41
AN ISO 9001 &14001COMPANY TENDER DOCUMENT TENDER No: DLI/CON/686A/625 FOR Construction of G+7 RCC Framed Structure tenements blocks with Bus bar rooms including internal water supply, sanitary, electrifications works in Chennai near Perumbakkam Phase- II -Reach-II-Balance work. VOLUME II Additional Conditions of Contract & Special Specifications & Drawings Signature ofwithseal 1 EPI

TENDER DOCUMENT TENDER No DLI/CON/686A/625 …engineeringprojects.com/Tender/UploadFiles/3529_Vol-II.pdf · 2.8 TN PWD/ Highways Department specifications, ... (India) Ltd and Client

Embed Size (px)

Citation preview

AN ISO 9001 &14001COMPANY

TENDER DOCUMENT

TENDER No: DLI/CON/686A/625

FOR

Construction of G+7 RCC Framed Structure tenements blocks with Bus bar

rooms including internal water supply, sanitary, electrifications works in

Chennai near Perumbakkam Phase- II -Reach-II-Balance work.

VOLUME – II

Additional Conditions of Contract

& Special Specifications

&

Drawings

Signature ofwithseal 1 EPI

ADDITIONAL CONDITIONS OF CONTRACT (ACC)

The following Additional Conditions of Contract shall be read in conjunction with

General Conditions of Contract. If there are any provisions in these Additional

Conditions of Contract, which are at variance with the provisions of General

Conditions of Contract, the provisions in these Additional Conditions of Contract

shall take precedence.

1.0 Introduction:

Construction of G+7 RCC Framed Structure tenements blocks with Bus bar rooms including internal water supply, sanitary, electrifications works in Chennai near Perumbakkam Phase- II -Reach-II-Balance work. M/s TNSCB is the client and have appointed a PMC to supervise the works.

2.0 Order of Precedence: Clause 42.1 of GCC stands amended as under:

In case of difference, contradiction, discrepancy, dispute with regard to Conditions of Contract, Specifications, Drawings, Bill of Quantities and Rates quoted by the Contractor and other documents forming part of the contract, the following shall prevail in order of precedence

2.1 Contract Agreement which includes NIT, Special Instructions to Tenderer /Bidder,

Memorandum.

2.2 Letter of Intent, detailed letter of Work Order along with statement of agreed variations and its enclosures.

2.3 Description in Bill of Quantity / Schedule of Quantities

2.4 Additional Conditions of Contract.

2.5 Special Specification as given in the Tender Documents.

2.6 General Conditions of Contract.

2.7 Drawings

2.8 TN PWD/ Highways Department specifications, TNDSS and MDSS

The item description mentioned in BOQ attached to this tender are generally based on items which are a part of Agreement No: L S Agreement C.R No.10/SE(J)/2011-12 dtd 28.03.2012,L S Agreement C.R No.43/SE(JNURM)/2013-14 dtd 31.10.2013 and L S Agreement C.R No.69/SE(CC-II)/2015-16 dtd 03.03.2016 between Engineering Projects (India) Ltd and Client M/s Tamil Nadu Slum Clearance Board based on Tamil Nadu Schedule Of Rates. If incase of any discrepancy between BOQ and afore mentioned agreement description, Description given in aforesaid agreement with TNSCB shall prevail.

3.0 Scope of work:

The project site for the work is available. The works have been started and are in various stages/Level of progress and the details of works completed and stage of progress are as follows:

Signature ofwithseal 2 EPI

3.1 Structural Works:

Construction of multi-storied buildings G+7 R.C.C framed structure including civil,

plumbing etc.

Sl No.

Description Level of work completed/ stage

1. Block No.11 2nd

Floor Roof Slab

2. Block No.12 3rd

Floor Roof Slab

3. Block No.13 7th

Floor Roof Slab

4. Block No.14 3rd

Floor Roof Slab

5. Block No.15 3rd

Floor Roof Slab

6. Block No.16 7th

Floor Roof Slab

7. Block No.19 5th

Floor Roof Slab

8. Block No.20 7th

Floor Roof Slab

3.2 Finishing Works: The total scope of finishing works includes the Brick work, Plastering, Flooring, Door and Window fixtures, Plumbing, Painting, Firefighting etc for 14 blocks ( including 8 blocks mentioned above) where RCC structural works are completed / advanced stages of completion.

3.3 Electrical Works:

The scope of Electrical Work does not include Supply, Installation, Testing and Commissioning of Main Incomer Panels for the above 14 blocks, however minor electrical works for development works and Miscellaneous work mentioned below as per BOQ are included.

3.4 Development and MiscellaneousWorks: Apart from above Buildings/Blocks, scope of work also consists:

3.4.1 Filling of Low Lying areas

3.4.2 Formation of Road

3.4.3 Pavement around the Blocks 3.4.4 Construction of Nursery School (1Nos)

3.4.5 SFRC around the Park area 3.4.6 Providing Fire Fighting arrangement for Blocks

4.0 Tender Rates

The work is to be quoted on percentage rate above, below or at par basis on the estimated bill of quantities and tender conditions.

5.0 Completion Time The entire work shall be completed within 06 (Six) months from the date of issue of

LOI. The time of completion is firm and final and supersedes any other time

mentioned elsewhere in any clause(s) of tender document.

6.0 Quantity Variation: Deviation limit shall apply to individual items (as per GCC Clause No: 69.1 – V a))

+/- 25 % is modified to +/- 100%. 7.0 Defect Liability Period:

Defect Liability Period as per GCC Clause No: 74.0 stands modified as Twenty Four Months (24 Months) instead of twelve months (12 months).In addition, the contractor should furnish an Indemnity Bond for his scope of work for a further period of three years after completion of Defect liability period. Format of Indemnity bond enclosed as Annexure-1 in Special specifications.

Signature ofwithseal 3 EP

8.0 Disqualification:

The tenderers may note that they are liable to be disqualified and not considered for the opening of Price Bid if;

8.1 Representation in the forms, statements and attachments submitted in the pre-

qualification document are proved to be incorrect, false and misleading. 8.2 They have record of poor performance during the past 10(ten)years such as

abandoning the work, rescinding of contract for which the reasons are attributable to the non-performance of the, inordinate delay in completion, consistent history of litigation / arbitration awarded against the or any of its constituents or financial failures due to bankruptcy etc. in their ongoing / past projects.

8.3 They have submitted incompletely filled in formats without attaching certified supporting documents and credentials to establish their eligibility to participate in the Tender.

8.4 If the tenderers attempt to influence any member of the selection committee.

8.5 EPI reserves its right to take appropriate action including disqualification of tenderer(s) as may be deemed fit and proper by EPI at any time without giving any notice to the in this regard. The decision of EPI in the matter of disqualification shall be final and binding on the Tenderers.

9.0 Specifications:

All works in general are to be carried out in accordance with the relevant Tamil Nadu PWD Specifications, high ways department, Tamil Nadu Detailed Standard Specification (TNDSS), Madras Detailed Standard Specification (MDSS), Indian standard Specifications and as per the special specifications separately attached with this tender.

10.0 Taxes&Duties:Clauseno13ofGCCshallbeamended/deleted as per below:

10.1 The bidder/Contractor must be registered with GST and should have valid GSTIN number.

10.2 The bidder/contractor must submit as an compliances of GST Act, the invoices in GST compliant format failing which the GST amount shall be recovered/ adjusted by EPI without any prior notice from the next invoices or available dues with EPI.

10.3 The bidders/Contractors are requested to update/upload the GST/Taxes data periodically so as to avail ITC credit by EPI failing which it shall be recovered/ adjusted by EPI without any prior notice from the next invoices or available dues with EPI.

10.4 Rates quoted in this tender are inclusive of all taxes, levies, cess, duties etc.

including GST.

10.5 Bidder while quoting the rates in the tender must also consider the ITC credit applicable for the works, if any.

11.0 Price Escalation/Adjustment:

Clause 16.0 of GCC stands good. Prices shall remain firm and fixed for the entire duration of the contract. No escalation on prices whatsoever shall be admissible.

Signature ofwithseal 4 EPI

12.0 Mobilization Advance: Clause no .8.0 of General Conditions of Contract (GCC) stands deleted.

13.0 Security Deposit cum Performance Guarantee: Clause 9.0 of GCC shall be

amended as below: “Security Deposit cum Performance Bank Guarantee in the form appended, from any Nationalised bank / Scheduled Bank equivalent to 1.5 % (One point five percent only) of the Contract Value for the due and proper execution of the contract This bank guarantee shall remain valid up to 90 (ninety) days after the end of defects liability period”.

14.0 RETENTION MONEY - Clause no. 10.0 of GCC shall be modified asunder:

“The Retention Money shall be deducted from each running bill of the Contractor at 5% (five percent only) of the gross value of the Running Account bill. The Retention Money shall be refunded to the Contractor after expiry of defects liability period (referred to in Clause No.7 of ACC) or on payment of the amount of the final bill whichever is later.”

15.0 Secured Advance: No Secured advance shall be paid to the contractor hence Clause no. 35.0 of General Conditions of Contract (GCC) stands deleted.

16.0 Water & Electricity: In addition to clause No: 44.0 of GCC, the required water and electricity to be arranged by the tenderer only. If in case avails the existing electric supply at site, arranged by EPI recovery of the same shall be made as per actuals including maintenance.

17.0 Compulsory Site Visit: Bidders are advised to mandatorily visit the site, make their

assessment on all works already executed and satisfy himself prior to submission of bid. Bidders are instructed to obtain certificate of Site visit from the Engineer-in-Charge (EPI) / EPI Site Engineer as a proof of site visit and submit the same along with the Technical Bid compulsorily.

18.0 Handing Over Of Site To Contractor After Joint Measurement: As the works are

in various stages of completion, joint measurements are to taken along with EPI representative before start of Work; CONTRACTOR shall depute authorized engineer and all necessary manpower to take the joint measurement of incomplete works like reinforcement steel works/ Steel dowels, RCC Works including columns levels, slab executed, brick work executed, and electrical conducting works etc. as per site conditions. The joint measurement activity is part of the scope of work. Since time is of the essence CONTRACTOR has to deploy sufficient number of labour and engineers to complete the joint measurements for his scope of work within 10 days commencement of work.

19.0 Structural Safety and Stability: It shall be the responsibility of the successful bidder to undertake their own studies on soil testing and structural design before actual commencement of works. These studies should be duly certified by reputed institutions like IIT / Anna University/NIT. Any lapse in future, due to failure on account of structural design shall be total responsibility of the contractor in terms of Monetary value or otherwise. The contractor is to take full responsibility of the structural safety and stability of the entire structure including the works executed earlier including the structural designs and any damages to physical properties due to structural failure or

Signature ofwithseal 5 EP

soil failure before handing over to the Superintending Engineer (JNURM) shall be solely attributable to the contractor.

In line with above, upon commencement of work contractor shall satisfy himself of the structural safety and stability of the for the structural works completed prior to taking over by contractor and shall submit certificate of structural stability from aforementioned reputed institutions at his own cost, which is to be furnished by contractor at the earliest along with their acknowledgement and acceptance of Stability of the structure. Further after completion of works, structural stability certificate for the completed structure shall be submitted as required by client before handing over to client M/s TNSCB.

20.0 Requirement of Technical Staff for the work:

In addition to Clause 27.0 of GCC, the following minimum Technical staff to be deployed/ engaged for the contract:

Requirement of Technical Staff / Qualification

Minimum Nos Required

Minimum Experience ( Years)

Rate of Recovery in Case of Non- Compliance

Project Manager with degree 01 10 years Rs. 60000/- p.m

Planning/Quality Control Engineer

Degree BE Civil

01 05 years Rs. 40,000/- p.m

Site Engineers with Degree (B.E Civil) 03 03 years Rs. 25,000/- p.m

Junior Engineer /Site supervisor ( Diploma- civil)

05 02 years Rs 20,000/- p.m

Junior Engineer /Site supervisor ( Diploma/ITI- Electrical)

01 02 years Rs 20,000/- p.m

Safety officer 01 03 years Rs. 25,000/- p.m

21.0 FACILITIES TO BE PROVIDED BY CONTRACTORTOEPI

Immediately on placement of LOI/Work order (whichever is earlier) by EPI on the

CONTRACTOR, the CONTRACTOR at his own cost shall provide furnished office,

facilities etc. exclusively for the use of personnel of EPI as per details given below.

The CONTRACT OR shall make his rates/prices in his offer sufficiently

comprehensive to cover the cost of the facilities as per details shown below and the

CONTRACTOR shall not be entitled for any extra payment for the same:

DESCRIPTION QUANTITY

A) OFFICE ACCOMMODATION

Fully furnished site office having a sample room, AC meeting room/

staff room along with toilet, pantry with file storage facility with basic

amenities like drinking water arrangement, lights fans etc. for

exclusive use of EPI‟s/clients ‟ Engineers & Staff and maintenance

of the same till Defect Liability Period. The Specifications and

Design of accommodation shall be as approved by EPI.

1500Sq.ft

B) FURNITURE OF TOTAL VALUE Rs. 1.00 lacs

C) OFFICE EQUIPMENT a) Fax Machine 1 Nos.

Signature ofwithseal 6 EPI

DESCRIPTION QUANTITY

b) Computer (Windows 10 and above) with minimum 1TB HDD, i5

processor (minimum) along with UPS and Latest version of

Software like MS Project, Windows, MS Office etc. and 2 lap

tops with similar configuration

3 Nos.

c)1 laser/inkjet color printer A4 size 2 Nos.

d) Internet Facilities(broad band) 1Nos.

e) Refrigerator (165 Itr.) or any other gadget of equivalent cost as

decided by EPI

1Nos.

f) Air Conditioner with cooling (1.5 Ton Capacity) 1 Nos.

g) Aqua Guard (Drinking Water) or any other gadget of equivalent cost

as decided by EPI

1 Nos.

h)Multi-Function Printer (A3) Size 1 Nos.

D) CONSUMABLES

a) All consumables like Stationary, ink etc. shall be provided by

contractor till end of defect liability period.(Stationary items are

inclusive of visiting cards, rubber-stamps, letter pads, photocopies,

photocopy papers & other items of daily office use).Amount shall

be restricted to:

Rs.4000/ per month

b) Running & maintenance of the equipment mentioned above are

to be done by the PARTY at his cost.

As per Actual

E) TELEPHONE WITH STD FACILITY ANDINSTRUMENT

a) Office Telephone (Fixed Line):

b)Mobile Phone :

Monthly operational expenditure on account of all telephones shall

be restricted to.(The cost of each Mobile Phone Instrument shall

be restricted toRs.6,000/-)

1 Nos. 1 Nos.

Rs. 3000 per month

F) OFFICE BOY CUM COOK on Full time basis for EPI 1 No

G) VEHICLE (Brand New) New Four wheel drive Scorpio DX

vehicle or equivalent with Driver and accessories valuing

Rs.45,000/- Monthly running shall be restricted to 4000KMS

1 Nos

The CONTRACTOR shall provide „Sign Board(s) ‟ as per design approved by EPI and/ or Client, as per format mentioned in Annexure-1

In case the above facilities are not provided by the CONTRACTOR within

10(ten)days of award of work or replacement is not provided within the specified

period, EPI shall arrange the same at the risk and cost of the CONTRACTOR and

make the recoveries from the bills of the CONTRACTOR for the same. The decision

of EPI shall be final binding on the CONTRACTOR in this regard.

22.0 Insurance: WCP and CAR Policy for his scope of work is the responsibility of the

CONTRACTOR. EPI has already taken the policies and the expenditure so incurred by EPI shall be recovered on prorate basis.

Signature ofwithseal 7 EPI

23.0 Arbitration: Modification of arbitration’s clause no 76.0 of GCC

General Conditions of Contract (GCC) Sub Clause no.76.1 and 76.3 of Arbitration

Clause no.76.0 are amended as given below. Sub Clause no.76.2 will remain the

same.

76.0 ARBITRATION

76.1 Before resorting to arbitration as per the clause given below, the parties if they so

agree may explore the possibility of conciliation as per the provisions of Part III of the

Arbitration and Conciliation Act, 1996 as amended by Arbitration and Conciliation

(Amendment) Act, 2015. When such conciliation has failed, the parties shall adopt the

following procedure for arbitration:

i) Except where otherwise provided for in the contract, any disputes and differences

relating to the meaning of the Specifications, Design, Drawing and Instructions herein

before mentioned and as to the quality of workmanship or materials used in the work

or as to any other questions, claim, right, matter or things whatsoever in any way

arising out of or relating to the Contract, Designs, Drawings, Specifications, Estimates,

Instructions, or these conditions or otherwise concerning the works of the execution or

failure to execute the same whether arising during the progress of the work or after the

completion or abandonment thereof shall be referred to the Sole Arbitrator appointed

by the Chairman & Managing Director (CMD) of Engineering Projects (India) Limited

(EPI) or any other person discharging the functions of CMD of EPI. The person

approached for appointment as Arbitrator shall disclose in writing circumstances, in

terms of Sub-Section (1) of Section (12) of the Arbitration and Conciliation Act, 1996

as amended by Arbitration and Conciliation (Amendment) Act, 2015 as follows:

a) such as the existence either direct or indirect, of any past or present relationship with or

interest in any of the parties or in relation to the subject-matter in dispute, whether

financial, business, professional or other kind, which is likely to give rise to justifiable

doubts as to his independence or impartiality ;and

b) which are likely to affect his ability to devote sufficient time to the arbitration and in

particular his ability to complete the entire arbitration within a period of twelvemonths.

The Arbitrator shall be appointed within 30 days of the receipt of letter of invocation of arbitration duly satisfying the requirements of this clause.

ii) If the arbitrator so appointed resigns or is unable or unwilling to act due to any reason

whatsoever, or dies, the Chairman & Managing Director aforesaid or in his absence the

person discharging the duties of the CMD of EPI may appoint a new arbitrator in

accordance with these terms and conditions of the contract, to act in his place and the

new arbitrator so appointed may proceed from the stage at which it was left by his

predecessor.

iii) It is a term of the contract that the party invoking the arbitration shall specify the

dispute/ differences or questions to be referred to the Arbitrator under this clause

together with the amounts claimed in respect of each dispute.

Signature ofwithseal 8 EPI

iv) The Arbitrator may proceed with the arbitration ex-parte, if either party, in spite of a

notice from the arbitrator, fails to take part in the proceedings.

v) The work under the contract shall continue as directed by the Engineer-In-Charge,

during the arbitration proceedings.

vi) Unless otherwise agreed, the venue of arbitration proceedings shall be at the venue

given in the “Memorandum” to the “Form of Tender”.

vii) The award of the Arbitrator shall be final, conclusive and binding on both the parties.

viii) Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 as

amended by Arbitration and Conciliation (Amendment) Act, 2015 or any statutory

modifications or re-enactment thereof and the Rules made there under and for the time

being in force shall apply to the arbitration proceedings and Arbitrator shall publish his

Award accordingly.

76.3 JURISDICTION:

The courts in Chennai alone will have jurisdiction to deal with matters arising from the

contract.

.

Signature ofwithseal 9 EPI

Figure 1- Annexure-1

Signature ofwithseal 10 EPI

Special Specifications & Drawings 

Index 

SL No.  Description  Printed Page Nos 

A  Special Specifications  1‐23 

B  Annexures 

B.1 Annexure number 1 (Indemnity Bond‐TNSCB)  1‐2 

B.2 Annexure number 2 (INTEGRITYPACT)  3‐9 

C  Drawings 

C.1 General Layout  1 

C.2 Typical Slab Layout  2 

C.3 Staircase drawings  3‐4 

C.4 Brickwork Layout (Typical)  5 

Special Specifications-TNSCB

Part of Vol-21 of 23

Special Specifications-TNSCB

Part of Vol-22 of 23

Special Specifications-TNSCB

Part of Vol-23 of 23

Special Specifications-TNSCB

Part of Vol-24 of 23

Special Specifications-TNSCB

Part of Vol-25 of 23

Special Specifications-TNSCB

Part of Vol-26 of 23

Special Specifications-TNSCB

Part of Vol-27 of 23

Special Specifications-TNSCB

Part of Vol-28 of 23

Special Specifications-TNSCB

Part of Vol-29 of 23

Special Specifications-TNSCB

Part of Vol-210 of 23

Special Specifications-TNSCB

Part of Vol-211 of 23

Special Specifications-TNSCB

Part of Vol-212 of 23

Special Specifications-TNSCB

Part of Vol-213 of 23

Special Specifications-TNSCB

Part of Vol-214 of 23

Special Specifications-TNSCB

Part of Vol-215 of 23

Special Specifications-TNSCB

Part of Vol-216 of 23

Special Specifications-TNSCB

Part of Vol-217 of 23

Special Specifications-TNSCB

Part of Vol-218 of 23

Special Specifications-TNSCB

Part of Vol-219 of 23

Special Specifications-TNSCB

Part of Vol-220 of 23

Special Specifications-TNSCB

Part of Vol-221 of 23

Special Specifications-TNSCB

Part of Vol-222 of 23

Special Specifications-TNSCB

Part of Vol-223 of 23

Annexure Number - 1

PROFORMA FOR INDEMNITY BOND

This deed of indemnity bond executed at Chennai (Place) on this..............day of

(month) 2018 (year) by and between

Thiru.____________________________________________________________________________

___________________________________________________________________ (full address)

(hereinafter called “Contractor” which expression unless excluded by or repugnant to the context

include his/her heirs, executors, administrators and legal representatives) to and in favour of the

TNSCB (hereinafter called “the Tamil Nadu Slum Clearance Board” which expression shall unless

excluded by or repayment to the context include his successor and assigns) represented by the

Executive Engineer of Chennai special Division-II Chemancherry (place) shows as follows:.

Contd.......

B. Annexures

1 of 9 Part of Vol- 2

2) Whereas the contractor has submitted the tender for Repairs to the 1116 slum

tenements at perumbakam Phase-II scheme in Kanchepuram District,Chennai under NNURM

Reach-V 2013-14 Vide CR No.11/SE (JNNURM)/2011-12 (place of work supply, and such

tender has been accepted subject to the General Conditions to Contract appended to TNDSS and other

conditions issued along with tender documents.

3) And where as in pursuance of the terms of contract as per the Agt.No. L S Agreement

C.R No.11/SE(J)/2011-12 Date:28.03.2012.that a sum equal to 5% of the total value of work done, has

been retained with the Board for a period of 2 years reckoned from the date of completion of the

work in order to enable the departmental officers to watch the effect of all seasons on the work and

the structural stability of the work executed by the contractor.

4) And whereas it was decided to refund the said sum equal to 5% of the total value of

the work done retained with the Board on the expiry of two years period reckoned from the date of

completion of work provided that the contractor executes an indemnity bond for a period of further

three years indemnifying the TNSCB against any loss or expenditure incurred to rectify any defect

noticed due to the faulty workmanship by the contractor or substandard materials used by the

contractor during the period of 5 years from the date of completion of the work.

5) Now, this deed of indemnity witnessth-that in consideration of the contract entrusted

to the contractor by the Board, the contractor has agreed to the following terms and conditions and

executed this indemnity bond in conformation of all and undertakes to comply with the terms referred

to infra.

6) The contractor doth hereby indemnity the TNSCB against any loss or damage that may

be caused to the TNSCB in respect of rectification and defect noticed due to the faulty workmanship,

by the contractor, or substandard materials used by the contractor in the execution of work entrusted

to the contractor during the period of three years i.e. from 28.03.2017 up to 27.03.2020 (dates to be

specified).

7) It is hereby confirmed that in all other respects, the agreement conditions will be

binding between the parties.

In witness where of Thiru._______________________ has signed this deed on this day

............. of month __________ years 201_

Witness Signature of Contractor

1.______________

2._______________

B. Annexures

2 of 9 Part of Vol- 2

(OL

D M

AH

AB

AL

IPU

RA

M R

OA

D)

Raj

iv G

andh

i (6

1.0

m W

ide)

Roa

d

8.0 m ROAD WIDENING

10.0 m EXISTING ROAD

TO

CH

EN

NA

IT

O M

AH

AB

AL

IPU

RA

M

PROPOSED 18.0M ROAD

9.0 m ROAD

7.5 cm height dwarfwall @ entrance

7.2 M ROAD

7.2 M ROAD

7.2

M R

OA

D

N.S- 3686 sq.m

R.S-4144sq.m

PARK-9

951 sq.m

7.2

M R

OA

D

M.B-353 sq.m

C.S

-46

8 s

q.m

TENTATIVE LAYOUT FOR PROPOSED CONSTRUCTION OF TENEMENTS AT PERUMBAKKAM

49.4

201

.2

201.2

60.4

7.2 m ROAD

7.2 m ROAD

7.2 m ROAD

7.2 m ROAD

COMMERCIAL-3

6951 sq.m

PARK-1925 sq.m

CO

MM

ER

CIA

L-4

693 s

q.m

C.P.S-2 246 sq.m

7.2 m ROAD

7.2

m R

OA

D

7.2 m ROAD

7.2 m ROAD

7.2

m R

OA

D

7.2 m ROAD

7.2 m ROAD

7.2

m R

OA

D

7.2 m ROAD

7.2 m ROAD

7.2

m R

OA

D

7.2 m ROAD

7.2 m ROAD

7.2

m R

OA

D

7.2 m ROAD

7.2 m ROAD

7.2

m R

OA

D

7.2 m ROAD

18.0

m R

OA

D

18.0 m ROAD

7.2 m ROAD

7.2 m ROAD

COMMERCIAL-27028 sq.m

CP

S-5

193 s

q.m

CP

S-6

115 s

q.m

PARK -3745 sq.m

9

20

21

RAIN WATERHARVESTING TRENCHOF SIZE 1m x 1.5mALONG THE BOUNDARY

545

9.1

5 m

RO

AD

9.1

5 m

RO

AD

9.1

5 m

RO

AD

9.1

5 m

RO

AD

9.15 m ROAD

9.15 m ROAD

RAIN WATERHARVESTING TRENCHOF SIZE 1m x 1.5mALONG THE BOUNDARY

PR

OP

OS

ED

PW

D D

RA

IN 1

.94 H

EC

T

PR

OP

OS

ED

18.0

M R

OA

D

12.0

m R

OA

D12.0

m R

OA

D

(OL

D M

AH

AB

AL

IPU

RA

M R

OA

D)

Raj

iv G

andh

i (6

1.0

m W

ide)

Roa

d

8.0 m ROAD WIDENING

10.0 m EXISTING ROAD

TO

CH

EN

NA

IT

O M

AH

AB

AL

IPU

RA

M

PROPOSED 18.0M ROAD

C.P.S-1246 sq.m

7.2

m R

OA

D7.2

m R

OA

D

7.2

m R

OA

D

D

D

D

F

7.2 m ROAD 7.2 m ROAD

7.2

m R

OA

D

D

S

S

F

F

DSF

D

S

S

F

F

DSF

F

FS

9.15 m ROAD

7.2 m ROAD

7.2 m ROAD

7.2 m ROAD

7.2 m ROAD

7.2

m R

OA

D

7.2

m R

OA

D

EXG. TNSCB SCHEMEAT SEMMANCHERI

S.No. 441

Forest Land

S.No. 442

S.No. 442

Arasangalani village

PR

OP

OS

ED

PW

D D

RA

IN 4

0M

WID

E

REFERENCE:

ADOPTED T.D. NO. 7 / 2008.NO. OF FLOORS - (G + 7) FLOORS.PLINTH AREA / UNIT - 36.22 sq.m.TOTAL NO. OF BLOCKS - 11 Nos.[186 IN 1 / BLOCK]NO. OF UNITS - 2046 Nos.

ADOPTED T.D. NO. 9 / 2008.NO. OF FLOORS - (G + 7) FLOORS.PLINTH AREA / UNIT - 28.74 sq.m.TOTAL NO. OF BLOCKS - 21Nos.[186 IN 1 / BLOCK]NO. OF UNITS - 3906 Nos.

ADOPTED T.D. NO. 7A / 2008.NO. OF FLOORS - (G + 7) FLOORS.PLINTH AREA / UNIT - 36.22 sq.m.TOTAL NO. OF BLOCKS - 158 Nos.[94 IN 1 / BLOCK]NO. OF UNITS - 14852 Nos.

ADOPTED T.D. NO. 4 / 2012.NO. OF FLOORS - (G + 3) FLOORS.PLINTH AREA / UNIT - 36.53 sq.m.TOTAL NO. OF BLOCKS - 2 Nos.[32 IN 1 / BLOCK]NO. OF UNITS - 64 Nos.

TOTAL NO. OF UNITS : 20868 Nos.

SPACE FOR

SUMP 861 sq.m

PARK -21084 sq.m

C.S-1125 sq.m R.S-2

1 44 sq.m

N.S-1686 sq.m

PARK - 51430 sq.m

PARK -41710 sq.m

N.S-2768 sq.m

PARK- 6736 sq.m

MB

-13

9 s

q.m C.S-2

187 sq.m

PARK -82150 sq.m

R.S-3

1 44 sq.m

PARK -7999 sq.m

MB-239 sq.mC.S-3

161 sq.m

CP

S-4

19

4 s

q.m

SF D

D

SS

D

F F

GYM -18 4 sq.m

D

S

S

S F

D S F

CP

S-7

75 s

q.m

F

D S F

D S F

DSF

DSF

SS

D

F

S

D

F

S

D S F

D S F

DS F

S FD

DSF

DSF

SS

D

F

F

DD

S

S

DF

S

G.B

-11

9 s

q.m

1

2

3

4

5

6

7

8

1011

12

13

14

15

16

17

18

19

R.S

-11

44

sq.m

S

CPS-3

176 s

q.m

1

2

3

4

5

6

8

7

9

10

11

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R

R RR R

R R

R R

COLLEGE

20747.4 Sq.m

BUS TERMINUS20234.8 Sq.m

HOSPITAL

21251.5 Sq.m

SPORTS

DEVELOPMENT6554.7 Sq.m

SW

M -

LA

ND

FIL

L

7665.6

Sq.m

T.N.E.B

4000.0 Sq.m

CO

MM

ER

CIA

L-1

2073

.6 S

q.m

TNSCBBUILDING CENTRE

9425.1Sq.m

PARK-1115409.1 Sq.m

EXCHANGE LAND FOR

CALL EXPRESS INDIA23225.0 Sq.m

R.S

-51

44

sq.m

M.B

-48

8sq

.m

A.W-1465.3Sq.m

C.SHOP-5298.2 Sq.m

GR

EEN

BEL

T-3

1067

.1 S

q.m

HIGHERSECONDARY

SCHOOL4029.9 Sq.m

PRIMARYSCHOOL-1

3058.1Sq.m

A.W

593.2

Sq

.m

V.T

.C5

30.6

Sq

.m

HIGHERSECONDARY

SCHOOL4386.0 Sq.m

PRIMARYSCHOOL-2

2181.2 Sq.m

R.S

-16

14

4sq

.m

M.B

-15

88

sq.m

GAS AGENCY455.4 Sq.m

L.P.G 2151.7 Sq.m

V.T.C383.9 Sq.m

RELIGIOUSPURPOSE

687.1 Sq.m

MARKET1323.6 Sq.m

POLICESTATION

687.1 Sq.m

GY

M1

84

.2sq

.m

A.W

51

7.8

sq.m

BURIALGROUND

5496.5 Sq.m

PARK 1751.7Sq.m

PARK2051.9 Sq.m

R.S

-20

14

4sq

.m

M.B

-19

88

sq.m

A.W455.4 sq.m

PARK 950.2 Sq.m

R.S

-18

14

4sq

.m

M.B

-17

88

sq.mA.W

197.8sq.m

C.SHOP197.8sq.m

R.S

-21

14

4sq

.m

M.B

-20

88

sq.m C.SHOP

271.4sq.m

PARK 1875.1 Sq.m

PARK 3101.4Sq.m

A.W429.5 Sq.m

A.W503.1sq.m

A.W511.9sq.m

A.W

21

8.6

sq.

m

PR

OP

OS

ED

PW

D D

RA

IN 4

0.m

WID

E

PR

OP

OS

ED

PW

D D

RA

IN 4

0.0

m W

IDE

30

.0 M

WID

E R

OA

D

30.0

M W

IDE

RO

AD

30.0

M W

IDE

RO

AD

13

6.9

5

119.01

146.82

183.41

79. 1

2

51.27

54.54

72

.79

29.17

69

.4

29.36

R.S-22

1 44sq.m

M .B-21

8 8sq.m

R.S

-15

14

4sq

.m

M.B

-14

88

sq.m

GR

EEN

BELT

-2 1

294.1

Sq

.m

PARK 5675.7 Sq.m

KEROSINEBUNK

226.6sq.m

PARK11174.0 Sq.m

PETROL BUNK815.3 Sq.m

POSTOFFICE-1

803.7 Sq.m

PRIVATE LAND

LEGEND:

ANGANWADI / NURSERY SCHOOL

BUS TERMINUS

CPS, PARK & GREEN BELT

CONVENIENT SHOP & COMMERCIAL

COMMUNITY HALL

SCHOOLS, COLLEGE,

HOSTEL & LIBRARY

CHANNEL, SUMP, STP & CMWSSB

FUEL

GYM & SPORTS DEVELOPMENT

HOSPITAL

MILK BOOTH

MARKET

POLICE STATION

POST OFFICE

RELIGIOUS

RATION SHOP

V.T.C

TNEB

TNSCB - BUILDING CENTRE

R.S

-18

14

4sq

.m

M.B

-17

88

sq.m

C.SHOP174.3sq.m

R.S

-16

14

4sq

.m

M.B

-15

88

sq.m

C.SHOP298.5sq.m

R.S

-20

14

2sq

.m

M.B

-19

90

sq.m

A.W452.2 sq.m

12.0 m ROAD

7.2 m ROAD

6.0 m ROAD

6.0

m R

OA

D

6.0

m R

OA

D

7.2 m ROAD

6.0 m ROAD

12

.0 m

RO

AD

9.0

m R

OA

D

9.0

m R

OA

D

7.2 m ROAD

6.0 m ROAD

6.0

m R

OA

D

6.0

m R

OA

D

7.2 m ROAD

9.0

m R

OA

D

18.0

m R

OA

D

9.0

m R

OA

D

9.0

m R

OA

D6. 0

m R

OA

D

6.0 m ROAD

7.2 m ROAD

6.0 m ROAD

9.0

m R

OA

D

9.0 m ROAD

7.2

m R

OA

D

6.0

m R

OA

D

6.0

m R

OA

D

7.2

m R

OA

D

12.0 m ROAD

7.2 m ROAD

9.0

m R

OA

D

9.0

m R

OA

D

12

.0 m

RO

AD

12

.0 m

RO

AD

9. 0

m R

OA

D

12

.0 m

RO

AD

GR

EEN

BEL

T

98.8

Sq.m

C.P

.S-9

163.2

Sq

.m

PARK-121011.0 Sq.m

18.0

m R

OA

D

6.0 m ROAD

7.2

m R

OA

D

9.0

m R

OA

D

7.2

m R

OA

D

7.2 m ROAD

9.0

m R

OA

D

12

.0 m

RO

AD

18.0 m ROAD

12.0 m ROAD 12.0 m ROAD

7.2

M R

OA

D

9.0 m ROAD

9.0 m ROAD

9.0

m R

OA

D

C.P

.S1

92

.7 s

q.m

135.3

9

175.34

10

3.7

5

25.74

236.49

COMMUNITY HALL

4080.7 Sq.m

HR. SEC.SCHOOL-1

3730.4 Sq.m

COMMERCIAL-5

5464.8Sq.m

M.L.G

72291.9 Sq.m

HOSTEL1270.0 Sq.m

GAS AGENCY215.0 Sq.m

PRIMARYSCHOOL-5

1875.3 Sq.m

COMMUNITYHALL

3146.8 Sq.m

M.B

-8

88

sq.m

R.S

-9

14

4sq

.m A.W210.9sq.m

COMMERCIAL 4415.1Sq.m

RELIGIOUSPURPOSE

623.1 Sq.m

RESERVED

FOR SCHOOL

(COURT

CA SE)

550 Sq.m

20.0

27.5

R.S

-20

14

4sq

.m

M.B

-19

88

sq.m

A.W447.0 Sq.m

GY

M3

58

.4sq

.m

KEROSINE

BUNK

224.3 Sq.m C.S

HO

P

14

6.6

sq.m

A.W446.7 Sq.m

7.2 m ROAD

7.2 m ROAD

12

.0 m

RO

AD

9. 0

m R

OA

D

6.0 m ROAD

9.0

m R

OA

D

GREE N BELT

62.8 Sq.m

C .P .S

75.8 Sq.m

6.0 m ROAD

9.0

m R

OA

D 7.2

m R

OA

D7.2 m ROAD

6.0

m R

OA

D 9.0

m R

OA

D

6.0

m R

OA

D

6.0

m R

OA

D

GREE N BELT

62.8 Sq.m

C. S

HO

P3

55

.9sq

.m

POLICE STATION-1862.2 Sq.m

PARK-10 862.2 Sq.m

7.2 m ROAD

6.0 m ROAD

6.0 m ROAD

7.2 m ROAD

6.0 m ROAD

7.2 m ROAD

7.2 m ROAD

9.0

m R

OA

D9

.0 m

RO

AD

C.P.S-857.1 Sq.m

PRIMARYSCHOOL-4

2133.8 Sq.m

R.S

-10

14

4sq

.m C.SHOP147.2sq.m

M.B

-9

88

sq.m

6.0 m ROAD

7.2 m ROAD

PARK663.94 Sq.m

PA

RK

-13

12

48

.6 S

q.m

R.S

-7

14

4sq

.m

M.B

-6

92

sq.m

SH

OPS

744.5

4 S

q.m

HIGH SCHOOL2610.7 Sq.m

POST OFFICE715.8 Sq.m

R.S

-14

14

4sq

.m

M.B

-13

88

sq.m C.SHOP

197.8sq.m

PARK 2181.2 Sq.m

PARK 715.8 Sq.m

R.S-12

1 44sq.m

M .B-118 8sq.m

A.W482.6 Sq.m

A.W530.2 sq.m

7.2 m ROAD

9.0

m R

OA

D

9.0

m R

OA

D

PARK 714.32 Sq.m

CO

MM

ER

CIA

L7

44.5

4 S

q.m

R.S

-15

14

4sq

.m

M.B

-14

88

sq.m

6.0

m R

OA

D

7.2 m ROAD

6.0 m ROAD

7.2

m R

OA

D

GREEN BELT

100.9 Sq.m

COMMERCIAL5056.6 Sq.m

9.0 m ROAD

PARK 9900.9.1Sq.m

A.W562.7 sq.m

PARK744.5 sq.m

6.0 m ROAD

9.0

m R

OA

D

9.0

m R

OA

D

198.35

180.05

144.1

106

.32

C.S

HO

P7

09.3

5 S

q.m

STP

6001.6 Sq.m

12.0 m ROAD

12

.0 m

RO

AD

CMWSSB SUMP

2739.9 Sq.m

RELIGIOUS

PURPOSE

984.1 Sq.m

LIBRARY

1102.9 Sq.m

R.S-5

1 44sq.m

M .B-4

8 8sq.m

A.W-1465.3Sq.m

82.57 m

59.4

2 m

59

.9 m

72.5 m14.97m

59

.5 m

36.95m

104.65m

43.3

5 m

6.4

m

72.5m

53.4

3 m

151.39

102.08 m

2.18 m

11

9.4

3 m

10

4.3

5

226.24

EPI SCOPE of WORK forREACH V

C.Drawings

1 of 5

..... .,·•

r,

:,

"· )

�..

------------------------- 29720 -------·---- 4190 4190 4190 4S80 4190 4190 4190----.

t :::---=-. - ---=---=-� -=---=---=---=-1.::--=---=---=---=---l

-----�---- .------· I 1:1 :1 1:1

,· 1:1 @ 1:1 @ 1:1 @ 1:1 � ® 1,1 1,1 l'I 1:1 1'1

1 1: ti

' I

I -----1�------ --------?t--------- --------?1 1'i @ ,I ,� i: ,, I

1 ' 1 I 1 : ff@l80c/c 1: 1 @ t==============t @ 1:1 @ : @ 1:1

. I- I -��� I, ',, /,, , 1 �::::a�� I -==-I � �

8@180<ic Id I ', . ./ I 1,1 °

___ A@JI0:1,, _ .

r ':;.::",, ,:i1:1 _)

--...... ,:1

,:, - _:· - ,:i ,:, t

It . . ' 11 . ... Ill I •• ' '.. 11 I • • II • 111 I

I --=-��==1::--=-�-�-1·:... :I,--==-.=,-.£_-'�--=---=si o -�

'_ � -=----=--Jf � -=---=--'.l�, - --=---=--:I.£_--=---=-..:

j

ij I #S@IBO<ic 1'1 I � I 111

1'1 "1 • U®l.;11

c/c o fil m 1'1 I

Ir [ .... : .... ® #�SOc/c l'I I 118@l00c/

I . ::1 1'1 1'1 : 1,1

' 11 @ I IIOdc I @ • ,.. • "°I ,.. • SJ I @ I @ Iii @ 1'1

I .... ... • l'I D,

lf t' I

� � "' 0, N �

� i--=---=-'-� --=---=-- - '

;:-_:- - :;�::=:--=--.=:-i:--=--:--=-� i -=--t' -=---;=-- - I --=---=-:...:; I - --=---=--t! .=.--=---=--i

m I #S@IBO�� I .• ,, IIJ SLAB1llJCKN

&SSjm r--=--, I I ,, , I I m • J'I '"'° I

/' .. 11

11 Utmm 1

1

1 ' /

1'1 LI . ,.,

J'

1'1 l'I .. I I I ,," ', I I I '· , I I I • ', I I I

� •- 1:1

�--1--4 1 :1 ili, ",, ili 1:, �4-=- 1:1 -'-I g 1:1 @ 1:1 @ 1:1 @ 1:1 �-=--:;I ,:, : @ 1:1 @ • ,:, @ 1:1

· ,I lli 1!1 ill j +

!1 ,

, ·: 1 11

�t t= =========I======== =-I=========�=========== - -=== == == == == == = == + === == == - - j111

1:1 ,:, : / I

•,:,• I ::1,: 1 ® 1,1 ® 1 -� 1 1 1 · 111 ® 1 ® 111 ® 'Il'l I l'I I I l'I I I' g I ltl I 111 l1l I 111 'I ;;; I Iii I 11 ,1 I It . I 111 I l'I I I 1'1 I

I' II----------==I==---------==I:------- --==� �-=--- - - - - ---==I==- --------!-==- - - -- - --==-I --- 4190 4190 4190 4S80 4190 4190 4190 --� �------------------------- 29720 -----------------,----------

/,ll.u� 471

!L,r;f...l,�lr./ll.

ExecutiVe Engineer Tsunami PC & M Cell

Tamimsdu Slum .Cl�rance J;loardaiennai, 600 005. Sd/- Dr. A.R. Sanlhalcumar

01: 11.10.2012.

---

I. AU dimension� an: m mm. 2. M2S Concrete and Fe 415 grade

steel shall be adopted. 3. Slab Thickness is 130 ll1.lIL 4. Clear cover to slab is 25 !l.lJl.l. 5. Crank point distances are as shown.6. ·--· deootes extra rods to be

provided at top.

.

STRUCTURAL DETAILS

PROJECT: CONSTRUCTION OF TENEMENTS @PERUMBAKKAM TITLE: FLOOR/ ROOF SLAB DETAll.S

TYPE DESIGN NO.: 7 A/ 2008 (Amended)

DWG. NO.: !NSCB / PERUM AMENDED/ 17

REVISION NO.: 0

�,o:,,-

AJJIJttnl En:fnttr Aut. £x� Engl,ottr

u. .. ._. .. ,u,u £ittutlv1 E,nciattr Chld !ngJnetr

• STRUCTURAi. & QU.U.ITY COl'mtOI. Wll<C TAMIL !<ADU SLUM C'l.EIIIW<CJ: BOAJ\D NO.$, lCAMARA.IAR SAi.Al • CHEl<l<AI • '°' MS.

lC.Drawings

2 of 5

C.Drawings

3 of 5

C.Drawings

4 of 5

195

25

65

11

50

12

20

10

25

25

65

33

30

60

0

60

0

91

0

13

90

46

0

39

03

00

16

75 10

60

910

50

0

14

10

25

15

14

60

13

40

12

20

84

5

10

4010

60

65

0

53

0

730

54

0

9201

52

5

26

20

26

20

46

25

2515

1075

12

20

910

460

1075

4155

1410

910

91

0

9901

185

10

25

1185

10

60

20

601

900

2565

1150

12

201

025

600

1390

91010

4026

201

075

2565

3330

600

2480

10754

60

4155

1375

2780

910

2620

195

990

11

8510

2511

85

106

0

2060

1900

11

50

12

20

10

25

25

65

33

30

60

0

1075 4

60

1075

4155

9901

185

10

25

1185

20

601

9001

1501

220

1025

2565

600

910 10

401

075

600

1075

4155

990

11

8510

2511

85

106

0

2060

1900

300

1072

1070

1070

10

60

9105

30530

106

0

530

14

40

1440

1060

106

01

06010

601

06

01

060

10603

00

1070

1070

940

2180

2130

I,II,III,IV,V

,VI,V

II FL

OO

R B

RIC

K W

OR

K L

AY

OU

T

C.Drawings

5 of 5