Professional Documents
Culture Documents
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NAME OF WORK:-
Construction of Permanent Campus of Indian Institute of Technology Bhilai at
Kutelabhata, Durg, Chhattisgarh.Phase-1 (Stage-1). SH: -Engineering Department (2
blocks) (G+5), Science Department (2 Blocks) (G+3), Central Prototyping Facility (CPF)
(G+2), Central Instrumentation Facility (CIF) (G+2), Lecture Hall Complex (60 & 135
capacity) (G+1), Lecture Hall Complex (300 capacity) (G+1), Lecture Hall Complex (500
capacity) (G+1), Access Corridor (G+1), Library, Data Centre and Observatory (G+4/G+10),
Boys Hostel-1(G+3) , Boys Hostel-2 (G+3), Girls Hostel (G+3), Mess Block (G+1), Married
Students Housing (G+3), Beta Type Residential Apartments (G+10), Gamma Type
Residential Apartments (G+10), Delta Type Residential Apartments (G+10), Visitor’s
Hostel (G+3), Director’s Residence (G), Health Centre (G+2), Shopping Centre (G+1),
Institute Club(G), Boundary wall & Ancillary buildings( STP, WTP, UG tank & Pump Room
,Meter room, Security Complex, Watch Towers & Security Cabins , Telephone Exchange
Building ,Sub Station Buildings & Plant room ) including Internal water supply, sanitary
installation, Internal electrical installation, HVAC, , HT and LT cabling, DG sets,Sub Station,
Solar heating System, Lifts, Firefighting, Fire Alarm System, Street lighting, , Water Bodies, ,
roads pathways, Cycle track, Street Lighting, External Water Supply, Drainage and
Sewerage, Landscaping and other related developments works.
Civil : Rs 564,15,14,799
Electrical : Rs 138,60,00,742
Total : Rs 702,75,15,541
INDEX
NIT No. :01/SE cum PD/Bhilai/NIT/2019-20
8.6 Civil Works of DP3 Buildings including list of Preferred Makes of 415-491
Material(Civil) & schedule of finishes & hardware
Plumbing works of DP3 Buildings including Inventory of fixtures
8.7 492-536
and fittings & list of Preferred Makes of Material (Plumbing)
8.8 Civil work of Boundary wall including list of preferred make 537-559
(civil)
8.9 External Public Health Engineering Services (Civil) including 560-606
list of preferred make(civil) & Civil works of Road
9 Part –VII : (Electrical & Mechanical Component) 607-1004
9.2.1 Form G:-Consent Letter from eligible associate agencies of minor 619
component of work
9.2.2 Form H:-Proposal for Associating with eligible Agencies for 620-622
minor component of work
9.2.3 Form I:-Memorandum of Understanding for E& M component 623-624
9.3 Common Conditions for All Minor Components –Part ‘VII’ 625-628
9.4 Additional Technical Specification for E & M works & List of 629-1004
Preferred Make of Materials
9.4.1 CHAPTER-1 – Package DP 1 629-736
9.4.2 CHAPTER-2 – Package DP 2 737-776
9.4.3 CHAPTER-3 – Package DP 3 777-835
9.4.4 CHAPTER-4 – External Engineering 836-1004
10 Part VIII:- Abstract of Cost 1005-1010
11 Part IX:- Payment Schedule 1011-1102
11.1 Payment Schedule for DP1 Buildings, Ancillary Buildings and 1011-1050
External Engineering Services (Civil Component)
This NIT contains Leaf No. 01 to Leaf No. 1286 only including this page.
AE AE AE AE AE
AE AEE AE AE
This NIT ( NIT No.01/SE cum PD/Bhilai/NIT/2019-20 ) having leaves from 1 to 1286 is
approved for Total Estimated put to tender Rs. 702,75,15,541 /- ( Civil Rs. 564,15,14,799/-
+ Electrical Rs. 138,60,00,742/-)
( Total ECPT in words Rupees Seven hundred two crores seventy five lakhs fifteen
thousand five hundred forty one only ).
Approved by
Superintending Engineer cum Project Director (SE cum PD) , CPWD, Bhilai
PART-I
GENERAL INFORMATION
SECTION I
The Executive Engineer & Senior Manager(C)-I, under SE cum PD, Central
Public Works Department(CPWD), Bhilai (C.G.) on behalf of the President of India
invites online percentage rate open bids on Engineering, Procurement and
Construction (EPC) Contract basis from eligible firms/contractors of repute in two bid
system (Eligibility cum Technical bid & Financial Bid) for the following work:-
NIT No 01/SE cum PD/Bhilai/NIT/2019-20
Name of Construction of Permanent Campus of Indian Institute of
Work Technology Bhilai at Kutelabhata, Durg, Chhattisgarh.Phase-1
(Stage-1). SH: -Engineering Department (2 blocks) (G+5), Science
Department (2 Blocks) (G+3), Central Prototyping Facility (CPF) (G+2),
Central Instrumentation Facility (CIF) (G+2), Lecture Hall Complex (60
& 135 capacity) (G+1), Lecture Hall Complex (300 capacity) (G+1),
Lecture Hall Complex (500 capacity) (G+1), Access Corridor (G+1),
Library, Data Centre and Observatory (G+4/G+10), Boys Hostel-1(G+3)
, Boys Hostel-2 (G+3), Girls Hostel (G+3), Mess Block (G+1), Married
Students Housing (G+3), Beta Type Residential Apartments (G+10),
Gamma Type Residential Apartments (G+10), Delta Type Residential
Apartments (G+10), Visitor’s Hostel (G+3), Director’s Residence (G),
Health Centre (G+2), Shopping Centre (G+1), Institute Club(G),
Boundary wall & Ancillary buildings( STP, WTP, UG tank & Pump Room
,Meter room, Security Complex, Watch Towers & Security Cabins ,
Telephone Exchange Building ,Sub Station Buildings & Plant room)
including Internal water supply, sanitary installation, Internal electrical
installation, HVAC, , HT and LT cabling, DG sets,Sub Station, Solar
heating System, Lifts, Firefighting, Fire Alarm System, Street lighting, ,
Water Bodies, , roads pathways, Cycle track, Street Lighting, External
Water Supply, Drainage and Sewerage, Landscaping and other related
developments works.
Period of 24 months.
Completion
Pre-Bid Pre-bid conference shall be held with the intending bidders in the
Conference Office of Superintending Engineer cum Project Director, Central
Public Works Department, near Post office -Sector 7, Bhilai Nagar,
Bhilai (C.G.)-490006 at 11:00 Hrs. on 30.12.2019.
Last date & Certified copy of all the scanned and uploaded documents as
time of specified in bid document shall have to be submitted by the all the
submission bidders within 5 days physically after opening of Eligibility cum
of hard
Technical Bid in the office of tender inviting authority.
copies of
Experience
Certificates if
any,
Registration
Certificates,
Affidavit if
any,
Undertaking
and Other
documents
as specified
in the bid
documents
to the office
of tender
inviting
authority by
all bidders.
1. Bidders who fulfill the following requirements shall be eligible to apply. Joint
ventures/Consortium and special purpose vehicles are not accepted.
(a) Should have satisfactorily completed the following works in last 7 (seven)
years ending previous day of last date of submission of bid. For this purpose,
cost of work shall mean gross value of the completed work including cost of
material supplied by the Government/client but excluding those supplied free
of cost. This should be certified by an officer not below the rank of of Executive
Engineer/Project Manager or equivalent.
Three similar completed works each costing not less than Rs. 281.10 Crore.
OR
Two similar completed works each costing not less than Rs. 421.65 Crore.
OR
One similar completed work each costing not less than Rs. 562.20 Crore.
Note: -1) Machine room and Mumty shall not be counted as a storey.
In addition to above, atleast one work completed by the bidder should have
atleast 4 STAR GRIHA/IGBC Gold/LEED Gold rating. This building/work may
be one of the above qualifying work as mentioned in FORM-A or any other
completed work by the bidder ( This GRIHA/IGBC/LEED certificate shall be
uploaded by all bidders )
The executed works should be in the sole name of firm/bidder and the works
executed in joint ventures, consortium or special purpose vehicles shall not be
accepted.
The value of executed works shall be brought to current costing level by enhancing
the actual value of work done at simple rate of 7% per annum; calculated from the
date of completion to previous day of last date of submission of bid.
(b) At the time of uploading of bid , the bidder shall have also to upload
Scanned copy of an affidavit on Non-Judicial Stamp paper of Rs.10/- as
under:
“I/We undertake and confirm that eligible similar works(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 bidding in
CPWD 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.”
(c ) The bidder should have had average annual financial turn over (gross) of Rs.
351.37 Crore on Civil/Electrical construction works during the last three
Consecutive years ending 31st March 2019, balance sheets( may range from
six to eighteen months) should be duly audited by Charted Accountant. Year
in which no turnover is shown would also be considered for working out the
average. (Scanned copy of Certificate from Charted Accountant to be
uploaded).
(d) Should not have incurred any loss (profit after tax should be positive) in more
than two years during the last five consecutive years ending 31st March 2019
consecutive balance sheets duly audited and certified by the Charted
Accountant.
(e) Should have a minimum solvency of Rs. 281.10 Crore certified by his
banker. (Scanned copy of original solvency certificate issued by bankers to be
uploaded)
(f) The bidder should be financially sound and should not have applied or be
under Debt Restructuring as on 30th November2019. The Bidder should
upload this in Annexure-3.
(g) The bidder should not have been barred/blacklisted by the Central
Government/State Government, or any entity controlled by it, from
participating in any tender, and the bar subsists as on the Bid Due Date, such
bidder would not be eligible to submit the BID. The Bidder should upload
AFFIDAVIT FOR NON – BLACK LISTING in Annexure- 4.
(h) The Bidding capacity of the contractor should be equal to or more than the
estimated cost of the work put to tender. The bidding capacity shall be
worked out by the following formula:
Bidding Capacity={[AxNx2]-B}
Where,
A= Maximum turnover in construction works executed in any one
year during the last five years taking into account the completed as well as
2. The intending bidder must read the terms and conditions of the bid document
carefully. He should only submit his bid if he considers himself eligible and he is in
possession of all the documents required.
3. This information and instructions for bidders posted on website shall form part of
bid document.
4. Applicants are advised to keep visiting the www.tenderwizard.com/CPWD, and
www.eprocure.gov.in from time to time (till the deadline for bid submission) for any
updates in respect of the tender documents, if any. Failure to do so shall not absolve
the applicant of his liabilities to submit the applications complete in all respect
including updates thereof, if any. An incomplete application may be liable for
rejection.
5. The bid document consisting of eligibility cum technical bid& financial bid including
Plans, Drawings, specifications, and the set of terms & conditions of the contract to
be complied with and other necessary documents including uploaded General
Conditions of Contract 2019 for EPC Projects can be seen free of cost from website
www.tenderwizard.com/CPWD or www.eprocure.gov.in.
6. Earnest Money of Rs. 712,75,155/- 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 Executive Engineer Executive Engineer(E ), Raipur Central
Electrical Division, CPWD, Raipur (C.G.) shall be scanned and uploaded to the e-
Tendering website within the period of bid submission. The original EMD shall be
deposited either in the office of Executive Engineer inviting bids or division
office of any Executive Engineer, CPWD within the period of bid submission.
The EMD receiving Executive Engineer (including NIT issuing EE) shall issue a
receipt of deposition of earnest money deposit to the bidder in a prescribed format
(Annexure-7) uploaded by tender inviting Executive Engineer in the bid.A part of
earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs. 20 lac, whichever is less, shall have to be
deposited in shape prescribed proforma ( Annexure-8), and balance may be
deposited in shape of Bank Guarantee of any scheduled bank having validity for
six months or more from the last date of receipt of bids in favour of
“ Executive Engineer (E ), Raipur Central Electrical Division, CPWD, Raipur
(C.G) “which is to be scanned and uploaded by the intending bidders.
But the bid can only be submitted after deposition of original EMD in required
format as above either in the office of Executive Engineer inviting bids or division
office of any Executive Engineer, CPWD within the period of bid submission and
uploading the mandatory scanned documents such as Demand draft or Pay order or
Bankers Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank
Guarantee of any scheduled Bank towards EMD in favour of Executive Engineer as
mentioned in NIT, receipt for deposition of original EMD (as per Annexure-7 in the
bid)to division office of any Executive Engineer (including NIT issuing EE) CPWD
and other documents as specified.
Online Eligibility cum technical bid documents submitted by intending bidders shall
be opened only on those bidders who have deposited Earnest Money.
The Eligibility cum technical bid documents submitted shall be opened at 15:30hrs
on 14-01-2020.
6. Those Bidders not registered on the website mentioned above, are required to get
registered themselves beforehand. If needed they can be imparted training on
online bidding process as per details available on the website.
7. The intending bidder must have valid class-III digital signature to submit the bid.
8. On opening date, the Bidder can login and see the bid opening process. After
opening of bids, he will receive the competitor bid sheets.
9. Bidder can upload documents in the form of JPG format and PDF format.
10. Certificate of Financial Turn Over: At the time of submission of bid, bidder may
upload affidavit/certificate from Chartered Accountant (CA) mentioning Financial
Turn Over of last 5 years or for the period as specified in the bid document duly
certified by the charted accountant and further details if required may be asked
from the bidder after opening of Eligibility cum Technical bid . There is no need to
upload entire voluminous balance sheet.
11. Contractor must ensure to quote percentage above or below estimated cost put to
tender. The column meant for quoting rate in figures appears in pink colour and the
moment rate is entered, it turns sky blue.
In addition to this, while selecting any of the cells a warning appears that if any cell
is left blank the same shall be treated as “0”. Therefore, if any cell is left
blank and no rate is quoted by the bidder, rate of such item shall be treated as “0”
(ZERO).
However, if a tenderer does not quote any percentage above/below on the the
estimated cost put to tender in percentage rate tender, the tender shall be treated as
invalid and will not be considered as lowest tenderer.
12. The Eligibility cum Technical bid shall be opened first on due date and time as
mentioned above. The time and date of opening of financial bid of bidders qualifying
the Eligibility cum Technical bid shall be communicated to them at a later date.
13. Pre-bid conference shall be held with the intending bidders in the office of
Superintending Engineer cum Project Director, Central Public Works
Department, near Post office-Sector 7, Bhilai Nagar , Bhilai (C.G.)-490006 at
11:00 Hrs. on 30.12.2019 to clear the doubt of intending bidders, if any. Bidders
should send by email or by post all their queries, before pre-bid conference, latest
by 16:00 Hrs. on 29.12.2019 to the office of the Executive Engineer & Senior
Manager (C)-I, under SE cum PD, CPWD, near Post office-Sector 7, Bhilai Nagar
14. The department reserves the right to reject any prospective application without
assigning any reason thereof and to restrict the list of qualified bidders to any
number deemed suitable by it, if too many bids are received satisfying the laid down
criteria.
16. If any information furnished by the applicant is found incorrect at a later stage, he
shall be liable to be debarred from tendering/taking up of works in CPWD in future
forever. The department reserves the right to verify the particulars furnished by
the applicant independently.
17. The Contractor shall open an Escrow Account which will be operated jointly by the
contractor and Engineer-in-charge. The payments as deemed fit by the Engineer-in-
charge will be made to the contractor in that account. The Escrow Account
agreement is specified in Annexure-11. The Contractor shall maintain separate books
of accounts for all payments under this contract and the Engineer-in-charge shall
have access to these at all times including access to bank statement of the account
maintained separately for the work.No payment shall be made to contractor until
escrow agreement is signed and escrow account is opened /operational.
If the bidder has not obtained GST registration in the State in which the work is
to be taken up, or as required by GST authorities then in such a case the bidder
shall scan and upload following undertaking along with other bid documents.
“if work is awarded to me, I/we shall obtain GST registration Certificate of the
State , in which work is to be taken up within one month from the date of
receipt of award letter or before release of any payment by CPWD, whichever is
earlier, failing which I/we shall be responsible for any delay in payments which
will be due towards me/us on a/c of the work executed and/or for any action
taken by CPWD or GST department in this regard.
19. List of documents for submission within five days after opening of Eligibility cum
technical bid failing which the bid shall be rejected.
(i) All documents scanned and uploaded at the time of submission of bid
mentioned at S.No.18 above.
20. Soil investigation reports (2 Nos.) are uploaded with bid documents and Site
survey plans are uploaded at URL given below. However, these reports and plans are
only for indicative purpose.
21. Drawings are available at URL https://buildingtender.iitbhilai.ac.in/designfiles instruction
regarding downloading of drawings are available at leaf no. 1105 to 1110 of bid
documents.
CPWD-6
GOVERNMENT OF INDIA
1. Executive Engineer & Senior Manager(C)-I, under SE cum PD, Central Public
Works Department, Bhilai(C.G.) on behalf ofthe President of India invites online
Percentage Rate open bids/tenders on ENGINEERING, PROCUREMENT AND
CONSTRUCTION (EPC) basis from eligible firms / bidders in two bid system
(Eligibility cum Technical bid & Financial Bid) for the following work:
Construction of Permanent Campus of Indian Institute of Technology Bhilai at
Kutelabhata, Durg, Chhattisgarh.Phase-1 (Stage-1). SH: -Engineering
Department (2 blocks) (G+5), Science Department (2 Block) (G+3), Central
Prototyping Facility (CPF) (G+2), Central Instrumentation Facility (CIF) (G+2),
Lecture Hall Complex (60 & 135 capacity) (G+1), Lecture Hall Complex (300
capacity) (G+1), Lecture Hall Complex (500 capacity) (G+1), Access Corridor (G+1),
Library, Data Centre and Observatory (G+4/G+10), Boys Hostel-1(G+3) , Boys
Hostel-2 (G+3), Girls Hostel (G+3), Mess Block (G+1), Married Students Housing
(G+3), Beta Type Residential Apartments (G+10), Gamma Type Residential
Apartments (G+10), Delta Type Residential Apartments (G+10), Visitor’s Hostel
(G+3), Director’s Residence (G), Health Centre (G+2), Shopping Centre (G+1),
Institute Club(G), Boundary wall & Ancillary buildings( STP, WTP, UG tank & Pump
Room ,Meter room, Security Complex, Watch Towers & Security Cabins , Telephone
Exchange Building ,Sub Station Buildings & Plant room ) including Internal water
supply, sanitary installation, Internal electrical installation, HVAC, , HT and LT
cabling, DG sets,Sub Station, Solar heating System, Lifts, Firefighting, Fire Alarm
System, Street lighting, , Water Bodies, , roads pathways, Cycle track, Street
Lighting, External Water Supply, Drainage and Sewerage, Landscaping and other
related developments works.
1.2 Intending bidders are eligible to submit the bid provided has definite proof from
the appropriate authority which shall be to the satisfaction of the competent
authority of having satisfactorily completed work of magnitude specified below:-
1.2.1 (a) Should have satisfactorily completed as mentioned below during last 7
(seven) years ending previous day of last date of submission of bid. For this
purpose, cost of work shall mean gross value of the completed work including
cost of material supplied by the Government/client but excluding those supplied
free of cost.This should be certified by an officer not below the rank of Executive
Engineer/Project Manager or equivalent.
Three similar completed works each costing not less than Rs. 281.10 Crore.
OR
Two similar completed works each costing not less than Rs. 421.65 Crore.
OR
One similar completed work each costing not less than Rs. 562.20
Crore.
Note: -1) Machine room and Mumty shall not be counted as a storey.
(b) In addition to above, atleast one work completed by the bidder should have
atleast 4 STAR GRIHA/IGBC Gold/LEED Gold rating. This building/work may be
one of the above qualifying work as mentioned in FORM-A or any other
completed work by the bidder ( This GRIHA/IGBC/LEED certificate shall be
uploaded by all bidders )
The executed works should be in the sole name of firm/bidder and the works
executed in joint ventures, consortium or special purpose vehicles shall not be
accepted.
The value of executed works shall be brought to current costing level by enhancing
the actual value of work done at simple rate of 7% per annum; calculated from the
date of completion to previous day of last date of submission of bid.
1.2.2 At the time of uploading of bid , the bidder shall have also to upload Scanned
copy of an affidavit on Non-Judicial Stamp paper of Rs.10/- as under :
“I/We undertake and confirm that eligible similar works(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 bidding in CPWD 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.”
2. Agreement shall be drawn with the successful bidders on prescribed Form No.
CPWD- 7 including General Condition of Contract 2019 for EPC Projects Form as
amended up to the last date of submission of bid, which is available on website
www.cpwd.gov.in. Bidders shall quote his rates as per various terms and conditions
of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 24 Months for execution and
completion of work 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. The site for the work is available which will be made available in parts as per Clause
5 (Schedule of handing over of site ) of Schedule ‘F’ of the bid document.
The architectural, Structural and Services drawing for the work is available.
drawings shall be made available as per requirement of the same as per approved
programme of completion submitted by the bidder after award of work.
5. The bid document consisting of plans, specifications, Soil Investigation report and
the set of terms & conditions of the contract to be complied with and other
necessary documents including uploaded General Conditions of Contract 2019 for
EPC projects can be seen free of cost from website www.tenderwizard.com/cpwd
or www.eprocure.gov.in
6. After submission of the bid, the bidder can re-submit revised bid any number of
times but before last time and date of submission of bid as notified.
7. While submitting the revised bid, bidder can revise the quoted rates of one or more
items any number of times but before last time and date of submission of bid as
notified.
Copy of certificate of work experience and other documents as specified in the bid
shall be scanned and uploaded to the e-tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded
documents as specified in bid document shall have to be submitted by the all
the bidders within 5 days physically after opening of Eligibility cum Technical
Bid in the office of tender inviting authority. Online bid documents submitted
by intending bidders shall be opened only of those bidders, whose original EMD
deposited with any division of CPWD and other documents scanned and uploaded
are found in order.
10. The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded if:
(i) The bidder is found ineligible
(ii) The bidder does not upload scanned copy of all the documents stipulated in
the bid document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time
of submission of bid and hard copies as submitted physically by all bidders
within 7 days of opening of Eligibility cum Technical bid in the office of bid
opening authority.
(iv) If a bidder does not quote any percentage above/below on the Estimated cost
put to tender, the tender shall be treated as invalid and will not considered as
lowest tenderer.
11. The bidder whose bid is finally 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 10,000/-) 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 (in case guarantee amount is less than Rs 1,00,000/-) or
Government Securities or Fixed Deposit Receipts or Guarantee Bonds of a Scheduled
bank or the State Bank of India in accordance with the prescribed form (Annexure-
14). In case the Bidder 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 Bidder shall be forfeited automatically without any notice
to the Bidder. The Earnest money deposited along with the bid shall be returned
after receiving the aforesaid performance guarantee.
The agency whose bid is accepted will also be required to furnish either copy of
applicable licenses/registrations or proof of applying for obtaining labour
licenses, registration with EPFO, ESIC, and BOCW Welfare Board including
Provident Fund Code No. if applicable and also ensure the compliance of
aforesaid provisions by the sub -contractors, if any engaged by the contractor for
the said work with in the period specified in Schedule-F.
Intending bidders are advised to inspect and examine the site and its surroundings
and satisfy themselves before submitting their bids as to the nature of the ground
and sub-soil (so far as is practicable), the form and nature of the site, the means of
access to the site, the accommodation they may require and in general shall
themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their bid. A bidder shall be deemed to
have full knowledge of the site whether he inspects it or not and no extra claims
/Charges/ payments 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 bid by bidders 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 local conditions
and other factors having a bearing on cost on the execution of the work.
13. 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 assigning any reason. All Bids in which any of the
prescribed conditions is not fulfilled or any condition including that of conditional
rebate is put forth by the bidders shall be summarily rejected.
15. The competent authority on behalf of President of India reserves to himself the right
of accepting the whole or any part of the bid and the bidders shall be bound to
perform the same at the rate quoted.
16. The bidder shall not be permitted to bid for works in the CPWD Circle (Division in
case of Bidders of Horticulture / Nursery category) responsible for award and
execution of contracts, in which his near relative is posted as Divisional Accountant
or as an officer in any capacity between the grades of Superintending Engineer and
Junior Engineer (both inclusive). He shall also intimate the names of persons who
are working with him in any capacity or are subsequently employed by him and who
are near relatives to any gazetted officer in the Central Public Works Department or
in the Ministry of Housing & Urban Affairs. Any breach of this condition by the
bidder would render him liable to be removed from the approved list of Contractors
of this Department in case of CPWD registered Bidders and this breach by other
Bidders i.e. Non- CPWD registered shall be treated as concealing of information and
appropriate action will be taken for blacklisting such bidders.
18. The bid for the works shall remain open for acceptance for a period of Seventy
five (75) days from the date of opening of Eligibility cum Technical bid .
Further
(i) If any bidder withdraws his bid or makes any modifications in the terms
and conditions of the bid which is not acceptable to the department within 7
days after opening of Eligibility cum Technical bid(excluding date of opening
of Eligibility cum Technical bid) without prejudice to any other right or
remedy, be at the liberty to forfeit 50% of the earnest money absolutely .
(ii) After 7 days of opening of Eligibility cum Technical bid, the Government
shall without prejudice to any other right or remedy, be at liberty to forfeit
100% of the earnest money absolutely .
(iii) The bidders shall not be allowed to participate in the rebidding process of
the work.
19. This notice inviting bid shall form a part of the contract document. The successful
bidder / bidder, on acceptance of his bid by the Accepting Authority shall within 15
days from the letter of acceptance, sign the agreement consisting of:
I. The Notice Inviting Bid, all the documents including special conditions,
additional conditions, particular specifications and drawings, if any, forming
part of the bid as uploaded at the time of invitation of bid and the rates quoted
online at the time of submission of bid and acceptance thereof together with
any correspondence leading thereto.
II. Standard C.P.W.D. Form 7 (General Conditions of Contract 2019 for EPC
Projects) modified up to last date of submission of Bid.
20.1.1 The Executive Engineer and Senior Manager in charge of the major component
will call bids for the composite work. The cost of bid document and Earnest
Money will be fixed with respect to the combined estimated cost put to tender
for the composite bid.
20.1.3 The bidder must associate himself with agencies as per NIT conditions.
20.1.4 The eligible bidders shall quote percentage rates for whole work
20.1.6 Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.
20.1.7 Security Deposit will be worked out corresponding to the estimated cost of
the composite work including civil and electrical works.
20.1.8 The main contractor has to associate agencies for specialized component(s)
conforming to eligibility criteria as defined in the bid document and has to
submit detail of such agency(s) to Engineer-in-Charge of relevant
component(s) within prescribed time. Name of the agency(s) to be associated
shall be approved by Engineer-in-Charge of relevant component(s)]
20.1.9 In case the main contractor intends to change any of the above
agency/agencies during the operation of the contract, he shall obtain prior
approval of Engineer-in-Charge of relevant specialized components. The new
agency/agencies shall also have to satisfy the laid down eligibility criteria. In
case Engineer-in-Charge is not satisfied with the performance of any agency,
he can direct the contractor to change the agency executing such items of
work and this shall be binding on the contractor.
20.1.10 The main contractor has to enter into MOU with agencies/contractor(s)
associated by him. Copy of such MOU shall be submitted to Executive Engineer
and Senior Manager in charge of each relevant component as well as to
Executive Engineer and Senior Manager in charge of major component. In case
of change of associate contractor, the main contractor has to enter into
agreement with the new contractor associated by him.
20.1.11 Running payment for the major component shall be made by Executive
Engineer and Senior Manager of major discipline to the main contractor.
Running payment for minor components shall be made by the Engineer-in-
Charge of the discipline of minor component directly to the main contractor.
20.1.12A The composite work shall be treated as complete when all the components of
the work are complete. The completion certificate of the composite work shall
be recorded by Engineer-in- Charge of major component after record of
completion certificate of all other components .
20.1.12B Final bill of whole work shall be finalized and paid by the Executive Engineer
and Senior Manager of major component. Engineer(s)-in-Charge of minor
component(s) will prepare and pass the final bill for their component of work
and pass on the same to the Executive Engineer and Senior Manager of major
component for including in the final bill for composite contract.
INTEGRITY PACT
To
Subject: NIT No. 01/SE cum PD/Bhilai/NIT/2019-20 for the work Construction of Permanent
Campus of Indian Institute of Technology Bhilai at Kutelabhata, Durg, Chhattisgarh.Phase-1 (Stage-
1). SH: -Engineering Department (2 blocks) (G+5), Science Department (2 Block) (G+3), Central
Prototyping Facility (CPF) (G+2), Central Instrumentation Facility (CIF) (G+2), Lecture Hall
Complex (60 & 135 capacity) (G+1), Lecture Hall Complex (300 capacity) (G+1), Lecture Hall
Complex (500 capacity) (G+1), Access Corridor (G+1), Library, Data Centre and Observatory
(G+4/G+10), Boys Hostel-1(G+3) , Boys Hostel-2 (G+3), Girls Hostel (G+3), Mess Block (G+1),
Married Students Housing (G+3), Beta Type Residential Apartments (G+10), Gamma Type
Residential Apartments (G+10), Delta Type Residential Apartments (G+10), Visitor’s Hostel
(G+3), Director’s Residence (G), Health Centre (G+2), Shopping Centre (G+1), Institute Club(G),
Boundary wall & Ancillary buildings( STP, WTP, UG tank & Pump Room ,Meter room, Security
Complex, Watch Towers & Security Cabins , Telephone Exchange Building ,Sub Station Buildings
& Plant room ) including Internal water supply, sanitary installation, Internal electrical installation,
HVAC, , HT and LT cabling, DG sets,Sub Station, Solar heating System, Lifts, Firefighting, Fire
Alarm System, Street lighting, , Water Bodies, , roads pathways, Cycle track, Street Lighting,
External Water Supply, Drainage and Sewerage, Landscaping and other related developments
works.
Dear Sir,
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 CPWD.
Yours faithfully
INTEGRITY PACT
To
I/We acknowledge that CPWD 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 CPWD.
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, CPWD 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
With Seal/Stamp
(To be signed by the bidder and same signatory competent /authorized to sign the
relevant contract on behalf of CPWD)
INTEGRITY AGREEMENT
BETWEEN
President of India represented through Executive Engineer and Senior Manager (C )-I, under SE
cum PD, CPWD, Bhilai (Hereinafter referred as the “ 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. 01/SE cum PD/Bhilai/NIT/2019-
20) (hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for Construction of Permanent Campus of Indian Institute of
Technology Bhilai at Kutelabhata, Durg, Chhattisgarh.Phase-1 (Stage-1). SH: -Engineering
Department (2 blocks) (G+5), Science Department (2 Block) (G+3), Central Prototyping Facility
(CPF) (G+2), Central Instrumentation Facility (CIF) (G+2), Lecture Hall Complex (60 & 135
capacity) (G+1), Lecture Hall Complex (300 capacity) (G+1), Lecture Hall Complex (500 capacity)
(G+1), Access Corridor (G+1), Library, Data Centre and Observatory (G+4/G+10), Boys Hostel-
1(G+3) , Boys Hostel-2 (G+3), Girls Hostel (G+3), Mess Block (G+1), Married Students Housing
(G+3), Beta Type Residential Apartments (G+10), Gamma Type Residential Apartments (G+10),
Delta Type Residential Apartments (G+10), Visitor’s Hostel (G+3), Director’s Residence (G),
Health Centre (G+2), Shopping Centre (G+1), Institute Club(G), Boundary wall & Ancillary
buildings( STP, WTP, UG tank & Pump Room ,Meter room, Security Complex, Watch Towers &
Security Cabins , Telephone Exchange Building ,Sub Station Buildings & Plant room ) including
Internal water supply, sanitary installation, Internal electrical installation, HVAC, , HT and LT
cabling, DG sets,Sub Station, Solar heating System, Lifts, Firefighting, Fire Alarm System, Street
lighting, , Water Bodies, , roads pathways, Cycle track, Street Lighting, External Water Supply,
Drainage and Sewerage, Landscaping and other related developments works. 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 witness as under:
(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.
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 endeavour 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.
2. The Bidder(s)/Contractor(s) commits 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
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 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).
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.
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.
2. Changes and supplements need to be made in writing. Side agreements have not been made.
3. 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.
4. 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.
5. 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:
WITNESSES:
1 ......................................................
(signature, name and address)
2 ......................................................
(signature, name and address)
Place:
Dated :
PART-II
ELIGIBILITY CUM TECHNICAL BID
Section-I
BRIEF PARTICULARS OF THE WORK
Salient details of the work for which bids are invited are as under:-
Name of Construction of Permanent Campus of Indian Institute of Technology Bhilai at
Work Kutelabhata, Durg, Chhattisgarh.Phase-1 (Stage-1). SH: -Engineering
Department (2 blocks) (G+5), Science Department (2 Block) (G+3), Central
Prototyping Facility (CPF) (G+2), Central Instrumentation Facility (CIF) (G+2),
Lecture Hall Complex (60 & 135 capacity) (G+1), Lecture Hall Complex (300
capacity) (G+1), Lecture Hall Complex (500 capacity) (G+1), Access Corridor (G+1),
Library, Data Centre and Observatory (G+4/G+10), Boys Hostel-1(G+3) , Boys
Hostel-2 (G+3), Girls Hostel (G+3), Mess Block (G+1), Married Students Housing
(G+3), Beta Type Residential Apartments (G+10), Gamma Type Residential
Apartments (G+10), Delta Type Residential Apartments (G+10), Visitor’s Hostel
(G+3), Director’s Residence (G), Health Centre (G+2), Shopping Centre (G+1),
Institute Club(G), Boundary wall & Ancillary buildings( STP, WTP, UG tank & Pump
Room ,Meter room, Security Complex, Watch Towers & Security Cabins , Telephone
Exchange Building ,Sub Station Buildings & Plant room ) including Internal water
supply, sanitary installation, Internal electrical installation, HVAC, , HT and LT
cabling, DG sets,Sub Station, Solar heating System, Lifts, Firefighting, Fire Alarm
System, Street lighting, , Water Bodies, , roads pathways, Cycle track, Street
Lighting, External Water Supply, Drainage and Sewerage, Landscaping and other
related developments works.
Period of 24 months.
Completion
Site of IIT Bhilai at Kutelabhata , District Durg, Chhattisgarh is around 60 Km from Raipur
Airport and 10 Km from Durg Railway Station. The location plan is as under.
Scope of work
1.0. The Agency is required to complete the project on Engineering, Procurement & Construction
(EPC)basis as per Technical Specifications, Architectural, Structural and Services drawings
attached with this document. The scope of work is to be carried out complete in all respect
including services and rates quoted by the Agency shall be considered for entire scope of
work which includes all activities/work starting from the given concept if applicable to
completion till handing over of completed project in habitable state from all perspective. The
Agency is required to connect all the external services like Water Supply, Sewerage, Drainage,
Electric Supply etc. to the main lines of the authorities/service providers like PHED
CG/CSPDCL or any other agency available at the boundary of IIT Bhilai Project Site and this
shall be considered as integral part of Scope of work and deemed to be included in the quoted
price of the agency. The As-Built drawings and input related to site including Monthly/half
yearly Environmental compliance shall be provided by the EPC agency for obtaining statutory
approval and certificates. The Agency also extend full support to CPWD in getting “Occupation
and Completion” or any other document required to declare all assets eligible for bringing it in
use.
1.1. It shall be deemed that the Agency has satisfied himself with the nature and location of the
work, general and local conditions and particularly those pertaining to transport including
restriction of movement of traffic / vehicles etc., handling, availability and storage of
materials, availability of labour, weather conditions at site and general ground/sub-soil
conditions. Agency is expected to quote their rates accordingly and nothing extra shall be
payable for any reason/s whatsoever it may be.
1.2. CPWD shall bear no responsibility for the lack of such knowledge and also the consequences
thereof to the Agency. The information and site data shown in the drawings and mentioned in
the tender documents are furnished for general information and guidance only. The Engineer-
in-Charge in no case shall be held responsible for the accuracy thereof or/and deductions,
interpretations or conclusions drawn there from by the Agency and no claim shall be
entertained whatsoever on this account if the site conditions/information is different or
otherwise incorrect. It will be presumed that the Agency has satisfied himself for all possible
contingencies, situations, bottlenecks and acts of coordination which may be required
between the different agencies. Neither any hindrance shall be entertained because of these
constraints if so occurs at any stage.
1.3. The work of establishment of IIT Bhilai, has been planned in various phases, therefore, the
work/s for other phases may also be taken up in parallel to this phase-I(stage-I) work.
Accordingly, Agency shall cooperate and coordinate with other agency/s too as per directions
of Engineer-in-charge.
1.4. The scope of work in Phase-I (Stage-I)includes Procurement and Construction as per
architectural drawing, Structural Drawing, and Services drawings, given in this document or
prescribed later by CPWD, extend all help and input and site related documents for obtaining
prescribed certificates/ statutory approvals mentioned in this document. The agency shall
verify the topographic survey, Geo-technical investigation report attached with the document
before execution of work. The cost of labour, material, tools and plants and machinery
required for execution of the whole project as per attached drawings is in the scope of this
work. IIT Bhilai aimed to achieve FIVE STAR GRIHA LD (Large Development) rating in the
Educational & Institutional category and agency has to assist the Consultant already
appointed by IIT Bhilai in obtaining the certification of the same.
1. Site shall be handed over to the Agency on “As & Where It is” basis. It is contractor’s
responsibility for demolition or disposal of existing buildings and structure, and removal
of any existing services viz. power, water supply, sewer/telephone lines, etc. both over-
head and underground passing through the site etc. if any, will rest with Contractor.
Canal No. 1& 2 as shown in Landscape Master Plan Drawing shall not be demolished.
No. of Rooms/
Name of the Buildings Approx Area
No. of Storey Units/
(for construction in Phase –I, Stage-1) (Sqm)
Block
DP1 Buildings
1 Engineering Departments (G+5) 2 Block 17800
2 Science Department (G+3) 2 Block 10700
3 Central Prototyping Facility (CPF) (G+2) 1 Block 5915
4 Central Instrumentation Facility (CIF) (G+2) 1 Block 2950
Lecture Hall Complex (60 & 135 (G+1)
5 1 Block
capacity) 3820
6 Lecture Hall Complex (300 capacity) (G+1) 1 Block 905
7 Lecture Hall Complex (500 capacity) (G+1) 1 Block 1590
8 Access Corridor (G+1) 1 Block 4350
9 Library, Data Centre and Observatory (G+4/G+10) 1 Block 6650
DP2 Buildings
10 Boy's Hostel 1 (G+3) 369 Units 12262
11 Boy's Hostel 2 (G+3) 376 Units 12652
12 Girl's Hostel 1 (G+3) 249 Units 9051
13 Mess Block (G+1) 1 Block 5218
14 Married Student Housing (G+3) 96 Units 6097
DP3 Buildings
15 Beta Type Residential Apartments (G+10) 40 Units 6779
16 Gamma Type Residential Apartments (G+10) 40 Units 8769
17 Delta Type Residential Apartments (G+10) 40 Units 13465
18 Director's Residence (G) 1 Units 646
19 Visitor's Hostel (G+3) 6+20 Units 3029
20 Health Centre (G+2) 1 Units 2105
21 Shopping Centre (G+1) 1 Units 2036
22 Institute Club (G) 1 Units 690
Note:- Above mentioned areas are indicative.Also length of boundary wall is indicative.
Contractor to calculate actual area from GFC drawings if required. The work has to be executed
as per GFC drawings and specializations.
The scope of work also covers related external development works and other allied works on
Engineering, Procurement and Construction (EPC) basis within controlled architectural and
structural parameters. The details are as follows.
(i) The master plan and drawings of all residential & non-residential buildings, forming part
of this NIT are indicative only. There can be changes in the scope of work as per
requirement of Local body, Fire Service Department of Chattisgarh etc. Agency shall carry
out such changes which occur due to Building byelaws or statutory requirements.
(iii) Building Information Modeling (BIM) for Integration and Coordination of all services like
plumbing, sanitary, Internal Electrical installations, Fire Fighting and Fire alarm, Low side
of HVAC, LV services shall be done by the agency, necessary AUTOCAD drawings will be
provided by Engineer-in Charge.
(iv) IIT Bhilai is aiming to achieve 5 Star GRIHA -LD rating for the said project. Agency has to
formulate the plan & obtain atleast 90% of the points attributed to site related
activities.Shortfall in achieving 5 star GRIHA -LD rating in other parameters shall also
brought to the notice of Engineer-in-Charge for remedial actions.All GRIHA-related inputs
related to work including half yearly environmental compliances shall be provided by the
Contractor.
(v) CPWD will not be responsible for any lapse/s and /or losses, if so occurs, due to absence
of any data /knowledge. The information and site data given in the drawings or
mentioned in this tender document are furnished for general information and guidance
only and CPWD does not take responsibility for their accuracy. It is advised that the
Agency get itself satisfied for all possible contingencies, situations, bottlenecks and acts of
co-ordination, which may be required between the different agencies and due to site
conditions. It shall be deemed that agency has satisfied itself as to the nature and location
of work, general and local condition and particularly, those pertaining to transport,
handling, availability and storage of materials, availability of labour/workforce, weather
conditions at site, general grounds/ sub-soil conditions and all other conditions required
to execute and complete the work. The agency shall have to quote its offer/rates
accordingly and no claim in this regard will be allowed.
2.0. Scope of work also includes training the 30% workers of the site as per SKILLED INDIA
program under National Skill Development Corporation (NSDC) Norms & Conditions.
3.0. The Agency shall hand over the assets after completion of work with as built drawings,
services route plans, Maintenance manuals, Warranties / Guarantees or any other
document required by the Engineer-in-charge for maintaining these establishments.
Section-II
INFORMATION AND GUIDELINES FOR BIDDERS
1.0. General:
1.1. Letter of transmittal and forms for deciding eligibility are given in Section III.
1.2. All information called for in the enclosed forms should be furnished against the
relevant columns in the forms. If for any reason, information is furnished on a
separate sheet, this fact should be mentioned against the relevant column. Even, if
no information is to be provided in a column, a ‘nil’ or ‘no such case’ entry should
be made in that column. If any particulars/query is not applicable in case of the
bidder, it should be stated as ‘Not applicable’. The bidders are cautioned that not
giving complete information called for in the application forms or not giving it in
clear terms or making any change in the prescribed forms (or) deliberately
suppressing the information may result in the bid being summarily disqualified.
Bid made by telegram or telex and those received late will not be entertained.
1.3. The bid should be type-written/computer printed. The bidder (s) should sign each
page of the application.
1.4. Overwriting should be avoided. Correction, if any, should be made by neatly
crossing out, initialing, dating and rewriting. Pages of the Eligibility criteria
documents are numbered. Additional sheets, if any added by the bidder should
also be numbered by him. They should be submitted as a package with signed
letter of transmittal.
1.5. References, information and certificate from the respective clients certifying
suitability, technical knowledge or capability of the bidder should be signed by an
officer not below the rank of Executive Engineer/Project Manager or equivalent.
1.6. The bidder may furnish any additional information, which he thinks is necessary
to establish his capabilities to successfully complete envisaged work. He is,
however advised not to furnish superfluous information. No information shall be
entertained after submission of eligibility criteria document unless it is called for
by the Employer.
2.0. Definitions:
In this document the following words and expression have their meaning here by
assigned to them.
3.2. If the bidder is a proprietary firm; the application shall be signed by the proprietor
above his full type written name and the full name of his firm with its current
address.
3.3. If the bidder is a firm in partnership, the application shall be signed by all the
partners of the firm above their full type written names and current addresses or
alternatively by a partner holding power of attorney for the firm. In the later case
a certified copy of the power of attorney should accompany the application. In
both the cases a certified copy of the partnership deed and current address of all
the partners of the firm should accompany the application.
3.4. If the bidder is a limited company or a corporation, the bid shall be signed by a
duly authorized person holding power of attorney for signing the application and
certified copy of such power of attorney shall also be furnished. The bidder should
also furnish a copy of Memorandum of Articles of Association duly attested by a
Public Notary.
The Employer reserves the right to accept or reject any bid and to annul the
process and reject all bids at any time without assigning any reason or incurring
any liability to the bidders.
7.1. (a) Should have satisfactorily completed similar works as mentioned below
during last 7 (seven) years ending previous day of last date of submission
of bid. For this purpose, cost of work shall mean gross value of the
completed work including cost of material supplied by the
Government/client but excluding those supplied free of cost. This should
be certified by an officer not below the rank of Executive Engineer/Project
Manager or equivalent.
Three similar completed works each costing not less than Rs. 281.10 Crore.
OR
Two similar completed works each costing not less than Rs. 421.65 Crore.
OR
One similar completed work each costing not less than Rs. 562.20
Crore.
Note: -1) Machine room and Mumty shall not be counted as a storey.
(b) In addition to above, atleast one work completed by the bidder should
have atleast 4 STAR GRIHA/IGBC Gold/LEED Gold rating. This building/work
may be one of the above qualifying work as mentioned in FORM-A or any
other completed work by the bidder ( This GRIHA/IGBC/LEED certificate shall
be uploaded by all bidders )
The executed works should be in the sole name of firm/bidder and the works
executed in joint ventures, consortium or special purpose vehicles shall not be
accepted.
The bidder’s performance for each work completed in the last seven years ending
previous day of last date of submission of bid, should be certified by an officer not
below the rank of Executive Engineer / Project Manager or equivalent.
7.2. At the time of uploading of bid , the bidder shall have also to upload Scanned
copy of an affidavit on Non-Judicial Stamp paper of Rs.10/- as under:
“I/We undertake and confirm that eligible similar works(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 bidding in CPWD 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.”
7.3 Should have had average Annual Financial Turn Over of Rs 351.37 Crore on
Civil/electrical construction works during the immediate last three consecutive
Financial years ending 31st March 2019 , duly certified by Chartered Accountants
.balance sheets duly audited by Chartered Accountants . Year in which no turnover
is shown would also be considered for working out the average.
7.4 Should not have incurred any loss (profit after tax should be positive) in more than
two years during the last five consecutive Financial years ending 31 st March 2019
duly audited and certified by the Chartered Accountant.
7.5. Should have a minimum solvency of Rs. 281.10 Crore certified by his Bankers.
7.6. The bidder should be financially sound and should not have applied or be under
Debt Restructuring as on 30th November 2019.
7.7. The Bidding capacity of the contractor should be equal to or more than the
estimated cost of the work put to tender. The bidding capacity shall be worked out
by the following formula:
Bidding Capacity={[AxNx2]-B}
Where,
A= Maximum turnover in construction works executed in any one year during
the last five years taking into account the completed as well as works in
progress. The value of completed works shall be brought to current costing
level by enhancing at a simple rate of 7% per annum (as mentioned in para
8.1 mentioned below).
N= Number of years prescribed for completion of work for which bids has
been invited.
B= Value of existing commitments and ongoing works to be completed during
the period of completion of work for which bids have been invited.
7.8 The bidder should have sufficient number of Technical and Administrative
employees for the proper execution of the contract. The bidder should submit a
list of these employees stating clearly how they would be involved in this
work within 15 days of award of work.
The initial criteria prescribed in Para 7.0 above in respect of experience of eligible
similar class of works completed, loss, solvency and financial turn over, Debt
Restructuring, Blacklisting and bidding capacity etc., will first be scrutinized and
the bidder’s eligibility for the work be determined.
8.1.1. The bidder’s qualifying the initial criteria as set out in Para 7.0 above will be
evaluated for following criteria by scoring method as specified in Annexure-1 on
the basis of details furnished by them.
(a) Financial Strength (Form ‘A’& ‘B’) Maximum 20 marks
8.1.3. The department, however, reserves the right to restrict the list of such qualified
bidders to any number deemed suitable by it.
Note: 1. The value of performance of works for time over run for completed works in Form
D shall be taken on the basis of performance report of the eligible similar works
from the list given in Form -C.
2. Performance of works for ongoing works shall be done by selecting not more than
any two ongoing works from the list given in Form -C1.
8.1.4 Evaluation of the performance of contractors for eligibility shall be done by the NIT
approving authority on the basis of documents submitted. All the eligible similar
works executed and submitted by the bidders and ongoing works for the works with
estimated cost put to tender more than 30 crore (thirty crore) as mentioned in FORM -
C & C1 , may be got inspected by authorities which may consist of client or any
other authority as decided by NIT approving authority. The marks for the
quality shall be given based on this inspection, if inspection is carried out and
performance of works as assessed by authorities. Marks given by the authorities shall
be final and binding on all bidders.
8.1.5 Even though any bidder may satisfy the above requirements, he would be liable to
disqualification if he has:
(a) made misleading or false representation or deliberately suppressed the information in
the forms, statements and enclosures required in the eligibility criteria documents.
(b) record pf poor performance such as abandoning wort, not properly completing the
contract or financial failures/weaknesses etc.
9.1.1. Annual financial statement for the last Five years in Form ‘A’ and
9.1.2. Solvency certificate in Form ’B’
10.1.1. List of eligible similar nature successfully completed during last seven
years in Form ‘C’ and ongoing works (Form C-1)
10.1.2. Particulars of completed works and performance of the bidder duly
authenticated/certified by an officer not below the rank of Executive
Engineer/Project Manager or equivalent, should be furnished
separately for each work completed in FORM-D
14.2. Any effort on the part of the bidder or his agent to exercise influence or to
pressurize the employer would result in rejection of his bid. Canvassing of any
kind is prohibited.
ANNEXURE-1
Criteria for Evaluation of the performance of bidder for Pre- Eligibility
(c) Calculation
Parameter Score Maximum Marks
for points
Maximum 40 Marks
(d)
Section-III
Annexure-2
LETTER OF TRANSMITTAL
From:-
To,
Sir,
Having examined details given in bid document for the above work, I/we hereby submit
the relevant information.
i. I/We hereby certify that all the statements made and information supplied
in the enclosed Forms from FORM-A,B,C,C1,D,E,& ANNEXURE-3,4,5,6 and
accompanying statement are true and correct.
ii. I/we have furnished all information and details necessary for eligibility
and have no further pertinent information to supply.
iii. I/we submit the requisite certified solvency certificate and authorize The
Executive Engineer cum Senior Manager (C)-I, under SE cum PD, Bhilai, Central
Public Works Department,Bhilai (C.G.) to approach the Bank issuing the
solvency certificate to confirm the correctness thereof. I/We also authorize The
Executive Engineer cum Senior Manager(C)-I, under SE cum PD, Central Public
Works Department, Bhilai (C.G.) to approach individuals, employers, firms and
corporation to verify our competence, work experience, and general reputation.
Certificate
It is certified that the information given in the enclosed eligibility bid are correct. It is
also certified that I/We shall be liable to be debarred, disqualified/ cancellation of
enlistment in case any information furnished by me/us found to be incorrect.
Enclosures:
FORM ‘A’
FINANCIAL INFORMATION
Financial Years
Sl. No. Particulars
2014-15 2015-16 2016-17 2017-18 2018-19
i Gross Turnover on
construction
works
ii Profit / Loss
FORM ‘B’
FORM OF SOLVENCY
This is to certify that to the best of our knowledge and information that
M/s./Shri……..................
……………………………………… having marginally noted address, a customer of our bank are / is
respectable and can be treated as good for any engagement up to a limit of
Rs………………………….(Rupees………………….…only).
This certificate is issued without any guarantee or responsibility on the bank or any of the
officers.
NOTE:
(1) Bankers certificate should be on letter head of the Bank, addressed to Executive
Engineer & Senior manager (C)-I, under SE cum PD, CPWD, near Post office -Sector 7, Bhilai
Nagar, Bhilai, Chhattisgarh-490006.
(2) In case of partnership firm, certificate should include names of all partners as recorded
with the Bank.
FORM ‘C’
DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING THE
LAST SEVEN YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION OF BID
S. Name of Owner Whether Cost of Date of Stipula Actual Litigation Name and Wheth
N work or GRIHA/IGB work commen ted date of /arbitrati address/tel er the
o. /project sponsori C/LEED in cement date of comple on cases ephone No. work
and ng Rating crores as per comple tion pending/i of officer to was
location organiza obtained of contract tion n progress whom done
tion (Yes/No)(if rupees with reference on
yes then details* may be back to
mentioned made back
GRIHA basis
/IGBC/LEE Yes/N
D rating**) o
1 2 3 4 5 6 7 8 9 10 11
FORM ‘C-1’
PROJECTS UNDER EXECUTION
S.No. Details
1. Name of work / project and location
2. Owner or sponsoring organization
3. Cost of work in Crores of Rupees
4. Date of commencement as per contract
5. Stipulated date of completion
6. Upto date percentage progress of work
7. Slow progress if any and reasons thereof
8. Name and Address (Postal Address & E-mail) / telephone
number/Mobile number of officer to whom reference may be
made
9. Remarks
Certified that the above list of works is complete, and no work has been left out and that the
information given is correct to my / our knowledge and belief.
SIGNATURE OF BIDDER(S)
FORM ‘D’
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORM- ‘C’
2. Agreement no. :
5. Date of start :
6. Date of completion
10.Performance Report :
FORM ‘D-1’
PERFORMANCE ASSESSMENT OF QUALITY FOR COMPLETED AS WELL AS ONGOING WORKS
Name of work:-
Date of Inspection:-
Date of submission of report:-
A. General Observation & Operational Aspects Yes/No
1 Availability of approval from local bodies in case of construction of private buildings.
2 Availability of approved structural drawings.
3 Observation on seepage/ leakage in the building
4 Whether line and level maintained
5 In case of basement, observation on seepage, if any.
6 Any structural defects/ distress observed. If yes give details
7 Whether safety measures adopted at site as per CPWD safety code and or govt.
guidelines are adequate or not.
8 Whether the welfare facilities provided to labour as per cause 19H of GCC for CPWD
works/ and or govt. guidelines are adequate or not.
9 Whether AHU getting automatically switched off and fire damps closed in case of fire
signal
10 Whether thimbles used for termination of wires in DBs, EBDs and panels?
Marks
B Quality of Work
Assessed
1 Quality of plaster/finishing
2 Quality of RCC/CC work
3 Quality of flooring
4 Quality of wood work
5 Quality of steel work / aluminium work
6 Quality of plumbing and sanitary installation
7 Quality of workmanship
8 Quality of water proofing
9 If cladding done, observation on efficiency/ quality of cladding / brick work
10 Quality of internal electrification work
11 Quality of DBs, EBDs and panels?
12 Quality of E&M equipment’s, panels and feeder pillar.
13 Quality of fire alarm system/ fire-fighting system
14 Quality of Air conditioning work.
15 Quality of Sub-Station based on complete live diagram, capacitor panel, power factor,
insulating mat, cleanliness, cable termination, earthing pits, earthing of transformer /DG
sets.
16 Any other aspect (To be elaborated)
Average Marks (To be awarded out of 100 Marks based on average of marks assessed on each
attribute mentioned at B above).
Note:
1 All the above parameters may be considered for assessing the overall quality of work executed by the contractor.
2 In case, any attribute is not applicable, the same may not be included in assessment and mentioned are not applicable
(N/A).
3 The works as assessed above shall be converted on a scale of 25/15 marks for completed/ongoing works respectively.
4 In case of eligible completed works as well as ongoing works being more than one the maximum marks assigned for
completed works and ongoing works will be equally distributed among the works.
FORM ‘E’
STRUCTURE & ORGANIZATION
a) An Individual
b) A proprietary firm
c) A firm in partnership
d) A limited company or Corporation
FORM – ‘F’
DECLARATION ABOUT SITE INSPECTION
To,
EE & SM(C)-I,
Under SE cum PD,
CPWD, Bhilai (C.G.).
It is hereby declared that as per CPWD6 for e-tendering para 12 leaf no. 19 I/we the
bidder inspected and examined the subject site and its surroundings and satisfy
myself/ourselves before submitting my/our 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 I/we may require and in general shall
myself/ourselves obtain all necessary information as to risks, contingencies and
other circumstances which may influence or affect my/our bid. I/we the bidder shall
have full knowledge of the site and no extra Charges consequent upon any
misunderstanding or otherwise shall be claimed at later date. I/we the bidder shall
be responsible for arranging and maintaining at own cost all materials, tools&
plants, water, electricity, access, facilities for workers and all other services required
for executing the work unless otherwise specifically provided for in the contract
documents. Submission of a bid by me/us implies that I/we has read this notice and
all other contract documents and has made myself/ourselves aware of the scope
and specifications of the work to be done and of local conditions and other factors
having a bearing on cost on the execution of the work.
Yours faithfully
Annexure-3
CERTIFICATE FOR DEBT RESTRUCTURING
Name of Work:- Construction of Permanent Campus of Indian Institute of Technology
Bhilai at Kutelabhata, Durg, Chhattisgarh.Phase-1 (Stage-1).
Note: - The information in above prescribed format (Annexure-3) shall be certified by the
Statutory Auditor of the Applicant of in case the accounts of the Applicant are not required
to be Statutory Auditor, certified in accordance with local legislation.
Annexure-4
PROFORMA OF AFFIDAVIT FOR NON – BLACK LISTING
Name of Work:- Construction of Permanent Campus of Indian Institute of
Technology Bhilai at Kutelabhata, Durg, Chhattisgarh (Phase-1
(Stage-1))
I/we Undertake and confirm that out firm/partnership firm has not been
blacklisted presently (as on last date of submission of the bid ) by any State Govt.
/ Central Govt. Departments / Public Sector Undertakings / Autonomous bodies
. Further that, if such information comes to the notice of the department then I/we
shall be debarred for bidding in CPWD for this work & in future forever. Also, if
such information comes to the notice of department on any day before date of
start of work, the Engineer-in-charge shall be free to cancel the agreement and to
forfeit the entire amount of Earnest Money Deposit / Performance Guarantee
(Scanned copy of this notarized affidavit to be uploaded at the time of submission
of bid)
Annexure-5
Form for Bidder’s Bidding Capacity
Name of the Firm / Bidder: -……………………………..
The Bidding capacity of the bidder should be equal to or more than the estimated cost
of the work put to tender i.e. Rs. 702,75,15,541/-. The bidding capacity shall be worked
out by the following formula:
Where,
N=Number of years prescribed for completion of work for which bid has been invited.
Annexure-6
AFFIDAVIT FOR NON-EXECUTION OF WORKS ON BACK TO BACK BASIS
NAME OF 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
bidding in CPWD in or if it is found that any information has been concealed, then
I / we shall be debarred for tendering in CPWD 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.
Date :
Place :
Annexure-7
EMD RECEIPT FORMAT
Receipt of deposition of original EMD
Receipt No…………*……………. /date………*……….
Name of Work: Construction of Permanent Campus of Indian Institute of Technology
Bhilai at Kutelabhata, Durg, Chhattisgarh.Phase-1 (Stage-1). SH: -Engineering
Department (2 blocks) (G+5), Science Department (2 Block) (G+3), Central Prototyping
Facility (CPF) (G+2), Central Instrumentation Facility (CIF) (G+2), Lecture Hall Complex
(60 & 135 capacity) (G+1), Lecture Hall Complex (300 capacity) (G+1), Lecture Hall
Complex (500 capacity) (G+1), Access Corridor (G+1), Library, Data Centre and
Observatory (G+4/G+10), Boys Hostel-1(G+3) , Boys Hostel-2 (G+3), Girls Hostel (G+3),
Mess Block (G+1), Married Students Housing (G+3), Beta Type Residential Apartments
(G+10), Gamma Type Residential Apartments (G+10), Delta Type Residential Apartments
(G+10), Visitor’s Hostel (G+3), Director’s Residence (G), Health Centre (G+2), Shopping
Centre (G+1), Institute Club(G), Boundary wall & Ancillary buildings( STP, WTP, UG tank &
Pump Room ,Meter room, Security Complex, Watch Towers & Security Cabins , Telephone
Exchange Building ,Sub Station Buildings & Plant room ) including Internal water supply,
sanitary installation, Internal electrical installation, HVAC, , HT and LT cabling, DG sets,Sub
Station, Solar heating System, Lifts, Firefighting, Fire Alarm System, Street lighting, , Water
Bodies, , roads pathways, Cycle track, Street Lighting, External Water Supply, Drainage and
Sewerage, Landscaping and other related developments works.
Annexure-8
FORM OF EARNEST MONEY DEPOSIT (BANK GUARANTEE BOND)
WHEREAS, Bidder.................. (Name of Bidder) (herein after called "the Bidder") has submitted his bid
dated ............. (date) for the construction of.............................................. (name of work) (herein after
called "the bid")
KNOW ALL PEOPLE by these presents that we ......................................... (name of bank) having our
registered office at ................................... (herein after called "the Bank") are bound unto Executive
Engineer & Senior manager (C)-I, under SE cum PD, CPWD, Bhilai (Chhattisgarh) (herein after called
“ 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 this ................. day of ................. 20.... THE CONDITIONS
of this obligation are:
1 If after bid opening the Bidder withdraws, his bid during the period of validity of bid
(including extended validity of bid) specified in the Form of Bid;
2 If the Bidder having been notified of the acceptance of his bid by the Engineer-in-charge
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions
to Bidder, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of bid document and Instructions to Bidder,
We undertake to pay to the Engineer-in-charge either up to the above amount or part thereof
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
him 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 bid as such deadline is stated in the Instructions to Bidder 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 to be worked out on the basis of validity period of 6 months from the last date of submission of the
bid.
PART-III
FINANCIAL BID
CPWD-7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
Percentage Rate Bid for the work of “Construction of Permanent Campus of Indian
Institute of Technology Bhilai at Kutelabhata, Durg, Chhattisgarh. Phase-1 (Stage-
1). SH: -Engineering Department (2 blocks) (G+5), Science Department (2 Block) (2
Block) (G+3), Central Prototyping Facility (CPF) (G+2), Central Instrumentation Facility
(CIF) (G+2), Lecture Hall Complex (60 & 135 capacity) (G+1), Lecture Hall Complex
(300 capacity) (G+1), Lecture Hall Complex (500 capacity) (G+1), Access Corridor
(G+1), Library, Data Centre and Observatory (G+4/G+10), Boys Hostel 1(G+3) , Boys
Hostel 2 (G+3), Girls Hostel (G+3), Mess Block (G+1), Married Students Housing (G+3),
Beta Type Residential Apartments (G+10), Gamma Type Residential Apartments
(G+10), Delta Type Residential Apartments (G+10), Visitor’s Hostel (G+3), Director’s
Residence (G), Health Centre (G+2), Shopping Centre (G+1), Institute Club, Boundary
wall & ancillary buildings including Internal water supply, sanitary installation,
drainage, Internal electrical installation, HVAC, Sub Stations, HT and LT cabling, DG sets,
Solar heating System, Lifts, Firefighting, Fire Alarm System, Street lighting and other
development works UG tank, Overhead tank, Water Bodies, STP, WTP, roads pathways,
Cycle track, Street Lighting, External Water Supply, Drainage and Sewerage,
Landscaping other related developments works on EPC Basis”
BID
I/We have read and examined the notice inviting bid, schedule-A, B, C, D, E & F,
Specifications applicable, Drawings & Designs, General Rules and Directions, General
Conditions of Contract 2019 for EPC projects with amendments up to the last date of
submission of bid, clauses of contract, Special conditions, Scope of work & other
documents and Rules referred to in the conditions of contract and all other contents in
the bid document for the work.
I/We hereby bid for the execution of the work specified for the President of India
within the time specified in Schedule ‘F’ viz., Scope of work 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 General Conditions
of Contract 2019 for EPC projects with amendments up to the last date of submission of
bids and with such materials as are provided for, by, and in accordance with, such
conditions so far as applicable.
We agree to keep the bid open for Seventy five (75) days from the date of
opening of Eligibility cum technical bid and not to make any modification in its terms
and conditions.
Email**
Address: **
Occupation: **
ACCEPTANCE
The above bid (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 Rs.………*……….…….
(Rupee……….………………………………………*………………………………………).
The letters referred to below shall form part of this contract agreement: -
(a)
(b)
(C)
(Signature of)
Executive Engineer & Senior Manager(C)- I,
under SE Cum PD CPWD, Bhilai
PROFORMA OF SCHEDULES: A TO F
(CIVIL COMPONENT)
SCHEDULE ‘A’ Schedule of Financial quote for quoting combined percentage for Civil
Works and Electrical works ( Leaf no. 1103-1104)
SCHEDULE ‘D’ Extra schedule for specific requirements/documents for the work, if
any.
-NIL-
Definitions:
(v) Standard Schedule of Rates a. Plinth Area Rate 2019 plus Cost Index.
b. DSR 2018 (Civil works) plus cost index
1.Civil work c. DSR 2018 (E&M) with correction slip(s) up
to last date of submission of bid and market
rates.
2.Electrical work
d. DSR (Wet Riser and Sprinkler System)2019
with correction slip(s) up to last date of
submission of bid and market rates
e. Market Rates for Non DSR Items.
(vi) Department Central Public Works Department (CPWD)
(vii) Standard CPWD Contract CPWD Form 7 modified & Corrected up-to the last
Form GCC 2019 for EPC date of submission of Bid.
Projects
Clause 1
Clause 1A
The defect liability period shall be 5 years after the date of completion of work for this
contract agreement. Security deposit of 2.5% shall be released as detailed below.
a) 1.25% after 24 months of issue of the completion certificate or till final bill has been
prepared and passed whichever is later.
b) Another 0.4% after 36 months of issue of the completion certificate.
c) Another 0.4% after 48 months of issue of the completion certificate.
d) Another 0.45% after 60 months of issue of the completion certificate.
Road work is not a separate item of work in overall scope, but is part of building work.
Hence overall civil work shall be considered as building work for operation of clause 17
and clause 24.
Clause 2
(i) Authority for fixing compensation under Superintending Engineer cum Project
clause 2 Director, CPWD, Bhilai or his successor
Clause 2A
(i) Whether Clause 2A shall be applicable No
Clause 5
(i) Number of days from the date of issue of letter 15 (fifteen) days
of acceptance for reckoning date of start
3. Building Work: -
5. Building Works: -
6. Building Work: -
Note: -Contractor shall have to achieve various Physical Milestones as shown in the table
failing which amount shown against each milestone shall be withheld from next Running
Account Bill payable to Contractor automatically without requiring any notice in writing
unless the respective milestone has been shifted/rescheduled by competent authority on
application submitted by Contractor with valid reasons
Withheld amount shall be released if and when subsequent milestone is achieved within
respective time specified. However, in case milestones are not achieved by the Bidder for the
work, the amount shown against milestone shall be withheld.
Authority to decide:
(iii) Shifting of date of start in case Superintending Engineer cum Project Director,
of delay in handing over of site CPWD, Bhilai or his successor
Clause 7
Gross work to be done together with net 1(a) Rs. 500 lakhs for 1st three R/A Bills.
payment /adjustment of advances for
1(b) Rs. 1500 lakhs for all intermediate
material collected, if any, since the last such
bills (Except 1st three R/A Bills and final
payment for being eligible to interim payment
bill)
Clause 7A
Clause 8A
Clause 10A
Clause 10C
Clause 12
Clause 16
Competent Authority for deciding reduced Superintending Engineer cum Project Director,
rates. CPWD, Bhilai or his successor
Clause 17
Contractor liable for damages, defects Defect liability period shall be Sixty (60)
during defect liability period months after completion of the whole work.
Clause 18
Clause 19
Authority to decide for each default SE cum PD, CPWD, Bhilai or his successor
Clause 19C Rs. 5,000/- each default
Clause 19D Rs. 5,000/- each default
Clause 19G Rs. 5,000/- per day for each default (subjected
to a maximum of 5% of the estimated cost put
to tender)
Clause 19K Rs. 5,000/- per tradesman per day
Clause 24
Clause 25 :
Constitution of Dispute Redressal Committee (DRC)
Competent authority shall constitute a committee for DRC.
Clause 32(i)
Requirement of Technical Representative(s) and Recovery Rates
Rate at which
recovery shall be
Designation
Minimum made from the
(Principal
Sl. Qualification Minimum contractor in the
Discip Technical /
No of Technical experience Number event of not fulfilling
line Technical
. Representati (years) provision of clause
representative
ve 32(i)
)
Figures Words
1. Graduate Civil Project Manager 25 1 Rs.150000 Rupees
Engineer with degree in per month one lakh
Civil Engineering per person fifty
thousand
per month
per person
2. Graduate Civil, Deputy Project 15 4(civil) + Rs.100000 Rupees
Engineer Electric Manager 1(electric per month one lakh
al al) per person per month
per person
Clause 38
i) (a) Schedule/statement for determining theoretical Delhi Schedule of Rates 2018
quantity of cement & bitumen based on Delhi Schedule with amendments up to the
of Rates date of submission of tender.
ii) Variations permissible on theoretical quantities:
(a) Cement
Cement for works with estimated cost put to tender 2% Plus/Minus
more than Rs. 25 Lakh.
(b) Bitumen all works. 2.5% Plus only and nil on
minus side.
(c)
Steel reinforcement and structural steel sections for 2% Plus/minus side
each diameter, section and category
(d) All other materials Nil
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
Annexure-9
Equipments for Testing of Materials at Site Laboratory
All necessary equipment for conducting all necessary tests shall be provided at the site in
the well-furnished site laboratory of Room size Area of 200 sqm and approved sample
keeping display board and samples keeping room may also be installed in separate room of
size Area 100 sqm attach with site lab by the contractor at his own cost and size of the
room may be increased (If required) to accommodate all equipment’s to be installed. The
following minimum laboratory equipment’s shall be set up at site laboratory.
Sl. Equipment Numbers
No. (minimum
requirement)
1. 100MT compression digital testing machine, automatic cum electrically 2
operated)
2. Slump cone, steel plate, tamping rod, steel scale, scoop 10
3. Vicats apparatus with Desk pot 2
4. Pumps and pressure gauges for hydraulic testing of pipes 3
5. Weighing scale platform type 100 Kg capacity 2
6. Graduated glass measuring cylinder 500 ml 10
7. Sets of sieves of 450mm internal dia for coarse aggregate [100mm, 2
80mm, 63mm, 40mm, 20mm, 16mm, 12.5mm, 10mm, 4.75mm
complete with lid and pan]
10mm; 4.75mm complete with lid and pan]
8. Sets of sieves of 200mm internal dia for fine aggregate [10mm, 2
4.75mm; 2.36mm; 1.18mm; 600 microns; 300 microns & 150 micron,
with lid and pan]
9. Sieve Brushes and sieve shaker capable of 200mm and 300mm dia 2
sieves, manually operated with timing switch assembly
44. Measuring cylinder TPX or Poly propylene capacity 100 ml, 500 ml, 1 each
250 ml, 100 ml
45. Pyrex, corning or Borosil beakers with cover capacity 500 ml, 200 ml, 2 each
50 ml
46. Wash Bottles capacity 500 ml 3
47. Thermometers 1-100 degree centigrade/ max. and Min/ Dry and wet 3
with table
48. Set of box spanner ratchet 2
49. Hammer 1lb& 2lb with chisel 2 each
50. Rebound Hammer 5
51. Wooden Moisture meter 1
52. Ultrasonic Pulse Velocity Test Equipment (For concrete) 1
53. Laser Distance meter (Hilti PD-E or equivalent) of 200 metre range 5 No
54. Laser Levelling instrument 5 No
55. Pycno meter 1 No
56. Visco meter 1 No
57. Ring and Ball Apparatus 1 No
58. Oven as required 1 No
59. Measuring tape (5 metre and 30 metre) 20 Nos + 20
60. Inspection Tool Kit 2Nos
Nos.
61. Any other equipment for site tests as outlined in BIS codes and as
directed by the Engineer-in-charge (like plumb bob, spirit level, wire
gauge (circular type) disc,Steel foot rule, long nylon thread,
magnifying glass etc.)
Note: The above list is only indicative and not exhaustive. Calibration certificate of above
equipment shall not be more than three months old.
Annexure-10
LIST OF PLANT A N D E Q U I PM EN T R E Q U IR E D TO B E DEPLOYED AT SITE BY THE
CONTRACTOR
Note: The above list is only indicative and not exhaustive. Calibration certificate of above
equipment shall not be more than three months old. The Contractor may be required to
deploy more T&P as per requirement of work. T & P can be demobilized by the Contractor
only with the approval of Engineer-in-charge. All the above mentioned plants & equipments
are to be employed as & when required by Engineer-in-charge.
Annexure-11
ESCROW AGREEMENT
THIS ESCROW AGREEMENT is entered into on this the …….. day of ………. 20….
AMONGST
3 ………………….name and particulars of the Escrow Bank and having its registered office at
……………………(hereinafter referred to as the “Escrow Bank” which expression shall,
unless repugnant to the context or meaning thereof, include its successors and
substitutes); and
4 The Central Public Works Department, (hereinafter referred to as the “CPWD” which
expression shall, unless repugnant to the context or meaning thereof, include its
administrators, successors and assigns).
WHEREAS:
The CPWD, has entered into an Agreement dated ……………….. with the Agency for
Construction of Permanent Campus of Indian Institute of Technology Bhilai at
Kutelabhata, Durg, Chhattisgarh.Phase-1 (Stage-1). SH: -Engineering Department (2
blocks) (G+5), Science Department (2 Block) (G+3),Central Prototyping Facility (CPF)
(G+2), Central Instrumentation Facility (CIF) (G+2), Lecture Hall Complex (60 & 135
capacity) (G+1), Lecture Hall Complex (300 capacity) (G+1), Lecture Hall Complex (500
capacity) (G+1), Access Corridor (G+1), Library, Data Centre and Observatory
(G+4/G+10), Boys Hostel-1(G+3) , Boys Hostel-2 (G+3), Girls Hostel (G+3), Mess Block
(G+1), Married Students Housing (G+3), Beta Type Residential Apartments (G+10),
Gamma Type Residential Apartments (G+10), Delta Type Residential Apartments (G+10),
Visitor’s Hostel (G+3), Director’s Residence (G), Health Centre (G+2), Shopping Centre
(G+1), Institute Club(G), Boundary wall & Ancillary buildings( STP, WTP, UG tank & Pump
Room ,Meter room, Security Complex, Watch Towers & Security Cabins , Telephone
Exchange Building ,Sub Station Buildings & Plant room ) including Internal water supply,
sanitary installation, Internal electrical installation,
HVAC, , HT and LT cabling, DG sets,Sub Station, Solar heating System, Lifts, Firefighting,
Fire Alarm System, Street lighting, , Water Bodies, , roads pathways, Cycle track, Street
Lighting, External Water Supply, Drainage and Sewerage, Landscaping and other related
developments works.
NOW, THEREFORE, in consideration of the foregoing and the respective covenants and
agreements set forth in this Agreement, the receipt and sufficiency of which is hereby
acknowledged, and intending to be legally bound hereby, the Parties agree as follows:
1.1 Definitions
In this Agreement, the following words and expressions shall, unless repugnant to the
context or meaning thereof, have the meaning hereinafter respectively assigned to
them:“Agreement” means this Escrow Agreement and any amendment thereto made
in accordance with the provisions contained herein;
“Cure Period” means the period specified in this Agreement for curing any breach or
default of any provision of this Agreement by the Agency, and shall commence from the
date on which a notice is delivered by the CPWD, or the Executive Engineer & Senior
Manager(C)-I under SE cum PD, CPWD , Bhilai as the case may be, to the Agency asking the
later to cure the breach or default specified in such notice;
“Escrow Account” means an escrow account established in terms of and under this
Agreement, and shall include the Sub-Accounts;
“Escrow Default” shall have the meaning ascribed thereto in Clause 6.1;
“Executive Engineer & Senior Manager(C)-I under SE cum PD,CPWD ,Bhilai” means the
person referred to as the Executive Engineer & Senior Manager(C)-I under SE cum PD
CPWD , Bhilai in the foregoing Recitals;
“Parties” means the parties to this Agreement collectively and “Party” shall mean any of
the Parties to this Agreement individually;
1.2. Interpretation
1.2.1 References to Executive Engineer & Senior Manager(C)-I under SE cum PD , CPWD, Bhilai,
CPWD shall, unless repugnant to the context or meaning thereof, mean references to the
Executive Engineer & Senior Manager(C)-I under SE cum PD , CPWD, Bhilai, acting for and on
behalf of CPWD.
1.2.2 The words and expressions beginning with capital letters and defined in this Agreement
shall have the meaning ascribed thereto herein, and the words and expressions used in this
Agreement and not defined herein but defined in the Agreement shall, unless
repugnant to the context, have the meaning ascribed thereto in the Agreement.
1.2.3 References to Clauses are, unless stated otherwise, references to Clauses of this
Agreement.
2. ESCROW ACCOUNT
2.1 Escrow Bank to act as trustee
2.1.1 The Agency hereby appoints the Escrow Bank to act as trustee for the CPWD. the
Executive Engineer & Senior Manager(C)-I under SE cum PD , CPWD, Bhilai and the
Agency in connection herewith and authorizes the Escrow Bank to exercise such rights,
powers, authorities and discretion as are specifically delegated to the Escrow Bank by
the terms hereof together with all suchrights, powers, authorities and discretion as are
reasonably incidental hereto, and the Escrow Bank accepts such appointment pursuant
to the terms hereof.
2.1.2 The Agency hereby declares that all rights, title and interest in and to the Escrow
Account shall be vested in the Escrow Bank and held in trust for the CPWD, Executive
Engineer & Senior Manager(C)-I under SE cum PD , CPWD, Bhilai and the Agency, and
applied in accordance with the terms of this Agreement. No person other than the
Executive Engineer & Senior Manager(C)-I under SE cum PD , CPWD ,Bhilai and the
Agency shall have any rights hereunder as the beneficiaries of, or as third party
beneficiaries under this Agreement.
2.2 Acceptance of Escrow Bank
The Escrow Bank hereby agrees to act as such and to accept all payments and other
amounts to be delivered to and held by the Escrow Bank pursuant to the provisions of
this Agreement. The Escrow Bank shall hold and safeguard the Escrow Account during
the term of this Agreement and shall treat the amount in the Escrow Account as monies
deposited by the Agency, CPWD, with the Escrow Bank. In performing its functions and
duties under this Agreement, the Escrow Bank shall act in trust for the benefit of, and as
agent for, the CPWD, Executive Engineer & Senior Manager(C)-I under SE cum PD ,
CPWD, Bhilai and the Agency or their nominees, successors or assigns, in accordance
with the provisions of this Agreement.
2.3 Establishment and operation of Escrow Account
2.3.1 Within 15 (Fifteen) days from the date of this Agreement, the Agency shall open and
establish the Escrow Account with the ………………………. (name of Branch) Branch of the
Escrow Bank. The Escrow Account shall be denominated in Rupees.
2.3.2 The Escrow Bank shall maintain the Escrow Account in accordance with the terms of this
Agreement and its usual practices and applicable regulations, and pay the maximum rate
of interest payable to similar customers on the balance in the said account from time to
time.
2.3.3 The Escrow Bank and the Agency shall, after consultation with the Executive Engineer &
Senior Manager(C)-I under SE cum PD , CPWD, Bhilai agree on the detailed mandates,
terms and conditions, and operating procedures for the Escrow Account, but in the event
of any conflict or inconsistency between this Agreement and such mandates, terms and
conditions, or procedures, this Agreement shall prevail.
2.3.4 The Account Bank shall operate the Account in the manner as defined Below:
The Account Bank has operated jointly by CPWD &………………... Ltd., both the parties will
jointly issue letter signed by one authorized representatives of each party. On presenting
this request letter to bank, bank will make payments to instructed party by RTGS / NEFT.
2.3.5 The Department and Agency jointly shall be entitled to give any instructions to the
Account Bank in respect of the operation, lying and available therein. The Account Bank
shall not be required to ascertain the authority of the Department and Agency giving the
instruction to the Account Bank in terms of any agreement / arrangement entered into
by it with the client or any other person. Such instructions shall be binding on all the
parties.
The Escrow Bank shall be entitled to receive its fee and expenses in an amount, and at such
times, as may be agreed between the Escrow Bank and the Agency. For the avoidance of
doubt, such fee and expenses shall be paid by agency and shall be appropriated from the
Escrow Account in accordance with Clause 4.1.
Payments due to …………. (name of agency) & as deemed appropriate by CPWD will be
deposited in the escrow account.
4.1 No disbursement will be made from the account without the written approval of
Executive Engineer & Senior Manager(C)-I under SE cum PD , CPWD, Bhilai.
Notwithstanding anything to the contrary contained in this Agreement, the Executive Engineer
& Senior Manager(C)-I under SE cum PD , CPWD, Bhilai may exercise all or any of the
rights of the Agency during the period of Suspension. Any instructions given by the
CPWD, to the Escrow Bank during such period shall be complied with as if such
instructions were given by the Agency under this Agreement and all actions of the CPWD,
hereunder shall be deemed to have been taken for and on behalf of the Agency.
Monies and other property received by the Escrow Bank under this Agreement shall, until
used or applied in accordance with this Agreement, be held by the Escrow Bank in trust for
the purposes for which they were received, and shall be segregated from other funds and
property of the Escrow Bank.
(a) may, in the absence of bad faith or gross negligence on its part, rely as to any matters
of fact which might reasonably be expected to be within the knowledge of the Agency
upon a certificate signed by or on behalf of the Agency;
(b) may, in the absence of bad faith or gross negligence on its part, rely upon the authenticity
of any communication or document believed by it to be authentic;
(c) shall, within 5 (five) business days after receipt, deliver a copy to the Executive Engineer &
Senior Manager(C)-I under SE cum PD , CPWD , Bhilai of any notice or document received
by it in its capacity as the Escrow Bank from the Agency or any other person hereunder or
in connection herewith; and
(d) shall, within 5 (five) business days after receipt, deliver a copy to the Agency of any notice
or document received by it from the Engineer & Senior Manager(C)-I under SE cum PD ,
CPWD , Bhilai in connection herewith.
considered as part of the assets of the Escrow Bank and being trust property, shall in the
case of bankruptcy or liquidation of the Escrow Bank, be wholly excluded from the assets
of the Escrow Bank in such bankruptcy or liquidation.
The Escrow Bank shall use its best efforts to procure, and thereafter maintain and comply
with, all regulatory approvals required for it to establish and operate the Escrow Account.
The Escrow Bank represents and warrants that it is not aware of any reason why such
regulatory approvals will not ordinarily be granted to the Escrow Bank.
6. ESCROW DEFAULT
Bank. The termination of this Agreement shall take effect only upon coming into force
of an Escrow Agreement with the substitute Escrow Bank.
8 INDEMNITY
8.1 General indemnity
8.1.1 The Agency will indemnify, defend and hold the CPWD, Escrow Bank harmless
against any and all proceedings, actions and third party claims for any loss, damage,
cost and expense arising out of any breach by the Agency of any of it’s obligations
under this Agreement or on account of failure of the Agency to comply with Applicable
Laws and Applicable Permits.
8.1.2 The CPWD, will indemnify, defend and hold the Agency harmless against any
and all proceedings, actions and third party claims for any loss, damage, cost and
expense arising out of failure of the CPWD, to fulfil any of its obligations under this
Agreement materially and adversely affecting the performance of the Agency’s
obligations under the Agreement or this Agreement other than any loss, damage, cost
and expense arising out of acts done in discharge of their lawful functions by the
CPWD, its officers, servants and agent
8.1.3 The Escrow Bank will indemnify, defend and hold the Agency harmless against
any and all proceedings, actions and third party claims for any loss, damage, cost and
expense arising out of failure of the Escrow Bank to fulfil its obligations under this
Agreement materially and adversely affecting the performance of the Agency’s
obligations under the Agreement other than any loss, damage, cost and expense,
arising out of acts done in discharge of their lawful functions by the Escrow Bank, its
officers, servants and agents.
prior approval of the Indemnifying Party, which approval shall not be unreasonably
withheld or delayed. In the event that the Indemnifying Party wishes to contest or
dispute the claim, it may conduct the proceedings in the name of the Indemnified Party
and shall bear all costs involved in contesting the same. The Indemnified Party shall
provide all cooperation and assistance in contesting any claim and shall sign all such
writings and documents as the Indemnifying Party may reasonably require.
This Agreement is solely for the benefit of the Parties and no other person or entity shall
have any rights hereunder.
10 WAIVER
10.1 Waiver by any Party of a default by another Party in the observance and
performance of any provision of or obligations under this Agreement:
(a) shall not operate or be construed as a waiver of any other or subsequent default
hereof or of other provisions of or obligations under this Agreement;
(b) shall not be effective unless it is in writing and executed by a duly authorised
representative of the Party; and
(c) shall not affect the validity or enforceability of this Agreement in any manner.
10.2 Neither the failure by any Party to insist on any occasion upon the performance of
the terms, conditions and provisions of this Agreement or any obligation there under
nor time or other indulgence granted by any Party to another Party shall be treated
or deemed as waiver of such breach or acceptance of any variation or the
relinquishment of any such right hereunder.
11 SURVIVAL
a. shall not relieve the Parties of any obligations hereunder which expressly or by
implication survive termination hereof; and
b. except as otherwise provided in any provision of this Agreement expressly limiting the
liability of either Party, shall not relieve either Party of any obligations or liabilities for
loss or damage to the other Party arising out of, or caused by, acts or omissions of such
Party prior to the effectiveness of such termination or arising out of such termination.
11.2 All obligations surviving the cancellation, expiration or termination of this Agreement
shall only survive for a period of 3 (three) years following the date of such termination
or expiry of this Agreement.
12 SEVERABILITY
If for any reason whatever any provision of this Agreement is or becomes invalid, illegal
or unenforceable or is declared by any court of competent jurisdiction or any other
instrumentality to be invalid, illegal or unenforceable, the validity, legality or
enforceability of the remaining provisions shall not be affected in any manner, and the
Parties will negotiate in good faith with a view to agreeing to one or more provisions
which may be substituted for such invalid, unenforceable or illegal provisions, as nearly
as is practicable to such invalid, illegal or unenforceable provision. Failure to agree
upon any such provisions shall not be subject to dispute resolution under Clause 10.1 of
this Agreement or otherwise.
14 NOTICES
All notices or other communications to be given or made under this Agreement shall be
in writing and shall either be delivered personally or sent by courier or registered post
with an additional copy to be sent by facsimile or e-mail. The address for service of each
Party, its facsimile number or e-mail is set out under its name on the signing pages
hereto. A notice shall be effective upon actual receipt thereof, save that where it is
received after 5.30 (five thirty) p.m. on a business day, or on a day that is not a business
day, the notice shall be deemed to be received on the first business day following the
date of actual receipt. Without prejudice to the foregoing, a Party giving or making a
notice or communication by facsimile or e-mail shall promptly deliver a copy thereof
personally, or send it by courier or registered post to the addressee of such notice or
communication. It is hereby agreed and acknowledged that any Party may by notice
change the address to which such notices and communications to it are to be delivered
or mailed. Such change shall be effective when all the Parties have notice of it.
15 LANGUAGE
All notices, certificates, correspondence and proceedings under or in connection with
this Agreement shall be in English.
16 AUTHORIZED REPRESENTATIVES
Each of the Parties shall, by notice in writing, designate their respective authorized
representatives through whom only all communications shall be made. A Party hereto
shall be entitled to remove and/or substitute or make fresh appointment of such
authorized representative by similar notice.
17 ORIGINAL DOCUMENT
This Agreement may be executed in four counterparts, each of which when executed
and delivered shall constitute an original of this Agreement.
THE COMMON SEAL OF AGENCY has been affixed pursuant to the resolution passed by
the Board of Directors of the Agency at its meeting held on the ……… day of
month…..20…… hereunto affixed in the presence of ………, Director, who has signed
these presents in token thereof and ………, Company Secretary / Authorized Officer who
has countersigned the same in token thereof:
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
(e-mail address) (e-mail address)
1. 2.
Annexure-12
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR
REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER-
PROOFING WORKS
The agreement made this.................... day of ................. (Two Thousand and………) between
....................................S/o .................................(hereinafter called the GUARANTOR of the one
part) and the PRESIDENT OF INDIA (hereinafter called the Government of the other part).
WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
………. And made between the GUARANTOR OF THE ONE PART AND the Government of the
other part, whereby the contractor, inter-alia, undertook to render the buildings and structures in the
said contract recited completely water and leak- proof.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect that the said structures
will remain water and leak proof for ten years from the date of completion of the work.
NOW THE GUARANTOR hereby guarantees that waterproofing treatment given by him will render
the structures completely leak proof and the minimum life of such water proofing treatment
shall be ten years to be reckoned from the date of completion of the work.
Provided that the guarantor will not be responsible for leakage caused by earthquake or structural
defects or misuse of roof or alteration and for such purpose:
(a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of
firewood and things of the same nature which might cause damage to the roof;
(b) Alteration shall mean construction of an additional storey or a part of the roof or construction
adjoining to existing roof whereby proofing treatment is removed in parts;
(c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.
During this period of guarantee the guarantor shall make good all defects and in case of any defect
being found, render the building water-proof to the satisfaction of the Engineer-in-Charge at his cost,
and shall commence the work for such rectification within seven days from the date of issue of the
notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the work
shall be got done by the Department by some other contractor at the GUARANTOR'S cost and risk.
The decision of the Engineer- in-Charge as to the cost, payable by the Guarantor shall be final and
binding.That if GUARANTOR fails to execute the water proofing or commits breach thereunder then
the GUARANTOR will indemnify the Principal and his successors against all loss, damage, cost,
expense or otherwise which may be incurred by him by reason of any default on the part of the
GUARANTOR in performance and observance of this supplementary agreement. As to the amount of
loss and/or damage and/or cost incurred by the Government the decision of the Engineer-in-Charge
will be final and binding on the parties.
IN WITNESS WHEREOF these presents have been executed by the obligor …………
and
by .............................................................. and for and on behalf of the PRESIDENT OF INDIA on the
day, month and year first above written.
SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY in the presence of:
1................................................
Annexure-13
GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF ANTI TERMITE TREATMENT
WORKS, ALUMINIUM & GLAZING WORKS/ACOUSTIC WORKS / EXTERNAL STONE
CLADDING WORKS /STRUCTURAL GLAZING WORKS/MS STRUCTURAL STEEL
WORKS FOR ACCESS CORRIDOR/TENSILE ROOF WORK/GRC JALI WORKS
1.................................................
2.................................................
SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY in the presence of:
1. ............................................…
Annexure-14
7. We, ……………………………. (indicate the name of the Bank) lastly undertake not
to revoke this guarantee except with the previous consent of the Government in
writing.
8. This guarantee shall be valid up to …………………………unless extended on demand
by the Government. Notwithstanding anything mentioned above, our liability against
this guarantee is restricted to Rs. …………………… (Rupees ) and unless a
claim in writing is lodged with us
within six months of the date of expiry or the extended date of expiry of this guarantee all our
liabilities under this guarantee shall stand discharged.
All stone aggregate and stone ballast shall be of hard stone variety to be obtained from
approved quarries of Selud, Mudhipar(Mudipar), Nandini or from any other suitable
source as approved by the Engineer-in-charge.
Sand to be used for cement concrete work, mortar, plaster etc for masonry from
Rajim/Mahanadi. Sand obtained from other sources shall be got first approved from the
Engineer-in-charge. The same shall be clean and sharp angular grit type. The coarse
sand shall be screened before using, if required. If the sand brought to site is dirty, it
must be washed in clean water to bring the sand to the required specifications. Nothing
extra shall be payable on this account.
Source and samples of all stone work (including Bilha, Mandana, Rajim,Gwalior mint
etc) is to be first approved by Engineer-in-charge before procurement.
3. The work in general shall be executed as per the description of the item, specification attached,
CPWD specifications 2009 Vol.-I & II with upto date correction slip.There may be differences or
discrepancies between printed or soft copy formats of GFC drawings, Technical specifications,
Schedule of finishes, hardware and sanitary fixtures, particular specifications for individual items
of work (including special conditions) and I.S. Codes etc. Such discrepancies in design
documents should be brought out by the bidder during pre-bid stage and the clarification issued
shall prevail. However, in the event of discrepancies/differences which remain unresolved, the
following order of preference shall be observed for executing the work.
In the event of any discrepancy in the GFC drawings, Technical specifications and Schedule of
finishes, Hardware , Sanitary fixtures and other tender document etc. the decision of the
Engineer-in-charge shall be final, binding and conclusive on the contractor and in the case
the contractor have any doubt and the same should be got clarified immediately and no
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
98
claim of the contractor shall be entertained thereafter. Moreover, the agency is not allowed
to take benefit out of any clerical/ grammatical mistake in the standard
clauses/Specifications etc. being used in the agreement. Several documents forming part of
the Contract are to be taken as mutually explanatory. If there are varying or conflicting
provisions made in any one document forming part of the Contract, the Engineer in-
charge shall be the deciding authority with regard to the intention of the contract.
4. The work shall be carried out in accordance with GFC drawings, Schedule of Finishing,
Hardware & fixtures and Technical specifications of various items before commencement of
any item of work the contractor shall correlate all the relevant GFC drawings and
specifications etc. issued for the work and satisfy himself that the information available
from there is complete and unambiguous. The figure and written dimension of the drawings
shall be superseding the measurement by scale. At any time during construction, if the
Contractor finds any discrepancy between various working drawings issued to him, he shall
immediately bring it to the notice of the Engineer-in-charge and obtain necessary
clarifications before executing the related works. However, nothing extra shall be paid on
this account. The contractor alone shall be responsible for any loss or damage occurring by
the commencement of work on the basis of any erroneous and or incomplete information
and no claim whatsoever shall be entertained by the department on this account. A
reference made to any Indian Standard Specifications in these documents, shall imply to the
latest version of that standard, including such revisions / amendments as issued by the
Bureau of Indian Standards upto last date of submission of bid. The Contractor shall keep at
his own cost all such publications of relevant Indian Standards applicable to the work at
site, with correction slips upto last date of submission of bid.
5. The Contractors are advised to inspect and examine the site and its surroundings and
satisfy themselves with the nature of site, the means of access to the site, the constraints of
space for stacking material / machinery, labour etc. constraints put by local regulations, if
any, weather conditions at site, general ground / subsoil conditions etc. or any other
circumstances which may affect or influence their tenders. The site will be made available in
parts as per Schedule ‘F’ . The contractor shall carry out survey of the work area, at his own
cost, setting out the layout and fixing of alignment of the building as per GFC drawings in
consultation with the Engineer-in-Charge and proceed further ensuring full structural
continuity and integration. Any discrepancy between the architectural drawings and actual
layout at site shall be brought to the notice of the Engineer-in-charge. GFC drawings mean
Architectural, Structural, MEP services, External Development works and all other type of
drawings.
6. The Contractor shall before submission of the tender, study the GFC drawings, NIT and
attached document carefully as the work is to executed on EPC mode based on the same.
The Department shall not bear any responsibility for the lack of knowledge and also the
consequences, thereof to the Contractor. The Engineer-in-Charge, in no case, shall be held
responsible for the accuracy thereof and/or interpretations or conclusions drawn there
from by the Contractor and all consequences shall be borne by the Contractor. No claim,
whatsoever, shall be entertained from the Contractor, if the data or information furnished in
tender document is different than the actual site conditions. It is presumed that the
Contractor shall satisfy himself for all possible contingencies, incidental charges, wastages,
7. The work shall be carried out, all in accordance with true intent and meaning of the
specifications and the drawings taken together, regardless of whether the same may or may
not be particularly shown on the drawings and/or described in the specifications, provided
that the same can be reasonably inferred there from may be several incidental works, which
are not mentioned in the specifications, drawings etc. but will be necessary to complete the
item in all respect. All these incidental works / costs which are not mentioned in the
specifications, drawings etc but are necessary to complete the item shall be deemed
to have been included in the items. Also, no extra payment shall be made due to any
change or re-location of toilet seat, wash basin, tap location, Light, fan, power point switches
etc or any other deviation in such element of work (which is incidental to the items of work
and are necessary to complete such items in all respects) on account of the direction of
Engineer-in-Charge. Nothing extra shall be payable on this account.
10. GST or any other tax applicable in respect of inputs procured by the contractor for this
contract shall be payable by the contractor and Department will not entertain any claim
whatsoever in respect of the same.
11. The Contractor has to construct one temporary/Semi Permanent site office (plan included in
tender document) with his own cost on the construction site for CPWD staff including flooring,
door windows, false ceiling, sanitary fitting & fixtures, internal and external paint, electrical
installations, ceiling fan, tubelights, plug points, invertor Split- AC, PVC overhead tank,along
with electric supply,water supply,temporary drainage,septic tank and power backup etc. including
Maintenance.
The Contractor should also provide the following items including furniture (new) of godrej
make or equivalent for use of CPWD staff at site office. The list is mentioned below:-
a. 20 seater modular conference table with 30 nos low back revolving chair with hydraulic height
adjustment.
b. Nos Executive table of Size– 2.50 mx1.20m and 15 Nos office tables of size–1.50 m x 0.9 m.
c. 19 No. Executive Chair , 25no. Visitors Chairs and 2 No. Stool
d. 10 No. Steel Almirah (Size1980mmx 915mmx485mm)
e. 5 no. Rack (5 tier)(Size 1800mmx900mmx375mm)
f. 4 no. All-in-One Desktop Computer with UPS (Brand Dell or equivalent)
g. 8 No. Split A.C of 1.5 ton capacity(Brand voltas/bluestar or equivalent)
h. 4no. Printer of make HP laserjet Pro MFP M226dw or Equivalent
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
100
i. 1 Photocopier(Xerox machine) of make Canon IRC3020 Color Copier Machine or equivalent
j. Internet(WiFi/router/Lan connection)
k. 1 DG Set for power backup
NOTE:-Contractor can take away all the items mentioned above from serial no. a to k, 1
month after from the date of final bill.
12. Contractor should also provide services of office boy’s and computer operators during the
period of construction from 2 month after the start of work up to the final bill.
a) Office boy—2 Nos.
b) Computer operator- 3 Nos.
c) Inspection vehicle- 3 Nos. (To be provided with in 15 days of start of work)
Inspection vehicle should be Maruti Suzuki Dzire or equivalent but model should not be old
more than 3 year from the date of start of work including driver, POL(for 1500km/month)
and maintenance of vehicle.
14. Each Engineer of the agency as per Clause 32(i) of Schedule ‘F’ of the contract & Engineers
of CPWD (approx. 19 nos.) shall be provided hand held electronic TABLET ( Samsung
15. All construction sites should be duly barricaded with at least 3.0m high for safety and
security by the Contractor, keeping good aesthetics of the campus. Minimum 3 metres high
temporary barricading using galvanised iron profile sheet 0.50 mm (+ 0.05%) coated with
zinc coating in 240 MPA steel grade, fixing with required angle/channel/flat/nuts/bolts and
structural steel member. The sheet shall be fixed using self drilling /self tapping screws ,
complete upto any pitch in horizontal/ vertical or curved surfaces, including the fixing with
concrete at base removing whenever required including cutting to size and shape. The
barricading shall be provided continuously during the execution of work till completion.
and same shall be removed from site after work is completed. The Approx total length of
site required to be barricaded is upto 4.5km and this is included in the scope of
contractor. Contractor while quoting the rate should take in account the cost of
barricading. Paricular area to be barricaded will be decided later on as per
requirement by Engineer-in-Charge. The barricading panels shall be painted and
“CPWD/IIT Bhilai” mark should be made in suitable size, shapes and number as directed by
Engineer-in-charge. After completion of work this shall be property of contractor, It shall be
dismantled at his own cost with the permission of Engineer-in-charge. Temporary
protective roofing near the entrance to the building, under construction, shall be made to
protect the visiting officials from getting hurt by falling debris etc. Nothing extra shall be
payable on this account. While execution of the work , if it becomes necessary to remove
and refixing barricading, it is to done free of cost by the contractor and nothing extra will be
paid.
16. Total Shuttering Material required to deployed by contractor is 50,000 sqm.Contractor has
to bring 30% of Total Shuttering material as per specifications at the site within two
months from date of start of work failing which a recovery @ Rs.1000 per day will be
made. Also, balance shuttering ie. 70% shall be brought at the site within next four months
failing which a recovery @ Rs.2000 per day will be made.
17. Shop drawings should be submitted by the Contractor/Agency well in advance ( minimum
45 days ) before the start of particular item so that work’s progress does not get suffered.
Shop drawings as decided by the Engineer-in-Charge shall be vetted by the concerned
Consultant appointed by IIT Bhilai for their design, functionality , structural stability etc.
hence Hindrance on this account of 45 days from the date of submission of shop drawing by
the Contractor will not be considered for delay. Similarly any clarification on GFC
architectural drawings, structural, plumbing drawing raised by the agency will be clarified
within 2 weeks from the date of submission by the Contractor and hence Hindrance on this
account of 2 weeks from the date of submission by the Contractor will not be considered for
delay. Contractor has to submit these clarifications/queries well in advance as per progress
of the work, so that work’s progress does not get suffered. The contractor shall review and
submit all shop drawings in a sequence consistent with the sequence of erection,
installation and assembly of the various elements of the work. He shall be deemed to have
determined and verified all materials, measurements and construction criteria related
thereto and to have checked the shop drawings for complete dimensional accuracy. Any
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
102
approval of the shop drawings shall not relieve the contractor of his responsibility for any
deviation from the requirements of the contract.
ii. The Contractor shall be required to submit a project management plan using
PRIMAVERA with task granularities of about half week to one week , resource
requirements, inter-task dependencies and material requirements. The Same shall be
submitted within the specified milestone including provisioning of two nos licenses of
PRIMAVERA TO CPWD. These shall be updated in consultation and approval for
Engineer-in-charge.
iv. Program for arranging and deployment of manpower both skilled and unskilled so as to
achieve targeted progress.
vi. Program for achieving fortnightly micro milestones and periodic milestones.
viii. If at any time, it appears to the Engineer-In-Charge that the actual progress of work does
not conform to the approved program referred above, the contractor shall produce a
revised program showing the modifications to the approved program by additional inputs
to ensure completion of the work within the stipulated time.
ix. The submission for approval by the Engineer-In-Charge of such program or the furnishing
of such particulars shall not relieve the contractor of any of his duties or responsibilities
under the contract. This is without prejudice to the right of Engineer-In-Charge to take
action against the contractor as per terms and conditions of the agreement.
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
103
i. Apart from the above integrated program chart, the contractor shall be required to
submit monthly progress report of the work in a computerized form on 5th of every
month. The progress report shall contain the following, apart from whatever else may be
required as specified above:
ii. Construction schedule of the various components of the work through a bar chart for the
next two fortnights (or as may be specified), showing the micro- milestone/milestones,
targeted tasks (including material and labour requirement) and up to date progress.
Atleast 10 digital photographs or as directed by Engineer-in-Charge showing all the parts
of construction site along with atleast 5 minutes video of executions of different items in
soft copy or as directed by Engineer-in-Charge has to be submitted in every monthly
progress report.
iii. Progress chart of the various components of the work that are planned and achieved, for
the fortnight as well as cumulative up to the fortnight under reckoning, with reason for
deviations, if any in a tabular format.
iv. Plant and machinery statement, indicating those deployed in the work.
viii. Financial statement, indicating the broad details of all the running account
payment received up to date, such as gross value of work done, advances taken,
recoveries effected, amount withheld, net payments details of payment received,
extra/substituted/deviation items if any, etc.
20. The timely completion of the project shall be key of the contract. Proper progress of the
work shall be maintained by the contractor for timely completion of the work. Contractor
shall extend all cooperation & facilitate inspection by Joint Monitoring Committee( JMC)
consisting of Officers of IIT Bhilai & CPWD to monitor progress of the work at regular
intervals. Contractor shall use software such as Primavera etc. for monitoring Project work
progress.
22. Wherever any reference to any Indian Standards occurs in the documents relating to this
contract, the same shall be inclusive of all amendments issued thereto or revisions thereof,
if any, up to the date of receipt of tenders.
23. The rates for all items of work, shall unless clearly specified otherwise, include cost of all
operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and ward,
other inputs, all incidental charges, all taxes, Cess, GST, duties, levies etc. required for
execution of the work.
24. Contractor has to ensure to not leave any liability pending after completion of the work
himself and also ensure this condition fulfilled with respect to all specialized agencies, all
associated agencies etc. engaged by the Contractor.
25. Periodic performance evaluation of the contractor working on IIT Bhilai project shall be
undertaken by a Project Progress Monitoring Committee (PPMC) to be appointed by the
Building and Works Committee (B&WC) of IIT Bhilai. Broadly the parameters for evaluation
are Safety Measures & Enforcement, Workers, Welfare measures undertaken, Quality,
Progress & Site Management and Responsiveness to Contractual Obligations.
26. Deviations from GFC Architectural drawings i.e. any changes from provisions in the GFC
drawings that become necessary during execution of work due to any practical difficulty
should be brought to the notice of Engineer-in-charge and prior concurrence shall be
obtained. Also, Contractor shall point out any mistakes/irregularities observed in GFC
drawings, specifications to Engineer-in-charge before execution of the work
27. Contractor shall submit detailed justification along with reasons of delays with supporting
documents and records as per direction of Engineer-in-charge.
28. The agency shall deposit royalty, any other duty / taxes, fees and obtain necessary permit
for excavation from concerned local/statutory authority if any, required. The quoted rates
shall be inclusive of the payments to be made for royalty, if any.
29. Contractor shall reply to and comply with the observations pertaining to work by Chief
Technical Examiner, Central Vigilance Commission, team of the HRD Ministry and other
statutory authority.
30. Soil Investigation reports uploaded with this tender document are for indicative purpose
only. Contractor has to ascertain the Safe bearing Capacity (SBC) of soil as mentioned in
GFC structural drawings of all buildings and boundary wall by performing fresh appropriate
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
105
tests/Soil investigation before the start of execution and inform Engineer-in-charge if any
discrepancy found in SBC of soil obtained at site by the contractor. This is included in the
scope of contractor and Nothing extra shall be paid on this account, even if the design is
revised.
31. The safety and security of the completed buildings is the responsibility of the contractor till
they are handed over to the client department. After completion of the work, the taking over
process may take time and the responsibility of the buildings including all fixtures and
fittings is the complete responsibility of the contractor and nothing extra shall be payable
on this account.
32. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution
boards day and night. In case of any accident to labours/ contractual staff the entire
responsibility will rest on the part of the contractor and any compensation under such
circumstances, if becomes payable, shall be entirely borne by the contractor. In the event of
any restrictions being imposed by the Security agency of Client Department / CPWD/ Bhilai
Traffic authority or any other local authority having jurisdiction in the area on the working
or movement of labour/ material, the contractor shall strictly follow such restrictions and
nothing extra shall be payable to him on such accounts. The loss of time on these accounts, if
any, shall have to be made up by augmenting additional resources whatever required.
33. The contractor will take reasonable precautions to prevent his workman and employees
from removing and damaging any flora (plant/vegetation) from the project area. Contractor
shall enumerate numbers of live trees on Project work site at the time of site hand over and
nurturing /healthy maintaining of these tress till completion of the work is in the Scope of
the Contractor .Only those numbers of trees to be cut for which permission is available with
IIT Bhilai.
34. It shall be ensured that all decision making powers shall be available to the representatives
of the Contractor at site itself to avoid any likely delays on this account.
35. Samples of all materials being used in the work and sample of work of all items shall
require approval from the Engineer-in-charge and the contractor must submit such samples
well in advance.The contractor shall submit all samples at his own cost.
36. The work shall generally be carried out in accordance with the “CPWD Specifications 2009
Vol. I & II” with up to date correction slips, GFC drawings, Schedule of Finishings, Hardware ,
Sanitary fixtures and Technical specifications, items to be executed with reference to
Technical specifications and GFC drawings and as per instructions of Engineer-in-Charge.
Any additional item of the work, if taken up subsequently, shall also confirm to the relevant
CPWD specifications as mentioned above.
37. Water and Electricity for construction will not be supplied by the CPWD/ IIT Bhilai and
shall have to be arranged by the contractor. Contractor shall make his own arrangements
for construction and drinking water and for obtaining electric connections & take prior
mandatory approvals if any from the concerned State Government Offices/Ground water
Board and make necessary payments directly to the Govt. departments concerned.
38. Engineer-in-charge reserves the right to take another samples during execution/progress of
work.The same will be matched with the already approved sample displayed in the sample
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
106
room. If any discrepancy found then the work shall be corrected by the Contractor at his
won cost and nothing shall be paid on this account.
39. Contractor shall strictly comply all the statutory laws on workers welfare, safety, minimum
wages etc. wherever applicable and keep CPWD/IIT Bhilai indemnified. Contractor shall
follow highest safety standards and “ZERO” tolerance towards any violation of safety norms
at the construction site.
40. The Contractor(s) shall take instructions from the Engineer-in-Charge regarding collection
and stacking of materials at any place. No excavated earth or building rubbish shall be
stacked on areas where other buildings, roads, services and boundary wall are to be
constructed. The stacking shall take place as per stacking plan. However, if any change is
required, the same shall be done as per direction of Engineer-in-Charge. Stacking of
material where ever needed shall be done as per the best environmental friendly
conditions.
41. The Contractor shall bear all incidental charges for cartage, storage and safe custody of
materials, if any, issued by department as well as to those materials also arranged by the
contractor.
42. Materials used on work without prior inspection and testing (where testing is necessary)
and without approval of the Engineer-in-Charge are liable to be considered unauthorized,
defective and not acceptable. The Engineer-in-Charge shall have full powers to remove any
or all of the materials brought to site by contractor which are not in accordance with the
contract specifications or do not conform, in character or quality to the samples approved
by the Engineer-in-Charge. In case of default on the part of the contractor in removing
rejected materials, the Engineer-in-Charge shall be at liberty to have them removed at the
risk and cost of the contractor.
43. Water tanks, taps, sanitary, water supply & drainage pipes, fittings & accessories should
conform to bye-laws of local body/corporation, where CPWD specifications are not
available. The Contractor should engage approved licensed plumbers for the work and get
the materials (fixtures/fittings) tested, by the municipal Body/ Corporation authorities or
any other agency wherever required at his own cost. The Contractor shall submit for the
approval of the Engineer-in-Charge, the name of the plumbing agency (along with their
working experience in recent past) proposed to be engaged by him.
44. All ancillary and incidental facilities required for execution of work like site office for CPWD
, Laboratory, Sample room, labour camp, stores, fabrication yard, offices for Contractor,
watch and ward, temporary ramp required to be made for working at the basement level,
temporary structure for plants and machineries, temporary boundary wall or fencing
around the working sites, water storage tanks, installation and consumption charges of
temporary electricity, telephone, water etc. required for execution of the work, liaison and
pursuing for obtaining various No Objection Certificates, protection works, testing
facilities/ laboratory at site of work for all field tests and for taking samples etc. during
execution or any other activity which is necessary (for execution of work and as directed by
Engineer-in-Charge), shall be deemed to be included in rates quoted by the Contractor.
Nothing extra shall be payable on these accounts. Before start of the work, the Contractor
shall submit a site / construction yard layout, specifying areas for construction, site office,
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
107
positioning of machinery, material yard, cement & other storage, fabrication yard, site
laboratory, water tank etc.
45. Contractor shall assist Consultants appointed by IIT Bhilai for obtaining the completion
certificate , occupancy certificate after completion of the buildings from the concerned
authority. Contractor shall also assist Consultants appointed by IIT Bhilai for getting all the
local body approvals including Fire Clearance, Environmental Clearance, Airport authority
clearance, GRIHA rating certification for Green building etc. as applicable. Contractor shall
also provide necessary assistance to CPWD/IIT Bhilai for obtaining service connections like
water supply, electricity, sewage etc., from the local bodies concerned and shall extend all
logistical support for the same.
46. The work should be planned in a systematic manner so that chase cutting and core cutting
in the walls, ceilings and floors are minimized. Wherever absolutely essential, the chase
shall be cut using chase cutting machines. Chases will not be allowed to be cut using
hammer/ chisel. Core cutting shall also be done carefully using core cutting machine only
without cutting any reinforcement. The electrical boxes should be fixed in walls
simultaneously while raising the brick work. The contractor shall ensure proper
coordination of various disciplines viz. sanitary & water supply, electrical, fire-fighting and
any other services. Rate quoted by agency is inclusive of all these and nothing extra shall be
payable.
47. The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupiers of adjacent properties and to the public
in general and to prevent any damage to such properties from pollutants like smoke, dust,
noise etc. Care shall be taken to keep the noise level to the barest minimum. The contractor
shall use such methodology and equipment so as to cause minimum environmental
pollution which must be within permissible limits decided by various statutory authorities
of any kind during the execution of the work and minimum hindrance to road users and to
occupants of the adjacent properties or other services running adjacent/near vicinity. The
contractor shall make good at his cost and to the satisfaction of the Engineer-in-Charge, any
damage to roads, paths, cross drainage works or public or private property whatsoever
caused due to the execution of the work or by traffic brought thereon by the contractor. All
waste or superfluous materials shall be carried away by the contractor, without any
reservationto the satisfaction of the Engineer-in-Charge.
48. Royalty at the prevalent rates shall have to be paid by the contractor on all the boulders,
metals, shingle, sand and bajri etc. collected by him for the execution of the work, direct to
the Revenue authority or authorized agent of the State Government concerned or Central
Government if necessary. Any legal or financial implications resulting out of carriage of
earth from outside or disposal of earth shall be sole responsibility of the contractor. Nothing
extra shall be paid on this account. Royalty charges for excavation of earth if any shall be
borne by the Contractor .
49. The Contractor shall keep himself fully informed of all acts and laws of the Central & State
Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or
authority, which in any manner may affect those engaged or employed and anything related
to carrying out the work. All the rules and regulations and bye-laws laid down by Collector
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
108
and any other statutory bodies shall be adhered to, by the contractor, during the execution
of work. The Contractor shall also adhere to all traffic restrictions notified by the local
authorities. All statutory taxes, levies, charges (including water and sewerage charges,
charges for temporary service connections and / or any other charges) payable to such
authorities for carrying out the work, shall be borne by the Contractor. The water charges
(for municipal water connection as well as tanker water) shall be borne by the contractor.
Also, if the contractor obtains water connection for the drinking purposes from the
municipal authorities or any other statutory body, the consequent sewerage charges shall
be borne by the contractor. The Contractor shall arrange to give all notices as required by
any statutory / regulatory authority and shall pay to such authority all the fees that is
required to be paid for the execution of work. He shall protect and indemnify the
Department and its officials & employees against any claim and /or liability arising out of
violations of any such laws, ordinances, orders, decrees, by himself or by his employees or
his authorized representatives. Nothing extra shall be payable on these accounts.
50. The contractor is required to deploy resources as per availability of site. However no claim will
be entertained for idle labour, idle machinery, idle technical/no-technical staff, idle T&P etc,
unless otherwise specified in General Conditions of Contract.
51. If the work is carried out in more than one shift or during night, no claim on this account shall be
entertained. The contractor has to take permission from the police & local authorities etc. if
required for work during night hours. No claim / hindrance on this account shall be considered if
work is not allowed during night time.
iii. All the materials to be used in the work, to give the finished work complete in all
respects, shall comply with the requirements of the specifications and shall pass all the
tests required as per specifications as applicable or such specifications / standards as
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
109
directed by the Engineer-in- Charge. However, keeping the Quality Assurance in mind,
the Contractor shall submit his own Quality Assurance procedures for basic materials and
such items, to be followed during the execution of the work.
iv. Many items like specialized flooring work, Stone Cladding, Aluminium work, proper slope
maintaining in toilet units, Toilet cubicals, Shutter finish RCC, water proofing treatment
etc. will specially require engagement of skilled workers having experience particularly in
execution of such items.
v. 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 representative of Engineer-in-charge & contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any material, even
though approved by Engineer-In-Charge is found defective or not conforming to
specifications shall be replaced / removed by the contractor at his own risk & cost.
vi. In addition to the supervision of work by CPWD engineers, TPQA or any other Project
Monitoring committee appointed by IIT Bhilai, the Consultants deployed by CPWD/ IIT
Bhilai shall also be carrying out regular and periodic inspection of the ongoing activities
in the work and deficiencies, shortcomings, inferior workmanship pointed out by them
shall be communicated by CPWD engineers to the contractor. Upon receipt of instructions
from Engineer in Charge , these are also to be made good by necessary improvement,
rectification, replacement upto his complete satisfaction. Special attention shall be paid
towards line and level of internal and external plastering, exposed smooth surface of RCC
members by providing fresh shuttering plates, rubberized linings to all the shuttering
joints, accurate joinery work in wooden doors and windows, thinnest joints in stone/
tiling / cladding work, non-hollowness in floor and dado tiles work, protection of
scratches over flooring by impounding layer of plaster of Paris, water tight pipe linings,
absence of hollow vertical joints in brick masonry, proper compaction of filled up earth
& other similar works etc. to achieve an Institution of International standards and up
keeping of quality assurance shall be of paramount importance, as such.
vii. All materials and fittings brought by the contractor to the site for use shall conform to the
samples approved by the Engineer-in-charge which shall be preserved till the completion
of the work. If a particular brand of material is specified in the Specifications of works, the
same shall be used after getting the same approved from Engineer-In-Charge. Wherever
brand / quality of material is not specified in the item of work, the contractor shall submit
the samples as per suggested list of brand names given in the tender document /
particular specifications for approval of Engineer-In-Charge. For all other items, materials
and fittings of ISI Marked shall be used with the approval of Engineer-In-Charge.
Wherever ISI Marked material / fittings are not available, the contractor shall submit
samples of materials / fittings manufactured by firms of repute conforming to relevant
specifications or IS codes and use the same only after getting the approval of Engineer-In-
Charge.
viii. The Contractor shall procure and provide all the materials from the manufacturers /
suppliers as per the list attached with the tender documents, as per the item description
and particular specifications for the work.
x. The Contractor shall at his own risk and cost make all arrangements and shall provide all
such facilities including material and labour, the Engineer-in-Charge may require for
collecting, preparing, forwarding the required number of samples for testing as per the
frequency of test stipulated in the contract specifications or as considered necessary by
the Engineer-in-Charge, at such time and to such places, as directed by the Engineer-in-
Charge. Nothing extra shall be payable for the above.
xi. The Contractor or his authorized representative shall associate in collection, preparation,
forwarding and testing of such samples. In case, he or his authorized representative is not
present or does not associate him, the result of such tests and consequences thereon shall
be binding on the Contractor. The Contractor or his authorized representative shall
remain in contact with the authorized representative of Engineer-in–Charge associated
for all such operations. No claim of payment or claim of any other kind, whatsoever, shall
be entertained from the Contractor.
xii. All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are
to be properly tested as per the design conditions& specifications before covering /prior
to hiding these items.
Materials for which field testing equipment is established at site, for those materials 90% of total
tests shall be done at the laboratory established at site by contractor and checked by the
authorized representative of Engineer-in–Charge and remaining 10% in out-side laboratories.
At least 50% of the samples shall be tested in presence of TPQA for tests done at field laboratory.
Any other test in the opinion of the Engineer-in-charge required for establishing quality
of material or execution of work shall also got carried out by the contractor. Decision of
Engineer-in-charge shall be final and binding in this respect. The contractor shall supply
free of charge the materials required for testing including its transportation cost to
testing laboratories. In case there is any discrepancy in frequency of testing as given in
list of mandatory tests and that in individual sub-heads of work as per CPWD
Specifications, higher of the two frequencies of testing shall be followed. The tests for
which no field laboratory facilities are available, shall be conducted in the out-side laboratories
as approved by the competent authority. Out-side laboratories mean laboratories of Govt of
India or State funded institutes like IITs/NITs/CSIR/REC etc. and other institute of national
importance or any NABL approved private LABS approved by Competent authority.
1. Name of the work, 2. Name of Contractor, 3. Agreement No. & Date, 4. R/A Bill No.
c. All the tests in field lab at construction site shall be carried out by the Engineering
/ technical staff deployed by the contractor and shall be witnessed by concerned
JE/AE/AEE as applicable. Minimum 10% of all samples should be tested in
external agencies as stated above. Minimum 50% test at construction site shall be
conducted in presence of TPQA.
d. All the entries in the registers will be made by the designated Engineering /
Technical Staff of the contractor and same should be regularly reviewed& checked
by JE/AE/AEE and representative of TPQA.
e. Contractor shall be responsible for safe custody of all the test registers.
If the test register is not submitted along with each R/A bill & final bill, Engineer-in-charge
may not release any payment to the contractor.
a) The consultant appointed by IIT Bhilai, may also inspect the works including workshops
and fabrication factory to ensure that the works are in general being executed according
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
113
to the design, drawings and specifications laid down in the contract. His observations
shall be communicated by CPWD engineering staff and compliance is to be reported to
CPWD.
b) The CPWD shall furnish the completion certificate after the completion of building. While
doing so, CPWD may take inputs from IIT Bhilai and its consultant.
(iii) Senior Officers of CPWD, Dignitaries from Central Ministry / Department/IIT Bhilai
Authorities shall be inspecting the on-going work at site at any time with or without prior
intimation. The contractor shall, therefore, keep updated the following requirements and
detailing.
a. Display Board showing detail of work, weekly progress achieved with respect to
targets, reason of shortfall, status of manpower, wages being paid for different
categories of workers.
b. Entrance and area surrounding to be kept cleaned.
c. Display layout plan, building drawings including plans, elevations and sections.
d. Upto date displays of Bar chart, , PRIMAVERA project report, CPM-PERT etc.
g. Set of Helmets and safety shoes for exclusive use for officers/dignitaries visiting at
site.
55. Contractor should hand over the warranty of the items as required by Engineer to the
department.
56. De-watering required, if any, shall be done conforming to BIS Code IS: 9759 (guide lines for
de-watering during construction) and / or as per the specifications. Design of an
appropriate and suitable dewatering system shall be the Contractor’s responsibility. Such
scheme shall be modified / augmented as the work proceeds based on fresh information
discovered during the progress of work, at no extra cost. At all times during the
construction work, efficient drainage of the site shall be carried out by the Contractor and
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
114
especially during the laying of plain cement concrete, taking levels etc. The Contractor shall
also ensure that there is no danger to the nearby properties and installations on account of
such lowering of water table. If needed, suitable precautionary measures shall be taken by
the Contractor. Also the scheme of dewatering adopted shall have adequate built in
arrangement to serve as stand-bye to attend to repair of pumps etc. and disruption of
power / fuel supply. Nothing extra shall be payable on this account.
57. The contractor shall make at his own cost all necessary arrangements for maintaining water level
in the area where works under execution are low enough so as not to cause any harm to the works
or problems in carrying out with the execution and the rates shall be considered as inclusive of
pumping out or bailing out water, if required, for which no extra payment shall be made. This
will include water coming from any source, such as rains, accumulated rain water, floods,
leakages from sewer and water mains, subsoil water table being high or due to any other cause
whatsoever. The contractor shall make necessary provision of pumping, dredging, and bailing out
water coming from all above sources and excavation and other works shall be kept free of water
by providing suitable system approved by the Engineer-in-charge.
58. In trenches where surface water is likely to get into cut / trench during monsoons, a ring
bund of puddle clay or by any other means shall be formed outside, to the required height,
and maintained by the Contractor. Also, suitable steps shall be taken by the Contractor to
prevent back flow of pumped water into the trench. Nothing extra shall be payable on this
account.
59. No payment shall be made for any damage caused by rain, snowfall, flood or any other
natural calamity, whatsoever during the execution of the work. The contractor shall be fully
responsible for any damage to the govt. property and the work for which payment has been
advanced to him under the contract and he shall make good the same at his risk and cost.
The contractor shall be fully responsible for safety and security of his material,
T&P/Machinery brought to the site by him.
60. The contractor shall make all necessary arrangements for protecting works already
executed from rains, fog or likewise extreme weather conditions and for carrying out
further work, during monsoon including providing and fixing temporary shelters,
protections etc. Nothing extra shall be payable on this account and also no claims for
hindrance shall be entertained on this account.
ii. The Contractor shall establish, maintain and assume responsibility for grades, lines, levels
and benchmarks. He shall report any errors or inconsistencies regarding grades, lines,
levels, dimensions etc. to the Engineer-in-Charge before commencing work.
Commencement of work shall be regarded as the Contractor’s acceptance of such grades,
lines, levels, and dimensions and no claim shall be entertained at a later date for any
errors found.
iii. If at any time, any error appears due to grades, lines, levels and benchmarks during the
progress of the work, the Contractor shall, at his own expense rectify such error, if so
required, to the satisfaction of the Engineer-in-Charge. Nothing extra shall be payable on
this account.
iv. Though the site levels are indicated in the drawings, the Contractor shall ascertain and
confirm the site levels with respect to benchmark from the concerned authorities. The
Contractor shall protect and maintain temporary/ permanent benchmarks at the site of
work throughout the execution of work. These benchmarks shall be got checked by the
Engineer-in-Charge or his authorized representatives. The work at different stages shall
be checked with reference to bench marks maintained for the said purpose. Nothing extra
shall be payable on this account.
v. The approval by the Engineer-in-Charge, of the setting out by the Contractor, shall not
relieve the Contractor of any of his responsibilities and obligation to rectify the errors/
defects, if any, which may be found at any stage during the progress of the work or after
the completion of the work.
vi. The Contractor shall be entirely and exclusively responsible for the horizontal, vertical
and other alignments, the level and correctness of every part of the work and shall rectify
effectively any errors or imperfections therein. Such rectifications shall be carried out by
the Contractor at his own cost to the entire satisfaction of the Engineer- in-Charge.
vii. The Percentage rate quoted by the Contractor are deemed to be inclusive of site
clearance, setting out work (including marking of reference points, center lines of
buildings), construction and maintenance of reference bench mark(s), taking spot levels,
construction of all safety and protection devices, barriers, barricading, signage, labour
safety, labour welfare and labour training measures, preparatory works, working during
monsoon, working at all depths, height and location etc. and any other incidental works
required to complete this work. Nothing extra shall be payable on this account.
63. SCAFFOLDING
Wherever required for the execution of work, all the scaffolding shall be provided and
suitably fixed, by the Contractor. It shall be provided strictly with steel double scaffolding
system, suitably braced for stability, with all the accessories, gangways, etc. with
adjustable suitable working platforms to access the areas with ease for working and
inspection. Single scaffolding system is strictly prohibited and shall invite necessary
action. It shall be designed to take all incidental loads. It should cater to the safety
features for workmen. Nothing extra shall be payable on this account. It shall be ensured
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
117
that no damage is caused to any structure due to the scaffolding. Scaffolding shall be
provided for all heights and all lifts up to the building height from ground floor as and
when required.
(i) The Contractor shall cooperate with and provide the facilities to the sub-Contractors and
other agencies working at site for smooth execution of the work. The contractor shall
indemnify the Department (CPWD) against any claim(s) arising out of such disputes. The
Contractor shall:
(b) Properly co-ordinate their work with the work of other Contractors.
(C) Provide control lines and benchmarks to his Sub-Contractors and the other Contractors.
(e) Provide hoist and crane facilities for lifting material at mutually agreed rates.
(f) Co-ordinate with other Contractors for leaving inserts, making chases, alignment of
services etc. at site.
(g) Adjust work schedule and site activities in consultation with the Engineer-in-Charge and
other Contractors to suit the overall schedule completion.
(h) Resolve the disputes with other Contractors/ sub-contractors amicably and the Engineer-
in-Charge shall not be made intermediary or arbitrator.
Other agencies will also simultaneously execute and install the works of sub-station /
generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford
necessary facilities for the same. The contractor shall leave such recesses, holes, openings
trenches etc. as may be required for such related works and the contractor shall fix the
same at time of casting of concrete, stone work and brick work, if required, and nothing
extra shall be payable on this account.
The contractor shall conduct his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor(s) or by the Engineer-in-Charge and
shall as far as possible arrange his work and shall place and dispose off the materials being used or
removed so as not to interfere with the operations of other contractor or he shall arrange his work
with that of the others in an acceptable and in a proper co –ordination manner and shall perform it in
proper sequence to the complete satisfaction of others.
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
118
65. SAFETY PRACTICES
(i) WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow signage
display such as “Construction Work in Progress”, “Keep Away”, “No Parking”, Diversions &
protective Barricades etc. shall be provided and displayed during day time by the
Contractor, wherever required and as directed by the Engineer-in-Charge. These glow
signage and red lights shall be suitably illuminated during night also. The Contractor shall be
solely responsible for damage and accident caused, if any, due to negligence on his part. Also
he shall ensure that no hindrance, as far as possible, is caused to general traffic during
execution of the work. This signage shall be dismantled & taken away by the Contractor after
the completion of work, only after approval of the Engineer – in – Charge. Nothing extra shall
be payable on this account.
(ii) SIGN BOARDS: The Contractor shall provide and erect a display board of size and shape as
required and paint over it, in a legible and workman like manner, the details about the salient
features of the project, as required by the Engineer-in-Charge. The Contractor shall fabricate
and put up a sign board in an approved location and to an approved design indicating name of
the project, Client/Owner, Department, Project cost, target date of completion etc. within 30
days from issue of award letter. Nothing extra shall be payable on this account. In case of non-
compliance/delay in compliance in this, a penalty @ Rs. 1000/- per day will be imposed
which will be recovered from the immediate next R/A Bill of the Contractor.
(iii) Necessary protective and safety equipments such as helmet, safety shoes, gloves etc shall be
provided to the CPWD Engineers, TPQA, IIT Bhilai, Contractor’s Site Engineer, Supervisory
staff, labour and technical staff of the contractor by the Contractor at his own cost and to be
used at site. Nylon net (50x50mm aperture and 4mm dia) at site shall be fixed to hooks
etc., along periphery of building at various levels required and as directed by Engineer-in-
charge for safety of the working staff for which nothing extra will be paid on this account
(iv)No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at site. Only
limited quantity of P.O.L may be allowed to be stored at site subject to the compliance of all rules /
instructions issued by the relevant authorities in this regard. Also, all precautions and safety measures
shall be taken by the Contractor for safe handling of the P.O.L products stored at site. All consequences
on account of unsafe handling of P.O.L shall be borne by the Contractor.
The main contractor shall submit the credential of specialized agency well in advance as
per the direction of Engineer-in-charge. After verification of the same, approval will be
conveyed to main contractor in this regard. The quantum of credentials will be broadly
in line with CPWD guidelines. The main contractor shall not change the specialized
agency. However, if the change is warranted, he may do so, with permission of Engineer-
in-charge. This shall however be without any change in the accepted rates of the
contract agreement and without any cost implications to the CPWD.
It shall be the responsibility of main contractor to sort out any dispute / litigation with
the Specialized Agencies without any time & cost overrun to the Department. The main
contractor shall be solely responsible for settling any dispute / litigation arising out of
his agreement with the Specialized Agencies. The contractor shall ensure that the work
shall not suffer on account of litigation/ dispute between him and the specialized
agencies / sub- contractor(s). No claim of hindrance in the work shall be entertained
from the Contractor on this account. No extension of time shall be granted and no claim
what so ever, of any kind, shall be entertained from the Contractor on account of delay
attributable to the selection/rejection of the Specialized Agencies or any dispute
amongst them.
68. MEASUREMENT: -For every R/A bill, Contractor has to submit measurement for
activities/items/work done as decided and as per the direction of Engineer-In-Charge. This
is included in the scope of contractor.
(i) The Contractor shall display all permissions, licenses, registration certificates, bar charts,
other statements etc under various labour laws and other regulations applicable to the
works, at his site office.
(ii) The Contractor shall make available four (04) sets of completed Building Drawings, “As
Built Drawings”, Completion plans , Service plans etc. along with literatures, manuals,
warranty certificates etc. of various installed fittings, fixtures and equipment for the
completed projects. This shall be the prerequisite for payment of final bill. The
contractor should also provide as-built drawings for E/M services besides civil &
plumbing mentioned therein. All completion drawings ( As-Built drawings) shall be
provided in REVIT/NAVIS WORKS in coordinated BIM model and compliance with the
printed format as well as PDF format.
(iii) The Contractor shall make available four (04) sets of all drawings of internal and
external services i.e. Water Supply, Sanitary line and Drainage lines. This shall be the
prerequisite for payment of final bill. These drawings shall have the following
information:
(a) Run off for all piping and their diameters including soil, waste pipes and vertical
stacks.
(b) Ground and invert level of all drainage pipes together with locations of all manholes
and connections, up to outfall.
(c ) Run off for all water supply lines with diameters location of control valves, access
panels etc.
(iv) The contractor shall make available four (04) sets of computerized Standard
Measurement Books (SMBs) having measurement of all the permanent standing in all
buildings.
The EPC Contractor’s BIM Team is required to do BIM modelling, clash detection, screen
shots, renders and quantity take off for architectural, structural and MEP works which
includes HVAC, Plumbing, Fire Fighting, Electrical & ELV, facade, and other specialized
services such as Lighting Design, Landscape etc. Broadly the points given below are to be
followed:
b) Extraction BOQ of modelled items from BIM Software and exporting it in excel for
easier analysis and review for all the disciplines mentioned above.
e) All the Elements shall be modelled as specific assemblies accurate in terms of quantity,
size, shape, location and orientation.
f) The Modelling Team will prepare the Model in Autodesk Revit software or
NAVISWORKS using the project information.
Stage-4: First Revision of BIM model based on changes above and submission of revised model by EPC
Contractor’s BIM Team.
Stage-5: Resolution of conflict/ queries by different design stakeholders raised & submission of final
model by EPC Contractor’s BIM Team.
Stage 6: Creation of 2D drawings extracted from 3D engineered intelligent Models, in CAD plans,
sections, elevations and other relevant details (based on specific engineering disciplines) on
which the actual construction will be carried out.
Development of Models
The EPC Contractor’s BIM team shall develop the following models:
a) Architectural Model: Provide a3D BIM created with architectural components that embody proper
object information and parametric relationships in accordance with good architectural practice. These
components include, but not limited, to slabs/ floors, walls, roofs, doors, windows, stairs, elevators,
finishes, ceilings, etc.
b) Structural Model: Provide a3D BIM created with structural components that embody proper object
information and parametric relationships in accordance with good structural engineering practice. These
components include, but not limited to, all substructure and superstructure components. The object
information will include member profile and dimension information.
c) Mechanical Model: Provide a3D BIM created with mechanical components that embody proper
object information and parametric relationships in accordance with good mechanical engineering
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
123
practice. These components include, but not limited, to all major mechanical equipment, cooling towers,
chillers, air handling units, pumps, terminal boxes, hydrants, HVAC piping and ductwork, hangers, and
other HVAC equipment. Piping bends are to be modelled for coordination with other trades.
d) Electrical Model: The EPC Contractor’s BIM Team will provide a 3D BIM created with electrical
components that embody proper object information and parametric relationships in accordance with
good electrical engineering practice. These components include, but not limited to, all major electrical
equipment, transformers, switchgear, generators, panel boards, lights, conduit over 2”, hangers, cable
trays, raceways and other electrical equipment. Conduit bends are to be modelled for coordination with
other trades.
e) Plumbing Model: The EPC Contractor’s BIM Team will provide a 3D BIM created with plumbing
components that embody proper object information and parametric relationships in accordance with
good mechanical engineering practice. These components include, but not limited to, all major
plumbing equipment, fixtures, boilers, pumps, piping over 2”, hangers, and other plumbing equipment.
Pipe bends are to be modelled for coordination with other trades.
f) Fire Protection Model: The EPC Contractor’s BIM Team will provide 3D BIMs created with fire
protection components that embody proper object information and parametric relationships in
accordance with good mechanical and electrical engineering practice. These components include, but
not limited to, fire alarm devices, fire alarm panels, the main sprinkler piping risers and related devices
with piping 1 ½” or larger in diameter, control valves, fire suppression equipment, pumps, hangers, and
other equipment. Pipe bends are to be modelled for coordination with other trades.
g) Underground Utilities (Civil): Provide a3D BIM for underground utilities created with civil
components that embody proper object information and parametric relationships in accordance with
good civil engineering practice. These components include all underground utilities, valves,
manholes,and other civil features.
The EPC Contractor’s BIM Team is supposed to adopt 3D BIM modelling process for spatial
coordination among architectural, structural & MEPF design drawings for different buildings and the
Architects for the project is expected to issue construction drawings, which are well coordinated &
complete for execution of the project.
Preparation of ‘as-built’ model to be given as soft copy at the end of project execution /
construction of the project.
EPC Contractor shall prepare & submit, on completion of construction work, ‘as built’ 3D BIM model
to be given as soft copy & ‘as-built’ drawings extracted from ‘as-built’ 3D BIM model, to Engineer-in-
Charge of CPWD for maintenance, repair & modification purposes.
All RCC/C.C work shall be done with BMC(Batch Mix Concrete).All concrete shall be Design
Mix Concrete unless otherwise specified. The contractor shall design mixes for each class of
concrete indicating that the concrete ingredients and proportions will result in concrete mix
meeting requirements specified. The specification mentioned herein below shall be followed
for Design Mix Concrete.
Ingredients: -
Coarse Aggregate :- As per CPWD Specifications
Fine Aggregate :- As per CPWD Specifications.
Water :- As per requirements laid down in IS 456-2000 and CPWD specifications.
Cement : Cement arranged by the contractor will be OPC 43 grade (in bags or in bulk)
conforming to IS : 1489 : Part-I. No mixing of fly ash is admissible.
Admixture :- Admixtures shall not be used without approval of Engineer-in-charge.
Wherever required, admixtures of approved quality shall be mixed with concrete to
achieve the desired workability within specified water cement ratio. The admixture
shall conform to IS : 9103. The chloride content in the admixture shall satisfy the
requirement of BS : 5075. The total amount of chlorides in the admixture mixed
concrete shall also satisfy the requirements of IS : 456-2000
Design Mix Concrete From Fully Automatic Computerised Concrete Batching And
Mixing Plant
Proportioning Concrete -In proportioning cement concrete, the quantity of both cement and
aggregates shall be determined by weight. The cement shall be weighed separately from the
aggregates. Water shall either be measured by volume in calibrated tanks or weighed. All
measuring equipment shall be maintained in a clean and serviceable condition. The amount of
mixing water shall be adjusted to compensate for moisture content in both coarse and fine
aggregates. The moisture content of aggregates shall be determined in accordance with IS :
2386 (Part III). Suitable adjustments shall also be made in the weights of aggregates to allow
for the variation in weight of aggregates due to variation in moisture content
Production of Concrete -The concrete shall be produced in a central batching and mixing
plant with, computerized printing for contents and admixture dosage, producing at least 30
Cum concrete per hour. The batching plant shall be fully automatic. Automatic batcher shall be
charged by devices which, when actuated by a Single starter switch will automatically start the
weighing operation of each material and stop automatically, when the designated weight of
each material has been reached. The batching plant shall have automatic arrangement for
dispensing the admixture and shall also be capable of discharging water in more than one stage.
A print out from the batching plant for every lot shall be submitted. A batching plant essentially
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
126
shall consist of the following components: Separate storage bins for different sizes of
aggregates, silo for cement; and water storage tank.
- Batching equipment
- Mixers
- Control panels
- Mechanical material feeding and elevating arrangements
The compartments of storage bins for aggregates shall be approximately of equal size. The
cement compartment shall be centrally located in the batching plant. It shall be watertight and
provided with necessary air vent, aeration fittings for proper flow of cement & emergency
cement cut off gate. The aggregate and sand shall be charged by power operated centrally
revolving chute. The entire plant from mixer floor upward shall be enclosed and insulated. The
batch bins shall be constructed so as to by self-cleansing during drawdown. The batch bins
shall in general conform to the requirements of IS : 4925.The batching equipment shall be
capable of determining and controlling the prescribed amounts of various constituent materials
for concrete accurately i.e. water, cement, sand, individual size of coarse aggregates etc. The
accuracy of the measuring devices shall fall within the following limits.
Mixing Concrete -The mixer in the batching plant shall be so arranged that mixing action in
the mixers can be observed from the operator's station. The mixer shall be equipped with a
mechanically or electrically operated timing, signaling and metering device which will indicate
and assure completion of the required mixing period. The mixer shall have all other
components as specified in IS : 4925.
Transportation, Placing and Compaction of Concrete -Mixed concrete from the batching
plant shall be transported to the point of placement by transit mixers or through concrete pumps
or steel closed bottom buckets capable of carrying minimum 0.6 cum concrete. In case the
concrete is proposed to be transported by transit mixer, the mixer speed shall not be less than 4
rev/ min. of the drum nor greater than a speed resulting in a peripheral velocity of the drum as 70
m / minute at its largest diameter. The agitating speed of the agitator shall be not less than 2 rev /
min. nor more than 6 rev / min. of the drum. The number of revolutions of the mixing drum or
blades at mixing speed shall be between 70 to 100 revolutions for a uniform mix, after all
ingredients, have been charged into the drum. Unless tempering water is added, all rotation after
100 revolutions shall be at agitating speed of 2 to 6 rev / min. and the number of such rotations
shall not exceed 250. The general construction of transit mixer and other requirements shall
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
127
conform to IS : 5892.In case concrete is to be transported by pumping, the conduit shall be
primed by pumping a batch of mortar / thick cement slurry through the line to lubricate it. Once
the pumping is started, it shall not be interrupted (if at all possible) as concrete standing idle in
the line is liable to cause a plug. The operator shall ensure that some concrete is always there in
the pump-receiving hopper during operation. The lines shall always be maintained clean and
shall be free of dents.Materials for pumped concrete shall be batched consistently and uniformly.
Maximum size of aggregate shall not exceed one-third of the internal diameter of the pipe.
Grading of aggregate shall be continuous and shall have sufficient ultra fine materials (materials
finer than 0.25mm). Proportion of fine aggregates passing through 0.25mm shall be between 15
& 30% and that passing through 0.125 mm sieve shall not be less than 5% of the total volume of
aggregate. When pumping long distances and through hot weather, set-retarding admixtures may
be used. Admixtures to improve workability can be added. Suitability of concrete shall be
through pumping shall be verified by trial mixes and by performing pumping tests.
a. The concrete design mix for all grade with admixture including self compacting
concrete if any, will be carried out by the contractor through Out-side laboratories like
IITs/NITs/CSIR/REC etc. and other institute of national importance.
b. The various ingredients for mix design for trial mix for each grade of concrete shall be
sent to the lab/ test houses through the Engineer-in-charge immediately after award of
work and the samples of such ingredients sent shall be preserved at site by the
department.
c. The contractor shall submit the mix design report from any of above approved
laboratories for approval of Engineer-in-charge within 45 days from the date of issue of
letter of acceptance of the tender. No concreting shall be done until the mix design is
approved.
d. If the quantity of cement required for the approved design mixes to achieve desired
strength is higher than minimum cement content (as given in CPWD specification)then
nothing extra will be paid
Curing of Concrete :-Contractor has to make sufficient arrangement for curing of each
building, boundary wall etc. by providing Sumps of sufficient capacity and arrangement of
pipeline with suitable capacity pumps so that curing may be done at each floor and every
portion of the said work.
1.1 GENERAL
1.2 Name of Agency
1.3 Structural Element
1.4 Location
1.5 Architectural drawing No.
1.6 Structural drawing No.
1.7 Approximate quantity and grade of concrete
1.8 Expected start time
1.9 Expected finish time
1.10 Name of Contractor’s Engineer
Dated:
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
130
1 Date of inspection
2. Location
7. Cleaning over water proofing surface and construction joint done Yes / No
11. Placement of shuttering plates and key board for proper construction Yes / No
joint with shuttering oil
12. Cement slurry applied on construction joint before pouring of concrete Yes / No
14. Concreting to start from farthest point to nearest point with respect of Yes / No
weight batching plant
Dated:
The above information filled by me after proper verification
1. Date of inspection
2. Drawing No.
3. Location
6. Whether the centre line of column/beams checked with reference to grid Yes / No
lines as per architectural drawings?
9. Whether shuttering is in true plumb and vertical and properly done and Yes / No
maintained during concreting?
10. Whether reinforcement detailing, their placement are as per structural Yes / No
drawings?
11. Whether proper gauge binding wire is used and with full cross binding Yes / No
and tightening of reinforcement bars with stirrups?
13. Whether stainless steel cramps, angle irons for holding stones and any Yes / No
holding arrangement for electrical/mechanical/fire fighting/other
15. Whether concrete of approved design mix within maximum permissible Yes / No
water-cement ratio is used?
18. Whether concreting is placed within initial setting time of mixing? Yes / No
20. Whether the concreting has been done in a lift not exceeding 1.5 m? Yes / No
Dated:
The above information filled by me after proper verification
Post-concreting :
22. Whether shuttering stripped off as per specification, and laitance Yes / No
removed immediately thereafter?
23. Whether proper arrangement of curing and curing period maintained as Yes / No
per specifications?
24. Whether hacking of RCC surface by proper hacking tool for subsequent Yes / No
plastering/finishing is carried out ?
Dated:
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
135
The above information filled by me after proper verification
(i) All Workers of contractor and associate agencies, invariably and at all the times, must
follow all safety norms, adopt safe construction practices and use all required safety
gadgets in their working throughout the project duration.
(ii) The contractor shall employ required number of safety manager/supervisors safety
supervisor. They shall be primarily responsible for developing safety programs, training,
implementation and propagating safety culture. The safety manager/supervisor shall be
a graduate with safety diploma from Central Labour Institute Mumbai/NICMAR
Hyderabad/ Mahatma Gandhi Labour Institute, Ahmedabad or an equivalent
qualification
(iii) The contractor shall issue Photo Identity Cards with unique numbers containing salient
information of workers. Further the contractor shall establish a Office at the entry to
demarcated area of site. The Office shall maintain a record of all the workers working
inside the demarcated area.
(iv) Safety Monitoring Committee: The contractor within one week of start of work shall
submit the names of Safety Manager and Safety Supervisors to the SE cum PD, CPWD,
Bhilai who in consultation with IIT Bhilai shall notify a monitoring committee consisting
of authorizedrepresentatives of the contractor, associate agencies (if any), CPWD, IIT
Bhilai and chaired by nominee of the Director, IIT Bhilai. The mandate of this monitoring
committee will be to monitor and achieve the objectives of construction safety
continuously, progressively and through affirmative action. This committee will oversee
implementation of safety program over the entire construction period.
b) Initial training: All the workers shall have to undergo a training program of 16hrs
(8hrs for 2days) and to be declared satisfactorily trained by the Safety Manager
before they are allowed to work onsite.
d) Workshops: Refresher workshops shall be arranged for one day in every three
months for all the workers onsite.
e) Advance training: For workers involved in high risk activities (to be identified by
the Safety Monitoring Committee) a refresher workshop/training shall be
organized once a month.
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
137
f) The training module shall be designed by the Safety Manager and approved by
the safety Monitoring Committee.
a) If the contractor does not employ and/or submit the names of Safety Manager
and or Safety Supervisors of specified numbers with appropriate qualification
and or experience, then a recovery of Rs. 2000 per day and Rs. 1000 per day
shall be affected for Safety Manager and each Safety Supervisor
respectively.
b) No person shall be allowed to enter the demarcated area without adequate safety
gadgets (as per occupation/purpose of visit). Failure on this count will result into
paying a fine of Rs. 100 by defaulter.
c) Inside the work area any person found not using safety gadgets shall have to pay
fine of Rs. 100 per count of default and shall be barred from site for one day.
d) In case of default from workers their employer (hiring agency) will also have to
pay a matching fine.
e) These fines will be collected into workers welfare fund. Money thus collected will
be utilized for supporting welfare programmes for workers.
(a) A display board shall be kept at site which would list the names of workers, teams
and agencies following safety program in the best manner. This would be
updated weekly.
(b) During training and workshops the names of persons/teams/agencies that are
best following safety program shall be announced and they shall be felicitated.
The bidder shall construct clean hygienic and well ventilated worker’s housing as per
the Contract Conditions & CPWD Specifications etc., with adequate water supply,
electrical and sanitation facilities. This housing shall be constructed Housing for 200
workers shall be constructed within two months of date of start, failing which a
recovery will be made at the rate of Rs. 20,000/- (Twenty Thousand) per day till the
workers housing is made available as per above number at site up to the satisfaction of
Engineer-in-charge. workers housing for additional 300 workers ( housing for total
500 workers)shall be constructed within four months of date of start, failing which
additional recovery will be made at Rs. 20,000/- (Rs. Twenty Thousand) per day, till
the workers housing is made available at site. Contractor should make remaining
workers housing as per requirement.
1. Adopt measures to prevent air pollution in the vicinity of the site due to construction
activities.
2. Stage construction and clear vegetation only from those areas where work has to
begin right away.
3. Provide atleast 3 metres high barricading around perimeter of the site, next to the
road or public area.
4. Provide dust screens, sheeting or netting along perimeter of the building.
5. Vegetate / mulch all areas where vehicular movement is not there. In case mulching
or vegetation is not possible, apply gravel or landscaping rocks to the areas.
Vegetate/mulch all loose soil and exposed earth.
6. Limit movement of vehicles only to designated areas on site. Limit vehicle speed on
site to a maximum of 10Km/hour.
7. Ensure that the vehicle circulation paths and parking areas are hard paved or covered
with gravel etc.
8. All stationary vehicles on site should not have their engines idling and should be
turned off.
9. Spray water over areas where demolition work is being carried out. Spray water to
suppress dust on any unpaved road or pathway.
10. Regularly wash wheels of vehicles plying in and out of the site to prevent any dust
from travelling outside. Wheel washing facility at the vehicular entrance of the site
11. Use a trough of water or metal grills on the roads right at the entrance of the site.
12. Cover all loose material with impervious fabrics.
13. Cover all dusty loads on vehicles with impervious sheeting before they enter or exit
the site.
14. Store loose material in enclosed spaces. Provide wind barriers or wind breakers
around the area where loose soil, sand, etc. are stored.
15. DG sets or any other construction equipment used on site should meet the
recommended pollution norms.
c. Efficient use of water during construction
1. Control the wasting of curing water, by adopting some of the measures like:
a. Use of gunny bags for curing of columns and slabs.
b. Ponding on slabs
2. Use of chemical admixtures to reduce curing water demand.
3. Use of recycled treated water and the quality of water should be endorsed by the
structural consultant.
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
141
d. Reduction in waste during construction
1. Segregate waste during construction on site into inert, chemical or hazardous waste.
2. Recycle the unused chemical/ hazardous wastes such as oil, paint, asbestos etc.
3. Contaminated material and hazardous wastes like pesticides, paints, cleaners, and
petroleum products should be separated and contain safely in the constructed area.
4. Inert waste should be disposed of as per guidelines by municipal corporations/ local
bodies.
5. Following yard/storage spaces should be built for effective construction waste
management like Storage of waste oil, Reuse of scrap yard, Scrap yard and Waste bin
in labour hut.
2.1. The contractor shall prepare scheme as per direction of Engineer –in-charge for obtaining
GRIHA LD rating in the criteria relevant to the execution of work.
2.2. The contractor shall plan and execute the work in a manner to preserve and protect the
landscape during construction and shall arrange the materials/equipment and follow the
procedure as per GRIHA LD rating requirement as applicable.
2.3. All the mandatory criteria of GRIHA LD and additional conditions for Green Building
practices are to be necessarily followed.
2.4. The contractor shall comply with NBC- 2016 norms on construction safety, health and
sanitation as per GRIHA LD rating system.
2.5. The construction activity shall be done in a befitting manner and the contractor shall
adopt measures to prevent water and air pollution at site in compliance with GRIHA LD
rating as applicable.
i. Construction Vehicles, Equipment and Machinery All vehicles, equipment and machinery
to be procured for construction shall conform to the relevant Bureau of India Standard
(BIS) norms.
iii. Dust produced from the vehicular movement and other site activities is to be mitigated by
sprinkling of water.
iv. 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.
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 without approval of concerned
Municipal authorities.
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 entering and
leaving the project premises. This shall be done by routing the vehicles through tyre
washing tracks to be built at all vehicular entrance and exits of site during construction.
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.
(ii) The wastewater arising from the project is to be disposed off in the manner that is
acceptable to the Engineer –in-charge.
Contractor shall use dust screens and sprinkle water around the construction site to
arrest spreading of dust in the air and surrounding areas.
(i) 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.
(ii) For controlling the noise from Vehicles, Plants and Equipments, the Contractor
shall confirm the following:
(a) All vehicles and equipment used in construction will be fitted with exhaust silencers.
(b) 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.
(iii) Noise emission from compactors (rollers) front loaders, concrete mixers, cranes
(movable), vibrators and saws should be less than 75 dB(A).
(v) 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.
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 or machinery.
vi. Adequate drinking water facility should be provided at site, adequate number of
decentralized latrines and urinals to be provided for construction workers.
viii. Overhead lifting of heavy materials should be avoided. Barrow wheel and hand-lift
boxes should be used to transport materials onsite.
x. All dangerous parts of machinery are well guarded and all precautions for working
on machinery are taken.
xi. 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.
xii. Use of durable and reusable formwork systems to replace timber formwork and
ensure that formwork where used is properly maintained.
xiii. 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.
xiv. Provide measure to prevent fire. Fire extinguisher and buckets of sand to be
provided in fire-prone area and elsewhere.
xv. Provide sufficient and suitable light for working during night.
xvii. Ensure that the construction firm/division/company have sound safety policies.
xviii. Comply with the safety procedure, norms and guidelines (as applicable) as
outlined in NBC 2016 (BIS 2005c).
xix. Adopt additional best practices and prescribed norms as in NBC 2016 (BIS2005).
2.13 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
2.14 All dusty raw material storages like sand, stone dust cement, aggregates etc should be
adequately covered and contained so that they are not exposed to situations where winds
on site could lead to dust/particulate emissions.
2.15 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
wastes should be contained/cleaned up immediately before they can infiltrate into the
soil/ground or runoff in nearby areas.
2.16 Ensure that water spraying is carried out by wetting the surface by spraying water
on:
i. Cover and enclose the site by providing dust screen, sheeting or netting to scaffold
along the perimeter of a building.
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 within a
designated & fenced construction area.
2.18 Adopt measures to prevent air pollution in the vicinity of the site due to construction
activities.
2.20 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 to ensure that these are suitable for the project.
2.21 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 .
2.22 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 mixing with
rainwater. The construction management plan including soil erosion control management
plan, storm water management plan, sedimentation control plan shall be prepared
accordingly for each month. The application of erosion control measures includes
construction of gravel pits and tyre washing bays of adequate 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 and the same be maintained throughout the
construction process. Preserve and protect the existing vegetation by not-disturbing or
damaging to specified site areas during construction.
2.23 The Contractor should follow the construction plan as proposed by 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.
2.24 Spill prevention and control plans should clearly state measures to stop the source of the
spill. Measures to contain the spill and measures to dispose the contaminated material
and hazardous wastes. It should also state the designation of personnel trained to
prevent and control spills. Hazardous wastes include pesticides, paints, cleaners and
petroleum products.
2.25 A soil Erosion and Sedimentation Control Plan (ESCP) should be prepared prior to
construction and should be applied effectively.
2.26 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
2.27 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).
2.28 All lighting installed by the contractor around the site and at the labour quarters during
construction shall be LED bulbs of the appropriate illumination levels. This condition is a
must, unless specifically prescribed otherwise.
2.29 All paints, adhesives and sealants should comply with the VOC limits prescribed by
GRIHA.
2.30 All the building materials and systems used on site must be as per the specifications and
approved makes by the Engineer-In-Charge.
2.31 All required certificates explaining the properties of the building material/system needs
to be obtained from the manufacturer/vendor as required by the green building rating
authority. The final certificates would be produced after the approval of green building
consultant with necessary due diligence. The purchase orders of all the materials made
with the manufacturers / authorized vendors should be maintained and shall be provided
for the process with due diligence upon direction.
2.32 Water saving measures as suggested by the consultants need to be followed on site. If
bore well water is used for construction, it must be metered. For wastewater use in
construction, record must be maintained of all tankers used at site. All sources of water
use during construction must be regularly monitored.
2.33 The contractor / subcontractor shall prepare and submit a Site Management Plan (SMP)
within 10 days of start for approval. This SMP shall indicate the locations of godown,
stockpiles, barricading, waste storage, offices, vehicular movement routes etc. In short,
this SMP would comprehensively represent how the site activities shall be managed
conforming to GRIHA guidelines.
2.34 Any other site management measures suggested by the Engineer-in-charge / green
building consultant shall be followed on site.
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
149
2.35 The contractor & his team shall put adequate efforts to minimize construction waste
generation at site. This shall include collection and segregation of all construction waste
at site like broken bricks, tiles, glass, pavers, Steel scrap, Concrete debris, Plastic bags,
drums, packaging cardboard, Timber scrap, Cement bags etc. All the segregated item shall
be disposed off as per environmental authorities’ guidelines otherwise suitable penalties
shall be imposed.
2.36 The contractor must keep record of all the construction waste being recycled or reused at
site and also maintain receipts/records of waste sold from site. The contractor must
ensure that no waste from the site is sent to landfill sites, either all waste is reused within
the site or sent for recycling. Track the waste sent off the site to its final destination.
Contractor must keep record as gate passes / challans for all the waste material sent out
for selling.
2.37 The contractor shall submit to the Engineer –in-Charge after construction of the buildings,
a detailed as built quantification of the following within 10 days of recording of
completion certificate.
2.38 Evidence for the implementation of the all the above required measures shall be provided
to the Engineer-in-Charge in the form of photographs and templates as required which is
required for the submission to the green building rating authority (GRIHA).
2.39 The contractor is required to submit following documents for GRIHA submission to
achieve rating in due time.
Note: - other than above mentioned provisions, the documents/ details required by GRIHA shall be
provided by contractor.
ii. The cement godown of the capacity to store a minimum 2000 bags or more shall be
constructed by the contractor at site of work for which no extra payment shall be made.
The contractor shall be responsible for the watch and ward and safety of the cement
godown. The contractor shall facilitate the inspection of the cement godown by the
Engineer-in-Charge or his authorized representatives.
iii. The cement shall be got tested by the authorized representative of Engineer-in-Charge
and shall be used on the work only after satisfactory test results have been received. The
contractor shall supply free of charge the cement required for testing including its
transportation cost to testing laboratories.
iv. The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained.The theoretical consumption of cement shall be worked out as per
procedure prescribed in Clause 38of the General conditions of the contract (GCC) for
EPC project being part of this 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 as mentioned in Schedule ‘F’ will be made .In
case of excess consumption no adjustment need tomade.
v. Cement brought to site and cement remaining unused after completion of work shall not
be removed from site without permission of the Engineer-in-charge.
vi. Damaged cement shall be removed from the site immediately by the contractor as per
direction by Engineer-in-charge. If he does not do so within 3 days of receipt of such
direction, the Engineer-in-charge shall get it removed at the cost of the contractor.
vii. The cement godown shall be constructed by the contractor as per Contract conditions
and CPWD specifications. Actual size / shape of godown shall be as per site requirement
and nothing extra shall be paid on this account.
ix. The contractor has to make separate arrangements for storage facilities for OPC, PPC
and bulk supply in containers. The storage facility shall be good enough to preserve the
cement without any damage and as per the direction of Engineer-in-charge. The safety
and security is the total responsibility of the contractor.
x. The testing charges shall be borne by the contractor including all incidental charges like
cost of cement, packing and transportation etc.
xi. The contractor shall have to obtain and furnish test certificates and all the purchase
invoices for cement for every consignment to the authorized representative of
Engineer-in-Charge in respect of all supplies of cement brought by him to the site of
work.
1.2 The contractor shall have to obtain and furnish test certificates and all the purchase
invoices for steel for every consignment to the authorized representative of Engineer-
in-Charge in respect to fall supplies of steel brought by him to the site of work.
1.3 Samples shall also be taken and got tested by the authorized representative of Engineer-
in-Charge as per the provisions in this regard in relevant BIS codes. In case the test
results indicate that the steel arranged by the contractor does not conform the
specifications, 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 on written orders from Engineer-
in-Charge to do so.
1.4 The steel reinforcement bars shall be brought to the site in bulk supply of10tonnes or
more or as decided by the Engineer-in-Charge.
1.5 The steel reinforcement bars shall be stored by the contractor at site of work in such a
way as to prevent their distortion and corrosion, and nothing extra shall be paid on this
account. Bars of different sizes and lengths shall be stored separately to facilitate easy
counting and checking.
1.6 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, and at frequency not
less than that specified below:
Size of bar For Consignment below 100 For Consignment above 100
tonnes tonnes
Under 10mm dia bars One sample for each 25 tonnes One sample for each 40 tonnes
or part thereof or part thereof
10mm to 16mm dia One sample for each 35 tonnes One sample for each 45 tonnes
bars or part thereof or part thereof
Over 16mm dia bars One sample for each45 tonnes One sample for each 50 tonnes
or part thereof or part thereof
1.7 The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the contractor.
The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained . The theoretical consumption of steel shall be worked out as per procedure
prescribed in Clause 38of the General conditions of the contract (GCC) for EPC project
being part of this contract and shall be governed by conditions laid therein. In case the
Correction –Nil Insertion –Nil Deletion –Nil Overwriting-Nil
156
consumption is less than theoretical consumption including permissible variations
,recovery at the rate as mentioned in Schedule ‘F’ will be made . In case of excess
consumption no adjustment need to be made.
1.8 The steel brought to site and the steel remaining unused shall not be removed from site
without the permission of the Engineer-in-Charge.
The unit weight for TMT Steel reinforcement bars shall be within the permissible weight
variations as per latest CPWD Specifications. If the average actual unit weight is less than
the standard unit weight, then the average actual unit weight shall be accepted if it is
within the permissible weight variations as per latest CPWD Specifications, otherwise lot
will be rejected. However, deductions shall be made for the difference in average actual
unit weight and standard unit weight at the rate mentioned in Clause 38 in Schedule ‘F’.