)/Contractor(s) from the Tender process or

terminate/determine the Contract, if already executed or exclude the

Bidder/Contractor from future contract award processes. The imposition and

duration of the exclusion will be determined by the severity of transgression and

determined by the Principal/Owner. Such exclusion may be forever or for a

limited period as decided by the Principal/Owner.

18

C - Nil

O – Nil JE (C) AE(C)

I - Nil

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the

Principal/Owner has disqualified the Bidder(s) from the Tender process prior to

the award of the Contract or terminated/determined the Contract or has accrued

the right to terminate/determine the Contract according to Article 3(1), the

Principal/Owner apart from exercising any legal rights that may have accrued to

the Principal/Owner, may in its considered opinion forfeit the entire amount of

Earnest Money Deposit, Performance Guarantee and Security Deposit of the

Bidder/Contractor.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a

Bidder or Contractor, or of an employee or a representative or an associate of a

Bidder or Contractor which constitutes corruption within the meaning of Indian

Penal code (IPC)/Prevention of Corruption Act, or if the Principal/Owner has

substantive suspicion in this regard, the Principal/Owner will inform the same to

law enforcing agencies for further investigation.

Article 4: Previous Transgression 1) The Bidder declares that no previous transgressions occurred in the last 5 years

with any other Company in any country confirming to the anticorruption approach or with Central Government or State Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process or action can be taken for banning of business dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/ Owner.

3) If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors 1) The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a

commitment in conformity with this Integrity Pact. The Bidder/Contractor shall be

responsible for any violation(s) of the principles laid down in this agreement/Pact

by any of its Subcontractors/sub-vendors.

2) The Principal/Owner will enter into Pacts on identical terms as this one with all

Bidders and Contractors.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed

Pact between the Principal/Owner and the bidder, along with the Tender or violate

its provisions at any stage of the Tender process, from the Tender process.

Article 6- Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the

Contractor/Vendor 12 months after the completion of work under the contract or till

the continuation of defect liability period, whichever is more and for all other bidders,

till the Contract has been awarded.

19

C - Nil

O – Nil JE (C) AE(C)

I - Nil

If any claim is made/lodged during the time, the same shall be binding and

continue to be valid despite the lapse of this Pacts as specified above, unless it is

discharged/determined by the Competent Authority, IIT Gandhinagar.

Article 7- Other Provisions 1) This Pact is subject to Indian Law, place of performance and jurisdiction is the

Head quarters of the Division of the Principal/Owner, who has floated the

Tender.

2) Changes and supplements need to be made in writing. Side agreements have not

been made.

4) If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one or more partner holding power of attorney signed by all partners and consortium members. In case of a Company, the Pact must be signed by a representative duly authorized by board resolution.

5) Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intensions.

6) It is agreed term and condition that any dispute or difference arising between the parties with regard to the terms of this Integrity Agreement / Pact, any action taken by the Owner/Principal in accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to arbitration.

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other

legal rights and remedies belonging to such parties under the Contract and/or law

and the same shall be deemed to be cumulative and not alternative to such legal

rights and remedies aforesaid. For the sake of brevity, both the Parties agree that this

Integrity Pact will have precedence over the Tender/Contact documents with regard

any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at

the place and date first above mentioned in the presence of following witnesses:

............................................................... (For and on behalf of Principal/Owner) ................................................................. (For and on behalf of Bidder/Contractor) WITNESSES: 1. .............................................. (signature, name and address) 2. ............................................... (signature, name and address)

20

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Place: Dated :

PROFORMA OF SCHEDULES IIT Gandhinagar

PROFORMA OF SCHEDULES

(Separate Performa for Civil, Electrical & Horticultural Works in case of Composite Tenders) (Operative Schedules to be supplied separately to each intending tenderer)

SCHEDULE ‘A’ Schedule of quantities (as per PWD-3)

SCHEDULE 'B' Schedule of materials to be issued to the contractor: -

S.No. Description of item

Quantity Rates in figures & words at which the material will be charged to be contractor

Place of issue

1 2 3 4 5

SCHEDULE 'C'

Tools and plants to be hired to the contractor: -

S. No.

Description Hire charges per day

Place of issue

1 2 3 4

NIL

SCHEDULE ‘D’ Extra schedule for specific requirements/document for the work, if any: - Nil SCHEDULE ‘E’ Reference to General Conditions of contract: Name of Work : Providing and fixing Polycarbonate Sheet Shed @ AB-6, Cognitive Science interior works, Archaeology Store, Earth work for running track in temporary sports field and other misc. Works at IIT-Gandhinagar

Estimated Cost of work : Rs. 25,00,000/-

NIL

21

C - Nil

O – Nil JE (C) AE(C)

I - Nil

i) Earnest Money : Rs. 50,000/- (Will be released after

submission of PG) (ii) Performance Guarantee : 5% of tendered value (iii) Security Deposit : 2.5% of tendered value

SCHEDULE ‘F’

GENERAL RULES & DIRECTIONS:

(i) Officer Inviting Tender : Superintending Engineer, IIT Gandhinagar.

Maximum percentage for quantity of items : See below. of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3

DEFINITIONS: -

(i) 2(v) Engineer -in- Charge: Superintending Engineer, IIT Gandhinagar.

(ii) 2(viii) Accepting Authority: As per Delegated financial power to B&WD of IIT Gandhinagar

2(xi) Standard Schedule of Rates: D.S.R. 2016 with correction slips issued up to the Preceding last day of submission of tender

2(xii) Department: B & WD of IIT Gandhinagar.

9(ii) Standard CPWD Contract Form: GCC 2014, CPWD form 8 as modified & corrected up to the preceding last day of submission of tender

Clause 1 (i) Time allowed for submission of Performance Guarantee, Applicable Labour licenses, registration with EPFO, ESIC 5 ( Five ) days and BOCW Welfare Board or proof of applying thereof

From the date of Issue of letter of acceptance.

(ii) Maximum allowable extension beyond the period provided in with late fee @ 0.1% per day of Performance

Gurantee beyond the period provided in (i) above: 2 (Two) days

Clause 2 Authority for fixing compensation under Clause- 2: SE, IIT, Gandhinagar Clause 2A Whether Clause 2A shall be applicable: No Clause 5 Number of days from the date of issue of letter of acceptance for reckoning date of start: 07 ( Seven ) days

22

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Mile stone(s) as per Table given below:

S. No.

Description of Milestone (Physical)

Time allowed in days (from date of start)

Amount to be with held In case of non achievement of mile stone

1. 1/8th (of the whole work)

1/4th (of the whole time)

In the event of not achieving the necessary progress as assessed from the running payment, 1.25% of the tender value of work will be withheld for failure of each mile stone

2. 3/8th (of the whole work)

1/2th (of the whole time)

3. 3/4th (of the whole work)

3/4th (of the whole time)

4. Full work Full time

Time allowed for execution of work: 75 (Seventy Five) Days. Authority to decide: (i) Extension of Time: Superintending Engineer,

IIT - Gandhinagar

(ii) Rescheduling of Mile-stones: Superintending Engineer,

IIT - Gandhinagar

. Clause 6, 6A

Clause applicable - (6 or 6A): 6A. Clause 7

Gross work to be done together with net payment /adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment Rs. 5,00,000/-.

Clause 7A Whether Clause 7A Shall be applicable Yes/ No

No Running Account Bill Shall be paid for the work till the applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board, whatever are submitted by the contractor to the Engineer-in-charge.

Clause 10A

List of testing equipment to be provided by the contractor at site lab:

As stated in tender document. Clause 10B (ii)

Whether Clause 10 B (ii) shall be applicable: Not Applicable

Clause 10C: Not Applicable

Component of Labour Expressed as percent of value of work done: 25%

23

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Clause 10 CC: Not Applicable Clause 11:

Specifications to be followed CPWD Specification-2009 Vol. I & II with for execution of work: correction slips up to the

preceding last day of submission of tender Clause-12:- Type of Work: Addition & Aleration 12.2 & 12.3 Deviation limit beyond which

clause 12.2 & 12.3 shall apply for building work : 50%

Clause 16

Competent Authority for Superintending Engineer, IIT Gandhinagar. Deciding reduced rates:

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site:

As per details given separately in tender document

Clause 36 (i)

Requirement of Technical Representative(s) and recovery Rate: shall be issued by the

Competent Authority of the department.

Clause 42

(i) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates- 2014 by C.P.W.D.

(ii) Variations permissible on theoretical quantities:

(a) Cement: For works with estimated cost put

SL.

No.

Minimum

Qualification

of Technical

Representative

Discipline

Designation

(Principal

/Technical

Representative)

Minimum

Experience

N

U

M

B

E

R

Rate at which recovery

shall be made from the

contractor

in the event of not

fulfilling provision of

clause 36 (i)

Figures Words

NIL

24

C - Nil

O – Nil JE (C) AE(C)

I - Nil

to tender not more than Rs. 5 lakhs : 3% plus/minus.

For works with estimated cost put to tender more than Rs. 5 lakhs : 2% plus/minus.

(b) Bitumen All Works : 2.5% plus & only & Nil on minus side.

(c) Steel Reinforcement and structural Steel Sections for each diameter, section and Category : 2% plus/minus

(d) All other materials : Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sr. No.

Description of Item Rates in figures and words at which recovery shall be made from the contractor

Excess beyond permissible variation

Less use beyond permissible variation

1. Cement (OPC) Rs. 6820/- (Rupees Six Thousand Eight Hundred and Twenty Only)

2. Steel Reinforcement Rs. 42000/- (Rupees Forty Two Thousand Only.)

25

C - Nil

O – Nil JE (C) AE(C)

I - Nil

BANK GUARANTEE BOND IIT Gandhinagar

Form of Earnest Money Deposit Bank Guarantee Bond

WHEREAS, contractor …………………. (Name of contractor) (hereinafter called “the contractor”) has submitted his tender dated ………….. (Date) for the construction of …………………. (Name of work) (hereinafter called “the Tender”) KNOW ALL PEOPLE by these presents that we …………………. (Name of bank) having our registered office at ……………………. (hereinafter called “the Bank”) are bound unto ……………………….. (Name and Division of Executive Engineer) (hereinafter called “the Engineer-in-charge”) in the sum of Rs. ………………. (Rs. in words …………………………..) for which payment well and truly to be made to the said Engineer-in-charge the Bank binds itself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank thus ………………..day of ………..20….. THE CONDITIONS of this obligation are: (1) If after tender opening the contractor withdraws, his tender during the period of

validity of tender (including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the Engineer-in-Charge:

(a) fails or refuses to execute the Form of Agreement in accordance with the instructions to contractor, if required;

OR (b) fails or refuses to furnish the Performance Guarantee, in accordance with the

provisions of tender document and instructions to contractor. OR

(c) fails or refuses to start the work, in accordance with the provisions of the contract and instructions to contractor,

OR (d) fails or refuses to submit fresh Bank Guarantee on an equal amount of this Bank

Guarantee, against Security Deposit after award of contract.

We undertake to pay to the Engineer-in-charge up to the above amount upon receipt of his first written demand, without the Engineer-in-Charge having to substantiates his demand, provided that in his demand the Engineer-in-Charge will note that the amount claimed by his is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions. This Guarantee will remain in force up to and including the date* …….. after the deadline for submission of tender as such deadline is stated in the instructions to contractor or as it may be extended by the Engineer-in-Charge, 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

(SIGNATURE, NAME AND ADDRESS) *Date to be worked out on the basis of validity period of 6 months from last date of receipt of tender.

26

C - Nil

O – Nil JE (C) AE(C)

I - Nil

1 The tenderer is advised to read and examine the tender documents for the work and the set of drawings available with Engineer-in-charge. He should inspect and examine the site and its surroundings by himself before submitting his tender.

2 Separate schedule of quantity is included in this tender for civil and electrical items of work. If the tenderer wants to offer any unconditional rebates on their rates, the same should also be offered in the respective components of civil and electrical schedule separately. The contractor shall quote the percentage rates in figures and words accurately so that there is no discrepancy in rates written in figures and words.

3 Quality of the project is of utmost importance. This shall be adhered to in accordance with the provisions of CPWD specifications and guidelines given in the relevant paras.

4 The contractor (s) shall make his own arrangements for electricity and water required for the execution of work.

5 Cement shall be arranged by the contractor himself.

6 Steel Reinforcement shall be arranged by the contractor himself.

7 Engagement of agency for specialized works: Contractor has to engage specialized agencies for specialized items of works such as water proofing, aluminum works & structural glazing. Only those specialized agencies/firms who have satisfactorily executed works as per following criteria during last seven years are eligible for the specialized works-

(a) Three works each costing not less than 40% of estimated cost for concerned sub head.

Or

(b) Two works each costing not less than 60% of estimated cost for concerned sub head.

Or

(c) One work costing not less than 80% of estimated cost for concerned sub head.

Approval of the specialized agencies for each specialized work shall be obtained from the Engineer-in-Charge within one month of award of work. Even if, such specialized items of work shall be executed by the specialized agencies, the work shall be deemed to be executed by the tenderer for all purposes and the responsibility of the quality of items of works executed etc. shall continue to be that of the tenderer only.

8 The contractor shall submit the running bills in the shape of the computerised MB in pages of A-4 size as per the standard format of department and shall act as per modified clause 6 A of CPWD-8

9 Contractor has to provide reinforcement cover blocks made of approved proprietary pre packed free flowing mortars (Conbextra as manufactured by M/s Fosroc Chemical India Ltd. or approved equivalent) of high early strength.

10 The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time.

27

C - Nil

O – Nil JE (C) AE(C)

I - Nil

28

C - Nil

O – Nil JE (C) AE(C)

I - Nil

29

C - Nil

O – Nil JE (C) AE(C)

I - Nil

30

C - Nil

O – Nil JE (C) AE(C)

I - Nil

31

C - Nil

O – Nil JE (C) AE(C)

I - Nil

32

C - Nil

O – Nil JE (C) AE(C)

I - Nil

33

C - Nil

O – Nil JE (C) AE(C)

I - Nil

34

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Sd/-

Superintending Engineer, IITGN

35

C - Nil

O – Nil JE (C) AE(C)

I - Nil

INDIAN INSTITUTE OF TECHNOLOGY

NIT No. IITGN/B&WD/Projects/01/2017-18 NAME OF WORK: Providing and fixing Polycarbonate Sheet

Shed AB 6, Cognitive Science interior works, Archaeology Store, Earth work for running track in temporary sport field and Others Misc.work At IIT Gandhinagar.

PART-B

36

C - Nil

O – Nil JE (C) AE(C)

I - Nil

1. The contractor shall ensure quality control measures on different aspects of construction including materials, workmanship and correct construction methodologies to be adopted. He shall have to submit quality assurance programme within two weeks of the award of work. The quality assurance programme should include method statement for various items of work to be executed along with check lists to enforce quality control.

2. The contractor shall get the source of all other materials, not specified else where in the document, approved from the Engineer-in-Charge. The contractor shall stick to the approved source unless it is absolutely unavoidable. Any change shall be done with the prior approval of the Engineer-in-Charge for which tests etc. shall be done by the contractor at his own cost. Similarly, the contractor shall submit brand/ make of various materials not specified in the agreement, to be used for the approval of the Engineer-in-Charge along with samples and once approved, he shall stick to it.

3. The contractor shall submit shop drawings of staging and shuttering arrangement, aluminum work, and other works as desired by Engineer In Charge for his approval before execution. The contractor shall also submit bar bending schedule for approval of Engineer –in – charge before execution. Other Laboratories :

3A The contractor shall arrange carrying out all tests required under the agreement through the laboratory as approved by the Engineer-in-Charge and shall bear all charges in connection therewith including charges for testing for all materials except cement for which separate condition is provided in tender document.

3B Sampling of Materials :

(i) Sample of building materials fittings and other articles required for execution of work

shall be got approved from the Engineer-in-Charge. Articles manufactured by

companies of repute and approved by the Engineer-in-Charge shall only be used.

Articles bearing BIS certification mark shall be used. In case the above are not

available, the quality of samples brought by the contractor shall be judged by

standards laid down in the relevant BIS specifications. All materials and articles

brought by the contractor to the site for use shall conform to the samples approved by

the Engineer-in-Charge which shall be preserved till the completion of the work.

(ii) The contractor shall ensure quality construction in a planned and time bound manner.

Any sub-standard material/work beyond set out tolerance limit shall be summarily

rejected by the Engineer-in-Charge.

(iii) BIS marked materials except otherwise specified shall be subjected to quality test at

the discretion of the Engineer-in-Charge besides testing of other materials as per the

specifications described for the item/materials. Wherever BIS marked materials are

brought to the site of work, the contractor shall if required, by the Engineer-in-Charge

furnish manufacturers test certificate to establish that the material produced by the

contractor for incorporation in the work satisfies the provisions of BIS codes relevant

to the material and/or the work done.

(iv) The contractor shall procure all the materials in advance so that there is sufficient

time to testing and approving of the materials and clearance of the same before use

in work.

MATERIAL AND QUALITY ASSURANCE

37

C - Nil

O – Nil JE (C) AE(C)

I - Nil

(v) All materials brought by the contractor for use in the work shall be got checked from

the Engineer-in-Charge or his authorized representative of the work on receipt of the

same at site before use.

(vi) The contractor shall be fully responsible for the safe custody of the materials issued

to him even if the materials are in double lock and key system.

(vii) The Stone aggregate/stone, sand shall be brought from any quarries subjected to the

said materials confirm CPWD specifications.

4 The day to day receipt and issue accounts of different grade/brand of cement shall be maintained separately in the standard proforma by the Jr. Engineer-in-Charge of work and which shall be duly signed by the contractor or his authorized representative.

5 The contractor shall render all help and assistance in documenting the total sequence of this project by way of photography, slides, audio-video recording etc. Nothing extra shall be payable to the contractor on this account. However cost of photographs, slides, audio/videography etc shall be born by the department.

6 The contractor shall be fully responsible for the safe custody of materials brought by him issued to him even though the materials are under double lock key system.

7 Separate cement registers showing the receipt of the OPC and PPC shall be maintained at site. The contractor shall construct separate godowns for storage of OPC & PPC at site and nothing extra on this account shall be payable.

8 Cement issued shall be for consumption at site only. No cement for factory made items and those not manufactured at site shall be issued.In case there is any discrepancy in frequency of testing as given in the list of mandatory test and that in the individual sub-head of work as per CPWD specification 2009 Vol. 1 & 2 the higher of the two frequencies of testing shall be adopted.

10 Maintenance of Registers:

a. All the registers for tests of material to be carried out at construction site or in outside laboratories shall be maintained by the contractor. These register shall be issued to the contractor by Engineer-in-Charge in the same manner as being issued to CPWD field staff.

b. The test registers to be issued to the contractor are :

i. Materials at site account register. ii. Cement register. iii. Master test registers. iv. Cube test register. v. Paint register. vi. Inspection register. vii. Drawing register.

c. All the entries in the register will be made by the designated engineering staff of the contractor and same should be regularly reviewed by JE/AE/EE.

d. Contractor shall be responsible for safe custody of all the test registers.

e. Submission of copy of all test registers, material at site register along with each alternate running account bill and final bill shall be mandatory. These registers should be duly checked by AE(P) in division office.

38

C - Nil

O – Nil JE (C) AE(C)

I - Nil

1. The contractor shall procure Portland Pozzolana Cement conforming to IS: 1489

(Part-I) as required in the work, from reputed manufacturers of cement, such as

A.C.C., Ultratech, Vikram, Shree cement, Ambuja, Jaypee Cement, Lafarge Cement

& J.K. Cement or from any other reputed cement Manufacturer having a production

capacity not less than one million tonnes per annum as approved by ADG for the sub

region. The tenderers may also submit a list of names of cement manufacturers which

they propose to use in the work. The tender accepting authority reserves right to

accept or reject name(s) of cement manufacturer(s) which the tenderer proposes to

use in the work. No change in the tendered rates will be accepted if the tender

accepting authority does not accept the list of cement manufacturers, given by the

tenderer, fully or partially.

Supply of cement shall be made in 50 kg. bags bearing manufacturer’s name and ISI

marking. Samples of cement arranged by the contractor shall be taken by the

Engineer-in-Charge and got tested in accordance with provisions of the relevant BIS

codes. In case the test results indicate that the cement arranged by the contractor

does not confirm to the relevant BIS code the same shall stand rejected and shall be

removed from the site by the contractor at his own cost within a week’s time of written

order from the Engineer-in-Charge to do so.

2. The cement shall be brought at site in bulk supply of approximately 50 tonnes

or as decided by the Engineer-in-Charge.

The cement godowns of the capacity to store a minimum of 2000 bags of

cement shall be constructed by the contractor at site of work for which no extra

payment shall be made.

3. Double lock provision shall be made to the door of the cement godown. The

keys of one lock shall remain with the Engineer-in-charge or his authorized

representative and the key of the other lock shall remain with the contractor.

The contractor shall be responsible for the watch and ward and safety of the

cement godown. The contractor shall facilitate the inspection of the cement

godown by the Engineer-in-Charge at any time.

4. The cement shall be got tested by the Engineer-in-Charge and shall be used

on the work only after satisfactory test results have been received. The

contractor shall supply free of charge the cement required for testing including

its transportation cost to test laboratories. The cost of tests shall be born by

the contractor/department in the manner indicated below :

a) By the contractor, if the results show that the cement does not conform to relevant

CPWD Specifications / BIS code or specification mentioned else where in the

documents.

ADDITIONAL CONDITIONS FOR CEMENT

39

C - Nil

O – Nil JE (C) AE(C)

I - Nil

b) By the department, if the results show that the cement conforms to relevant CPWD

Specifications / BIS code or specification mentioned else where in the documents.

5. The actual issue and consumption of cement on work shall be regulated and

proper accounts maintained as provided in clause 10 of the contract. The

theoretical consumption of cement shall be worked out as per procedure

prescribed in clause 42 of the contract and shall be governed by conditions

laid therein. In case the cement consumption is less than theoretical

consumption including permissible variation, recovery at the rate show

prescribed shall be made. In case of excess consumption, no adjustment need

to made.

6. The cement brought to site and the cement remaining unused after completion

of the work shall not be removed from site without the written permission of the

Engineer-in-Charge.

7. The damaged cement shall be removed from the site immediately by the

contractor on receipt of a notice in writing from the Engineer-in-Charge. If he

dose not do show within three days of receipt of such notice, the Engineer-in-

Charge shall get it removed at the cost of the contractor.

8. The contractor may use OPC in place of PPC only after written permission of

Engineer-in-Charge. In such case, no extra payment shall be made in any

form to the contractor by the Department.

9 PPC shall be used is RCC structures in accordance with circular issued by

the Directorate General of works vide No. CDO/SE(RR)/Fly Ash (Main)/102

dt.09.04.2009.The use of PPC shall be regulated as per the following

conditions stipulated in the circular dt.09.04.2009.

(a) IS: 456- 2000 code of practice for plain and reinforced concrete shall be

followed in regard to concrete Mix proportion and its production as under:-

(i) The concrete mix design shall be done as” Design Mix concrete” as

prescribed in clause. 9 of IS 456 mentioned above.

(ii) Concrete shall be manufactured in accordance with clause 10 of

above mentioned IS.456 covering quality assurance measures both

technical and organizational which shall also necessarily require a qualified

concrete Technologist to be available during manufacture of concrete for

certification of quality of concrete.

(b) Minimum M25 grade or as specified of concrete shall be used in all

structural elements of RCC both in load bearing and framed structure.

(c) The mechanical properties such as modulus of elasticity tensile strength,

creep and shrinkage of concrete using fly ash blended cements ( PPCs )

are not likely to be significantly different and their values are to be taken

same as those used for concrete made with OPC.

(d) To control higher rate of carbonation in early ages of concrete in PPC

based concrete water/ binder ratio shall be kept as low as possible

40

C - Nil

O – Nil JE (C) AE(C)

I - Nil

which shall be closely monitored during concrete manufacture. If

necessitated due to low water binder ratio required workability shall be

achieved by use of chloride free chemical admixtures conforming to

IS.9103. The compatibility of chemical admixtures & super plasticizers

with each set PPC received from different sources shall be ensured by

trials.

(e) In environment subjected to aggressive chloride attack (or sulphate attack

in particular) PPC based concrete is recommended. In case where

structural concrete is exposed to excessive magnesium sulphate, fly ash

content shall be limited to 18 % by weight. Special type of cement with

low C3A content may also be alternatively used. Durability criteria like

minimum binder content and maximum water/ binder ratio also need to be

given due consideration in such environment.

(f) Wet curing period shall be enhanced to minimum of 20 days or its equivalent.

In hot and arid regions, the minimum curing period shall be 14 days or its

equivalent.

(g) Subject to general guidelines detailed out as above, PPC manufactured

conforming to IS:1489 (Part-I) shall be treated at par with OPC manufacture

of Design Mix concrete for structural use in RCC.

(h) Till the time, BIS makes it mandatory to print the percentage of fly ash on

each bag of cement, the certificate from the PPC manufacturer indicating

the same shall be supplied by the contractor.

10 While using PPC for structural concrete work, no further admixing of fly ash shall be

permitted.

41

C - Nil

O – Nil JE (C) AE(C)

I - Nil

The contractor shall procure TMT bars of Fe 500 D grade from primary steel producers such as SAIL, Tata Steel Ltd, RINL, Jindal Steel & Power Ltd and JSW Steel Ltd or any other producer as approved by CPWD who are using iron ore as the basic raw material/input and having crude steel capacity of 2.0 million tonnes per annum and above.

1.1 TMT bars shall meet the provisions of IS 1786: 2008 pertaining to Fe 500 D grade of steel.

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

3. Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions in this regard in the relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not conform to the specifications as defined under para 1.1 and 1.2 above, the same shall stand rejected and it shall be removed from the site of work by the contractor at his cost within a week time of written orders from the Engineer-in-charge to do so.

4. The steel reinforcement shall be brought to the site in bulk supply of 50 tonnes or more or as directed by the Engineer-in-charge.

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

6. For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of sufficient length shall be cut from each size of the bar at random at frequency not less than that specified below:

Size of bar For consignment below

100 tonnes For consignment over

100 tonnes

Under 10 mm dia bars One sample for each 25

tonnes or part thereof One sample for each 40 tonnes or part thereof

10 mm to 16 mm dia bars

One sample for each 35 tonnes or part thereof

One sample for each 45 tonnes or part thereof

Over 16 mm dia bars One sample for each 45

tonnes or part thereof One sample for each 50 tonnes or part thereof

7. The contractor shall supply free of charge the steel required for testing including its transportation to testing laboratories. The cost of tests shall be borne by the contractor.

ADDITIONAL CONDITIONS FOR STEEL REINFORCEMENT

42

C - Nil

O – Nil JE (C) AE(C)

I - Nil

8. The actual issue and consumption of steel on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by the conditions laid therein. In case the consumption is less than theoretical consumption including permissible variations recovery at the rate so prescribed shall be made. In case of excess consumption no adjustment need to be made.

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

10. Steel bars brought by the contractor for use in the work shall be got checked from the Engineer-in-Charge or his authorized representative of the work on receipt of the same at site before use.

11. In case the contractor brings surplus quantity of steel the same after completion of the work will be removed from the site by the contractor at his own cost after approval of the Engineer-in-Charge.

12. Reinforcement including authorised spacer bars and lappages shall be measured in length of different diameters, as actually (not more than as specified in the drawing) used in the work, nearest to a centimeter. Wastage and unauthorized overlaps shall not be measured.

13. The standard sectional weights referred to as in Table 5.4 under para 5.3.4 in CPWD specifications for works 2009 Vol. 1 will be considered for conversion of length of various sizes of MS bars, Tor steel bars and TMT bars into standard weight.

14. Records of actual sectional weight shall also be kept dia-wise & lot-wise. The average sectional weight for each diameter shall be arrived at from samples from each lot of steel received at site. The decision of the Engineer-in-Charge shall be final for the procedure to be followed for determining the average sectional weight of each lot. Quantity of each diameter of steel received at site of work each day will constitute one single lot for the purpose. The weight of steel by conversion of length of various sizes of bars based on the actual weighted average sectional weight shall be termed as derived actual weight.

15. If the derived weight as in para 14 above is lesser than the standard weight as in para 13 above, the derived actual weight shall be taken for payment.

If the derived actual weight is found more then the standard weight then the standard weight as worked out in para 13 above shall be taken for payment. In such case nothing extra shall be paid for the difference between the derived actual weight and the standard weight.

16. Mixing of different type of steel/different grades of steel shall not be allowed in the same structural members as main reinforcement to satisfy clause 26.1 of IS:456.

43

C - Nil

O – Nil JE (C) AE(C)

I - Nil

17. Tolerances on Nominal Mass (individual sample) shall be as under:-

Sl. No. Nominal size mm Tolerances on the Nominal Mass, percentage

1 Upto and including 10 -8%

2 Over 10 upto & including 16 -6%

3 Over 16 -4%

44

C - Nil

O – Nil JE (C) AE(C)

I - Nil

1 The order of preference in case of any discrepancy as indicated in condition No. 8.1 under “Conditions of Contract” give in standard CPWD contract form may be read as the following:

(i) Description of items as given in Schedule of quantities

(ii) Particular specifications

(iii) Special conditions

(iv) Additional Conditions

(v) Tender drawings attached

(vi) CPWD Specifications

(vii) General Conditions of Contract for CPWD works

(viii) I.S. Codes

(ix) ASTM, BS, or other foreign origin code mentioned in tender document

(x) Decision of Engineer-in-Charge

Note: Unless otherwise specified, CPWD Specifications 2009 volume I & II with

corrections slips till the day previous to date of tender submission shall be followed in

general. Any additional item of work, if taken up subsequently, shall also conform to

the ‘relevant CPWD specifications mentioned above.

The List of Architectural drawings attached with the tender documents is for guidance

purpose only.

A reference made to any Indian Standard specification in these documents, shall

imply to the latest version of that standard. Including such revision/amendments as

issued by the bureau of Indian standard upto last date of receipt of tenders. The

contractor shall keep at his own cost all such publications of relevant Indian standard

applicable to the work at site.

2 Except for the items, for which particular specifications are given or where it is specifically mentioned otherwise in the description of items in the schedule of quantities the work shall generally be carried out in accordance with the “CPWD specifications 2009 Vol. 1 and Vol. 2 (with upto date corrections slips). (Hereinafter to be referred to as CPWD specifications) and instructions of Engineer-in-Charge. Wherever CPWD specifications are silent the latest IS codes/specification shall be followed.

3 Unless otherwise provided in the Schedule of Quantities/Specifications, the rates tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and depths of the work and nothing extra shall be payable to him on account of the same. Extra payment for centering/shuttering, if required to be done for heights greater than 3.5 m shall however be admissible at the rates arrived at in accordance with clause 12 of the agreement, if not already specified.

4 The proposed building is a prestigious project and quality of work is paramount importance. Contractor shall have to engage well experienced skilled labour and deploy modern T&P and other equipment to execute the work. Many items like stone masonry & stone cladding works, stone flooring, structural glazing, PVDF coating aluminium composite panel and other specialised flooring work, Wood work will specially require engagement of skilled workers having experience particularly in execution of such items.

GENERAL TERMS AND CONDITIONS

45

C - Nil

O – Nil JE (C) AE(C)

I - Nil

5 a) The contractor (s) shall inspect the site of work before tendering and acquaint himself with the site conditions and no claim on this account shall be entertained by the department.

b) The contractor (s) shall get himself acquainted with nature and extent of the work

and satisfy himself about the availability of materials from kiln or approved quarries

for collection and conveyance of materials required for construction.

6 The contractor (s) shall study the soil investigation report for the site, available in the office of the Engineer-in-Charge and satisfy himself about complete characteristics of soil and other parameters of site. However, no claim on the alleged inadequacy or incorrectness of the soil data shall be entertained.

7 Existing roads of campus can not be allowed to use for loaded Trucks. The Entry to the site for loaded trucks to carry material shall be along the Boundary Wall, the same shall be made good, improved and maintained by the contractor at his own cost. No payment shall be made on this account.

8 The contractor (s) shall give to the Municipality, Police and other authorities all necessary notices etc. that may be required by law and obtain all requisite Licenses for temporary obstructions, enclosures etc. and pay all fee, taxes and charges which may be leviable on account of these operations in executing the contract. He shall make good any damage to the adjoining property whether public or private and shall supply and maintain light and other illumination on for cautioning the public at night.

9 The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night speed limit boards red flags, red lights and providing barriers. He shall be responsible for all dangers and incidents caused to existing / new work due to negligence on his part. No hindrances shall be caused to traffic during the execution of the work.

10 Contractor shall provide permanent bench marks and other reference points for the proper execution of work and these shall be preserved till the end of work. All such reference points shall be in relation to the levels and locations, given in the Architectural and plumbing drawings

11 The contractor shall make his own arrangement for obtaining electric connection(s) if required and make necessary payments directly to the department concerned.

12 Other agencies doing works related with this project may also simultaneously execute their works and the contractor shall afford necessary facilities for the same. The contractor shall leave such necessary holes, openings etc. for laying/burying in the work, pipes cables, conduits, clamps, boxes and hooks for fan clamps etc. as may be required for the other agencies. Nothing extra over the Agreement rates shall be paid for doing these.

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

14 The contractor shall fully comply with all legal orders and directions of the Public or local authorities or municipality and adhere by their rules and regulations and pay all fees and charges for which he may be liable in this regard. Nothing extra shall be paid/reimbursed for the same.

15 The building work shall be carried out in the manner complying in all respects with the requirements of the relevant bylaws and regulations of the local body under the

46

C - Nil

O – Nil JE (C) AE(C)

I - Nil

jurisdiction of which the work is to be executed or as directed by the Engineer-in-charge and nothing extra shall be paid on this account.

16 The contractor shall give a performance test of the entire installation(s) as per standing specifications before the work is finally accepted by making his own arrangements for water supply, electricity etc. and nothing extra whatsoever shall be payable for the same.

17 If as per local Municipal regulations or directions of the of BSF authorities, huts for labour are not to be erected at the site of work, the contractor shall be required to provide such accommodation at a place outside the campus as is acceptable to the local body and nothing extra shall be paid on this account.

18 It shall be ensured by the contractor that no electric live wire is left exposed or unattended to avoid any accidents in this regard.

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

20 The contractor shall maintain in perfect condition, all portions executed till completion of the entire work allotted to him. Where however phased delivery of work is contemplated these provisions shall apply separately to each phase.

21 The entire royalty at the prevalent rates shall have to be paid by the contractor on all the boulders, metals, shingle sand etc. collected by him for execution of the work, directly to the Revenue authority or authorized agents of the State Government concerned or the Central Government, as the case may be.

22 The contractor shall issue Identity card to all labourers and engineers/staff engaged by him and nothing shall be paid on this account.

23 If the work is carried out in more than one shift or during night no claim on this accounts shall be entertained.

24 Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services encountered in the course of the execution of work shall be protected against the damage by the contractor at his own expense. 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.

25 The contractor shall be responsible for the watch and ward/guard of the buildings, safety of all fittings and fixtures including sanitary and water supply fittings and fixtures provided by him against pilferage and breakage during the period of installations and thereafter till the building is physically handed over to the department. No extra payment shall be made on this account.

26 The contractor shall bear all incidental charges for cartage, storage and safe custody of materials issued by department.

27 The contractor shall take instructions from the Engineer-in-charge for stacking of materials. No excavated earth or building materials etc. shall be stacked/collected in areas where other buildings, roads, services, compound walls etc. are to be constructed.

47

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Any trenching and digging for laying sewer lines/water lines/cables etc. shall be

commenced by the contractor only when all men, machinery’s and materials have

been arranged and closing of the trench(s) thereafter shall be ensured within the least

possible time.

29 The works shall be carried out in accordance with the Architectural drawings and

structural drawings, to be issued from time to time by the Engineer-in-Charge. Before

commencement of any item of work, the contractor shall correlate all the relevant

architectural and structural drawings issued for the work and satisfy himself that the

information available there of is complete and unambiguous. The discrepancy, if any

shall be brought to the notice of the Engineer-in-Charge before execution of the work.

The contractor alone shall be responsible for any loss or damage executing by the

commencement of work on the basis of any erroneous and or incomplete information.

i) The contractor shall take all precautions to avoid accidents by, exhibiting caution boards day and night, speed limit boards, red flags, red light and providing necessary barriers and other measures required from time to time. The contractor shall be responsible for all damages and accidents due to negligence on his part.

ii) Other agencies will also simultaneously execute and install the works of electrification, air conditioning, lifts, fire-fighting etc. for this work and the contractor shall provide necessary facilities for the same. The contractor shall leave such recesses, holes openings etc. as may be required for the electric, air-conditioning and other related works (for which inserts, sleeves, brackets, conduits base pinion, clamps etc. shall be supplied free of cost by the department unless otherwise specifically mentioned) and the contractor shall fix the same at time of casting of concrete, stone work & brick work, if required and nothing extra shall be payable on this account.

iii) The contractor shall conduct work so as not to interfere with or hinder the progress or completion of the work being performed by other contractor(s) or by the Engineer-in-Charge and shall as far as possible arrange his work and shall place and dispose off the materials being used or removed so as not to interfere with the operations of other contractor or he shall arrange his work with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence to the complete satisfaction of others.

iv) All Architectural drawings given in the tender other than those indicated in nomenclature of items are only indicative of the nature of the work and materials/fixings involved unless and otherwise specifically mentioned. However, the work shall be executed in accordance with the drawings duly approved by the Engineer-in-Charge.

30 Samples of all materials and fittings to be used in the work in respect of brand

manufacturer and quality shall be got approved from the Engineer-in-Charge, well in

advance of actual execution and shall be preserved till the completion of the work.

Articles bearing BIS certifications mark shall only be used unless no manufacturer

has got BIS mark for the particular material. Any material/fitting whose sample has

not been approved in advance and any other unapproved material brought by the

contractor shall be immediately removed as soon as directed.

Unless otherwise specified in the schedule of quantities the rates for all items shall be

considered as inclusive of pumping/baling out water, if necessary, for which no extra

payment shall be made. Those conditions shall be considered to include water from

48

C - Nil

O – Nil JE (C) AE(C)

I - Nil

any source such as inflow of flood, surface and sub-soil water etc. and shall apply to

the execution in any season.

31 Condition regarding secured advance :-

Secured advance shall be admissible only on those bonafide materials which are to

be used in the work in a period not exceeding six months from the date of secured

advance payment. If agency fails to use the material (in respect of which secured

advance have been paid) in the work in this specified period of six month, the said

component of secured advance shall be recovered from next running account bill paid

to the agency. Secured advance on the same material shall not be paid again.

32 Green Building Norms:-

The building is planned as minimum three star GRIHA rating. The contractor is

required to execute the work in a befitting manner to suit these standards.

32.1. Construction Vehicles, Equipment and Machinery

a. All vehicles, equipment and machinery to be procured for construction shall conform to the relevant Bureau of India Standard (BIS) norms.

b. Emission from the vehicles must conform to environmental norms.

c. Dust produced from the vehicular movement and other site activities is to be mitigated by sprinkling of water.

d. Noise limits for construction equipments shall not exceed 75 dB(A), measured at one meter from the edge of the equipment in free area, as specified in the Environment Protection Act,1986, schedule VI part E, as amended on 9th May,1993. The maximum noise levels near the construction site should be limited to 65 dB (A) Leq (5 min) in project area.

32.2. Construction Wastes Disposal

(i) The pre-identified dump locations will be a part of solid waste management plan to be prepared by the Contractor in consultation with Engineer-in-charge.

(ii) Contractor shall get approved the location of disposal site prior to commencement of the excavation on any section of the project location.

(iii) Contractor shall ensure that any spoils of material / construction waste will not be disposed off in any municipality solid waste collection bins.

32.3 Procurement of Construction Materials

(i) All vehicles delivering construction materials to the site shall be covered to avoid

spillage of materials and maintain cleanliness of the roads.

(ii) Wheel Tyres of all vehicles used by of the contractor, or any of his sub contractor or

materials suppliers shall be cleaned and washed clear of all dust/mud before leaving

the project premises. This shall be done by routing the vehicles through tyre washing

tracks.

49

C - Nil

O – Nil JE (C) AE(C)

I - Nil

(iii) Contractor shall arrange for regular water sprinkling at least twice a day (i.e. morning

and evening) for dust suppression of the construction sites and unpaved roads used by

his construction vehicles.

32.4 Water Pollution

(i) The Contractor shall take all precautionary measures to prevent the wastewater

during construction to accumulate anywhere.

(ii) The wastewater arising from the project is to be disposed off in the manner that is

acceptable to the Engineer –in-charge.

32.5 Air and Noise Pollution

Contractor shall use dust screens and sprinkle water around the construction site to arrest

spreading of dust in the air and surrounding areas.

a. Contractor shall ensure that all vehicles, equipment and machinery used for construction are regularly maintained and confirm that emission levels comply with environmental emission standards/norms.

b. For controlling the noise from Vehicles, Plants and Equipments, the Contractor shall confirm the following:

c. All vehicles and equipment used in construction will be fitted with exhaust silencers.

d. Servicing of all construction vehicles and machinery will be done regularly and during routine servicing operations, the effectiveness of exhaust silencers will be checked and if found defective will be replaced.

e. Noise emission from compactors (rollers) front loaders, concrete mixers, cranes (movable), vibrators and saws should be less than 75 dB(A).

f. As per the standards/guidelines for control of Noise Pollution from Stationary Diesel Generator (DG) sets, noise emission in dB(A) from DG Set (15-500 KVA) should be less than 94+10 log 10 (KVA). The standards also suggest construction of acoustic enclosure around the DG Set and provision of proper exhaust muffler with insertion loss of minimum 25 dB(A) as mandatory.

32.6 Personal Safety Measures for Labour

Contractor shall provide the following items for safety of workers employed by contractor

and associate agencies:

(i) Protective footwear / helmet and gloves to all workers employed for the work on mixing, cement, lime mortars, concrete etc. and openings in water pipeline/sewer line.

(ii) Welder’s protective eye-shields to workers who are engaged in welding works.

(iii) Safety helmet and Safety harness/ belt Provide adequate sanitation/safety facilities for construction workers to ensure the health and safety of the workers during construction, with effective provisions for the basic facilities such as sanitation, drinking water and safety equipment’s or machinery.

(iv) All the workers should be wearing helmet and shoes all the time on site.

50

C - Nil

O – Nil JE (C) AE(C)

I - Nil

(v) Masks and gloves should be worn whenever and wherever required.

(vi) Adequate drinking water facility should be provided at site, adequate number of decentralized latrines and urinals to be provided for construction workers.

(vii) Full time workers ( if any with the approval of Engineer-in-Charge) residing on site should be provided with clean and adequate temporary hutment.

(viii) First aid facility should also be provided.

(ix) Overhead lifting of heavy materials should be avoided. Barrow wheel and hand-lift boxes should be used to transport materials onsite.

(x) Tobacco and cigarette smoking should be prohibited onsite.

(xi) All dangerous parts of machinery are well guarded and all precautions for working on machinery are taken.

(xii) Maintain hoists and lifts, lifting machines, chains, ropes and other lifting tackles in good condition. Provide safety net of adequate strength to arrest falling material down below.

(xiii) Use of durable and reusable formwork systems to replace timber formwork and ensure that formwork where used is properly maintained.

(xiv) Ensure that walking surfaces or boards at height are of sound construction and are provided with safety rails and belts. Provide protective equipments such as helmets.

(xv) Provide measure to prevent fire. Fire extinguisher and buckets of sand to be provided in fireprone area and elsewhere.

(xvi) Provide sufficient and suitable light for working during night.

(xvii) Ensure that measures to protect workers from materials of construction, transportation, storage and other dangers and health hazards are taken.

(xviii) Ensure that the construction firm/division/company have sound safety policies.

(xix) Comply with the safety procedure, norms and guidelines (as applicable) as outlined in NBC 2005 (BIS 2005c).

(xx) Adopt additional best practices and prescribed norms as in NBC 2005 (BIS2005).

32.7 Identify roads on-site that would be used for vehicular traffic. Update vehicular roads (if

these are unpaved) by increasing the surface strength by improving particle size,

shape and mineral type that make up the surface base. Add surface gravel to reduce

source of dust emission. Limit amount of fine particles (smaller than 0.075mm) to 10 -

20%. Limit vehicular speed on site 10km/h. Nothing extra will be payable for this.

32.8 All material storages should be adequately covered and contained so that they are not

exposed to situations where winds on site could lead to dust/particulate emissions.

32.9 Spills of dirt or dusty materials shall be cleaned up promptly so the spilled material does

not become a source of fugitive dust and also to prevent of seepage of pollutant laden

water into the ground aquifers. When cleaning up the spill, ensure that the clean – up

process does not generate additional dust. Similarly, spilled concrete slurries or liquid

51

C - Nil

O – Nil JE (C) AE(C)

I - Nil

wastes should be contained/cleaned up immediately before they can infiltrate into the

soil/ground or runoff in nearby areas.

32.10 Ensure that water spraying is carried out by wetting the surface by spraying water on:

(i) Any dusty material.

(ii) Areas where demolition work is carried out.

(iii) Any unpaved main-haul road and.

(iv) Areas where excavation or earth moving activities are to be carried out.

32.11 The contractor shall ensure the following:

(i) Cover and enclose the site by providing dust screen, sheeting or netting to scaffold along the perimeter of a building.

(ii) Covering stockpiles of dusty material with impervious sheeting.

(iii) Covering dusty load on vehicles by impervious sheeting before they leave the site.

(iv) Transferring, handling/storing dry loose materials like bulk cement and dry pulverized fly ash inside a totally enclosed system.

(v) Spills of dirt or dusty materials shall be cleaned up promptly so that the spilled material does not become a source of fugitive dust and also to prevent seepage of pollutant laden water into the ground aquifers. When cleaning up the spill, ensure that the clean-up process does not generate additional dust. Similarly, spilled concrete slurries or liquid wastes should be contained / cleaned up immediately before they can infiltrate into the soil/ground or runoff in nearby areas.

(vi) Clear vegetation only from areas where work will start right away.

32.12 Adopt measures to prevent air pollution in the vicinity of the site due to construction

activities. There is no standard reference for this. The best practices should be

followed (as adopted from international best practice documents and codes).

32.13 Provide sheet covering/barricading of site of not less than 3m height along the site

boundary, next to a road or other public area. Nothing extra will be paid for this.

32.14 The contractor shall provide experienced personnel with suitable training to ensure

that these methods are implemented. Prior to the commencement of any work, the

method of working, plant equipment and air pollution control system to be used on –

site should be made available for the inspection and approval of the Engineer –in-

Charge to ensure that these are suitable for the project.

32.15 Employ measures to segregate the waste on-site into inert, chemical or hazardous

wastes. Recycle the unused chemical/hazardous wastes such as oil, paint, batteries

and asbestos. The inert waste is to be disposed off to Municipal Corporation/local

bodies dump yard and landfill sites.

32.16 To preserve the existing landscape and protect it from degradation during the process

of construction. Select proper timing for construction activity to minimize the

disturbance such as soil pollution due to spilling of the construction material and its

52

C - Nil

O – Nil JE (C) AE(C)

I - Nil

mixing with rainwater. The construction management plan including soil erosion

control management plan shall be prepared accordingly for each month. The

application of erosion control measures includes construction of gravel pits and tyre

washing bays of approved size and specification for all vehicular site entry/exits,

protection of slopes greater than 10%. Sedimentation Collection System and run-off

diversion systems shall be in place before the commencement of construction activity.

Preserve and protect the existing vegetation by not-disturbing or damaging to

specified site areas during construction.

32.17 The Contractor should follow the construction plan as proposed by the Engineer-in-

charge / landscape consultant to minimize the site disturbance such as soil pollution

due to spilling. Use staging and spill prevention and control plan to restrict the spilling

of the contaminating material on site.

32.18 Spill prevention and control plans should clearly state measures to stop the source of

the spill, measures to contain the spill and to dispose the contaminated material and

hazardous waste. It should also state the designation of personnel trained to prevent

and control spills. Hazardous wastes include pesticides, paints, cleaners and

petroleum products.

32.19 A soil Erosion and Sedimentation Control Plan (ESCP) should be prepared prior to

construction and should be applied effectively.

32.20 The contractor shall prepare and submit ‘Spill prevention and control plans’ before the

start of construction, clearly stating measures to stop the source of the spill, to contain

the spill, to dispose the contaminated material and hazardous wastes, and stating

designation of personnel trained to prevent and control spills. Hazardous wastes

include pesticides, paints, cleaners, and petroleum products.

32.21 The contractor shall ensure that no construction leaches (Ex: cement slurry) is allowed

to percolate into the ground. Adequate precautions are to be taken to safeguard

against this including reduction of wasteful curing processes, collection, basic filtering

and reuse. The contractor shall follow requisite measures for collecting drainage

water run-off from construction areas and material storage sites and diverting water

flow away from such polluted areas. Temporary drainage channels, perimeter

dike/swale, etc. shall be constructed to carry the pollutant –laden water directly to the

treatment device or facility (municipal sewer line).

32.22 All lighting installed by the contractor around the site and at the labour quarters during

construction shall be CFL bulbs of the appropriate illumination levels. This condition is

a must, unless specifically prescribed otherwise.

32.23 No extra payment will be made for operation/activity mentioned at Sl. No. 1 to 32.22

above unless specifically mentioned otherwise.

53

C - Nil

O – Nil JE (C) AE(C)

I - Nil

E

1. EARTH WORK

The work shall be done in accordance with CPWD specifications.

Any trenching and digging for laying sewer lines/water lines/cables etc. shall be

commenced by the contractor only when all men, machinery’s and materials have

been arranged and closing of the trench(s) thereafter shall be ensured within the least

possible time.

2. RCC WORK

The work shall be done as per CPWD specifications.

2.1 If the quantity of cement actually used in the work is found to be more than the

theoretical quantity of cement including authorised variation, nothing extra shall be

payable to the contractor on this account. In the event of it being discovered that after

the completion of the work, the quantity of cement used is less than the quantity

ascertained as herein before provided (allowing variation on the minus side as

stipulated in clause 42) the cost of quantity of cement so less used shall be recovered

from the contractor at the rate as specified in schedule ‘F’. Decision of the Engineer-

in-Charge in regard to the quantity of cement which should have been actually used

as per the schedule and recovery at the rate specified shall be final and binding on

the contractor.

2.2 For non-scheduled items, the decision of the Superintending Engineer regarding

theoretical quantity of the cement which should have been actually used shall be final

and binding on the contractor.

2.3 Cement brought to site and cement remaining unused after completion of work shall

not be removed from site without written permission of the Engineer-in-Charge.

2.4 In case the contractor brings surplus quantity of cement the same after completion of

the work will be removed from the site by the contractor at his own cost after approval

of the Engineer-in-Charge.

2.5 Cement register for the cement shall be maintained at site.

Cement bags shall be stored in separate godowns to be constructed by the contractor

at his own cost as per sketch (which is only indicative and actual size will depend on

the site requirements) given in CPWD specifications with weather proof roofs and

walls. Each godown shall be provided with a single shutter door with two locks. The

key of one lock shall remain with Engineer-in-charge or his authorized representative

and that of the other lock with the authorized agent of the contractor at the site of

work so that the cement is issued from the godown according to the daily

requirements with the knowledge of both parties and proper account for the same is

maintained in the standard proforma.

PARTICULAR SPECIFICATION & CONDITIONS OF WORK

54

C - Nil

O – Nil JE (C) AE(C)

I - Nil

PROFORMA FOR THE CEMENT REGISTER

Date of

receipt

Quantity

received

Progressive

total

Date of

issue

Quantity

issued

Items of work

for which issued

1 2 3 4 5 6

Qty.

returned at

the end of

the day

Total

issued

Daily balance

in hand

Contractor's

initial

JE’s

initial

Remarks

(AE/EE’s

periodical

check)

7 8 9 10 11 12

2.6 DESIGN MIX CONCRETE:

2.6.1 CPWD Specifications and latest IS Codes shall be followed.

2.6.2 The concrete mix design/laboratory tests with and without admixture shall be got

done by contractor at his own cost and will be carried out by the contractor through

one of the following laboratory/Test houses:

IIT /NIT / Govt. Engineering Institutions/ Govt. Labs as directed by the Engineer-in-

charge.

The various ingredients for mix design / laboratory tests shall be sent to the test

houses through the Engineer-in-Charge and the samples of such aggregate &

cement shall be preserved at site by the department

2.6.3 The contractor shall submit the mix design report from any of above approved

laboratory for approval of Engineer-in-Charge with in 30 days from the date of issue

of letter of acceptance of the tender. No concreting shall be done until the mix design

is approved by the Engineer-in-charge. In case of white portland cement and the

likely use of admixtures in concrete with PPC/white portland cement the contractor

shall design and test the concrete mix by using trial mixes with white cement and/or

admixtures also for which nothing extra shall be payable.

2.6.4 In case of change of source or characteristic properties of the ingredients used in the

concrete mix during the work, a revised laboratory mix design report conducted at

laboratory established at site shall be submitted by the contractor as per the direction

of the Engineer-in-Charge.

55

C - Nil

O – Nil JE (C) AE(C)

I - Nil

3 PRE-CAST RCC WORK

3.1 Pre-cast reinforced concrete units shall be of grade or mix as specified. Provision

shall be made in the mould to accommodate fixing devices such as hooks, flats etc.

And forming of notches and holes. Each unit shall be cast in one operation. A sample

of the unit shall be got approved from Engineer-in-Charge before taking up the work.

3.2 Pre-cast units shall be clearly marked to indicate the top of member and its locations.

3.3 Pre-cast units shall be stored, transported and placed in position in such a manner

that these are not damaged.

4 SANITARY INSTALLATIONS, WATER SUPPLY AND DRAINAGE

4.1 The work of water supply and sanitary installations shall be got executed by the

agency as approved by Engineer-in-Charge.

(i) The entire plumbing drawing and sanitary installation drawing/ details shall be

submitted by the contractor and got approved by the Engineer-in-Charge before the

execution.

(ii) The entire responsibility for the quality of work will however rest with the building

contractor only.

4.2 The work of water supply, internal sanitary installations and drainage etc. shall be

carried out as per the bylaws of the Municipal Corporation or any other local body and

the contractor shall produce necessary completion certificates from such authority

after completion of work.

4.3 All water tanks, taps, sanitary, water supply and drainage pipes fittings and

accessories etc. shall conform to the bylaws and specifications of the Municipal

Body/Corporation where CPWD specifications are not available.

4.4 The contractor shall engage licensed plumbers for the work and the materials

(fixtures/fittings) tested by the local Municipal Body/Corporation wherever required at

his own cost. Nothing extra shall be paid/reimbursed for the same.

4.5 The contractor shall give a performance test of the entire installation(s) as per

standing specifications before the work is finally accepted by making his own

arrangements for water supply, electricity etc. and nothing extra whatsoever shall be

payable for the same.

4.6 The work in general shall be carried out as per CPWD specifications. Rate includes

all materials, labour and all the operations mentioned in the respective items unless

and otherwise specifically mentioned.

4.7 The contractor shall give a satisfactory performance test of the entire installation (s)

before the work is finally accepted and nothing extra shall be payable to the

contractor on this account.

4.8 The contractor shall be responsible for all the protection of sanitary, water supply

fittings and fixtures against pilferage and breakage during the period of installation

until the completion / handing over of the work.

4.9 The contractor shall submit completion plans for water supply internal sanitary

installations and building drainage work within thirty days of the date of completion.

56

C - Nil

O – Nil JE (C) AE(C)

I - Nil

These plans are to be submitted on drawings prepared preferably through computers

(1 original copy + 3 photocopies) on suitable scales to show the general arrangement

and desired details.

5. WATER PROOFING TREATMENT

The water proofing items should be got done through the firm approved by

Engineer- i n - charge. The contractor shall submit proposal for engaging a

specialized firm for this work.

5.1 GUARANTEE FOR WATER PROOFING TREATMENT

5.1.1 The contractor shall be fully responsible for and shall guarantee proper performance

of the entire waterproofing system for a period of 10 (Ten) years from the completion

of works. In addition, specific 10 years written guarantee (to be furnished in a non-

judicial stamp paper of value not less than Rs. 100/- ) in approved Performa shall be

submitted for the performance of the system, before final payment and shall not in

any way limit any other rights the employer may have under the contract.

5.1.2 All waterproofing work shall be carried out through approved specialist agency as per

the method of working approved by the engineer-in charge. However, the contractor

shall be solely responsible for water proofing treatment until the expiry of the above

guaranty period.

5.1.3 Ten (10) years guarantee in the prescribed Performa attached must be given by the

contractor for the water proofing treatment. In addition 10% (ten percent) of the cost

of these items would be retained as guarantee to watch the performance of the work

executed. However, half of this amount (withheld) would be released after five

monsoon seasons after the date of completion of the work, if the performance of the

waterproofing work is satisfactory. If any defect is noticed within guarantee period, it

shall be rectified by the contractor within seven days and, if not attended to, the same

shall be got done by other agency at the risk and cost of the contractor. In any case

the guaranteeing firms during the guarantee period should inspect and examine the

treatment once in every year and make good any defect observed. However, the

security deposit can be released in full, if bank guarantee of equivalent amount for ten

(10) years is produced and deposited with the department.

5.2 MEASUREMENTS

Only plan area shall be measured and paid. Nothing extra shall be paid for rounding

off at junctions and taking treatment along sides of beams and walls. Length and

breadth shall be measured correct to one centimetre and area shall be worked out

to nearest 0.01 Sqm. No deduction in measurements shall be made for either

opening or recesses for chimneys, stacks, roof lights and the like for areas up to

0.40 Sqm. nor anything extra shall be paid for forming such openings. For similar

areas exceeding 0.40 Sqm. deductions will be made in measurements for full

openings and nothing extra shall be paid for making such openings.

5.3 RATES

The rate shall include the cost of all labour and materials involved in all the

operations described above.

5.4 SUNKEN FLOOR SLAB, ITS TREATMENT ETC.

5.4.1 Brick bat aggregate shall be from well burnt bricks.

57

C - Nil

O – Nil JE (C) AE(C)

I - Nil

5.4.2 The surface shall be thoroughly cleaned with wire brushes. All loose scales

shall be removed and dusted off. The surface bottom as well as sides shall be

treated with cement slurry admixed with proprietary water proofing compound to

penetrate into crevices and fill up all the pores in the surface.

5.4.3 After the slurry coat is laid, layer of well burnt brick bats of about 40 mm size shall be

laid in cement mortar of mix as specified by the specialist firm but not leaner than

1:5 (1 cement : 5 coarse sand) admixed with proprietary water proofing compound,

the mortar being filled to half the depth of the brick bat layer. The bricks bat layer

shall be rounded off at junctions with the beam/ wall etc. and tapered towards top

at height of 150 mm along beams/ wall etc. Curing of this layer shall be done for

these days.

5.4.4 After curing, the surface shall be applied with a coat of neat cement slurry admixed

with proprietary water proofing compound.

5.4.5 Joints of brick bat shall be filled fully with cement mortar of mix as specified

by the specialist firm but not leaner than 1:4 (1 cement : 4 coarse sand) admixed

with proprietary water proofing compound and top finished with average 20 mm

thick layer of same mortar. This layer of mortar shall be continued to the sides shall

be as directed by the Engineer-in- charge. The surface shall be finished smooth

with cement slurry admixed with proprietary water proofing compound.

5.4.6 While the water proofing treatment is done, it shall be ensured that the outlet

pipes are properly fixed and the gaps between the wall and pipes are properly filled

with brick / stone aggregate and cement mortar admixed with proprietary water

proofing compound and grouted with cement slurry admixed with proprietary water

proofing compound.

5.4.7 Waterproof treatment shall be cured for a minimum period of two weeks.

5.5 MEASUREMENTS

Measurements for the floor treatment shall be taken of the plan area of the floor

treated. Nothing extra shall be paid for rounding off at junctions and taking the

treatment along the sides of beams and walls for about 150mm.

5.6 RATES

The rate shall include the cost of all labour and materials involved in all the

operations described above. Base treatment and sides treatment will be paid

separately under respective items.

58

C - Nil

O – Nil JE (C) AE(C)

I - Nil

SPECIAL CONDITIONS

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

2. The contractor shall get prior approval from Engineer-in-Charge for the area where the construction material or debris can be stored beyond the metalled road. This area shall not cause any obstruction to the free flow of traffic/inconvenience to the pedestrians. It should be ensured by the contractor that no accidents occur on account of such permissible storage.

3. The contractor shall take appropriate protection measures like raising wind breakers of appropriate height on all sides of the plot/area using CGI sheets or plastic and/or other similar material to ensure that no construction material dust fly outside the plot area.

4. The contractor shall ensure that all the trucks or vehicles of any kind which are used for construction purposes/or are carrying construction material like cement, sand and other allied material are fully covered. The contractor shall take every necessary precautions that the vehicle are properly cleaned and dust free to ensure that enroute their destination, the dust, sand or any other particles are not released in air/contaminate air.

5. The contractor shall provide mask to every worker working on the construction site and involved in loading, unloading and carriage of construction material and construction debris to prevent inhalation of dust particles.

6. The contractor shall provide all medical help, investigation and treatment to the workers involved in the construction of building and carry of construction material and debris relatable to dust emission.

7. The contractor shall ensure that C&D waste is transported to the C&D waste site only and due record shall be maintained by the contractor.

8. The contractor shall compulsorily use jet in grinding and stone cutting.

9. The contractor shall comply all the preventive and protective environmental steps as stated in the MoEF guidelines, 2010.

10. The contractor shall carry out On-Road-Inspection for black smoke generating machinery. The contractor shall used cleaner fuel.

11. The contractor shall ensure that the DG sets comply emission norms notified by MoEF.

12. The contractor shall use vehicles having pollution under control certificate. The emissions can be reduced by a large extent by reducing the speed of a vehicle to 20 kmph. Speed bumps shall be used to ensure speed reduction. In cases where speed reduction cannot effectively reduce fugitive dust, the contractor shall divert traffic to nearby paved areas.

13. The contractor shall ensure that the construction material is covered by tarpaulin. The contractor shall take all other precaution to ensure that no dust particles are permitted to pollute air quality as a result of such storage.

14. No extra payment will be made for operation/activity mentioned at Sl. No. 1 to 13 above.

59

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Annexure I

LIST OF APPROVED MAKE OF MATERIALS

1. The Contractor shall obtain prior approval from the Engineer-in-charge before placing

order for any specific material or engaging any of the specialized agencies. The

Contractor shall make a detailed submitted with catalogues and highlighted proposed

specifications, as well as full details of the works executed by the specialized agency,

as specified.

2. Wherever applicable, the Engineer-in-charge may approve any material equivalent to

that specified in the tender subject to proof being offered by the Contractor for

equivalence to his satisfaction.

3. Unless otherwise specified, the brand / make of the material as specified in the item

nomenclature, in the particular specifications and in the list of approved materials

attached in the tender, shall be used in the work.

4. In case of non-availability of the brand specified in the contract the Contractor shall

be allowed to use alternate equivalent brand of the material subject to submission of

documentary evidence of non - availability of the specified brand. The necessary

cost adjustments on account of above change shall be made for the material.

60

C - Nil

O – Nil JE (C) AE(C)

I - Nil

LIST OF PREFERRED MAKES FOR CIVIL WORKS

S.No. Material description Approved Manufacturer / Brand Name

1. TMT bars – Fe 500D SAIL, Tata Steel Ltd, RINL, Jindal Steel & Power Ltd and JSW steel

2. Cement (PPC) A.C.C., Ultratech, Vikram, Shree cement, Ambuja, Jaypee Cement, Lafarge Cement & J.K. Cement

3. Glazed Ceramic Tiles Kajaria, Johnson, Somany, Varmora, RAK of approved design, pattern, colour and shade.

3a VITRIFIED TILES MARBONITE OF H & F, JOHNSON, SOMANY, ASIAN, SWASTIK, NITCO, KAJARIA

4. White Cement Birla White, J.K. White.

5. Primers, paints (Low VOC) (i/c water proofing cement paint) etc.

Nerolac, Asian, Burger, ICI

6. Wash Basin and WC Parryware, Hindware, Cera.

7. Clear glass Modi Guard, Saint Gobain, AIS

8. G.I. pipes and accessories Tata, Jindal ( Hisar) ,Prakash Surya.

9. Centrifugally Cast Iron Spun Pipes & fittings

ISI marked product, firm having valid BIS license.

Centrifugally Cast Soil Pipes NECO, RIFSKF, BIC

10. Brass / CP Brass fittings Parryware, Jaquar, Hindware

CP Brass Shower Rose Jaquar, kohler, grohe

CP Brass Towel Rall Jaquar, kohler, grohe

CP Brass, Flush Valve Jaquar, ZOLOTO.Kohler, grohe

CP Brass Waste Coupling Jaquar, kohler, grohe

PTMT Ball Cock Prayag or other ISI Brand

11. Aluminium sections (Anodising by approved anodizing firm)

Hindalco, Jindal, NELCO.

12. Water proofing compound WEBER, FOSROC, PIDILITE, CICO

13. Stainless steel sink Neelkanth, Nirali, Jayna, PRAYAG

14. Steel Sections like Angles, Channels etc. (excluding T-iron frame)

TISCO, SAIL, RINL, JINDAL.

Steel Sections like Round / Square Bars

TISCO, SAIL, RINL, JINDAL.

14. Plastic W.C. seat cover Parryware , Hindware, Cera.

15. PVC tanks Sintex or As approved by Engineer-in-Charge.

PVC Flushing Tank Commander, Parryware, Hindware,Cera

Water Closets INDIAN / (Orrisa Pan) Hindware Cera, Cera, Parryware

Plastic Seat with Lid Hindware, Parryware Seabird

16. Mirrors Saint Gobain , Modi Guard, AIS , PILKINGTON,

Mortise Lock Harrison, Godrej

17. PVC flushing cistern. Parryware, Hindware, Cera.

18. Adhesive for floor tile LATICRETE / FERROUSCRETE .

19. Acrylic Exterior Paint Asian Paints – APEX ULTIMA, BURGER-WEATHER COAT, ICI – WEATHER SHIELD MAX

20. Gypsum plaster Ferrous Crete / Gyproc Saint Gobain / Ultratech

21. Flush Doors KUTTY, KENWOOD, KANARA WOOD AND PLY INDUSTRIES,GREEN , DURO, MARINO, ORIENT .

61

C - Nil

O – Nil JE (C) AE(C)

I - Nil

22. PLYWOOD Kitply, Greenply, Centuryply.

23. AAC BLOCK JK LAXMI CEMENT LTD./ MAGICRETE BUILDING SOLUTION / B.D SHIRKE/BILT / ECO GREEN

24 Polymer Modified Cementitious grout BAL ENDURA/ WEBBER

26 Stainless steel screws ( Unless otherwise specified)

Kundan / Arrow/ Nettlefold/ GKW.

27 G.I Fittings ( Malleable Cast iron) Zoloto / Unik / ICS.

28 liquid soap container Jaquar, kohler, grohe

29 PTMT grating Jaquar, kohler, grohe

30 Wall mixer with telephonic shower Jaquar, kohler, grohe

31 2 Way Bib Tap Jaquar, kohler, grohe

32 Hand Shower Jaquar, kohler, grohe

33 over head shower Jaquar, kohler, grohe

34 flush dual valves Jaquar, kohler, grohe

35 Health Faucet Jaquar, kohler, grohe

36 Pillar cock Jaquar, kohler, grohe

37 Angular stop cock Jaquar, kohler, grohe

38 Towel Ring Jaquar, kohler, grohe

39 Soap Dish Jaquar, kohler, grohe

40 Toilet Paper Holder Jaquar, kohler, grohe

62

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Name Of Work: -Providing and fixing Polycarbonate Sheet Shed AB 6, Cognitive Science interior works, Archaeology Store, Earth work for running track in temporary sport field and Others Misc. work At IIT Gandhinagar.

Sr ITEM Unit Qty. Rate in Figure

Rate in Words Amount

1 Providing and fixing granite stone slab of 18 mm average thick gang saw cut, mirror polished, pre molded and pre polished, machine cut dark black granite slab fixed over wooden cabinet with rubber based high polymer modified quick-set tile adhesive (Water based) of Pedelite / Ardex Endura flex in average 3 mm thickness to support the kitchen platform including making chases 25 mm deep in walls and finishing the same with cement mortar 1:3 ( 1 cement : 3 fine sand ) etc. complete as per direction of Engineer-in-charge. Actual area of Granite surface as fixed in position shall be measured for payment.

Granite Stone of Telephonic black shade Sqm 1.40

CIVIL WORK

2 providing & fixing siporex wall of 150 mm thk with both side plaster & paint

sqm 25

WOOD & PVC WORK

3 Providing & Fixing in position Acoustical Doors along with 150 x 150 mm teak wood frame, doors made from 50mm Sal wood frame 600 x600 c to c filled with 1000 Gsm synthetic wool 50mm thick and 5mm Tecsound from both sides, 12mm waterproof ply & laminate from both sides , including 150mm heavy duty SS hinges (Geze / Dorma or eq.) 4 no each leaf, including fitting cost of Door-closer , Panic-bar and all required hardware, including cost of required Cut-Outs, decorative mouldings / finishing-items / melamine polish & Scaffolding but excluding cost of Door-closer, Panic-bar and other hardware, as per Architectural & Acoustical Design & Instructions & Complete in all aspects (total 10 doors)

sqm 20

4 Providing and fixing ISI marked flush door 35 mm thick including ISI marked Stainless Steel butt hinges(Heavy weight) with necessary screws . shutters conforming to IS: 2202 (Part I) non decorative type, core of block board construction with frame of 1st class hard wood and well matched teak 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters (total 5 doors)

sqm 9

SCHEDULE OF QUANTITY

63

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Sr ITEM Unit Qty. Rate in Figure

Rate in Words Amount

5 Providing and fixing frame work for partitions/ wall lining etc. made of 50x50x1.6 mm hollow MS tube, placed along the walls, ceiling and floor in a grid pattern with spacing @ 60 cm centre to centre both ways (vertically & horizontally) or at required spacing near opening, with necessary welding at junctions and fixing the frame to wall/ ceiling/ floors with steel dash fasteners of 8 mm dia, 75 mm long bolt, including making provision for opening for doors, windows, electrical conduits,switch boards etc., including providing with two coats of approved steel ,primer etc. complete, all as per direction of Engineer-in-charge.

kg 275.00

6 Providing & Fixing in position, Acoustical Panelling made from Gypsum plain 12mm panels on, 50 x 50 mm MS TUBE frame of 600 x 600 c to c having MS supports from wall of required length, in front of 1000 Gsm synthetic wool 50 mm thick with chicken mesh on wall side, including cost of required Cut-Outs, decorative mouldings / finishing-items / paint & Scaffolding, as per Architectural & Acoustical Design & Instructions & Complete in all aspects.

sqm 208.00

7 Providing & Fixing in position75mm thk. wooden partition, including 50x50 MS TUBE frame work @ 600 mm c/c and covering with 10mm Bison board finished with 3 mm thk MDF & paint , including making openings for windows and doors whereever necessary, cutting of holes to partition, provision for electrical conduits.

Sqm 75.00

8 Providing & Fixing tables of size 1500x600and 900x500 with necessary supporting system & Tray for key board, drawer & side cupboards of size 900x450 with 2 drawers, top with 16mm.plywood edges thicked with another 75 wide 18mm. ply to give thickness. 40mm covered with laminate of approved colour and necessary provision to fix switches & power point as directed on site etc. complete as per detail drawing and specification. (MODULAR FURNITURE) TYPE T1

No 1

9 Providing & Fixing tables of size 1400x600and 900x500 with necessary supporting system & Tray for key board, drawer & side cupboards of size 900x500 with 2 drawers and 1 trolley on ply castors, top with 19mm.plywood edges thicked with another 75 wide 18mm. ply to give thickness. 40mm covered with laminate of approved colour and necessary provision to fix switches & power point as directed on site etc. complete as per detail drawing and specification. (MODULAR FURNITURE) TYPE T2

No 1

10 Providing & fixing drawers & shutters below otta of EEG Lab

Sqm 2

64

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Sr ITEM Unit Qty. Rate in Figure

Rate in Words Amount

11 Providing and fixing glazing in partitions ( 1600 x 900) etc with suitale beading both side of glass 8mm thk, complete as per the architectural drawings and the directions of engineer-in-charge .

Sqm 2

ROOFING

12 Providing and Fixing 15 mm thick Optra of Armstrong/ Ecophon Advantage E/Thermatex Themofon of AMF/Anutone Subtex false ceiling tiles of 600X600 mm in horizontal level suspended on inter locking metal grid of hot dipped galvanised steel sections (galvanising @ 120 grams per sqm including both side) consisting of main ‘T’ runner suitably spaced at joints to get required length and of size 15x40 mm made from 0.33 mm thick (minimum) sheet, spaced 1200 mm centre to centre, and cross “T” of size 15x40 mm made out of 0.33/45 mm (Minimum) sheet, 1200 mm long spaced between main’T’ at 600 mm centre to centre to form a grid of 1200x600 mm and secondary cross ‘T’ of length 600 mm and size 24 x28 mm made of 0.33 mm thick (Minimum) sheet to be inter locked at middle of the 1200x 600 mm panel to from grid of size 600x600 mm, resting on periphery walls /partitions on a Perimeter wall angle pre- coated steel of size(24x24X3000 mm made of 0.40 mm thick (minimum) sheet with the help of rawl plugs at 450 mm centre to centre with 25 mm long dry wall screws @ 230 mm interval and laying iles in the grid, including, cutting/ making opening for services like diffusers, grills, light fittings, fixtures, smoke detectors etc., wherever required. Main ‘T’ runners to be suspended from ceiling using G.I. slotted cleats of size 25x35x1.6 mm fixed to ceiling with 12.5 mm dia and 50 mm long dash fasteners, 4 mm G.I. adjustable rods with galvanised steel level clips of size 85 x 30 x 0.8 mm, spaced at 1200 mm centre to centre along main ‘T’, bottom exposed with 24 mm of all Tsections shall be pre-painted with polyster baked paint, for all heights, as per specifications, drawings and direction of Engineer-in-charge.

Sqm 10.00

65

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Sr ITEM Unit Qty. Rate in Figure

Rate in Words Amount

13 Providing and fixing in position Armstong. tile false celling including frame work with aluminium section of approved design and fixing Armstong. tile from below .including making provision for ele.&air conditionind condults for itom complete - tile type - fine fissured or pin- hole GUIDE SPECIFICATIONS Suspension system accessories manufactured and supplied by Armstrong World Industries consisting of: -M6 Anchor Fasteners with Vertical Hangers: M6 gauge Anchor fasteners with matching nut and washer for reinforced concrete sockets along with vertical hanger made of galvanized steel of size 26 x 26 x 25 x 1.2 mm with a galvanization thickness of 80 g/sq. m for suspending the pre-straightened hanger wire. Pre-straightened hanger wire: Machine straightened hanger wires of dia. 2.68 mm of 1.83 m length with a galvanization thickness of 80 g/sq. m and tensile strength of 344- 413 MPa. The wire should be used in conjunction with the adjustable hook clip or directly to the Main runner. Hook Clip: Adjustable Hook clip of 0.8mm thick, 80 g/sq. m., galvanized spring steel for 2.68mm wire with a minimum pull off strength of 110 Kgs. The Adjustable clip consists of a 3.5 mm aquiline wire to be used with

Sqm 135

Sport Field

14 Supplying and stacking of good earth at site including royalty and carriage upto 5 km complete (earth easured in stacks will be reduced by 20% for payment).

Cum 360

15

Spreading of sludge, dump manure and/or good earth in all the lead etc at required thickness as per direction of officer-in-charge (cost of sludge, dump manure and/ or good earth to be paid separately) .

Cum 305

16

Preparation and consolidation of sub grade with power road roller of 8 to 12 tonne capacity after excavating earth to an average of 22.5 cm depth, dressing to camber and consolidating with road roller including making good the undulations etc. and re-rolling the sub grade and disposal of surplus earth with lead upto 50 metres.

Sqm 5130

Brick wrk,Plaster & Alliminium Work(Misc. Work)

17

Brick work with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in foundation and plinth in: 6.1.1 Cement mortar 1:4 (1 cement : 4 coarse sand)

CUM 20.00

18 12 mm cement plaster of mix : 13.4.1 1:4 (1 cement: 4 coarse sand) SQM. 200.00

66

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Sr ITEM Unit Qty. Rate in Figure

Rate in Words Amount

19 6 mm cement plaster of mix : 13.16.1 1:3 (1 cement : 3 fine sand) SQM. 50.00

20

Providing and fixing aluminium work for doors, windows, ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately) : For shutters of doors, windows & ventilators including providing and fixing hinges/ pivots and making provision for fixing of fittings wherever required including the cost of EPDM rubber / neoprene gasket required (Fittings shall be paid for separately) 21.1.1 For fixed portion 21.1.1.1 Anodised aluminium (anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic coating of grade AC 15

Kg. 260.00

21

Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the architectural drawings and the directions of Engineer-in-charge . (Cost of aluminium snap beading shall be paid in basic item): 21.3.2 With float glass panes of 5.50 mm thickness

SQM. 110.00

False Ceiling work

67

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Sr ITEM Unit Qty. Rate in Figure

Rate in Words Amount

22

Providing and fixing false ceiling at all height including providing and fixing of frame work made of special sections, power pressed from M.S. sheets and galvanized with zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and consisting of angle cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and 37mm, at 1200 mm centre to centre, one flange fixed to the ceiling with dash fastener 12.5 mm dia x 50mm long with 6mm dia bolts, other flange of cleat fixed to the angle hangers of 25x10x0.50 mm of required length with nuts & bolts of required size and other end of angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at the spacing of 1200 mm centre to centre, to which the ceiling section 0.5 mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 10.5 mm, at 450 mm centre to centre, shall be fixed in a direction perpendicular to G.I. intermediate hannel with connecting clips made out of 2.64 mm dia x 230 mm long G.I. wire at every junction, including fixing perimeter channels 0.5 mm thick 27 mm high having flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at 450 mm centre, with 25mm long dry wall screws @ 230 mm interval, including fixing of gypsum board to ceiling section and perimeter channel with the help of dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including jointing and finishing to a flush finish of tapered and square edges of the board with recommended jointing compound , jointing tapes , finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint and two coats of primer suitable for board, all as per manufacturer's specification and also including the cost of12.5 mm thick tapered edge gypsum fire resistant board conforming to IS: 2095- Part I making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels suitably fixed, all complete as per drawings, specification and direction of the Engineer in Charge but excluding the cost of painting with :12.5 mm thick tapered edge gypsum fire resistant board conforming to IS: 2095- Part I

SQM. 45

AB-6 Terrace Shed

23

Structural steel work in single section, fixed with or without connecting plate, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all complete.

KG. 3305

24 Steel work in built up tubular (round, square or rectangular hollow tubes etc.) trusses etc., including cutting, hoisting, fixing in position and applying a

KG. 550

68

C - Nil

O – Nil JE (C) AE(C)

I - Nil

Sr ITEM Unit Qty. Rate in Figure

Rate in Words Amount

priming coat of approved steel primer, including welding and bolted with special shaped washers etc. complete. 1. Hot finished welded type tubes

25

Providing and fixing of 10 mm thick Multicell Polycarbonate panels of 900 mm width, having 3 cells - 4 walls structure system with vertical standing seam at both ends of panel, will be fixed to structural steel / MS purlins (structural steel / MS purlins shall be paid for extra ) with the help of Snap on connector having a grip lock double tooth construction, as per fixing arrangement conforming to the detailed technical specifications of approved make as decided by the Engineer-in-charge. The sheets will be provided in combination of Red, Green and Blue shades / any colors as per the detailed drawings and directions of Engineer-In-Charge

SQM. 30

Superintending Engineer IIT Gandhinagar

Assistant Engineer (C) IIT Gandhinagar

ARCHITECTS, INT & LANDSCAPE DESIGNERS & GOVT.APPRD. VALUERS

IIT01

PROPOSED ACADEMIC BLOCK PHASE

- 1 A FOR PERMANENT CAMPUS OF

IIT GANDHINAGAR

PROJECT :

JOB NO : DRAWING NO : DATE:

SCALE :CHECKED BY :DRAWN BY :

VARIES

26-03-2016

VHDM

812R1/WDtl202

NOTES:

1. THIS DRAWING IS ISSUED FOR CONSTRUCTION PURPOSE

SHOULD BE USED ONLY FOR THE PURPOSE IT IS ISSUED FOR.

2. ALL DIMENSIONS ARE FROM UNFINISHED TO

UNFINISHED SURFACES.

3. DO NOT SCALE THIS DRAWING.

4. ALL DIMENSIONS ARE IN MM.

5. ANY DISCRIPANCY FOUND IN DRAWINGS SHOULD BE

BROUGHT TO THE NOTICE OF THE ARCHITECT

BEFORE COMMENCING ANY FURTHER WORK.

6. THE GLASS TILL 1000MM FROM FFL SHOULD BE 10MM THICK

TOUGHENED GLASS AND ABOVE IT SHOULD BE 6MM TOUGHENED

GLASS.

7. THE GLASS USED CAN BE CLEAR OR FROSTED AS PER THE NEED.

TRANSLUCENT FILM CAN BE USED FOR THIS PURPOSE.

8. FOR THE PROBLEM OF DUST COMING INSIDE THE LABORATORY

THROUGH WINDOW LOUVERS, IT CAN BE CLOSED BY FIXED

GLASS FROM INSIDE AS DONE IN OTHER AREAS.

812

R2

DRG NAME :

BLOCK 4 - KIOSK DETAIL

REVISIONS

REV NO

DETAILS

DATE

ISSUED TOISSUED ON COPIES

ISSUED FOR

LEGEND

ROOM NAME

DIMENSIONS

UFL FFL

FLOOR

FINISH

CEILING

FINISH

WALL

FINISH

COLUMN AT

PARTICULAR LVL

DOORWINDOW

LVL DROP

CLIENT26-03-2016

CONSTRUCTION

NAME SILLLVL

WIDTH HEIGHT HEIGHTWIDTH

-NAME

8R0

GROUND FLOOR

PLAN - STAIRCASE 3

SCALE 1:75

PLAN DETAIL

- CANTEEN

SCALE 1:50

SECTION AT D-D

SCALE 1:30

CLIENT22-02-2017 CONSTRUCTION

8R1

BLOCK 4

KIOSK

KEY PLAN

1:1000

CLIENT07-03-2017 CONSTRUCTION

8R2

22-02-2017 R1 STORE BELOW LANDING ADDED

03-07-2017 R2 ACCESS DOOR TO STORE CHANGED

ARCHITECTS, INT & LANDSCAPE DESIGNERS & GOVT.APPRD. VALUERS

IIT01

PROPOSED ACADEMIC BLOCK PHASE

- 1 A FOR PERMANENT CAMPUS OF

IIT GANDHINAGAR

PROJECT :

JOB NO : DRAWING NO : DATE:

SCALE :CHECKED BY :DRAWN BY :

VARIES

24-05-2016

VHDM

825R0/WDtl115

NOTES:

1. THIS DRAWING IS ISSUED FOR CONSTRUCTION PURPOSE

SHOULD BE USED ONLY FOR THE PURPOSE IT IS ISSUED FOR.

2. ALL DIMENSIONS ARE FROM UNFINISHED TO

UNFINISHED SURFACES.

3. DO NOT SCALE THIS DRAWING.

4. ALL DIMENSIONS ARE IN MM.

5. ANY DISCRIPANCY FOUND IN DRAWINGS SHOULD BE

BROUGHT TO THE NOTICE OF THE ARCHITECT

BEFORE COMMENCING ANY FURTHER WORK.

6. THE GLASS TILL 1000MM FROM FFL SHOULD BE 10MM THICK

TOUGHENED GLASS AND ABOVE IT SHOULD BE 6MM TOUGHENED

GLASS.

7. THE GLASS USED CAN BE CLEAR OR FROSTED AS PER THE NEED.

TRANSLUCENT FILM CAN BE USED FOR THIS PURPOSE.

8. FOR THE PROBLEM OF DUST COMING INSIDE THE LABORATORY

THROUGH WINDOW LOUVERS, IT CAN BE CLOSED BY FIXED

GLASS FROM INSIDE AS DONE IN OTHER AREAS.

825

R1

DRG NAME :

BLOCK 6 - FIRST FLOOR -

LAB 209 LAYOUT

REVISIONS

REV NO

DETAILS

DATE

ISSUED TOISSUED ON COPIES

ISSUED FOR

LEGEND

ROOM NAME

DIMENSIONS

UFL FFL

FLOOR

FINISH

CEILING

FINISH

WALL

FINISH

COLUMN AT PARTICULAR

LVL TERMINATING AT

PARAPET WALL LVL

COLUMN AT

PARTICULAR LVL

COLUMN BELOW

FLOOR LVL

REDUCTION IN

COLUMN SIZE

DOORWINDOW

LVL DROP

CLIENT24-05-2016

REFERENCE

NAME SILLLVL

WIDTH HEIGHT HEIGHTWIDTH

-NAME

ALMINIUM SECTION DETAILS (JINDAL MAKE)

TYPE A (20054) - SIZE - 63.50X38.10X1.17

TYPE B (20053) - SIZE - 63.50X38.10X1.08

TYPE C (19594) - SIZE - 86.00X45.00X2.35

TYPE D (19578) - SIZE - 63.5 X 63.5

TYPE E (19555) - SIZE - 50.00 X 44.45 X 2.50

DOOR DETAILS

TOP & BOTTOM RAIL - 19585

MIDDLE RAIL - 19625

VERTICAL MEMBERS - 19548

R0(SOFT COPY

MAILED)

LAYOUT AND PARTITION DETAIL PLAN - LAB 209

SCALE 1:75

BLOCK 6 - KEY PLAN - 1ST FLOOR

CLIENT07-06-2016

CONSTRUCTION

8R0

CLIENT15-09-2017

DISCUSSION

1R1(SOFT COPY

MAILED)

15-09-2017 R1

ADDITIONAL REQUIREMENT OF STORAGE AND

FALSE CEILING

FALSE CEILING PLAN FOR CABINS

SCALE 1:60

LAYOUT PLAN WITH STORAGES SHOWN

SCALE 1:60

NOTE: ALL THE EXPOSED WIRE IN THE CABINS NEEDS TO

BE COVERED BY GYPSUM.

SPLIT AC UNITS TO BE SHIFTED SLIGHTLY TO MATCH

WITH THE GRID ALIGNMENT.

SECTION AT K-K

SCALE 1:40

CLIENT21-09-2017

CONSTRUCTION

8R1

ARCHITECTS, INT & LANDSCAPE DESIGNERS & GOVT.APPRD. VALUERS

IIT01

PROPOSED ACADEMIC BLOCK PHASE

- 1 A FOR PERMANENT CAMPUS OF

IIT GANDHINAGAR

PROJECT :

JOB NO : DRAWING NO : DATE:

SCALE :CHECKED BY :DRAWN BY :

1:20

21-02-2017

VHDM

871R0/WDtl231

NOTES:

1. THIS DRAWING IS ISSUED FOR CONSTRUCTION PURPOSE

SHOULD BE USED ONLY FOR THE PURPOSE IT IS ISSUED FOR.

2. ALL DIMENSIONS ARE FROM UNFINISHED TO

UNFINISHED SURFACES.

3. DO NOT SCALE THIS DRAWING.

4. ALL DIMENSIONS ARE IN MM.

5. ANY DISCRIPANCY FOUND IN DRAWINGS SHOULD BE

BROUGHT TO THE NOTICE OF THE ARCHITECT

BEFORE COMMENCING ANY FURTHER WORK.

871

R0

DRG NAME :

STORE ROOM DETAIL AT

BLOCK 4 STAIRCASE

REVISIONS

REV NO

DETAILS

DATE

ISSUED TOISSUED ON COPIES

ISSUED FOR

LEGEND

ROOM NAME

DIMENSIONS

UFL FFL

FLOOR

FINISH

CEILING

FINISH

WALL

FINISH

COLUMN AT PARTICULAR

LVL TERMINATING AT

PARAPET WALL LVL

COLUMN AT

PARTICULAR LVL

COLUMN BELOW

FLOOR LVL

REDUCTION IN

COLUMN SIZE

DOOR

WINDOW

LVL DROP

NAME-

WIDTHHEIGHT

HEIGHTWIDTH

SILLLVLNAME

CLIENT22-02-2017 8 - R0CONSTRUCTION

ARCHITECTS, INT & LANDSCAPE DESIGNERS & GOVT.APPRD. VALUERS

IIT01

PROPOSED ACADEMIC BLOCK PHASE

- 1 A FOR PERMANENT CAMPUS OF

IIT GANDHINAGAR

PROJECT :

JOB NO : DRAWING NO : DATE:

SCALE :CHECKED BY :DRAWN BY :

VARIES

16-06-2017

VHAH/SK

885R1/WPln284

NOTES:

1. THIS DRAWING IS ISSUED FOR CONSTRUCTION PURPOSE

SHOULD BE USED ONLY FOR THE PURPOSE IT IS ISSUED FOR.

2. ALL DIMENSIONS ARE FROM UNFINISHED TO

UNFINISHED SURFACES.

3. DO NOT SCALE THIS DRAWING.

4. ALL DIMENSIONS ARE IN MM.

5. ANY DISCRIPANCY FOUND IN DRAWINGS SHOULD BE

BROUGHT TO THE NOTICE OF THE ARCHITECT

BEFORE COMMENCING ANY FURTHER WORK.

6. THE GLASS TILL 1000MM FROM FFL SHOULD BE 10MM THICK

TOUGHENED GLASS AND ABOVE IT SHOULD BE 6MM TOUGHENED

GLASS.

7. THE GLASS USED CAN BE CLEAR OR FROSTED AS PER THE NEED.

TRANSLUCENT FILM CAN BE USED FOR THIS PURPOSE.

8. FOR THE PROBLEM OF DUST COMING INSIDE THE LABORATORY

THROUGH WINDOW LOUVERS, IT CAN BE CLOSED BY FIXED

GLASS FROM INSIDE AS DONE IN OTHER AREAS.

885

R1

DRG NAME :

BLOCK 6 - FIRST FLOOR

LAB 204 - COGNITIVE

SCIENCE INTERIOR LAYOUT

REVISIONS

REV NO

DETAILS

DATE

ISSUED TOISSUED ON COPIES

ISSUED FOR

CLIENT17-06-2017

GFC

8R0

COGNITIVE SCIENCE

LAB INTERIOR LAYOUT

SCALE 1:30

R16-09-2017

CLIENT06-09-2017

GFC

8R1

OVERALL INTERIOR LAYOUT ALONG WITH

PARTITIONS & FALSE CEILING REVISED AS

PER CLIENT'S INPUT

ARCHITECTS, INT & LANDSCAPE DESIGNERS & GOVT.APPRD. VALUERS

IIT01

PROPOSED ACADEMIC BLOCK PHASE

- 1 A FOR PERMANENT CAMPUS OF

IIT GANDHINAGAR

PROJECT :

JOB NO : DRAWING NO : DATE:

SCALE :CHECKED BY :DRAWN BY :

1:30

16-06-2017

VHAH/SK

886R1/WPln285

NOTES:

1. THIS DRAWING IS ISSUED FOR CONSTRUCTION PURPOSE

SHOULD BE USED ONLY FOR THE PURPOSE IT IS ISSUED FOR.

2. ALL DIMENSIONS ARE FROM UNFINISHED TO

UNFINISHED SURFACES.

3. DO NOT SCALE THIS DRAWING.

4. ALL DIMENSIONS ARE IN MM.

5. ANY DISCRIPANCY FOUND IN DRAWINGS SHOULD BE

BROUGHT TO THE NOTICE OF THE ARCHITECT

BEFORE COMMENCING ANY FURTHER WORK.

6. THE GLASS TILL 1000MM FROM FFL SHOULD BE 10MM THICK

TOUGHENED GLASS AND ABOVE IT SHOULD BE 6MM TOUGHENED

GLASS.

7. THE GLASS USED CAN BE CLEAR OR FROSTED AS PER THE NEED.

TRANSLUCENT FILM CAN BE USED FOR THIS PURPOSE.

8. FOR THE PROBLEM OF DUST COMING INSIDE THE LABORATORY

THROUGH WINDOW LOUVERS, IT CAN BE CLOSED BY FIXED

GLASS FROM INSIDE AS DONE IN OTHER AREAS.

886

R1

DRG NAME :

BLOCK 6 - FIRST FLOOR

LAB 204 - COGNITIVE SCIENCE

FALSE CEILING LAYOUT

REVISIONS

REV NO

DETAILS

DATE

ISSUED TOISSUED ON COPIES

ISSUED FOR

CLIENT17-06-2017

GFC

8R0

R1

OVERALL INTERIOR LAYOUT ALONG WITH

PARTITIONS & FALSE CEILING REVISED AS

PER CLIENT'S INPUT

6-09-2017

CLIENT06-09-2017

GFC

8R1

ARCHITECTS, INT & LANDSCAPE DESIGNERS & GOVT.APPRD. VALUERS

IIT01

PROPOSED ACADEMIC BLOCK PHASE

- 1 A FOR PERMANENT CAMPUS OF

IIT GANDHINAGAR

PROJECT :

JOB NO : DRAWING NO : DATE:

SCALE :CHECKED BY :DRAWN BY :

VARIES

16-07-2017

VHAH/SK

887R1/WPln289

NOTES:

1. THIS DRAWING IS ISSUED FOR TENDERING PURPOSE

SHOULD BE USED ONLY FOR THE PURPOSE IT IS ISSUED FOR.

2. ALL DIMENSIONS ARE FROM UNFINISHED TO

UNFINISHED SURFACES.

3. DO NOT SCALE THIS DRAWING.

4. ALL DIMENSIONS ARE IN MM.

5. ANY DISCRIPANCY FOUND IN DRAWINGS SHOULD BE

BROUGHT TO THE NOTICE OF THE ARCHITECT

BEFORE COMMENCING ANY FURTHER WORK.

6. THE GLASS TILL 1000MM FROM FFL SHOULD BE 10MM THICK

TOUGHENED GLASS AND ABOVE IT SHOULD BE 6MM TOUGHENED

GLASS.

7. THE GLASS USED CAN BE CLEAR OR FROSTED AS PER THE NEED.

TRANSLUCENT FILM CAN BE USED FOR THIS PURPOSE.

8. FOR THE PROBLEM OF DUST COMING INSIDE THE LABORATORY

THROUGH WINDOW LOUVERS, IT CAN BE CLOSED BY FIXED

GLASS FROM INSIDE AS DONE IN OTHER AREAS.

887

R1

DRG NAME :

BLOCK 6 - FIRST FLOOR

LAB 204 - COGNITIVE SCIENCE

PARTITION LINEOUT

REVISIONS

REV NO

DETAILS

DATE

ISSUED TOISSUED ON COPIES

ISSUED FOR

CLIENT17-06-2017 GFC

8R0

ACOUSTICAL FULL HT

PARTITION

SOLID FULL HT PARTITION

D1 - ACOUSTICAL DOOR (900 X 2100)

D2 - FLUSH DOOR (900 X 2100)

D3 - ACOUSTICAL DOOR (1200X2100)

D4 - ACOUSTICAL DOOR (1000 X 2100)

SIPOREX WALL 150MM THK

R16-09-2017

CLIENT06-09-2017

GFC

8R1

OVERALL INTERIOR LAYOUT ALONG WITH

PARTITIONS & FALSE CEILING REVISED AS

PER CLIENT'S INPUT

COGNITIVE SCIENCE LAB PARTITION LINEOUT

ARCHITECTS, INT & LANDSCAPE DESIGNERS & GOVT.APPRD. VALUERS

IIT01

PROPOSED ACADEMIC BLOCK PHASE

- 1 A FOR PERMANENT CAMPUS OF

IIT GANDHINAGAR

PROJECT :

JOB NO : DRAWING NO : DATE:

SCALE :CHECKED BY :DRAWN BY :

VARIES

NOTES:

1. THIS DRAWING IS ISSUED FOR CONSTRUCTION PURPOSE

SHOULD BE USED ONLY FOR THE PURPOSE IT IS ISSUED FOR.

2. ALL DIMENSIONS ARE FROM UNFINISHED TO

UNFINISHED SURFACES.

3. DO NOT SCALE THIS DRAWING.

4. ALL DIMENSIONS ARE IN MM.

5. ANY DISCRIPANCY FOUND IN DRAWINGS SHOULD BE

BROUGHT TO THE NOTICE OF THE ARCHITECT

BEFORE COMMENCING ANY FURTHER WORK.

ISSUED TOISSUED ON COPIES

ISSUED FOR

REVISIONS

REV NO

DETAILS

DATE

LEGEND

ROOM NAME

DIMENSIONS

UFL FFL

FLOOR

FINISH

CEILING

FINISH

WALL

FINISH

DOORWINDOW LVL DROP

CLIENT

1 - R0(SOFT

COPY MAILED)

APPROVAL

NAME SILLLVL

WIDTH HEIGHTHEIGHTWIDTH

-NAME

DM

891R1/Wdtl237

11-07-2017

VH

11-07-2017

R1

DETAILS ADDED AND GFC ISSUED

18.09.2017

R1

BLOCK 4 - ARCHAEOLOGY

STORE DETAIL

891

COLUMN AT PARTICULAR

LVL TERMINATING AT

PARAPET WALL LVL

COLUMN AT

PARTICULAR

LVL

COLUMN

BELOW

FLOOR LVL

REDUCTION IN

COLUMN SIZE

PLANTERWALL HATCH

(SIPOREX WALL)

FUTURE CONSTUCTION

RCC MULLION

GRADE M:20

FROM FINISH

CONCRETE WALL

RCC JALI

STORE ROOM - GROUND FLOOR PLAN

SCALE 1:30

STORE ROOM - MEZZANINE FLOOR PLAN

SCALE 1:30

ALMINIUM SECTION DETAILS (JINDAL MAKE)

TYPE A (20054) - SIZE - 63.50X38.10X1.17

TYPE B (20053) - SIZE - 63.50X38.10X1.08

TYPE D (19578) - SIZE - 63.5 X 63.5

TYPE E (19555) - SIZE - 50.00 X 44.45 X 2.50

SECTION

TYPE B

SECTION

TYPE A

SECTION

TYPE B

SECTION

TYPE D

SECTION

TYPE B

CLIENT

8 - R1(SOFT

COPY MAILED)

CONSTRUCTION

15-09-2017

ARCHITECTS, INT & LANDSCAPE DESIGNERS & GOVT.APPRD. VALUERS

IIT01

PROPOSED ACADEMIC BLOCK PHASE

- 1 A FOR PERMANENT CAMPUS OF

IIT GANDHINAGAR

PROJECT :

JOB NO : DRAWING NO : DATE:

SCALE :CHECKED BY :DRAWN BY :

VARIES

NOTES:

1. THIS DRAWING IS ISSUED FOR CONSTRUCTION PURPOSE

SHOULD BE USED ONLY FOR THE PURPOSE IT IS ISSUED FOR.

2. ALL DIMENSIONS ARE FROM UNFINISHED TO

UNFINISHED SURFACES.

3. DO NOT SCALE THIS DRAWING.

4. ALL DIMENSIONS ARE IN MM.

5. ANY DISCRIPANCY FOUND IN DRAWINGS SHOULD BE

BROUGHT TO THE NOTICE OF THE ARCHITECT

BEFORE COMMENCING ANY FURTHER WORK.

ISSUED TOISSUED ON COPIES

ISSUED FOR

REVISIONS

REV NO

DETAILS

DATE

LEGEND

ROOM NAME

DIMENSIONS

UFL FFL

FLOOR

FINISH

CEILING

FINISH

WALL

FINISH

DOORWINDOW LVL DROP

CLIENT 8 - R0

CONSTRUCTION

NAMESILLLVL

WIDTHHEIGHTHEIGHTWIDTH

-NAME

DM

911R0/WDtl 259

28-09-2017

VH

28-09-2017

R0

BLOCK 6 - TERRACE

SHED DETAILS

911

COLUMN AT PARTICULAR

LVL TERMINATING AT

PARAPET WALL LVL

COLUMN AT

PARTICULAR

LVL

COLUMN

BELOW

FLOOR LVL

REDUCTION IN

COLUMN SIZE

PLANTERWALL HATCH

(SIPOREX WALL)

FUTURE CONSTUCTION

RCC MULLION

GRADE M:20

FROM FINISH

CONCRETE WALL

RCC JALI

BLOCK 6 - PLAN DETAIL AT A

SCALE 1:60

BLOCK 6 - 3RD FLOOR - KEY PLAN

SCALE 1:500

PLAN

DETAIL A

SECTION AT B-B

SCALE 1:50

NOTE: THE POSITION AND SIZE OF SHED CAN BE SLIGHTLY

MODIFIED AS PER THE LOCATION OF UNIT ON SITE.

BLOCK 6 - PLAN DETAIL AT A - AT 3600 LVL

STORE ROOM GROUND FLOOR PLAN STORE ROOM GROUND FLOOR PLAN

UP

1234567891011121314

STORAGE SHELVES

ST

OR

AG

E S

HE

LV

ES

MEZZANINE

EXTENT

ABOVE

DN

STORE ROOM AT

MAZZENINE

3820X3490

+2100MM LVL

M1

M1

M1

M1

M1

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

11

C1

C1

C1

C1

C1

C1 C1

C1

C1 C1

C39C39

C2 M3

STRINGER (M3)

STRINGER (M3)

M6 M6M6

M6 M6

M6

M6

M6

M6

M6

MARKEDMEMBER

DISCRETION

M2

MEMBER

M1

C1

ISMC 175 BOX

ISMC 125

ISMC 175 BOX

C2 ISMC 125 BOX

M3 ISMC 125

M4

M5 MS PIPE NB 50(HANDRAIL)

MS PIPE NB 25(MIDRAIL)

M6 ISA 50X50X6( TREADS )

M.S.PLATE350X350X8MMTHK. (2 NOS)

50

BOLT

5025

0

5050 250

VIEW 'A'

6MM FILLETWELD

M1

CONCRETE FLOARING BED

STIFFNERS 8mm THK.M.S. PLATE

400 X 400 X 10mm

FASTNERS HILTI - 150 LONG SECTION 1....1

STIFFNERS 8mm THK.

M.S. PLATE350 X 350 X 8mm

(2 NOS)M1

AAM1

150 DEPTH

150 DEPTH

M2 M2

C1

2100

M2 M2 M2

C1

M1

5045050

5020

050

550

300

TYP

6

STRINGER(M2)

MS PLATE550X300X12THK.

SECTION 2-2

ANCHOR BOLTSM16 (6 NOS)

OR EQUIVALENT

HILTI

DETAILS AT 'P'

150

300

ISA 50X50X6 (M5)

TYP

6

S

T

R

I

N

G

E

R

I

S

M

C

1

5

0

(

M

3

)

150

5mm

THK

. CHEQ. PLATE

TYP

4

ISA 50X50X6 (M6)

ISA 50X50X6 (M6)

(M

6)

IS

A 5

0X

50

X6

(M

6)

IS

A 5

0X

50

X6

TYP

4

(M

6)

TYP

4

5mm THK.

CHEQ. PLATE

TYP. DETAIL OF TREADS FRAME

1000

300

ISMC 150 (M3)

SECTION 1 - 1STRINGER

ISMC 150 (M3)

STRINGER

1000

ISA 50X50X6 (M6

IN PLAN

(M

6)

ELEVATION OF STAIR CASE

S

T

R

I

N

G

E

R

M

3

M5

M5

M5

M5

M5

H

A

N

D

R

A

I

L

(

M

5

)

M5

M

4

M

4

M

4

M

4

M

4

M

4

M

4

M

4

M

4

150

300

M

4

M

4

M

4

M5

C2

SPLICE PLATE

80X250X8THK.

STRINGER

ISMC 150

S

T

R

I

N

G

E

R

I

S

M

C

1

5

0

TYP. STRINGERSPLICE DETAIL

TYP

6

150

150

This drawing is the property of STRUDCOM CONSULTANTS PVT.LTD. and shall not be reproduced or used without written permission. E:\MITIMITRA\MITIMITRA IIT01\DRAWINGS - 2017\10586-MEZZANINE FLOOR DETAILS (BLOCK - 04) 14.09.2017.dwg

ANY OTHER CONSULTANT :

CLIENT :

PROJECT :

DRAWING STATUS:

IIT GANDHINAGAR

NO

STORE ROOM MEZZANINE FLOOR DETAILSTITLE :

FOR APPROVAL

KIRAN

DATE

DESCRIPTION CHK

14.09.17

DR

G. S

IZE

:- IS

O A

2

R1

10586/STOR ROOM/R0

DRAWING NO:

GANESH

DRAWN BY

KIRAN

DESIGNED BY CHECKED BY

BY DATE

ARCHITECT :

MITIMITRA CONSULTANTS

NOTES: 1. Read this drg in conjunction with Architect's drg, & any ambiguity found shall be discussed with our office/architect before execution 2. Concrete Grade Footing Column Raft R.W. Plinth B. Slabs Beams M25 M25 ---- ---- ----- ---- ---- 3. Reinforcement Grade Fe 500 D .

(To be verified at site) 5. Nominal Cover to meet 2 hrs Period of Fire Resistance (Moderate) Footing Column Raft R.W. Beam Slabs Lift Pardi 50mm 40mm 50mm 30mm 25mm 20mm 30mm 6. We shall not remain responsible for - concrete mix, quality, shuttering, curing, construction material, workmanship, faulty construction procedure & safety of adjoining structure & the safety of labour or any accident. 7. Where Depth of Beam exceeds 750mm, Face bars to be provided along the two faces of beam & shall be confirmed from our office 8. If footings combine, details shall be confirmed from our office. 9. Legend

A.B.Bent - Alternate bars bent up, RW - Retaining wall, PB - Plinth beams10. Extra top bars over support for cantilever length shall be double the length of cantilever plus 230 or cantilever length + 50xd + 230 whichever is greater.11. For beams top & bottom bars to be anchored in end support, minimum 300.12. Leave dowels from beam bottom for loft and chajja if any13. Deshuttering period shall not be less than specified below: a) Vertical faces of column, beams, & wall- 16-24 hrs. b) Slabs i) Spanning upto 4.5m. - 7 days ii) Spanning over 4.5m. -14 days c) Beams I) Spanning upto 6.0m. -14 days + props below. II) Spanning over 6.0m. -21 days + props below. d) Cantilever beams ----------28 days14. Lap Length for Fe 415 Fe 500 i) Columns = 40 x Dia 45 x Dia ii) Beams & Slabs = 45 x Dia 50 x Dia * All laps should be staggered & column laps to be at midheight of floor

STRUCTURAL NOTES:-1. All dimensions are in mm2. Follow only written dimensions. Do not scale the drawing3. Contractor to submit shop drawing & get final approval by consultants before erection.4. All steel shall conform to IS:800.5. All structural steel received at site to be tested and to be certified by consultants before erection.6. All welds are fillet weld & are 6mm and minimum weld length should be 200mm unless otherwise mentioned.7. Fabricated structure shall be inspected by consultants before erection.8. All steel shall be treated with zinc chromate primer & anti-corrosive paints.9. Contractor is responsible for the safety of the structure during erection for any eventualities due to wind loads, suspended loads before complete erection of sheeting.10. Required staging / support systems to be provided during execution.11. All bolts are high strength bolts of grade 4.6 u. o. specified.12. Refer architectural drawing for location plan & setting out.

300

300

Pride House ,office no-601, 6th floor, CTS NO-2769 & 2771,108 Ganesh Khind Road, Near university circle, Shivajinagar, Pune-16.

T: +91 20 25438847, 25432172. E: [email protected] web: www.strudcom.com

...structures we are proud of

R2

PROPOSED ACADEMIC BLOCK PHASE - 1 AFOR PERMANENT CAMPUS OF IIT GANDHINAGAR

BLOCK - 4

BLOCK - 4BLOCK - 4

C27

C33

ROOF PLAN

M1

M1

M1

M1

M1

M1

M1

M1

M2

M1

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

M2

C1C1

C1C1

POLYCARBONATESHEET

11

C27

C33

TERRACE FLOOR PLAN

C1C1

C1C1

TERRACE SLAB

STIFFNERS 8mm THK.M.S. PLATE

300 X 300 X 10mm

FASTNERS HILTI - 150 LONG SECTION 1....1

STIFFNERS 8mm THK.

M.S. PLATE300 X 300 X 8mm

(2 NOS) M1

AAM1

150 DEPTH

150 DEPTH

M2 M2

C1

M2 M2

C1

M1TYP

6MARKEDMEMBER

DISCRETION

M2

MEMBER

M1

C1

TATA TUBE

ISMC 100 BOX

100 X 50 X 4.0TATA TUBE100 X 50 X 4.0

VIEW 'A'

M1

M1

50

50 50

5020

0

200TYP

6

M.S.PLATE300X300X8MMTHK. (2 NOS)

BOLT

This drawing is the property of STRUDCOM CONSULTANTS PVT.LTD. and shall not be reproduced or used without written permission. F:\DRAWINGS - 2017\10586-ROOF DETAILS (BLOCK - 06) 21.09.2017.dwg

ANY OTHER CONSULTANT :

CLIENT :

PROJECT :

DRAWING STATUS:

IIT GANDHINAGAR

NO

SHED DETAILSTITLE :

FOR APPROVAL

KIRAN

DATE

DESCRIPTION CHK

21.09.17

DR

G. S

IZE

:- IS

O A

2

R1

10586/SHED ROOF/R0

DRAWING NO:

GANESH

DRAWN BY

KIRAN

DESIGNED BY CHECKED BY

BY DATE

ARCHITECT :

MITIMITRA CONSULTANTS

NOTES: 1. Read this drg in conjunction with Architect's drg, & any ambiguity found shall be discussed with our office/architect before execution 2. Concrete Grade Footing Column Raft R.W. Plinth B. Slabs Beams M25 M25 ---- ---- ----- ---- ---- 3. Reinforcement Grade Fe 500 D .

(To be verified at site) 5. Nominal Cover to meet 2 hrs Period of Fire Resistance (Moderate) Footing Column Raft R.W. Beam Slabs Lift Pardi 50mm 40mm 50mm 30mm 25mm 20mm 30mm 6. We shall not remain responsible for - concrete mix, quality, shuttering, curing, construction material, workmanship, faulty construction procedure & safety of adjoining structure & the safety of labour or any accident. 7. Where Depth of Beam exceeds 750mm, Face bars to be provided along the two faces of beam & shall be confirmed from our office 8. If footings combine, details shall be confirmed from our office. 9. Legend

A.B.Bent - Alternate bars bent up, RW - Retaining wall, PB - Plinth beams10. Extra top bars over support for cantilever length shall be double the length of cantilever plus 230 or cantilever length + 50xd + 230 whichever is greater.11. For beams top & bottom bars to be anchored in end support, minimum 300.12. Leave dowels from beam bottom for loft and chajja if any13. Deshuttering period shall not be less than specified below: a) Vertical faces of column, beams, & wall- 16-24 hrs. b) Slabs i) Spanning upto 4.5m. - 7 days ii) Spanning over 4.5m. -14 days c) Beams I) Spanning upto 6.0m. -14 days + props below. II) Spanning over 6.0m. -21 days + props below. d) Cantilever beams ----------28 days14. Lap Length for Fe 415 Fe 500 i) Columns = 40 x Dia 45 x Dia ii) Beams & Slabs = 45 x Dia 50 x Dia * All laps should be staggered & column laps to be at midheight of floor

STRUCTURAL NOTES:-1. All dimensions are in mm2. Follow only written dimensions. Do not scale the drawing3. Contractor to submit shop drawing & get final approval by consultants before erection.4. All steel shall conform to IS:800.5. All structural steel received at site to be tested and to be certified by consultants before erection.6. All welds are fillet weld & are 6mm and minimum weld length should be 200mm unless otherwise mentioned.7. Fabricated structure shall be inspected by consultants before erection.8. All steel shall be treated with zinc chromate primer & anti-corrosive paints.9. Contractor is responsible for the safety of the structure during erection for any eventualities due to wind loads, suspended loads before complete erection of sheeting.10. Required staging / support systems to be provided during execution.11. All bolts are high strength bolts of grade 4.6 u. o. specified.12. Refer architectural drawing for location plan & setting out.

300

300

Pride House ,office no-601, 6th floor, CTS NO-2769 & 2771,108 Ganesh Khind Road, Near university circle, Shivajinagar, Pune-16.

T: +91 20 25438847, 25432172. E: [email protected] web: www.strudcom.com

R2

PROPOSED ACADEMIC BLOCK PHASE - 1 AFOR PERMANENT CAMPUS OF IIT GANDHINAGAR

BLOCK - 6

BLOCK - 6BLOCK - 6