NIT17
NIT17
भारतसरकार
                               GOVERNMENT OF INDIA
                                 क ीयलोकिनमाणिवभाग
                         CENTRAL PUBLIC WORKS DEPARTMENT
Name of Work: Hyperloop site development works SH: Providing 300mtr long RCC road, hill earth
filling, pipe culvert, kerb stone fixing including painting, Hume pipe laying for service lines and
Street lighting & area lighting at IITM Discovery Campus, Thaiyur, Chengalpattu (Dist),
Tamilnadu-603103
NIT
Correction/Ommission/Insertion/Overwriting-Nil                  AE                   EE&SM
                                                                       2
-Blank-
                               GOVERNMENT OF INDIA
           OFFICE OF THE SUPERINTENDING ENGINEER CUM PROJECT DIRECTOR
                        CENTRAL PUBLIC WORKS DEPARTMENT,
                IITM PROJECT CIRCLE, IIT MADRAS CAMPUS, CHENNAI-36
Name of Work: Hyperloop site development works SH: Providing 300mtr long RCC road, hill earth
filling, pipe culvert, kerb stone fixing including painting, Hume pipe laying for service lines and
Street lighting & area lighting at IITM Discovery Campus, Thaiyur, Chengalpattu (Dist),
Tamilnadu-603103
                                        INDEX
 Sl. No                                Description                                      Page No
    1       NIT Title                                                                       1
    2       Index                                                                           3
  PART-A
     3      Information & Instructions for Bidders for e-Tendering                          5
     4      Section I - Brief Particulars Of The Work                                       8
     5      Receipt Of Deposition of Original EMD/Bid Security (Form F)                     9
    6       Form G (Undertaking on Structural Stability and soundness)                      10
    7      Form J (Declaration about Site Inspection)                                       11
    8      Porforma of Bank Guarantee                                                       12
    9      CPWD-6 for e-Tending                                                             14
    10     CPWD-7 for Pecentage Tender                                                      18
    11     Proforma of Schedules                                                            20
    12     List Of Equipment for Field Testing Laboratory                                   26
    13     Field Testing Instruments                                                        27
  PART-B (Particular Specification and Special Condition)                                   29
     14    Special Conditions                                                               31
     15    Conditions to work in IIT Madras Discovery Campus, Thaiyur                       51
     16    Additional Condition                                                             55
     17    Cement and Steel brought by the Contractor                                       57
     18    Additional conditions and Specifications for RCC work                            60
           Particular Specification and Additional Conditions for Water Proofing            67
     19    Work
     20    Guarantee to be executed by the contractor for Water Proofing Work               68
     21    Additional Specification                                                         70
     22    List of Approved Make of Materials                                               78
Bid document containing pages 1 to 139 (Pages One to One Hundred and Thirty Nine only) is approved
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING PART OF BID DOCUMENT
   The Executive Engineer & Senior Manager (C), IITMPC, CPWD, IITM Campus, Chennai-600036 (e-mail id:
   chneeiitmpd@cpwd.gov.in) on behalf of the President of India invites online percentage rate composite
   bids from the approved and eligible contractors of CPWD for the following work:
   The agency has to work round o’clock 24x7 in shift basis till the completion of work period mentioned in
   the NIT to complete the work on war-foot manner before visit of VVIP of Government of India. This is
   national important work and time bound and to be completed within 45 days stipulated in the contract.
   Those contractor who can work and complete the work on the above manner can participate in this
   tendering process with true sprit.
                                                                                                                                                Period of Completion
                                                                                                                                                                            Last date & time of
                                                                                                                                Earnest Money
submission
                                                                                                                                                                                 deposition
            NIT No.
Sl. No
                                                                                                                                                                                     NIT
1                2                                              3                                   4                               5              6                               7                     8
         17/2024-25/EE&SM(C)/IITMPC/Chennai
                                                                                                                                                                                                      on 01.01.2025
                                                                                                                                ₹. 2,52,832/-
                                                                                                 ₹. 1,26,41,601/-
                                                                                                                                                                                                        03.30 PM
                                                                                                                                                45 days
    1. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only
       submit his bid if he considers himself eligible and he is in possession of all the documents
       required.
    2. Information and Instructions for bidders posted on website shall form part of bid document.
    3. The bid document consisting of plans, specifications, the schedule of quantities of various
       types of items to be executed and the set of terms and conditions of the contract to be
   Correction/Ommission/Insertion/Overwriting-Nil                                        AE-III                                                 EE&SM (C )
                                                                                                    6
    complied with and other necessary documents can be seen and downloaded from website
    https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
4. But the bid can only be submitted after submission of original EMD either in the office of
   Executive Engineer inviting bids or division office of any Executive Engineer, CPWD within the
   period of bid submission and uploading the mandatory scanned documents such as Insurance
   Surety Bonds, Account Payee Demand draft or Bankers Cheque or Fixed Deposit Receipts or/
   and Bank Guarantee (for balance amount as prescribed) from any of the Commercial Bank
   towards EMD in favour of the Executive Engineer, CCD-II,CPWD, Chennai, receipt for
   deposition of original EMD to division office of any Executive Engineer (including NIT issuing
   EE/ AE), CPWD and other documents as specified.
5. Those contractors, who are not registered or have not updated their profile on the website
   mentioned above, are required to get registered / update their profile before hand. The
   necessary training materials including the videos with step-to-step process are available on
   download section of https://etender.cpwd.gov.in.
6. The intending bidder must have valid Class-III digital signature certificate with encryption key
   (combo type) to perform any operations / transactions on the e-tendering portal / website
   and the bidder should download and install the eMsigner on their system as per instructions
   available on download section of https://etender.cpwd.gov.in.
7. On opening date, the contractor can login and see the bid opening process. After opening of
   bids he will receive the competitor bid sheets.
8. Contractor can upload documents in the form of JPG format and PDF format.
9. Contractor must ensure to quote rate of each item. The column meant for quoting rate in
   figures appears in yellow colour and the moment rate is entered, it turns sky blue. In addition
   to this, while selecting any of the cells a warning appears that if any cell is left blank the same
   shall be treated as "0". Therefore, if any cell is left blank and no rate is quoted by the bidder,
   rate of such item shall be treated as "0" (ZERO). However, if a tenderer quotes nil rates
   against each item in item rate tender or does not quote any percentage above/below on the
   total amount of the tender or any section/sub head in percentage rate tender, the tender
   shall be treated as invalid and will not be considered as lowest tenderer
10. The department reserves the right to reject any prospective application without assigning any
    reason and to restrict the list of qualified contractors to any number deemed suitable by it, if
    too many bids are received satisfying the laid down criterion.
11. List of Documents to be scanned and uploaded within the period of bid submission:
   I. Insurance Surety Bond, Demand Draft/ Account Payee Banker's Cheque / FDR/ Bank
        Guarantee of any commercial Bank against EMD.
   II. Copy of receipt for submission of original EMD
  III. GST registration Certificate, if already obtained by the bidder.
        If the bidder has not obtained GST registration as applicable for the State/UT where the
        work to be executed, then he shall scan and upload following undertaking along with bid
        documents.
        "If work is awarded to me, I/we shall obtain GST registration certificate as applicable
        within one month from the date of receipt of award letter or before release of any
        payment by CPWD, whichever is earlier, failing which I/we shall be responsible for any
        delay in payments which will be due towards me/us on account of the work executed
        and/or for any action taken by CPWD or GST department in this regard".
   IV. CPWD Enlistment order of the contractor.
   V. Copy of duly signed power of attorney by all partners/directors incase of partnership firm.
   VI. Undertaking on Structural Stability and soundness as per prescribed format Form “G”.
   VII. Certificate for ERP training by any CPWD Training institutes.
  VIII. Declaration about Site Inspection done as per prescribed format Form “J”.
The agency has to work round o’clock 24x7 in shift basis till the completion of work period mentioned in
the NIT to complete the work on war-foot manner before visit of VVIP of Government of India. This is
national important work and time bound and to be completed within 45 days stipulated in the contract.
Those contractor who can work and complete the work on the above manner can participate in this
tendering process with true sprit.
                                                  SECTION I
                                       BRIEF PARTICULARS OF THE WORK
1.   Salient details of the work for which bids are invited are as under:
     Sl                      Name of Work                                   Estimated Cost               Period of
     No                                                                                                  Completion
      1     Hyperloop site development works SH:
            Providing 300mtr long RCC road, hill earth filling,
            pipe culvert, kerb stone fixing including painting,                  ₹. 1,26,41,601/-
            Hume pipe laying for service lines and Street                    (Civil- ₹. 95,87,943/- +     45 days
            lighting & area lighting at IITM Discovery                      Electrical- ₹.30,53,658/-)
            Campus,       Thaiyur,    Chengalpattu       (Dist),
            Tamilnadu-603103
2.   The work is situated at IIT Madras Discovery Campus, Thaiyur ‘B’ village, Chengalpattu District, Tamil
     Nadu, Pin Code-603103
     The agency has to work round o’clock 24x7 in shift basis till the completion of work period
     mentioned in the NIT to complete the work on war-foot manner before visit of VVIP of Government
     of India. This is national important work and time bound and to be completed within 45 days
     stipulated in the contract. Those contractor who can work and complete the work on the above
     manner can participate in this tendering process with true sprit.
FORM-F
Name of Work: Hyperloop site development works SH: Providing 300mtr long RCC road, hill earth filling,
pipe culvert, kerb stone fixing including painting, Hume pipe laying for service lines and Street lighting &
area lighting at IITM Discovery Campus, Thaiyur, Chengalpattu (Dist), Tamilnadu-603103
4. Name of Contractor :
5. Form of EMD :
Form 'G'
I/we undertake and confirm that any building / infrastructure constructed by our firm /partnership
firm/ company has not suffered any failure, making it unfit for intended use, either due to structural
defects or due to use of sub-standard materials or execution of sub-standard work, poor workmanship or
any other reason during the last 25 (twenty five) years.
I/we, further, undertake that if such information comes to the notice of CPWD, then Engineer-in-Charge
shall be free to terminate the bid/agreement and to forfeit the entire amount of earnest money
deposit, performance guarantee and security deposits.
I/we, also undertake that in addition to above, the Engineer-in-Charge shall be free to debar us forever
from tendering in CPWD.
The decision of Engineer-in-Charge or any higher authority shall be final and binding.
Note: Affidavit to be furnished on a 'Non-judicial' stamp paper of Rs. 200/- (scanned copy of the
notarized affidavit to be uploaded at the time of submission of bid).
Form-J
To
The Executive Engineer & Senior Manager (C),
IITMPC, CPWD, Chennai
Name of Work: Hyperloop site development works SH: Providing 300mtr long RCC road, hill earth filling, pipe culvert,
kerb stone fixing including painting, Hume pipe laying for service lines and Street lighting & area lighting at IITM
Discovery Campus, Thaiyur, Chengalpattu (Dist), Tamilnadu-603103
Dear Sir,
          It is hereby declared that as per CPWD–6 FOR e-BIDDING and as per terms and conditions of this tender
document, I/ We, the bidder inspected and examined the subject site and its surrounding and satisfy myself / ourselves
as to the nature of the ground and sub-soil (so far as is practicable), the forms and nature of the site./ ourselves before
submitting the bid, the accommodation which may require and all necessary information as to risks, contingencies and
other circumstances which may influence or affect our bid have been obtained. I/We, the bidder, shall have full
knowledge of the site and no extra charge consequent upon any misunderstanding or otherwise shall be claimed on a
later date.
          I /We, the bidder shall be responsible for arranging and maintaining at own cost all materials, tools & plants,
water, electricity access, facilities for workers and all other services required for executing the work unless otherwise
specifically provided for in the contract documents. Submission of a bid by me/us implies that I / We have read this
notice and all other contract documents and has made myself /ourselves aware of the scope and specifications of the
work to be done and local conditions and other factors having a bearing on the execution of the work.
Yours faithfully
 Whereas the Executive Engineer & Senior Manager (C), IITMPC, CPWD, Chennai on behalf of the
 President of India (hereinafter called "The Government”) has invited bids under NIT No:
 17/2024-25/EE&SM(C)/IITMPC/Chennai for the work of “Hyperloop site development works SH:
 Providing 300mtr long RCC road, hill earth filling, pipe culvert, kerb stone fixing including painting, Hume
 pipe laying for service lines and Street lighting & area lighting at IITM Discovery Campus, Thaiyur,
 Chengalpattu (Dist), Tamilnadu-603103”
 The Government has further agreed to accept irrevocable Bank Guarantee for Rs........................ (Rupees
 ......................................................................................... only) valid up to......... (Date)*........ Issued in
 favour of Executive Engineer, Chennai Central Division-II, CPWD, Chennai as Earnest Money Deposit
 from......................... (Name and address of contractor)…………………………………………………...... (Hereinafter
 called "the contractor") for compliance of his obligations in accordance with the terms and conditions of
 the said NIT.
                                                                                  OR**
 Whereas The Executive Engineer & Senior Manager (C), IITMPC, CPWD, Chennai on behalf of
 the President of India (herein after called "The Government”) has entered into an agreement bearing
 number……………with......................(name and address of the contractor)……………(herein
 after called "the Contractor”) for execution of work Hyperloop site development works SH: Providing
 300mtr long RCC road, hill earth filling, pipe culvert, kerb stone fixing including painting, Hume pipe
 laying for service lines and Street lighting & area lighting at IITM Discovery Campus, Thaiyur,
 Chengalpattu (Dist), Tamilnadu-603103. The Government has further agreed to accept an
 irrevocable Bank Guarantee for Rs........................ (Rupees ……………………………………………….....
 only) valid up to............. (Date)...................... issued in favour of the Executive Engineer, Chennai
 Central Division-II, Chennai as Performance Guarantee/Security Deposit/Mobilization Advance from
 the said Contractor for compliance of his obligations in accordance with the terms and conditions of the
 agreement.
2.       We,........................(indicate the name of the Bank) do hereby undertake to pay the amount due and
       payable under this guarantee without any demur, merely on a demand from the Government stating
       that the amount claimed is required to meet the recoveries due or likely to be due from the said
       Contractor. Any such demand made on the Bank shall be conclusive as regards the amount due and
       payable by the Bank under this Guarantee. However, our liability under this guarantee shall be
       restricted                 to            an         amount          not          exceeding         Rs.........
       (Rupees……………………………………………………………………………..only).
3.         We,..................(indicate the name of the Bank), further undertake to pay the Government any
       money so demanded not withstanding any dispute or disputes raised by the contractor in any suit or
       proceeding pending before any court or Tribunal, our liability under this Bank Guarantee being
       absolute and unequivocal. The payment so made by us under this Bank Guarantee shall be a valid
       discharge of our liability for payment there under and the Contractor shall have no claim against us for
       making such payment.
4.      We,.....................(indicate the name of the Bank), further agree that the Government shall have the
       fullest liberty without our consent and without affecting in any manner our obligation here under to
       vary any of the terms and conditions of the said agreement or to extend time of performance by the
       said Contractor from time to time or to postpone for anytime or from time to time any of the powers
       exercisable by the Government against the said contractor and to for bear or enforce any of the terms
       and conditions relating to the said agreement and we shall not be relieved from our liability by reason
       of any such variation or extension being granted to the said Contractor or for any forbearance, act of
       omission on the part of the Government or any indulgence by the Government to the said Contractor
       or by any such matter or thing whatsoever which under the law relating to sureties would, but forth is
       provision, have effect of so relieving us.
5.       We,...................(indicate the name of the Bank) further agree that the Government at its option shall
       be entitled to enforce this Guarantee against the Bank as a principal debtor at the first instance
       without proceeding against the Contractor and not with standing any security or other guarantee the
       Government may have in relation to the Contractor's liabilities.
6.       This guarantee will not be discharged due to the change in constitution of the Bank or the
       Contractor.
7.       We ................. (Indicate the name of the Bank) ……………… undertake not trevoke this
       guarantee except with the consent of the Government in writing.
8.        This Bank Guarantee shall be valid upto (date)……………..Unless extended on demand by the
       Government. Not with standing anything mentioned above, our liability against this guarantee is
       restricted to Rs……………. (Rupees…………………………. Only) and unless a claim in writing is lodged
       with us within the date of expiry or extended date of expiry of this guarantee, all our liabilities
       under this guarantee shall stand discharged.
      Date: …………….
             Witness:                                        Authorized signatory
              1. Signature......                             Name
                 Name and address
                                                             Designation
              2. Signature......
                 Name and address                            Staff Code No.
      *Date to be worked out on the basis of validity period of 90 days where only financial bids are invited
      and 180 days for two/three bid system from the date of submission of tender.
      **In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
      earnest money or for performance guarantee/security deposit/mobilization advance, as the case may
      be.
1. The Executive Engineer & Senior Manager(C), IITMPC, CPWD, IITM Campus, Chennai-600036 e-mail
   id:chneeiitmpd@cpwd.gov.in) on behalf of the President of India invites online Percentage rate
   composite bids from approved and eligible contractors of CPWD for the work of:
    Hyperloop site development works SH: Providing 300mtr long RCC road, hill earth filling, pipe culvert,
    kerb stone fixing including painting, Hume pipe laying for service lines and Street lighting & area
    lighting at IITM Discovery Campus, Thaiyur, Chengalpattu (Dist), Tamilnadu-603103
The enlistment of the contractors should be valid on the last date of submission of bids.
    In case the last date of submission of bid is extended, the enlistment of contractor should be valid on
    the original date of submission of bids.
1.1. The work is estimated to cost Rs. 1,26,41,601/- This estimate, however, is given merely as a rough
     guide.
2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7 which is
   available as a Govt. of India Publication and also available on website www.cpwd.gov.in. Bidders shall
   quote his rates as per various terms and conditions of the said form which will form part of the
   agreement.
3. The time allowed for carrying out the work will be 2 months from the date of start as defined in
   schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the
   phasing, if any, indicated in the bid documents.
5. The bid document consisting of plans, specifications, the schedule of quantities of various types of
   items to be executed and the set of terms and conditions of the contract to be complied with and
   other necessary documents except Standard General Conditions of Contract Form can be seen on
   website https://etender.cpwd.gov.in or www.cpwd.gov.in free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but before
   last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s)any number of
   times (he need not re-enter rate of all the items) but before last date and time of submission of bid as
   notified.
8. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
   Receipt, Banker's Cheque or Bank Guarantee (for balance amount as prescribed) from any of the
   Commercial Banks (drawn in favour of the Executive Engineer, CCD-II, CPWD, Chennai) shall be
   scanned and uploaded on the e-Tendering website within the period of bid submission. The original
   EMD should be deposited either in the office of Executive Engineer inviting bids or division office of any
   Executive Engineer, CPWD within the period of bid submission. The EMD receiving Executive Engineer
   (including NIT issuing EE) shall issue a receipt of deposition of earnest money deposit to the bidder in a
   prescribed format (enclosed) uploaded by tender inviting EE in the NIT.A part of earnest money is
   acceptable in the form of bank guarantee also. In such case, minimum 50% of earnest money or Rs. 20
   lakhs, whichever is less, shall have to be deposited in shape prescribed above, and balance may be
   deposited in shape of Bank Guarantee of any Commercial bank having validity for a period of 90 days
   or more from the last date of receipt of bids which is to be scanned and uploaded by the intending
   bidders.
       The earnest money given by all the tenderers except the lowest tenderer shall be refunded
       immediately after the expiry of stipulated bid validity period or immediately after acceptance of the
       successful bidder, whichever is earlier.
       Copy of Enlistment Order and other documents as specified in the notice inviting e- tender shall be
       scanned and uploaded on the e-Tendering website within the period of bid submission. However,
       certified copy of all the scanned and uploaded documents as specified in e- tender notice shall have
       to be submitted by the lowest bidder within a week physically in the office of tender opening
       authority. Online bid documents submitted by intending bidders shall be opened only of those bidders,
       whose Original EMD deposited with any division of CPWD and other documents scanned and uploaded
       are found in order.
 9.  The bid submitted shall become invalid and e-Tender processing fee shall not be refunded if:
9.1. The bidder is found ineligible.
9.2. The bidder does not upload scanned copies of all the documents stipulated in the bid document.
9.3. If any discrepancy is noticed between the documents as uploaded at the time of submission of bid and
     hardcopies as submitted physically by the lowest bidder in the office of bid opening authority.
9.4. If a tenderer quotes does not quote any percentage above/below on the total amount of the tender or
     any section / sub head in percentage rate tender, the tender shall be treated as invalid and will not be
     considered as lowest tenderer.
 10. The contractor whose bid is accepted will be required to furnish performance guarantee at specified
     percentage of the tendered amount as mentioned in schedule E and within the period specified in
     Schedule F. This guarantee shall be in the form of Insurance Surety Bonds, Account Payee Demand
     Draft, Fixed Deposit Receipt or Bank Guarantee from any of the Commercial Banks in accordance with
     the prescribed form (drawn in favour of the Executive Engineer, CCD-II, CPWD, Chennai). In case the
     contractor fails to deposit the said performance guarantee within the period as indicated in Schedule
     'F', including the extended period if any, the Earnest Money deposited by the contractor shall be
     forfeited automatically without any notice to the contractor. The earnest money deposited along with
     bid shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is
     accepted will also be required to furnish either copy of applicable licenses/ registrations or proof of
     applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board including
     Provident Fund Code No. If applicable and also ensure the compliance of aforesaid provisions by the
     subcontractors, if any engaged by the contractor for the said work within the period specified in
     Schedule F.
    Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
    themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
    practicable), the form and nature of the site, the means of access to the site, the accommodation they
    may require and in general shall themselves obtain all necessary information as to risks, contingencies
    and other circumstances which may influence or affect their bid. A bidders shall be deemed to have
    full knowledge of the site whether he inspects it or not and no extra charge consequent on any
    misunderstanding or otherwise shall be allowed. The bidders shall be arranging and maintaining at his
    own cost all materials, tools & plants, water, electricity access, facilities for workers and all other
    services required for executing the work unless otherwise specifically provided for in the contract
    documents. Submission of a bid by a bidder implies that he has read this notice and all other contract
    documents and has made himself aware of the scope and specifications of the work to be done and of
    conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government
    and local conditions and other factors having a bearing on the execution of the work.
12. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
    any other bid and reserves to itself the authority to reject any or all the bids received without the
    assignment of any reason. All bids in which any of the prescribed condition is not fulfilled or any
    condition including that of conditional rebate is put forth by the bidders shall be summarily rejected.
13. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the bids
    submitted by the contractors who resort to canvassing will be liable for rejection.
14. The competent authority on behalf of President of India reserves to himself the right of accepting the
    whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.
15. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case of
    contractors of Horticulture/Nursery category) responsible for award and execution of contracts, in
    which his near relative is posted a Divisional Accountant or as an officer in any capacity between the
    grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the
    names of persons who are working with him in any capacity or are subsequently employed by him and
    who are near relatives to any gazetted officer in the Central Public Works Department or in the
    Ministry of Housing and Urban Affairs. Any breach of this condition by the contractor would render him
    liable to be removed from the approved list of contractors of this Department.
16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or Administrative
    duties in an Engineering Department of the Government of India is allowed to work as a contractor for
    a period of one year after his retirement from Government service, without the prior permission of the
    Government of India in writing. This contract is liable to be cancelled if either the contractor or any of
    his employees is found any time to be such a person who had not obtained the permission of the
    Government of India as aforesaid before submission of the bid or engagement in the contractor’s
    service.
17. The bids for the works shall remain open for acceptance for a period of thirty (30) days from the date
    of opening of technical bid. Further
 i. If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
    tender which is not acceptable to the department within 7 days after last date of submission of bids,
    then the Government shall without prejudice to any other right or remedy, be at liberty to forfeit 50%
    of the earnest money absolutely irrespective of letter of acceptance for the work is issued or not.
ii. If any tenderer withdraws his tender or makes any modification in the terms & conditions of the
    tender which is not acceptable to the department after expiry of 7 days after last date of submission of
    bids, then the Government shall without prejudice to any other right or remedy, be at liberty to forfeit
    100% of the earnest money absolutely irrespective of letter of acceptance for the work is issued or not.
iii. In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders shall not be
     allowed to participate in the rebidding process of the same work.
18. This notice inviting Bid shall form a part of the contract document. The successful bidders/contractor,
    on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
    start of the work, sign the contract consisting of:-
(a) The Notice Inviting Bid, all the documents including additional conditions, specifications and drawings, if
    any, forming part of the bid as uploaded at the time of invitation of bid and the rates quoted online at
    the time of submission of bid and acceptance there of together with any correspondence leading
    thereto.
(b) Standard C.P.W.D. Form 7.
 19. The intending bidders are required to update their profile in CPWD e- tender portal
     (https://etender.cpwd.gov.in) and to upload their bids well in advance of last date of submission of
     tender. Any issue related to updating profile/uploading tender can be resolved through the concerned
     Executive Engineer (e-mail Id: chneeiitmpd@cpwd.gov.in) or ERP Help Line No. 18001803286 or e-
     mail Id cpwd.support@ techmahindra.com. The e-tendering bidders are also advised not to wait to
     raise any issues till the last date of submission of Bid in their own interest. If any descripencies noticed
     between details uploaded and reports generated in ERP the bid will be rejected without further
     notice.
                                                                                           CPWD – 7
                                       GOVERNMENT OF INDIA
                                 CENTRAL PUBLIC WORKS DEPARTMENT
   Hyperloop site development works SH: Providing 300mtr long RCC road, hill earth filling, pipe culvert,
   kerb stone fixing including painting, Hume pipe laying for service lines and Street lighting & area
   lighting at IITM Discovery Campus, Thaiyur, Chengalpattu (Dist), Tamilnadu-603103
    (i) Last date and time of submission of e-tenders shall be 03.00 PM hours on 01.01.2025 to / upload
        at the website https://etender.cpwd.gov.in
    (ii) To be opened in presence of tenderers who may be present at 03.30 PM on 01.01.2025 in the
         Office of The Executive Engineer & Senior Manager (C), CPWD, IITMPC, Warden Quarter No 5,
         Behind Himalaya Mess, IIT Madras Campus, Chennai-600036.
TENDER
I / We have read and examined the notice inviting tender, all schedules, Specifications applicable, Drawing
& Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions,
Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.
I / We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the
specifications, designs, drawings and instructions in writing referred to in Rule - 1 of General Rules and
Directions and in Clause 11 of the conditions of contract and with such materials as are provided for, by,
and in respect of accordance with, such conditions so far as applicable.
I/ We agree to keep the tender open for 30 (Thirty) days from the due date of its opening and not to make
any modifications in its terms and conditions.
I/We have deposited EMD for the prescribed amount in the office of concerned Executive Engineer as per
the bid document.
A copy of earnest money deposit receipt of prescribed amount deposited in the form of Insurance Surety
Bonds, Account Payee Demand Draft, Fixed Deposit Receipt, Banker's Cheque or Bank Guarantee (as
prescribed) issued by a Commercial Bank, is scanned and uploaded (strike out as the case may be). If I/We,
fail to furnish the prescribed performance guarantee within prescribed period, I/We agree that the
President of India or his successors, in office shall without prejudice to any other right or remedy, be at
liberty to forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified,
I/We agree that President of India or his successors in office shall without prejudice to any other right or
Correction/Ommission/Insertion/Overwriting-Nil       AE-III              EE&SM (C )
                                                                                                                    19
remedy available in law, be at liberty to forfeit the said the performance guarantee absolutely. The said
performance guarantee to execute all the works referred to in the tender documents upon the terms and
conditions contained or referred to those in excess of that limit at the rates to be determined in accordance
with the provision contained in Clause 12.2 and 12.3 of the tender form.
Further I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as aforesaid,
I/We shall be debarred for participation in the re-tendering process of the work.
I / We hereby declare that I / We shall treat the tender documents drawings and other records connected
with the work as secret / confidential documents and shall not communicate information derived there
from to any person other than a person to whom I / We am / are authorized to communicate the same or
use the information in any manner prejudicial to the safety & integrity of the State.
Dated:
Signature of Contractor
Address:
Occupation:
ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned here under) is accepted by me
for and on behalf of the President of India for a sum of Rs…………………………………………………………………………..
(Rupees……………………………………………………………………......................................................................................)
The letters referred to below shall form part of this contract Agreement: -
i)
  ii)
                                                                        For & on behalf of the President of India
                                                                        Signature
  Date                                                                  Designation
                                   PROFORMA OF SCHEDULES
                   (Separate Performa for Civil &, Elect in case of Composite Tenders)
SCHEDULE ‘A
SCHEDULE ‘D’
Extra schedule for specific requirement/document for the work, if any Nil
SCHEDULE ‘E’
Reference to General Conditions of contract: GCC-2023 (Construction Works) for Central Public Works
Department with correction slips / ammendments if any issued upto previous day of the submission of
bid
   Name of Work: Hyperloop site development works SH: Providing 300mtr long RCC road, hill earth
   filling, pipe culvert, kerb stone fixing including painting, Hume pipe laying for service lines and Street
   lighting & area lighting at IITM Discovery Campus, Thaiyur, Chengalpattu (Dist), Tamilnadu-603103
  SCHEDULE ‘F’
  GENERAL RULES & DIRECTIONS:
   Officer inviting tender                       :   EE & Senior Manager (C), IITMPC CPWD, Chennai or his
                                                     successor there of
   Maximum percentage for quantity of            :   See Below
   items of work to be executed beyond
   which rates are to be determined in
   accordance with Clauses 12.2 & 12.3
   Definitions:
   2(vi) Engineer-in-charge                      :
            i) Civil Works                       :   Executive Engineer & Senior Manager (C), IITMPC
                                                     CPWD, Chennai or his successor there of
   9(ii)       Standard CPWD Contract                : CPWD Form 7& GCC 2023 Construction Work modified
               Form                                    & corrected up-to last date of submission of bid with
                                                       extension if any.
Clause 1
    (i)       Time allowed for submission of Performance Guarantee, :                     5 (Five) days
              programme Chart (time and Progress) and applicable
              labour Licenses, registration with EPFO, ESIC and BOCW
              Welfare Board or proof of applying thereof from the date
              of issue of Letter of Acceptance
   (ii)        Maximum allowable extension with late fee @ 0.1% per    :                  3(Three) days
               day of Performance guarantee amount beyond the period
               provided in (i) above
  Clause 2
              Authority for fixing Compensation under clause 2.             : Superintending Engineer cum
                                                                              Project Director, IITMPC,
                                                                              CPWD, Chennai or his
                                                                              successor there of
  Clause 5
              Number of days from the date of issue of letter of :                        10(Ten) days
              acceptance for reckoning date of start
the milestone
                                                                                                       Time allowed
                                                                                                                                  Achievement
 Sl.
                                                                                                                         start)
                                                                                                                                  of Milestone
 No.                                                                                                                                  (in %
                                                                                                                                   Tendered
                                                                                                                                    amount)
   1       One-third of finanacial progress                                       15                         15                      1.5%
                                                                                 days                       days
   2       Two-third of finanacial progress                                       15                         30                      1.5%
                                                                                 days                       days
                                                                                                               Total                 5%
Time allowed for execution of work: 45 days
Authority to decide:
 (i)     Extension of time                                    Executive Engineer & Senior Manager (C),
                                                              IITMPC CPWD, Chennai or his successor there
                                                              of
 (ii)      Rescheduling of mile stones                        Superintending Engineer cum Project
                                                              Director, IITMPC, CPWD, Chennai or his
                                                              successor there of
 (iii)     Shifting of date of start in case of delay in      Superintending Engineer cum Project
           handing over of site                               Director, IITMPC, CPWD, Chennai or his
                                                              successor there of
Clause 7
Gross work to be done together with net                    Rs. 50,00,000 /-
payment / adjustment of advances for                       To mitigate the financial hard ship of the agency,
material collected, if any, since the last such            on his written request only, payment for a lesser
payment for being eligible to interim payment.             value can be considered. The decision of Engineer-
                                                           in-charge in this regard shall be final
Clause 7A
Whether Clause 7A is applicable                          Yes
Clause 8A:
Authority to decide Compensation on account if          Executive Engineer & Senior Manager (C), IITMPC
contractor fails to submit Completion plans:            CPWD, Chennai or his successor thereof
Clause 11
Specifications to be followed for for execution of civil CPWD Specification 2019, Vol. I & II with up-to-date
works:                                                   Correction slips and additional/ particular
                                                         specification mentioned in this document
Specifications to be followed for for execution of            As per Part-C
E&M works:
Clause 12
   Clause 12.2 & 12.3       Deviation Limit beyond which Clause 12.2 & 12.3                100% (Hundred
                            shall apply for all works                                       Percentage)
Clause 16
  Competent Authority for                                        SE cum Project Director,
  Deciding reduced rates                          IITMPC, CPWD, Chennai or his successor thereof
Clause 25:
Correction/Ommission/Insertion/Overwriting-Nil       AE-III                   EE&SM (C )
                                                                                                          24
Assistant Engineers retired from government service who are holding Diploma will be treated at par
with graduate engineers.
Diploma holder with minimum 10 years relevant experience with a reputed construction co. can be treated
at par with Graduate Engineers for the purpose of such deployment subject to the condition that such
diploma holders should not exceed 50% of requirement of degree engineers.
Clause 38
   (i)       (a)     Schedule/ statement for determining theoretical         DSR 2023 with upto date
                     quantityof cement & bitumen on the basis of Delhi       correction slips.
                     Schedule of Rates
   (ii)     Variations permissible on theoretical quantities:
             (a)    Cement                                                   2% (Two percent) plus/ minus.
             (b)    Bitumen for all works                                    2.5% plus only and nil on minus
                                                                             side.
             (b)    Steel Reinforcement and structural steel sections for    2% (Two percent) plus / minus
                    each diameter, section and category
             (c)    All other materials                                      Nil
                                                   ANNEXURE–I
                                LIST OF EQUIPMENT FOR FIELD TESTING LABORATORY
A. For Building Work
1.       Balances
(i)      7 kg. to 10 kg. capacity, semi-self-indicating type - accuracy 10 gm.
(ii)     500 gm. capacity, semi-self-indicating type - accuracy 1 gm.
(iii)    Pan balance- 5 kg. capacity - accuracy 10 grams.
2.       Ovens-electrically operated, thermostatically controlled up to 110°C - sensitivity 1°C.
3.       Sieves: as per IS 460-1962.
(i)      I.S. sieves - 450mm internal dia, of sizes 100 mm, 80 mm, 63mm, 50 mm, 40 mm, 25mm, 20 mm, 12.5 mm, 10 mm, 6.3
         mm, 4.75mm, complete with lid and pan.
(ii)     I.S. sieves- 200mm internal dia (brass frame) consisting of 2.36mm, 1.18mm, 600 microns, 425 microns, 300 microns,
         212 microns, 150 microns, 90 microns, 75 microns, with lid and pan.
4.       Sieve shaker capable of 200 mm and 300 mm dia sieves, manually operated with timing switch assembly.
5.       Equipment for slump test- Slump cone, steel plate, tamping rod, steel scale, scoop.
6.       Dial gauges, 25 mm travel - 0.01 mm/division least count - 2nos.
7.       100 tonnes compression testing machine, electrical-cum manually operated.
8.       Graduated measuring cylinders 200 ml capacity - 3 Nos.
9.       Enamel trays (for efflorescence test for bricks).
(i)      300 mm × 250 mm × 40 mm- 2 nos.
(ii)     Circular plates of 250 mm dia - 4 nos.
-BLANK-
PART-B
    PARTICULAR SPECIFICATIONS
                &
     SPECIAL AND ADDITIONAL
           CONDITIONS
-BLANK-
SPECIAL CONDITIONS
1.   The Contractors are advised to inspect and examine the site and its surroundings and satisfy
     themselves with the nature of site, the means of access to the site, the constraints of space for
     stacking material/machinery, labour etc., constraints put by local regulations, if any, weather
     conditions at site, general ground/sub soil conditions etc., availability of materials, availability of land
     and suitable location for construction of go downs, stores and camp, transport facilities, the extent of lead
     and lifts involved in the work (over the entire duration of contract) including local conditions or any other
     circumstances which may affect or influence submission of their bids and as required for satisfactory
     execution of the work and nothing extra whatsoever shall be paid on this account. The site is available
     for work. The contractor shall carryout survey of the work area, at his own cost, setting out the layout
     and fixing of alignment of the building as per architectural and structural drawings in consultation with
     the Engineer-in-charge and proceed further ensuring full structural continuity and integrated
     construction. Any discrepancy between the architectural drawings and actual layout at site shall be
     immediately brought to the notice of the Engineer-in-charge.
2.   The Contractor shall, if required by him, before submission of the tender, inspect the drawings in the
     Office of the Executive Engineer & Senior Manager, IITM Project Circle, CPWD, Chennai-36. The
     department shall not bear any responsibility for the lack of knowledge and also the consequences,
     there of to the Contractor. The information and data shown in the drawings and mentioned in the bid
     documents have been furnished, in good faith, for general information and guidance only. The
     Engineer-in-Charge, in no case, shall be held responsible for the accuracy thereof and/or
     interpretations or conclusions drawn there from by the Contractor and all consequences shall be
     borne by the Contractor. No claim, whatsoever, shall be entertained from the Contractor, if the data or
     information furnished in bid document is different or in-correct otherwise or actual working drawings
     are at variance with the drawings available for inspection or attached to the bid document. It is
     presumed that the Contractors Hall satisfy himself for all possible contingencies, incidental charges,
     wastages, bottlenecks etc. likely during execution of work and acts of coordination, which may be
     required between different agencies. Nothing extra shall be payable on this account.
3.   The contractor(s) shall give to the local body, police and other authorities all necessary notices etc.
     that may be required by law and obtain all requisite licenses for temporary obstructions, enclosures
     etc. and pay all fees, taxes and charges which may be levi able on account of these operations in
     executing the contract. He shall make good any damage to the adjoining property whether public or
     private and shall supply and maintain lights either for illumination or for cautioning the public at night.
4.   The contractor shall at his own expense and risk arrange land for accommodation of labour, setting up
     of office, the storage of materials, erection of temporary workshops, and construction of approach
     roads to the site of the work including land required for carrying out of all jobs connected with the
     completion of the work. If during construction it becomes necessary to remove or shift the stored
     materials shed workshop, access roads, etc. to facilitate execution of any other work by any other
     agency, the contractor shall do as directed by the Engineer-in-charge and no claim whatsoever, shall
     be entertained on this account.
5.   It shall be deemed that the contractor shall satisfy himself as to the nature and location of the work,
     transport facilities, availability of land for setting up of camp etc. The department will bear no
     responsibility for lack of such knowledge and the consequences thereof.
6.   The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day
     and night. In case of any accident to labours/ contractual staff the entire responsibility will rest on the
     part of the contractor and any compensation under such circumstances, if becomes payable, shall be
     entirely borne by the contractor.
7.   The contractor shall have to make approaches to the site, if so required and keep them in good
     condition for transportation of labour and materials as well as inspection of works by the Engineer-in-
     charge. Nothing extra shall be paid on this account.
8.   The contractor shall at his own cost submit samples of all materials sufficiently in advance and obtain
     approval of the Engineer-in-charge. Subsequently, the materials to be used in the actual execution of
     the work shall strictly conform to the quality of samples approved by the Engineer-in-charge and
     nothing extra shall be paid on this account. The acceptance of any sample or material on inspection
     shall not be a bar to its subsequent rejection, if found defective.
9.   The contractor shall at his cost, make all arrangements and shall provide necessary facilities as the
     Engineer-in-charge may require for collecting, preparing, packing forwarding and transportation of the
     required number of samples for tests & for analysis at such time and to such places as directed by the
     Engineer-in-charge, and bear all charges and cost of testing.
10. The necessary tests shall be conducted in the laboratory approved by the Engineer-in- charge. The
    samples for carrying out all or any of the tests shall be collected by the Engineer-in-charge or on his
    behalf by any other officer of CPWD. The contractor or his authorized representative shall associate
    himself in collection, preparation, packing and forwarding of such samples for the prescribed tests and
    analysis. In case he or his authorized representative is not present or does not associate himself, the
    results of such tests and consequences thereon shall be binding on the contractor.
11. Materials used on work without prior inspection and testing (where testing is necessary) and without
    approval of Engineer-in-charge are liable to be considered unauthorized, defective and not acceptable.
    The Engineer-in-charge shall have full powers to require removal of any or all of the materials brought
    to site by contractor which are not in accordance with the contract, specifications or do not conform in
    character or quality to the samples approved by the Engineer-in-charge. In case of default on the part
    of the contractor in removing rejected materials, the Engineer-in-charge shall be at liberty to have
    them removed at the risk and cost of the contractor.
12. The contractor shall make his own arrangement for the water required for execution of work and get
    the water tested at his own cost with regard to its suitability for use in the works and get written
    approval from the Engineer-in-charge before he proceeds with the use of same for execution of work.
    Nothing extra shall be paid to the contractor on this account.
13. The work shall be carried out in such a manner so as not to interfere/or effect or disturb other works
    being executed by other agencies, if any.
14. Any damages done by the contractor to any existing work or work being executed by other agencies
    shall be made good by him at his own cost.
15. The work shall be carried out in the manner complying in all respects with the requirement of relevant
    rules and regulations of the local bodies under the jurisdiction of which the work is to be executed and
    nothing extra shall be paid on this account.
16. For completing the work in time, the contractor might be required to work in two or more shifts and
    no claims whatsoever shall be entertained on this account, notwithstanding the Fact that the
    contractor will have to pay to the labours and other staff engaged directly or indirectly on the work
    according to the provisions of the labour regulations and the agreement entered upon and/or extra
    amount for any other reasons.
17. There is no electric power supply at the site of work. The contractor will have to make his own
    arrangement for obtaining electric connection from the state electricity board and make necessary
    payments directly to the department concerned and/or install generators at the site of work, if
    required and nothing extra whatsoever will be payable on this account.
18. The contractor shall maintain in good condition all work executed till the completion of the entire
    work entrusted to the contractor under this contract and nothing extra shall be paid on this account.
19. No payment will be made to the contractor for damage caused by rain, floods and other natural
    calamities whatsoever during the execution of the works and any damage to the work on this account
    shall have to be made good by the contractor at his own cost and nothing whatsoever shall be paid on
    this account.
20. The rates for all items of work, unless clearly specified otherwise, shall include the cost of all labour
    materials, de-watering and other inputs involved in the execution of the items.
21. Unless otherwise provided in the schedule of quantities or CPWD specifications the rates tendered by
    the contractor shall be all-inclusive and shall apply to all heights, depths, leads and lifts.
22. No claim whatsoever for idle labour, additional establishments, costs of hire and labour charges for
    tools and plants etc. would be entertained under any circumstances.
23. For the safety of all labour directly or indirectly employed in the work for the performance of the
    contractor's part of this agreement, the contractor shall, in addition to the provisions of CPWD safety
    code and directions of the Engineer-in-charge make all arrangements to provide facility as per the
    provisions of Indian Standard Specifications (Codes) listed below and nothing extra shall be paid on this
    account.
24. The contractor shall take all precautions to avoid all accidents by exhibiting necessary caution boards
    and by providing red flags, red lights and barriers. The contractor shall be responsible for any accident
    at the site of work and consequences thereof.
25. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by the
    contractor, on all the boulders, metal shingle, earth, aggregates, sand, bajri, Brick bats etc. collected by
     him for the execution of the work direct to the concerned Revenue Authority of the State or Central
     Government and the amount paid shall not be reimbursed in any form whatsoever.
26. In case of any difference or discrepancy between the description of items, particular specifications for
    individual items of work (including special conditions) and I.S. Codes etc., the following order of
    preference shall be observed:
      (1) Nomenclature of the item.
      (2) Drawings
      (3) Additional Specifications, particular specifications, special / additional conditions if any as defined
          in the contract documents.
      (4) CPWD Specifications.
      (5) Indian Standards Specifications of B.I.S.
      (6) ASTM, BS or other foreign origin codes mentioned in tender document
      (7) Manufacturer’s specifications.
      (8) Sound Engineering practices. Standard textbooks.
      (9) If none of the above is available decision of Engineer-in-Charge will be Final.
27. The works to be governed by this contract shall cover delivery and transportation up todestination,
    safe custody at site, insurance, erection, testing and commissioning of the entire work.
      The works to be undertaken by the contractor shall inter-alia include the following:
(i) Preparation of Shop drawings, fabrication drawings and ‘AS BUILT’ drawings
(ii) Obtaining of Statutory permissions wherever applicable and required.
(iii) Pre-commissioning tests as per relevant standard specifications, code of practice, Acts and Rules
      wherever required.
     Warranty obligation for the equipment and / or fittings / fixtures supplied by the contractor:
     Contractor shall provide all the shop drawings or layout drawings for all the co- ordinate services
     before starting any work or placing any order of any of the services etc. These shop drawings/layout
     drawings shall be got approved from Engineer-in-charge before implementation and this shall be
     binding on the contractor. The contractor shall submit material submittals along with material sample
     for approval of Engineer-in-Charge prior to delivery of material at site.
28. The work shall be carried out in accordance with the approved architectural drawings and structural
    drawings & service drawings. Before commencement of any item of work the contractor shall
    correlate all the relevant architectural and structural drawings, Specifications etc. issued for the work
    and satisfy himself that the information available from there is complete and unambiguous. The figure
    and written dimension of the drawings shall be superseding theme asurement by scale. The
    discrepancy, if any, shall be brought to the notice of the Engineer-in-charge before execution of the
    work. The contractor alone shall be responsible for any loss or damage occurring by the
    commencement of work on the basis of any erroneous and or incomplete information and no claim
    whatsoever shall be entertained by the department on this account. The delay caused on account of
    non-timely action by the contractor in resolution of the differences whatsoever shall not be
    considered as valid ground for extension of time unless otherwise accepted by Engineer-in-charge.
29. The contractor shall take instructions from the Engineer-in-Charge regarding collection and stacking of
    materials at suitable place. No stacking of materials or excavated earth or building rubbish shall be
    stack edonare as where other buildings, roads, services and compound walls are to be constructed.
    The stacking shall take place as per stacking plan. However, if any change is required, the same shall be
    done with the approval of Engineer-in-Charge.
Correction/Ommission/Insertion/Overwriting-Nil          AE-III               EE&SM (C )
                                                                                                         35
30. The contractor shall bear all incidental charges for cartage, storage and safe custody of materials, if
    any, issued by department as well as to those materials also arranged by the contractor.
31. Any cement slurry added over base surface (or) for continuation of concreting for better bond is
    deemed to have been built in the execution of work and nothing extra shall be payable or extra
    cement considered in consumption on this account.
32. The contractor shall give performance test of the entire installation(s) as per the specifications in the
    presence of the Engineer-in-charge or his authorized representative before the work is finally accepted
    and nothing extra what-so-ever shall be payable to the contract or for such test.
33. Use of Manufactured sand (M-sand) is allowed in all items of work except plastering works without any
    cost adjustment i.e. without any extra payment to contractor or without any recovery from contractor.
    For plastering P-Sand / Ready mix cement plaster shall be used as approved by the Engineer-in-
    Charge. The Gradation of sand to be used on Masonry works shall conform to the requirements in
    Table 1 of IS 2116-1900. Gradation details of crushed stone sand for Internal Wall, External wall and
    Ceiling Plastering shall as in Table 1 of IS 1542:1992.
34. Water tanks, taps, water supply & drainage pipes, fittings & accessories should conform to bye- laws of
    local body/ corporation, where CPWD specifications are not available. The Contractor should engage
    approved, licensed plumbers for the work and get the materials (fixtures/fittings) tested, by the
    municipal Body/Corporation authorities wherever required at his owncost. The Contractor shall submit
    for the approval of the Engineer-in-charge, the name of the plumbing agency (along with their working
    experience in recent past) proposed to be engaged by him.
35. All Stone aggregates, sand, stone dust, etc shall be obtained only from the quarry or other source
    approved by the Engineer in charge before they are actually procured and used in the work. The rate
    for the items mentioned in the schedule of quantities includes all charges and nothing-extra payable
    on anyaccount.
36. Income tax, work contract tax, labour cess, GST & other statutory deductions etc. shall be made at
    source as per the prevalent laws. The deductions of Security Deposit, Income-Tax, and Works Contract
    Tax etc. shall be done after calculation of the due payments and net payment shall be reduced
    accordingly.
37. The ESI and EPF contribution on the part of employer in respect of this contract shall be paid by the
    Contractor. These contributions on the part of employer paid by the Contractor shall be reimbursed
    by the Engineer-in-charge in charge to the Contractor on actual basis. The applicable and eligible
    amount of EPF and ESI shall be reimbursed preferably within 7 days but not later than 30 days of
    submission of documentary proof of payment which are in order. Payment for ESI and EPF
    contribution shall be made for the labour engaged in this project separately. Any proof of payment
    containing labours engaged in this project as well as other projects shall not be considered for
    reimbursement.
40. No payment shall be made for any damage caused by rain, snowfall, flood or any other natural
    calamity, whatsoever during the execution of the work. The contractor shall be fully responsible for
    any damage to the govt. property and the work for which payment has been advanced to him under
    the contract and he shall make good the same at his risk and cost. The contractor shall be fully
    responsible for safety and security of his material, T&P/Machinery brought to the site by him.
41. The contractor shall construct suitable godowns, yard at the site of work for storing all other materials
    so as to be safe against damage by sun, rain, damages, fire, theft etc. at his own cost and also employ
    necessary watch and ward establishment for the purpose at his cost.
42. The contractor shall be responsible for the watch and ward/guard of the buildings, safety of all fittings
    and fixtures including all equipment, services provided by him against pilferage and breakage during
    the period of Installations and thereafter till the building is physically handed over to IIT Madras,
    Chennai, the Client Department. No extra payment shall be made on this account and no claim shall be
    admissible on this account.
43. The contractor shall keep himself fully informed of all acts and laws of the Central & State
    Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or authority,
    which in any manner may affect those engaged or employed and anything related to carrying out the
    work. All the rules & regulations and bye-laws laid down by Collector and any other statutory bodies
    shall be adhered to, by the contractor, during the execution of work. The contractor shall also adhere
    to all traffic restrictions notified by the local authorities. The extra sewerage charges (one time charges
    for commencement of work) required to be paid to the Municipal Corporation/ other statutory bodies
    shall be paid by the department and need not be considered by the contractor.
44. For works below ground level the contractor shall keep that area free from water. If dewatering or
    bailing out of water is required, the contractor shall do the same at his own cost and nothing extra
    shall be paid except otherwise provided in the tender document.
45. The contractor shall make all necessary arrangements for protecting works already executed from
    rains, fog or likewise extreme weather conditions and for carrying out further work, during monsoon
    including providing and fixing temporary shelters, protections etc. Nothing extra shall be payable on
    this account and also no claims for hindrance shall be entertained on this account.
46. In case of flooding of site on account of rain or any other cause and any consequent damage,
    whatsoever, no claim financially or otherwise shall be entertained notwithstanding any other
    provisions elsewhere in the bid document. Also, the contractor shall make good, at his own cost, the
    damages caused, if any. Further, no claim for hindrance shall be entertained on this account.
47. The contractor will take reasonable precautions to prevent his workman and employees from
    removing and damaging any flora (plant/vegetation) from the project area.
48.1.The contractor shall carry out survey of the work area, at his own cost, setting out the layout of
     building in consultation with the Engineer–in-charge & proceed further. Any discrepancy between
     architectural drawings and actual layout at site shall be immediately brought to the notice of the
     Engineer–in-charge. It shall be responsibility of the contractor to ensure correct setting out of
     alignment. Total station survey instruments only shall be used for layout, fixing boundaries, and centre
     lines, etc., Nothing extra shall be payable on this account.
48.2.The contractor shall establish, maintain and assume responsibility for grades, lines, levels and
     benchmarks. He shall report any errors or inconsistencies regarding grades, lines, levels, dimensions
     etc. to the Engineer–in-charge before commencing work. Commencement of work shall be regarded as
     the contractor’s acceptance of such grades, lines, levels, and dimensions and no claim shall be
     entertained at a later date for any errors found.
48.3.If at any time, any error appears due to grades, lines, levels and benchmarks during the progress of the
     work, the contractor shall, at his own expense rectify such error, if so required, to the satisfaction of
     the Engineer–in-charge. Nothing extra shall be payable on this account.
48.4.The contractor shall ascertain and confirm the site levels with respect to benchmark from the
     concerned authorities. The contractor shall protect and maintain temporary/ permanent benchmarks
     at the site of work throughout the execution of work. These benchmarks shall be got checked by the
     Engineer-in-charge or his authorized representatives. The work at different stages shall be checked
     with reference to bench marks maintained for the said purpose. Nothing extra shall be payable on this
     account.
48.5.The approval by the Engineer-in-charge, of the setting out by the contractor, shall not relieve the
     Contractor of any of his responsibilities and obligation to rectify the errors/ defects, if any, which may
     be found at any stage during the progress of the work or after the completion of the work.
48.6.The contractor shall be entirely and exclusively responsible for the horizontal, vertical and other
     alignments, the level and correctness of every part of the work and shall rectify effectively any errors
     or imperfections therein. Such rectifications shall be carried out by the Contractor at his own cost to
     the entire satisfaction of the Engineer– in-charge.
48.7.The rate quoted by the contractor is deemed to be inclusive of site clearance, setting out work
     (including marking of reference points, centre lines of buildings),construction and maintenance of
     reference bench mark(s), taking spot levels, construction of all safety and protection devices, barriers,
     barricading, signage, labour safety, labour welfare and labour training measures, preparatory works,
     working during monsoon, working at all depths, height and location etc. and any other incidental
     works required to complete this work. Nothing extra shall be payable on this account.
49. A site laboratory with the minimum equipment as specified in CPWD specifications/in this bid
    document shall be established, made functional and maintained within one month from the award of
    work as per Annexure-I without any extra cost to the department. In case of non-compliance / delay in
    compliance in this, a recovery @ Rs. 1000/- per day will be imposed which will be recovered from the
    immediate next R/A Bill of the Contractor.
50. The contractor should make temporary arrangement for sewage disposal, water supply and electricity
    for completed building to make them to functional in case permanent arrangements are not ready.
52. SCAFFOLDING
     Wherever required for the execution of work, all the scaffolding shall be provided and suitably fixed,
     by the contractor. It shall be provided strictly with steel double scaffolding system, suitably braced for
     stability, with all the accessories, gangways, etc. with adjustable suitable working platforms to access
     the areas with ease for working and inspection. Single scaffolding system is strictly prohibited and shall
     invite necessary action. It shall be designed to take all incidental loads. It should cater to the safety
     features for workmen. The contractor has to submit scaffolding design including all design
     calculations and get it approved before procuring scaffolding materials. Nothing extra shall be
     payable on this account. It shall be ensured that no damage is caused to any structure due to the
     scaffolding.
53. The contractor shall do proper sequencing of the various activities by suitably staggering the activities
    so as to achieve early completion. The contractor is to deploy adequate equipment, machinery and
    labour as required for the completion of the entire work within the stipulated period as specified. Also,
    ancillary facilities shall be provided by contractor commensurate with requirement to complete the
    entire work within the stipulated period. Nothing extra shall be payable on this account. Adequate
    number/sets of equipment in working condition, along with adequate stand-by arrangements, shall be
    deployed during entire construction period. It shall be ensured by the contractor that all the
    equipment, Tools & Plants, machineries etc. provided by him are maintained in proper working
    condition at all times during the progress of the work and till the completion of the work. Further, all
    the constructional tools, plants, equipment and machineries provided by the contractor, on site of
    work or his workshop for this work, shall be exclusively intended for use in the construction of this
Correction/Ommission/Insertion/Overwriting-Nil         AE-III              EE&SM (C )
                                                                                                                  39
     work and they shall not be shifted/ removed from site without the permission of the Engineer-in-
     charge.
54. The contractor shall maintain all the work in good condition till the completion of entire work. The
    contractor shall be responsible for and shall make good, all damages and repairs, rendered necessary
    due to fire, rain, traffic, floods or any other causes. The Engineer-in-charge shall not be responsible for
    any claims for injuries to person/workmen or for structural damage to property happening from any
    neglect, default, want of proper care or misconduct on the part of the contractor or of any other of his
    representatives, in his employment during the execution of the work. The compensation, if any, shall
    be paid directly to the department / authority / persons concerned, by the contractor at his own cost.
55. The Contractor shall take all precautions to abide by the environmental related restrictions imposed by
    any statutory body having jurisdiction in Tamil Nādu as well as prevent any pollution of streams,
    ravines, river bed and waterways. All waste or superfluous materials shall be transported by the
    Contractor, entirely to the satisfaction of the Engineer- in-Charge and disposed at designated places
    only. Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance
    as far as possible is caused to the occupants / users of adjoining buildings.
     No claim what so ever on account of site constraints mentioned above or any other site constraints,
     lack of public transport, inadequate availability of skilled, semi-skilled or unskilled workers in the
     near vicinity, non-availability of construction machinery spare parts and any other constraints not
     specifically stated here, shall be entertained from the Contractor. Therefore, the tenderers are
     advised to visit site and get first-hand information of site constraints. Accordingly, they should quote
     their tenders. Nothing extra shall be payable on this account.
56.2. The work should be planned in a systematic manner so as to ensure proper co-ordination of various
      disciplines viz. sanitary & water supply, drainage, rain water harvesting, electrical, fire fighting, information
      technology, communication & electronics and any other services.
56.3. Other agencies will also simultaneously execute and install the works of sub-station / generating
     sets, air-conditioning, lifts, etc. for the work and the contractor shall afford necessary facilities for the
     same. The contractor shall leave such recesses, holes, openings and trenches etc. as may be required
     for such related works (for which inserts, sleeves, brackets, conduits, base plates, clamps etc. shall be
     supplied free of cost by the department unless otherwise specifically mentioned) and the contractor
Correction/Ommission/Insertion/Overwriting-Nil             AE-III                EE&SM (C )
                                                                                                                 40
      shall fix the same at time of casting of concrete, stone work and brick work, if required, and nothing
      extra shall be payable on this account.
56.4. The contractor shall conduct his work, so as not to interfere with or hinder the progress or
      completion of the work being performed by other contractor(s) or by the Engineer-In-Charge and shall
      as far as possible arrange his work and shall place and dispose off the materials being used or removed
      so as not to interfere with the operations of other contractor or he shall arrange his work with that of
      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
 58. Ancillary and incidental facilities required for execution of work like labour camp, stores, fabrication
     yard, offices for Contractor, watch and ward, temporary ramp required to be made for working at the
     basement level, temporary structure for plants and machineries, water storage tanks, installation
     and consumption charges of temporary electricity, telephone, water etc. required for execution of
     the work, protection works, testing facilities / laboratory at site of work, facilities for all field tests and
     for taking samples etc. during execution or any other activity which is necessary (for execution of work
     and as directed by Engineer-in-Charge), shall be deemed to be included in rates quoted by the
     Contractor, for various items in the schedule of quantities. Nothing extra shall be payable on these
     accounts. Before start of the work, the Contractor shall submit to the Engineer-in-Charge, a site
     /construction yard layout, specifying areas for construction, site office, positioning of machinery,
     material yard, cement and other storage, steel fabrication yard, site laboratory, water tank, etc.
 59.2.   SIGN BOARDS: The Contractor shall provide and erect a display board of size and shape as
         required and paint over it, in a legible and workman like manner, the details about the salient
         features of the project, as required by the Engineer-in-Charge. The Contractor shall fabricate and
         put up a sign board in an approved location and to an approved design indicating name of the
         project, Client/Owner, Engineer-in-charges, Structural Consultants, Department etc. besides
 Correction/Ommission/Insertion/Overwriting-Nil           AE-III                EE&SM (C )
                                                                                                          41
        providing space for names of other Contractors, Sub-Contractors and specialized agencies within 15
        days from issue of award letter. Nothing extra shall be payable on this account. In case of
        noncompliance/delay in compliance in this, a penalty @ Rs. 1000/- per day will be imposed which
        will be recovered from the immediate next R/A Bill of the Contractor.
59.3. Necessary protective and safety equipment such as helmet, safety shoes, gloves etc. shall be
      provided to the Site Engineer, Supervisory staff, labour and technical staff of the contractor and also
      to the departmental officials supervising / inspecting the works by the Contractor at his own cost and
      to be used at site. Nothing extra will be paid on this Account.
59.4. Nylon net (50x50mm aperture and 4mm dia) at site shall be fixed to hooks etc., along periphery of
      building at various levels required and as directed by Engineer-in-charge for safety of the working
      staff for which nothing extra will be paid on this account.
59.5. No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at site.
      Only limited quantity of P.O.L may be allowed to be stored at site subject to the compliance of all
      rules / instructions issued by the relevant authorities and as per the direction of Engineer –in- Charge
      in this regard. Also all precautions and safety measures shall be taken by the Contractor for safe
      handling of the P.O.L products stored at site. All consequences on account of unsafe handling of P.O.L
      shall be borne by the Contractor.
   60.1.The proposed building is a prestigious project and quality of work is of paramount importance.
        Contractor shall have to engage well-experienced skilled labour and deploy modern T&P and other
        equipment to execute the work. Many items like exposed finish form work, specialized flooring
        work, silicon sealant and backer rod fixing in expansion joints, factory made door- window shutters,
        proper slope maintaining in toilet units, sanitary water supply installation, water proofing
        treatment, structural glazing, ACP gladding, tensile fabric roofing, polycarbonate roof, PEB work
        etc., will specially require engagement of skilled workers having experience particularly in
        execution of such items.
60.2.   The contractor shall ensure quality construction in a planned and time bound manner. Any sub-
        standard material / work beyond set out tolerance limit shall be summarily rejected by the
        Engineer-in-charge & contractor shall be bound to replace / remove such sub-standard / defective
        work immediately. If any material, even though approved by Engineer-In-Charge is found defective
        or not conforming to specifications, shall be replaced / removed by the contractor at his own risk &
        cost.
  60.3. In addition to the supervision of work by CPWD engineers, the Consultants and TPQA deployed by
        CPWD/IIT Madras shall also be carrying out regular and periodic inspection of the ongoing activities
        in the work and deficiencies, shortcomings, inferior workmanship pointed out by them shall be
        communicated by CPWD engineers to the contractor. Upon receipt of instructions from Engineer-
        in-Charge these are also to be made good by necessary improvement, rectification, replacement
        upto his complete satisfaction. Special attention shall be paid towards line and level of internal and
        external plastering, exposed smooth surface of RCC members by providing fresh shuttering plates,
        rubberized linings to all the shuttering joints, accurate joinery work in wooden doors and windows,
        thinnest joints in stone/ tiling / cladding work, non-hollowness in floor and dado tiles work,
        protection of scratches over flooring by impounding layer of plaster of Paris, water tight pipe
        linings, absence of hollow vertical joints in brick masonry, proper compaction of filled up earth etc.
        to achieve an Institution of International standards and up keeping of quality assurance shall be of
        paramount importance, as such.
Correction/Ommission/Insertion/Overwriting-Nil        AE-III               EE&SM (C )
                                                                                                             42
 60.4. Observations of TPQA should be complied within least possible time but not more than 10 days
       of its occurance. Delay in compliance of TPQA observation shall attract penality of Rs.500/- per
       day per observation.
 60.5. All materials and fittings brought by the contractor to the site for use shall conform to the samples
       approved by the Engineer-in-charge which shall be preserved till the completion of the work. If a
       particular brand of material is specified in the item of work in Schedule of Quantity, the same shall
       be used after getting the same approved from Engineer-In-Charge. Wherever brand / quality of
       material is not specified in the item of work, the contractor shall submit the samples as per
       suggested list of brand names given in the tender document / particular specifications for approval
       of Engineer-In-Charge. For all other items, materials and fittings of ISI Marked shall be used with
       the approval of Engineer-In-Charge. Wherever ISI Marked material / fittings are not available, the
       contractor shall submit samples of materials / fittings manufactured by firms of repute conforming
       to relevant specifications or IS codes and use the same only after getting the approval of Engineer-
       In-Charge.
60.6.    The Contractor shall procure and provide all the materials from the manufacturers / suppliers as
         per the list attached with the tender documents, as per the item description and particular
         specifications for the work. The equivalent brand for any item shall be permitted to be used in the
         work, only when the specified make is not available. This is, however, subject to documentary
         evidence produced by the contactor for non-availability of the brand specified and also subject to
         independent verification by the Engineer-in-Charge. In exceptional cases, where such approval is
         required, the decision of Engineer-in-Charge as regards equivalent make of the material shall be
         final and binding on the Contractor. No claim, whatsoever, of any kind shall be entertained from
         the Contractor on this account. Nothing extra shall be payable on this account. Also, the material
         shall be procured only after written approval of the Engineer-in-Charge.
60.7.    All materials whether obtained from Govt. stores or otherwise shall be got checked by the
        Engineer-in-Charge or his authorized supervisory staff on receipt of the same at site before use.
 60.8. The tests, as necessary, shall be conducted in the laboratory approved by the Engineer-in- Charge.
       The samples shall be taken for carrying out all or any of the tests stipulated in the particular
       specifications and as directed by the Engineer-in-Charge or his authorized representative.
 60.9. All the registers of tests carried out at Construction Site or in outside laboratories and all material at
       site (MAS) registers including cement register shall be maintained by the contractor (Online
       through ERP) which shall be available in CPWD official web portal. All the entries in the registers
       will be made by the designated Engineering Staff of the contractor and same should be regularly
       reviewed by JE/AE/AEE/EE. Contractor shall be responsible for safe custody of all the registers.
60.10. The Contractor shall at his own risk and cost make all arrangements and shall provide all such
       facilities including material and labour, the Engineer-in-Charge may require for collecting,
       preparing, forwarding the required number of samples for testing as per the frequency of test
       stipulated in the contract specifications or as considered necessary by the Engineer-in-Charge, at
       such time and to such places as directed by the Engineer-in-Charge. Nothing extra shall be payable
       for the above.
60.11. The Contractor or his authorized representative shall associate in collection, preparation,
       forwarding and testing of such samples. In case he or his authorized representative is not present
       or does not associate him, the result of such tests and consequences thereon shall be binding on
       the Contractor. The Contractor or his authorized representative shall remain in contact with the
       Engineer-in–Charge or his authorized representative associated for all such operations. No claim of
       payment or claim of any other kind, whatsoever, shall be entertained from the Contractor.
60.12. All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be
       properly tested as per the design conditions before covering and their measurements in
       computerized measurement book duly test checked shall be deposited with Engineer in charge or
       his authorized representative, prior to hiding these items.
60.13. Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should
       confirm to bye laws and municipal body / corporation where CPWD Specifications are not available.
       The contractor should engage licensed plumbers for the work and get the materials
       (fixtures/fittings) tested by the Municipal Body/Corporation authorities wherever required at his
       own cost.
60.14. The contractor shall give performance test of the entire installation(s) as per the standing
       specifications before the work is finally accepted and nothing extra whatsoever shall be payable to
       the contractor for the test.
60.15. The contractor shall have to execute guarantee bonds in respect of water proofing works as per
       Performa enclosed.
60.16. The Contractor shall arrange electricity at his own cost for testing of the various electrical
       installations as directed by Engineer-in-Charge and for the consumption by the contractor for
       executing the work. Also, all the water required for testing various electrical installations, fire
       pumps, wet riser / firefighting equipment, fire sprinklers etc. and also testing water supply, sanitary
       and drainage lines, water proofing of underground sump, overhead tanks, water proofing
       treatment etc. shall be arranged by the contractor at his own cost. Nothing extra shall be payable
       on this account
61.1.The Contractor shall prepare an integrated program chart before start of work including civil as well as
       E & M activities for the execution of work showing clearly all activities from the start of work to
       completion, with details of manpower, equipment and machinery required for the fulfilment of the
       program within the stipulated period and submit the same for approval of the Engineer-In-Charge
       within fifteen days of the award of the work. These shall be submitted by the contractor through
       electronic media besides forwarding hard copies of the same. The integrated program chart so
       submitted should not have any discrepancy with the physical milestones attached in the contract
       agreement. The program chart should include the following:
 (i) Descriptive note explaining sequence of various activities.
 (ii) Construction Program prepared on MS Project or any other software, which will indicate resources in
       financial terms, manpower and specialized equipment for every important stage.
 (iii) Program for procurement of materials by the contractor.
 (iv) Program for arranging and deployment of manpower both skilled and unskilled so as to achieve
       targeted progress.
(v) Program of procurement of machinery/equipment having adequate capacity, commensurate with the
     quantum of work to be done within the stipulated period, by the contractor.
(vi) Program for achieving fortnightly micro milestones and periodic milestones.
63.2 In case of non-compliance/delay in compliance in this, a penalty @ Rs. 2500/- per day will be
     imposed which will be recovered from the immediate next R/A Bill of the Contractor.
63.3 If at any time, it appears to the Engineer-In-Charge that the actual progress of work does not
    conform to the approved program referred above, the contractor shall produce a revised program
    showing the modifications to the approved program by additional inputs to ensure completion of the
    work within the stipulated time.
63.4 The submission for approval by the Engineer-In-Charge of such program or the furnishing of such
     particulars shall not relieve the contractor of any of his duties or responsibilities under the contract.
    This is without prejudice to the right of Engineer-In-Charge to take action against the contractor as per
    terms and conditions of the agreement.
 66 The Contractor shall be responsible for maintenance and watch and ward of the complete installation
    and water / electricity meter and shall also be responsible for any pilferage, theft, damage, penalty
    etc. in this regard. The Contractor shall indemnify the Department against any claim arising out of
    pilferage, theft, damage, penalty etc. whatsoever on this account. Security deposit for the work shall
    be released only after No Dues Certificates are obtained from the local Authorities from whom
    temporary electric/ water / telephone connection have been obtained by the Contractor. Nothing
    extra shall be payable on this account.
67 CLEANLINESS OF SITE
67.1.1 The Contractor shall not stack building material/malba/muck on the land or road of the local
        development authority or on the land owned by the others, as the case may be. So, the muck,
        rubbish etc. shall be removed periodically as directed by the Engineer-in-Charge, from the site of
        work to the approved dumping grounds as per the local byelaws and regulations of the concerned
        authorities and all necessary permissions in this regard from the local bodies shall be obtained by
        the Contractor. Nothing extra shall be payable on this account. In case, the Contractor is found
        stacking the building material/malba as stated above, the Contractor shall be liable to pay the
        stacking charges/penalty as may be levied by the local body or any other authority and also to face
        penal action as per the rules, regulations and bye-laws of such body or authority. The Engineer –in-
        Charge shall be at liberty to recover, such sums due but not paid to the concerned authorities on
        the above counts, from any sums due to the Contractor including amount of the Security Deposit
        and performance guarantee in respect of this contract agreement.
 67.1.2 The contractor shall take instructions from the Engineer-In-Charge regarding collection and stacking
        of materials at any place. No excavated earth or building rubbish shall be stacked on areas where
        other buildings, roads, services and compound walls are to be constructed.
 67.1.3 The site of work shall be always kept clean due to constraints of space and to avoid any nuisance to
        the users of buildings in the adjacent plots. The Contractor shall take all care to prevent any water-
        logging at site. The waste water, slush etc. shall not be allowed to be collected at site. It may be
        directly pumped into the creek with prior approval of the concerned authorities. For discharge into
        public drainage system, necessary permission shall be obtained from relevant authorities after
        paying the necessary charges, if any, directly to the authorities. The work shall be carried out in
        such a way that the area is kept clean and tidy. All the fees/charges in this regard shall be borne by
        the Contractor. Nothing extra shall be payable on this account.
68 INSPECTION OF WORK
 68.1   In addition to the provisions of relevant clauses of the contract, the work shall also be open to
        inspection by Senior Officers of CPWD/CTE/TPQA and the representatives of IIT Madras. The
        contractor shall at times during the usual working hours and at all times at which reasonable
        notices of the intention of the Engineer-in-charge or other officers as stated above to visit the
        works shall have been given to the contractor, either himself be present to receive the orders and
        instructions or have a responsible representative duly accredited in writing, to be present for that
        purpose.
 68.2   Inspection of the work by committee/Consultant appointed by the CPWD/ IIT Madras.
68.2.1 The committee/consultant, shall be inspecting the works including workshops and fabrication
       factory to ensure that the works are in general being executed according to the design, drawings
      and specifications laid down in the contract. His observations shall be communicated by CPWD
      engineering staff and compliance is to be reported to CPWD.
68.2.2 The consultant shall certify on completion of particular building that it has been constructed
      according to the approved drawings design and specifications.
69     Senior Officers of CPWD, Dignitaries from Central Ministry / Department, IIT Madras Authorities
       shall be inspecting the on-going work at site at any time with or without prior intimation. The
       contractor shall, therefore, keep updated the following requirements and detailing.
69.1.1 Display Board showing detail of work, weekly progress achieved with respect to targets,
      reason of shortfall, status of manpower, wages being paid for different categories of workers.
69.1.2 Entrance and area surrounding to be kept cleaned.\
69.1.3 Display layout plan key plan, building drawings including plans, elevations and sections.
69.1.4 Upto date displays of Bar chart, CPM and PERT etc.,
69.1.5 Keep details of quantities executed, balance quantities, deviations, possible Extra item,
       substituted Item etc.
69.1.6 Keep plastic / cloth mounted one sets of building drawings.
69.1.7 Set of Helmets and safety shoes for exclusive use for officers/dignitaries visiting at site.
69.1.8 The work may be inspected by Chief Technical Examiners Organization of Central
      Vigilance Commission. In such case the contractor shall make all arrangements for
      providing required details/ documents.
71 GENERAL CLARIFICATIONS
71.1.1 Wherever any reference to any Indian Standards occurs in the documents relating to this contract,
      the same shall be inclusive of all amendments issued thereto or revisions thereof, if any, up to the
      date of receipt of tenders.
71.1.2 Unless otherwise specified in the schedule of quantities, the rates for all items of work shall be
      considered, as inclusive of pumping out or bailing out water, if required throughout the
      construction period for which no extra payment shall be made. This shall also include water
      encountered from any sources such as rains, floods, sub soil water table being high and/or due to
      any other cause whatsoever.
71.1.3 All stone aggregate and stone ballast shall be of hard stone variety to be obtained from approved
      quarries.
71.1.4 The rates for all items of work, shall unless clearly specified otherwise, include cost of all
      operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and ward, other
      inputs, all incidental charges, all taxes, cess, GST/VAT, duties, levies etc. required for execution of
      the work.
 72.1.1 The contractor shall construct storage space for Chemicals materials to ensure that the storage
        conditions are as recommended by the manufactures.
 72.1.2 All the materials shall be procured and delivered in sealed containers with labels legible and
        intact.
 72.1.3 All the chemicals {polymers, epoxy, water proofing compound, plasticizer, Polysulphide, SBR
         based elastomeric, APP (Atactic Polypropylene Polymer), all exterior and interior paints, polish
         etc.) shall be procured in convenient packs say 20 litres/Kgs.} capacity packing only or as
         approved by the Engineer-in-Charge, and not in bigger capacity containers, say 200 litre (Kgs.)
         drums unless otherwise specifically permitted by the Engineer-in-Charge. One sample from each
         lot of the chemical procured by the contractor shall be tested in a laboratory as approved by the
         Engineer-in-charge
 72.1.4 All material required for the execution of the work shall be got approved, procured and
         deposited with the Departmental supervisory staff. The materials shall be kept in joint custody of
         the contractor and the Department. The watch and ward of such material shall, however, remain
         to be the responsibility of the contractor and no claim, whatsoever, on this account shall be
         entertained. Different containers of each chemical shall be serially numbered on packing and
         also consumed in that order. Day-to-Day account of receipt, issue and balance shall be regulated
         by the Department and proper account shall be maintained at site of work in the prescribed
         form as per the standard practice.
 72.1.5 All the chemicals shall be procured by the contractor directly from the manufacturer. In
         exceptional circumstances, the contractor may be allowed to procure the materials from the
         authorized dealers of the manufacturers, if specifically permitted by the Engineer-in-Charge.
 72.1.6 The original copies of challan/cash memos towards the quantity of various chemicals procured
         shall be made available by the contractor at the request from the Engineer-in- Charge and a copy
         of the same shall be kept in record.
 72.1.7 The Name of manufacturers, manufacturer’s product identification, manufacturers mixing
         instructions, warning for handling and toxicity and date of manufacturing and shelf life shall be
         clearly and legibly mentioned on the labels of each container.
 72.1.8 The contractor shall submit for the chemicals procured, manufacturer’s and / or authorized
         dealer’s certificate regarding supplying and verifying conformance to the material specifications,
         as specified.
 72.1.9 All filled containers shall be handled in safe manner and in a way to avoid breaking container
         seals.
 72.1.10 Empty containers of the chemicals should not be removed from site till the completion of work
         and shall be removed only with the written approval of the Engineer-in-Charge.
 72.1.11 All arrangements for measuring, dosing and mixing of material / chemicals at site have to be
         made by the contractor.
 72.1.12 Contractor shall suitably advise his site Engineer and all the workers as regards safe handling of
         chemicals. Necessary protective and safety equipment in form of hand gloves, goggles etc. shall
         be provided by the contractor and be also used at site.
 72.1.13 All incidental charges of any kind including cartage, storage and wastage and safe custody of
         material etc. shall be borne by the contractor and no claim, whatsoever, shall be entertained on
         this account.
 72.1.14 The chemicals shall be tested in an independent laboratory as approved by the Engineer-in-
         charge at the frequency as specified. If required, more samples may have to be tested as per the
         directions of the Engineer-in-Charge. Nothing extra shall be payable on this account. However,
         testing charges shall be borne by the department for the samples satisfying the requirements
         specified in the tender.
73 De-watering
73.1.1 De-watering required, if any, shall be done conforming to BIS Code IS: 9759 (guide lines for de-
       watering during construction) and / or as per the specifications approved by the Engineer-in-
       Charge. Design of an appropriate and suitable dewatering system shall be the Contractor’s
       responsibility. Such scheme shall be modified / augmented as the work proceeds based on fresh
       information discovered during the progress of work, at no extra cost. At all times during the
       construction work, efficient drainage of the site shall be carried out by the Contractor and
       especially during the laying of plain cement concrete, taking levels etc. The Contractor shall also
       ensure that there is no danger to the nearby properties and installations on account of such
       lowering of water table. If needed, suitable precautionary measures shall be taken by the
       Contractor. Also, the scheme of dewatering adopted shall have adequate built in arrangement to
       serve as stand-bye to attend to repair of pumps etc. and disruption of power / fuel supply.
       Nothing extra shall be payable on this account.
73.1.2 In trenches where surface water is likely to get into cut / trench during monsoons, a ring bund of
       puddle clay or by any other means shall be formed outside, to the required height, and
       maintained by the Contractor. Also, suitable steps shall be taken by the Contractor to prevent
       back flow of pumped water into the trench. Nothing extra shall be payable on this account.
74 INSURANCE POLICIES
74.1.1 Before commencing the execution of work, the Contractor shall, without in any way limiting his
       obligations and liabilities, insure at his own cost and expense against any damage or loss or
       injury, which may be caused to any person or property, at site of work. The Contractor shall
       obtain and submit to the Engineer-in-Charge proper Contractor All Risk Insurance Policy for an
       amount 1.25 times the contract amount for this work, with Engineer-in-Charge as the first
       beneficiary. The insurance shall be obtained in joint names of Engineer-in-Charge and the
       Contractor (who shall be second beneficiary). Also, he shall indemnify the Department from any
       liability during the execution of the work. The insurance cover shall be for the period of contract
       and also for the period of maintenance, for loss or damage arising from a cause prior to
       commencement of the period of maintenance, and for any loss or damage, occasioned by the
       contractor in the course of any operations carried out for the purpose of complying with his
       obligations during maintenance period under Clause 17 of Clauses of Contract.
74.1.2 Further, he shall obtain and submit to the Engineer-in-Charge, a third-party insurance policy for
       maximum Rs.10 lakh for each accident, with the Engineer-in-Charge as the first beneficiary. The
       insurance shall be obtained in joint names of Engineer-in-Charge and the Contractor (who shall be
       second beneficiary). The Contractor shall, from time to time, provide documentary evidence as
       regards payment of premium for all the Insurance Policies for keeping them valid till the
       completion of the work. The Contractor shall ensure that Insurance Policies are also taken for the
       workers of his Sub-Contractors / specialized agencies also. Without prejudice to any of its
       obligations and responsibilities specified above, the Contractor shall within 10 days from the date
       of letter of acceptance of the tender and thereafter at the end of each quarter submit a report to
       the Department giving details of the Insurance Policies along with Certificate of these insurance
       policies being valid, along with documentary evidences as required by the Engineer-in-Charge.
        contractor the amount of any damages, compensation costs, charges and other expenses paid by
        the Engineer-in-Charge and which are payable by the contractor under this clause.
     b) Injuries or damage to persons or property resulting from any act or neglect of the Engineer-in-
        Charge, his agents, servants or other contractors, not being employed by the contractor or for or
        in respect of any claims, proceedings, damages, costs, charges and expenses in respect thereof or
        in relation thereto or where the injury or damage was contributed to by the contractor, his
        servants or agents, such part of the compensations as may be just and equitable having regard to
        the extent of the responsibility of the Engineer-in-Charge, his servant or agent or other contractor,
        for the damage or injury.
74.1.9 No work shall be commenced by the Contractor unless he obtains the Insurance Policies as
        mentioned above. Also, no payment shall be made to the Contractor on expiry of insurance
        policies unless renewed by the Contractor. Nothing extra shall be payable on this account. No
        claim of hindrance (or any other claim) shall be entertained from the contractor on these
        accounts.
75 The recovery towards non fulfilment of condition for sample room, compliance with GRIHA guidelines
   technical staff and safety measures is non-refundable. It is over and above any other recovery
   including the compensation levied (if any) under Clause-2.
76 Compliance of directives of Hon’ble National Green tribunal (NGT) dated 04.12.2014 and 10.04.2015
   and EIA guidance manual issued in February 2010. The contractor shall comply with following
   guidelines on the matter in pursuance of orders passed by the Hon’ble National Green Tribunal.
76.1.1 The contractor shall not store / dump construction material or debris on metalled road.
76.1.2 The contractor shall get prior approval from Engineer-in-charge for the area where the
        construction material or debris can be stored beyond the metalled road. This area shall not cause
        any obstruction to the free flow of traffic / inconvenience to the pedestrians. It should be ensured
        by the contractor that no accidents occur on account of such permissible storage.
76.1.3 The contractor shall take appropriate protection measures like raising wind breakers of
        appropriate height on all sides of the plot/area using CGI sheets or plastic and/or other similar
        material to ensure that no construction material dust fly outside the plot area.
76.1.4 The contractor shall ensure that all the trucks or vehicles of any kind which are used for
        construction purposes/or are carrying construction material like cement, sand and other allied
        material are fully covered. The contractor shall take every necessary precaution that the vehicles
        are properly cleaned and dust free to ensure that enroute their destination, the dust, sand or any
        other particles are not released in air/contaminate air.
76.1.5 The contractor shall provide mask to every worker working on the construction site and involved
        in loading, unloading and carriage of construction material and construction debris to prevent
        inhalation of dust particles.
76.1.6 The contractor shall provide all medical help, investigation, and treatment to the workers involved
        in the construction of building and carry of construction material and debris relatable to dust
        emission.
76.1.7 The contractor shall ensure that C&D waste is transported to the C&D waste site only and due
        record shall be maintained by the contractor.
76.1.8 The contractor shall compulsorily use of wet jet in grinding and stone cutting.
76.1.9 The contractor shall comply all the preventive and protective environmental steps as started in
        the MoEF guidelines, 2010.
76.1.10 The contractor shall carry out on-road-inspection for black smoke generating machinery. The
        contractor shall use cleaner fuel.
76.1.11 The contractor shall ensure that all DG sets comply emission norms notified by MoEF
76.1.12 The contractor shall use vehicles having pollution under control certificate. The emissions can be
        reduced by a large extent by reducing the speed of a vehicle to 20 kmph. Speed bumps shall be
        used to ensure speed reduction. In cases where speed reduction cannot effectively reduce fugitive
        dust, the contractor shall divert traffic to nearby paved areas.
76.1.13 The contractor shall ensure that the construction material is covered by tarpaulin. The contractor
        shall take all other precaution to ensure that no dust particles are permitted to pollute air quality
        as a result of such storage.
76.1.14 Nothing shall be paid extra for fulfilling of all the above conditions except for the items existing in
        the schedule of quantities. For such items, work done shall be paid on the basis of the agreement
        rates and their conditions.
*****************
1. The contractor shall make arrangement for construction of a temporary site office with required
   furniture as required by the Engineer-in-charge for which no extra payment will bepaid.No plot rent shall
   be charged for materials stored in the Institute designated land during the course of construction with
   the prior approval of the Engineer in Charge provided all such materials shall be removed within one
   month after the works are completed.Workers should be made to confine themselves to the work areas
   and should not wander in to the near by areas / buildings/forests. If night work is required to be carried
   out to fulfill the agreed rate of progress, all arrangement shall be made by the Contractor, inclusive of
   lighting the area without any claim for extra rate. To the extent possible engaging women labour in the
   night shift should be avoided. Holes and chasesis for water supply and drainage, etc, shall be provided as
   directed during progress of work without any claim for extra for finishing. Any dispute arises out in the
   agreement, the legal jurisdiction will be at Chennai only
   i)   The debris / construction waste and other waste generated from the work spot should not be
        thrown in the campus outside the designated construction area. All waste and debris material
        should be taken out of the campus and disposed off in a legal and environmental friendlyway.
       All construction material should be stored only at places earmarked by the Engineer-in-charge.
       Material like cement, aggregate, steel etc should not be stored in buildings that are in use. If any
       material is stored in an unauthorized location the same will be removed at cost of thecontractor.
   ii) Necessary display boards indicating the following shall be displayed in a conspicuous place near the
        workspot.
                       1) Name of the work
                       2) Name of the contractor
                       3) Agreement Number
                       4) Tendered cost
                       5) Stipulated Date of start
                       6) Stipulated date of completion
                       7) EE and AE in charge for the work and Contact number
  Any violation of above will attract levy of compensation @ Rs. 10,000/- per incident of violation by the
  Engineer-in-charge on the contractor.
    Organization Chart
    Reporting relationship of the safety function in a flow chart
    Safety Committee
    Structure – Chairman, secretary and committee members – Roles & Responsibilities
    Applicable Statutory requirements, standards and codes related to safety and its adherence
  (18) All the dangerous moving parts of the portable / fixed machinery being used shall be adequately
       guarded.
  (19) Ladders being used at site shall be adequately secured at bottom and top. Ladders shall not be used
       as workplatforms.
  (20) Erection zone and dismantling zone shall be barricaded and nobody will be allowed to stand under
       suspendedloads.
  (21) Contractors should spray water using Water browser periodically in the site to reduce the dust
       rising due to wind.
  (22) Horseplay is completely prohibited at workplace. Running at the site is completely prohibited,
       except inthe case ofemergency.
  (23) Material shall not be thrown from the height. If required, the area shall be barricaded and one
       person shall be posted outside the barricading for preventing the trespassers from entering thearea.
  (24) Other than electricians, with red helmet, no one is allowed to carry out electrical connections,
       repairs on electrical equipment or other jobs relatedthereto.
  (25) All electrical connections shall be made using 3 or 4 core cables, having a earthwire.
  (26) Proper Earthing pits at site to be constructed and the sensitivity must be maintained at less than
       1ohmMain panel boards should have MCBs and RCCB / ELCBs ( 30 mA sensitivity)
  (27) Inserting of bare wires for tapping the power from electrical sockets is completelyprohibited.
  (28) All major, minor accidents and near misses to be recorded and reported to the IITM and the
       contractor must take necessary steps to avoid the recurrence.
  (29) Scaffoldings used should be of proper construction. No Casuarina pole / bamboo scaffolding is
       permitted. It should be inspected by competent person(s) beforeuse.
  (30) All tools and tackles shall be inspected before use. Defects to be rectified immediately. No lifting
       tackle to be used unless it is certified by the competent authority.
  (31) All tools and tackles shall be tested and have a Identification no., SWL and date of next test
       marked on them.
  (32) A tools and tackles inspection register must be maintained and updated regularly.
  (33) Good housekeeping to be maintained. Passages shall not be blocked with materials. Materials
       likebricks shall not be stacked to the dangerous height atworkplace.
  (34) All the Earth moving vehicles and Equipments used at site should have reversehorn.
  (35) Debris, scrap and other materials to be cleared from time to time from the workplace and at the
       time ofclosing of workeveryday.
  (36) Adequate fire fighting equipment shall be made available at workplace and persons are to be
       trained in firefighting techniques with the co- ordination of site safetycoordinator.
  (37) All unsafe conditions, unsafe acts identified by contractors, reported by site supervisors and / or
       safetypersonnel to be corrected on prioritybasis.
  (38) No children shall be allowed to enter the workplace.
  (39) Other than the Driver / operator, no one shall travel in a tractor / tough rideretc.All the lifting tools
       and tackles shall be stored properly when not in use.
  (40) Clamps shall be used on Return cables to ensure proper earthing for weldingworks.Return cables
       shall be used forearthing.
  (41) All the pressure gauges used in gas cutting apparatus shall be in good workingcondition.Proper eye
       washing facilities shall be made in areas where chemicals are handled.
  (42) Connectors and hose clamps shall be used for making welding hose connections.
  (43) Proper warning boards and caution notices to be displayed at required areas inside thesite.All
       cranes must have a trained signal man forsignaling.
  (44) All underground cables for supplying construction power shall be routed using conduitpipes.
  (45) Spill trays shall be used to contain the oil spills while transferring / storing them.
  (46) Tapping of power by cutting electric cables in between must be avoided. Proper junction
       boxes mustbe used.
 The above-mentioned General safety rules and regulations shall be applicable as per Clause 19C in addition
 to CPWD safety code including penal provisions. A monthly site safety statistic shall be submitted by the
 contractor on the first week of succeeding month to the Engineer in charge, in the required perfoma.
 Monthly site safety statistics shall be submitted by the contractor onthe first week of succeeding
 month to the Engineer in charge, in the required performa.
 Incase, the night work is inevitable, the contractor concerned shall intimate in advance to the
 Engineer-in-Charge and security of the IITM regarding the purpose of night work, the total number
 and category of labour and required to be employed in the night work along with material vehicle
 if any to be used in detailafter furnishing the details, the contractor shall obtain necessary
 permission for the above work from securitywing.
 The contractor shall ensure that, the material vehicles received by them shall use only the
 designated routes identified by the IITM authorities, further they must ensure that the vehicles
 while returning after unloading the materials, not to dump or wash out or throw any surplus /
 waste materials inside the campus. For any violation, the necessary penalty will be imposed on the
 contractor.
 The contractor shall give prior cautionary advice to the drivers of the vehicles carrying men and
 materials required for the project regarding plying the vehicles within the safety speed limit
 prescribed by the IITM authorities.
 Batching plant meant for production of Reinforced cement concrete in larger quantity will not be
 permitted to be setup inside the campus.
The agency has to work round o’clock 24/7 till the completion of work period mentioned in the NIT to
complete the work on war-foot manner before visit of VVIP of Government of India. This is national
important work and time bound and to be completed within 45 days stipulated in the contract. Those
contractor who can work and complete the work on the above manner can participate in this tendering
process with true sprit.
******
                                       ADDITIONAL CONDITIONS
  1. The contractor shall make his own arrangements for obtaining electric connections if required and
     make necessary payments directly to the department concerned.
  2. Other agencies doing works related with this project will also simultaneously execute the works and
     the contractor shall afford necessary cooperation for the same. The contractor shall leave such
     necessary holes, openings etc. for laying/burying in the work of pipes, cables, conduits, clamps,
     boxes and hooks for fan clamps etc. as may be required for other agencies. Conduits for electrical
     wiring/cables will be laid in a way that they leave enough space for concreting and do not adversely
     affect the structural members. Nothing extra over the agreement rates shall be paid for the same.
  3. Some restrictions may be imposed by the security staff etc., on the working and for movement of
     labour, materials etc. The contractor shall be bound to follow all such restrictions/instructions and
     nothing extra shall be payable on this account.
  4. The building work will be carried out in the manner complying in all respects with the requirements
     of relevant byelaws of the local body under the jurisdiction of which the work is to be executed or as
     directed by the Engineer-in-Charge and nothing extra willbe paid on this account.
  5. The work of water supply, internal sanitary installations and drainage work etc. shall be carried out
     as per local Municipal Corporation or such local body-bye-laws and the contractor shall produce
     necessary completion certificate from such authorities after completion of the work.
  6. Water tanks, taps sanitary, water supply and drainage pipes, fittings and accessories should conform
     to by e-laws and specifications of the Municipal Body/Corporation where C P W D specifications are
     not available. The contractor should engage licensed plumbers for the work and get the materials
     (fixtures/ fittings) tested by the Municipal Body/ Corporation authorities wherever required at his
     own cost.
  7. The contractor shall comply with proper and legal orders and directions of the local or public
     authority or municipality and abide by their rules and regulations and pay all fees and charge, which
     he may be liable.
  8. The contractor shall give a performance test of the entire installation(s) as per standing
     specifications before the work is finally accepted and nothing extra whatsoever shall be payable to
     the contractor for the test.
  9. Any cement slurry added over base surface (or) for continuation of concreting for better bond is
     deemed to have been in built in the items and nothing extra shall be payable (or) extra cement
     considered in consumption on this account.
  10. The structural and Architectural drawings shall at all times be properly correlated before executing
      any work. However, in case of any discrepancy in the item given in the schedule of quantities
      appended with the tender and Architectural drawings relating to the relevant item, the former shall
      prevail unless and otherwise given in writing by the Engineer-in-charge.
  11. The contractor shall take instructions from the Engineer-in-Charge for stacking of materials in any
      place. No excavated earth or building material shall be stacked onareas where other buildings, roads,
      services compound walls are to be constructed.
  12. If as per Municipal / Local body rules the huts for labour are not be erected at the site of work by the
      contractors, the contractors are required to provide such accommodation as is acceptable to local
      bodies and nothing extra shall be paid on this account.
  13. Wherever Hindi version also exists, and if there be variations between Hindi and English version in
      any part of the tender documents, the English version alone shall prevail.
  14. The Rate for RCC works include cost of concreting in sloped / curved RCC members and unless
      otherwise specified in this NIT document no extra rate shall be payable on any account.
  15. The Contractor should construct proper mortar bands of lean mix with adequate depth & smaller
      size over the curved roof for flooding with water & proper curing. In case of Arches, wet gunny bags
      shall be used for a period of two weeks.
  16. Samples of all materials, fixtures, fittings like flooring tiles, wall tiles, doors, windows, sanitary
      fittings, roofing sheets etc. shall be got approved in advance before placing order for them. Similarly,
      samples of all works like fixing roofing sheets, flooring, plastering, painting etc. shall be prepared in
      advance and got approved from the Engineer-in-Charge before taking up the work.
  17. The contractor shall procure all the materials in advance so that there is sufficient time for testing
      and approving the material and clearance of the same before use in work.
  18. The rate for skirting, dados include cost of chasing of Brick walls to the required thickness wherever
      required in order to accommodate required thickness of basecement Mortar and nothing extra is
      payable.
  19. The rate for the different flooring items under Flooring sub head, includes the cost of extra cement
      mortar wherever required to be laid for making the finished floor level at all floors and at all levels,
      as indicated in the Architectural Drawings and as directed by the Engineer-in-Charge. No extra rate
      shall be payable on that account.
  20. Scope of this contract is balance works in general, so some of the activities are partly completed and
      some are fully completed and some are yet to start, hence after fully assessing the condition of the
      site, various buildings including its status and services etc as per approved / structural drawings,
      schedule of items and as directed by the Engineer-in-Charge the balance activities shall be
      completed in all respect as specified in the contract within the stipulated time. No claim whatsoever
      in this regard will be entertained at any cost.
  21. The agency has to work round o’clock 24/7 till the completion of work period mentioned in the
      NIT to complete the work on war-foot manner before visit of VVIP of Government of India. This is
      national important work and time bound and to be completed within 45 days stipulated in the
      contract. Those contractor who can work and complete the work on the above manner can
      participate in this tendering process with true sprit.
     PARTICULAR SPECIFICATION AND SPECIAL CONDITIONS FOR CEMENT AND STEEL BROUGHT BY THE
                                        CONTRACTOR
1. CEMENT
1.1. The contractor shall procure cement conforming to IS:1489-part-I (PPC)/ IS 269 (latest) OPC or IS 455
     (PSC) as required in the work, from reputed manufacturers of cement such as ACC, Ultratech, Birla,
     Coramandel and any other reputed cement manufacturer having a production capacity not less than
     one million tonnes per annum as approved by the SDG, Region Chennai, CPWD, Chennai. The
     tenderers may alsosubmit a list of names of cement manufacturers which they propose to use in the
     work. The tender accepting authority reserves right to accept or reject name(s) of cement
     manufacturer(s) which the tenderer proposes to use in the work. No change in the tendered rates will
     be accepted if the tender accepting authority does not accept the list of cement manufacturers, given
     by the tenderer, fully or partially. Supply of cement shall be taken in 50kg bags bearing manufacturer’s
     name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-
     in-Charge and got tested in accordance with provisions of relevant BIS codes. In case test results
     indicate that the cement arranged by the contractor does not conform to the relevant BIS codes, the
     same shall stand rejected and shall be removed from the site by the contractor at his own cost within a
     week’s time of written order from the Engineer-in-Charge to do so. Every fresh cement batch should
     be brought to site atleast 30 days before they are to be used / consumed in the work.
1.2. The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the
     Engineer-in-Charge.
1.3. The cement godown of the capacity to store a minimum of 2 months requirement shall be constructed
     by the contractor at site of work for which no extra payment shall be made. Double lock provision shall
     be made to the door of cement godown. The keys of one lock shall remain with Engineer-in-Charge or
     his authorized representative and keys of the other lock shall remain with the contractor. The
     contractor shall be responsible for the watch and ward and safety of the cement godown. The
     contractor shall facilitate the inspection of the cement godown by the Engineer-in-Charge or his
     authorized representatives.
1.4. The cement shall be got tested by the Engineer-in-Charge and shall be used on the work only after
     satisfactory test results have been received. The contractor shall supply free of charge the cement
     required for testing including its transportation cost to testing laboratories. The frequency and details
     of the tests shall be decided by the Engineer-in-Charge depending on the quantum of supply in each
     batch. The cost of testing and other incidental charges for conducting required tests shall be borne by
     the contractor and no claim will be entertained in this regard.
1.5. The actual consumption of cement on work shall be regulated and proper accounts be maintained by
     the contractor. The theoretical consumption of cement shall be worked out as per procedure
     prescribed in clause 42 of the contract and shall be governed by the conditions laid therein. In case the
     cement consumption is less than theoretical consumption including permissible variation, recovery at
     rate so prescribed shall be made. In case of excess consumption, no adjustment shall be made. Cement
     brought to site and cement remaining unused after completion of work shall not be removed from site
     without written permission of the Engineer-in-charge.
1.6. Damaged cement shall be removed from the site immediately by the contractor on receipt of a notice
     in writing from the Engineer-in-charge. If he does not do so within 3 days of receipt of such notice, the
     Engineer-in-charge shall get it removed at the cost of the contractor.
Correction/Ommission/Insertion/Overwriting-Nil        AE-III               EE&SM (C )
                                                                                                              58
1.7. The cement bags shall be stacked on proper floors consisting of two layers of dry bricks laid on well
     consolidated earth at a level of at least one foot above ground. The stacks shall be in rows of 2 and 10
     bags high with minimum of 0.6m clear. Bags should be placed horizontally continuous in each line.
     Actual size / shape of go down shall be as per site requirement and nothing extra shall be paid on this
     account. The decision of Engineer-in-charge regarding capacity shall be final.
1.8. Cement register for the cement shall be maintained at site. The account of daily receipts and issues of
     cement shall be maintained in the register in the proforma prescribed and signed daily by contractor or
     his authorized agent.
2.1. The contractor shall procure IS marked TMT bars of various grades from the steel manufacturers such as
     SAIL, TATA Steel Ltd., RINL, Jindal Steel & Power Ltd., and JSW steel Ltd., or their authorized dealers having
     valid BIS license for IS: 1786-2008 (Amendment -1 November 2012)
2.2. The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of
     all supplies of steel brought by him to the site of work.
2.3. Samples shall also be taken and got tested by the Engineer-in-charge as per the provisions in this
     regard in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor
     does not conform to the specifications as defined under para 2.1 above, the same shall stand rejected,
     and it shall be removed from the site of work by the contractor at his cost within a week’s time of
     written orders from the Engineer-in-charge to do so.
2.4. The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or more or as
     decided by the Engineer-in-Charge.
2.5. The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent
     distortion and corrosion, and nothing extra shall be paid on this account. Bars of different sizes and
     lengths shall be stored separately to facilitate easy counting and checking.
2.6. For checking nominal mass, tensile strength, bend test, re-bend test, etc., specimen of sufficient length
     shall be cut from each size of the bar at random, and at frequency not less than that specified below:-
          Size of bar            For consignment below100 tonnes       For consignment over 100 tonnes
          Under 10mm dia           One sample for each 25 tonnes or          One sample for each 40 tonnes
          bars                     part thereof                              or part thereof
          10 mm to 16mm            One sample for each 35 tonnes or          One sample for each 45 tonnes
          dia bars                 part thereof                              or part thereof
          Over 16 mm dia           One sample for each 45 tonnes or          One sample for each 50 tonnes
          bars                     part thereof                              or part thereof
2.7 The contractor shall supply free of charge the steel required for testing including its transportation to
    testing laboratories. The cost of tests shall be borne by the contractor. The cost of testing and other
    incidental charges for conducting required tests shall be borne by the contractor and no claim will be
    entertained in this regard.
2.8 The actual issue and consumption of steel on work shall be regulated and proper accounts shall be
    maintained as provided in clause 10 of the contract. The theoretical consumption of steel shall be
    worked out as per procedure prescribed in clause 38 of the contract and shall be governed by
    conditions laid therein. In case the consumption is less than theoretical consumption including
    permissible variations, recovery at the rate so prescribed shall be made. In case of excess consumption,
    no adjustment needs to be made.
2.9 The steel brought to site and steel remaining unused shall not be removed from the site without the
    written permission of the Engineer-in-Charge.
ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATION FOR R.C.C. WORK (DESIGN MIX CONCRETE)
(Before start of RCC work concrete Mix Design shall be got done by the contractor from a NABL
accredited laboratory/ IIT/ NIT laboratory with the approval of Engineer-in-Charge. The RCC Work shall
be carried out as per the Mix Design approved by the Engineer-in-charge,)
GENERAL:-
1. The RCC work shall be done with RMC as per approved Mix Design, unless otherwise specified in the
   nomenclature of items, wherever letter M has been indicated, the same shall imply for the Design Mix
   Concrete. The Ready-Mix Concrete shall be as per IS:4926 and as per CPWD Specification and guide
   lines. For the nominal mix in RCC, CPWD specification shall be followed. The Design Mix Concrete will
   be designed based on the principles given in IS : 456, 10262 and SP 23. The contractor shall carry out
   design mixes for each class of concrete indicating that the concrete ingredients and proportions will
   result in concrete mix meeting requirements specified. The cement shall be actually weighed as
   presumption of each bag having 50 kg shall not be allowed. In case of use of admixture, the mix shall
   be designed with these ingredients as well. The specification mentioned herein below shall be followed
   for Design Mix Concrete.
    INGREDIENTS
i)  Coarse Aggregate: As per CPWD Specifications
ii) Fine Aggregate: As per CPWD Specifications.
iii)Water: As per requirements laid down in IS 456-2000 and CPWD specifications.
iv) Cement: Cement arranged by the contractor shall be PPC /OPC conforming to IS: 1489: Part-I / IS
    269 as decided by the Engineer-in-Charge
2. Admixture: Type of Admixture shall be got approved from Engineer-in-Charge. Admixtures of approved
   quality shall be mixed with concrete to achieve the desired workability within specified water cement
   ratio. The admixture shall conform to IS: 9103. The chloride content in the admixture shall satisfy the
   requirement of BS:5075 The total amount of chlorides in the admixture mixed concrete shall also
   satisfy the requirements of IS:456-2000
3. The contractor shall not be paid anything extra for admixture required for achieving desired
   workability without any change in specified water cement ratio for RCC / CC work.
4. Grade of Concrete:-The characteristic compressive strength of variousThe characteristic compressive
   strength of various
5. The Concrete mix will be designed for minimum workability as specified in para 7 of IS–456-2000
 12. In case of change of source or characteristic properties of the ingredients used in the concrete mix
     during the work, a revised laboratory mix design report conducted in approved by Engineer-In-Charge
     shall be submitted by the contractor as per the direction of the Engineer in charge.
 (i)   The mix design for a specified grade of concrete shall be done for a target mean compressive
       strength Tck = Fck + 1.65s
(ii) The degree of quality control for this work is “good” for which the standard deviation (s) obtained for
     different grades of concrete shall be as per IS relevant IS Standards/ Codes.
(iii) Out of the six specimens of each set, three shall be tested at seven days and remaining three at 28
      days. The preliminary tests at seven days are intended only to indicate the strength to be attained at
      28 days.
  (i) All cost of mix designing and testing connected therewith including charges payable to the laboratory
      shall be borne by the contractor.
 15 DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED CONCRETE BATCHING AND
 MIXING PLANT
     a.   Batching equipment
     b.   Mixers
     c.   Control panels
     d.   Mechanical material feeding and elevating arrangements
     e.   The Contractor shall arrange for inspection of automatic batching plant within seven days of issue
          of letter of award to facilitate inspection and approval of same by Engineer-In-Charge. Nothing
          extra will be paid for this.
(iii) The compartments of storage bins for aggregates shall be approximately of equal size. The cement
      compartment shall be centrally located in the batching plant. It shall be watertight and provided with
      necessary air vent, aeration fittings for proper flow of cement & emergency cement cut off gate. The
      aggregate and sand shall be charged by power operated centrally revolving chute. The entire plant
      from mixer floor upward shall be enclosed and insulated. The batch bins shall be constructed so as to
       by self-cleansing during drawdown. The batch bins shall in general conform to the requirements of IS
       :4925.
  (iv) The batching equipment shall be capable of determining and controlling the prescribed amounts of
       various constituent materials for concrete accurately i.e. water, cement, sand, individual size of
       coarse aggregates etc. The accuracy of the measuring devices shall fall within the following limits.
       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.
(i)    Mixed concrete from the batching plant shall be transported to the point of placement by transit
       mixers or through concrete pumps or steel closed bottom buckets capable of carrying 6 cum concrete.
       In case the concrete is proposed to be transported by transit mixer, the mixer speed shall not be less
       than 4 rev/ min. of the drum nor greater than a speed resulting in a peripheral velocity of the drum as
       70 m / minute at its largest diameter. The agitating speed of the agitator shall be not less than 2 rev /
       min. nor more than 6 rev / min. of the drum. The number of revolutions of the mixing drum or blades
       at mixing speed shall be between 70 to 100 revolutions for a uniform mix, after all ingredients, have
       been charged into the drum. Unless tempering water is added, all rotation after 100 revolutions shall
       be at agitating speed of 2 to 6 rev / min. and the number of such rotations shall not exceed 250. The
       general construction of transit mixer and other requirements shall conform to IS: 5892.
(ii)   In case concrete is to be transported by pumping, the conduit shall be primed by pumping a batch of
       mortar / thick cement slurry through the line to lubricate it. Once the pumping is started, it shall not
       be interrupted (if at all possible) as concrete standing idle in the line is liable to cause a plug. The
       operator shall ensure that some concrete is always there in the pump-receiving hopper during
       operation. The lines shall always be maintained clean and shall be free of dents.
(iii) Materials for pumped concrete shall be batched consistently and uniformly. Maximum size of
      aggregate shall not exceed one-third of the internal diameter of the pipe. Grading of aggregate shall
      be continuous and shall have sufficient ultra fine materials (materials finer than 0.25mm). Proportion
      of fine aggregates passing through 0.25mm shall be between15 & 30% and that passing through 0.125
      mm sieve shall not be less than 5% of the total volume of aggregate. When pumping long distances
      and through hot weather, set- retarding admixtures may be used. Admixtures to improve workability
      can be added. Suitability of concrete shall be through pumping shall be verified by trial mixes and by
      performing pumping tests.
17 PREPARATIONS OF MIX AS PER APPROVED DESIGN MIX AND CONDUCTING CONFIRMATORY TEST AT
   FIELD LAB.
(i)      The contractor shall make the cubes of trial mixes as per approved Mix design at site laboratory for
       all grades, in presence of Engineer in charge using sample of approved materials proposed to be used
       in the work prior to commencement of concreting and get them tested in his presence to his entire
       satisfaction for 7 days and 28 days. Test cubes shall be taken from trial mixes as follows.
       For each mix, a set of six cubes shall be made from each of the three consecutive batches. Three cubes
       from each set of six shall be tested at age of 7 days and remaining three cubes at age of 28 days. The
       cubes shall be made, cured, transported and tested strictly in accordance with specifications. The
       average strength of nine cubes at age of 28 days shall exceed the specified target mean strength for
       which design mix has been approved , the evaluation of test results will be done as per IS : 456-2000.
       TEST SPECIMEN
       Work strength test shall be conducted in accordance with IS: 516 on random sampling. Each test
       shall be conducted on six specimens, three of which shall be tested at 7 days and remaining three at
       28 days. Additional samples shall be prepared, if required, as per direction of Engineer in charge for
       testing samples cured by accelerated method as described in IS: 9103.
ii)     In order to keep the floor finish as per direction of Engineer-in-charge and as per Architectural
       drawings and to provide required thickness of the flooring as per specification, the level of top
       surface of RCC shall be accordingly adjusted at the time of its centring, shuttering and casting for
       which nothing extra shall be paid to the contractor.
       (i) The underlying principle of assessing the quality of concrete is that comparatively higher
           velocities are obtained when the quality of concrete in terms of density, homogeneity and
           uniformly is good. The consistency of the concrete as regards its general quality gets established.
           In case of poorer quality lower velocities are obtained. If there are cracks, voids or flaws inside
           the concrete which come in the way of transmission of pulse, lower velocities are obtained.
      (ii) The quality of concrete in terms of uniformity, incidence or absence of internal flaws, cracks and
           segregation etc. indicative of the level of workmanship employed, can thus be assessed using the
          guidance given in table below, which have been evolved for characterizing the quality concrete in
          structure in term of the ultrasonic pulse velocity.
iii)     Pulse velocity method of test of concrete is to be conducted for CPWD works as a routine test. The
         acceptance criteria as per the above table will be applicable which is as per IS 13311 (part-1): 1992.
         From the above “Good” and “Excellent” grading are acceptable and below these grading the
         concrete will not be acceptable.
iv)      5% of the total number of RCC members in each category i.e. beam, column, slab and footing may
         be tested by UPV test method for establishing quality of concrete. It is suggested that test be
         conducted on RCC beam near joint with column, on RCC column near joint with beam, on RCC
         footings and rafts. On RCC rafts a suitable grid can be worked out for determining number of tests.
         In addition doubtful areas such as honeycombed locations, locations, where continuous seepage is
         observed, construction joints and visible loose pockets will also be tested.
v)       The test results are to be examined in view of the above acceptance criteria “Good” and
         “Excellent” and wherever concrete is found with less than required quality as per acceptance
         criteria, repairs to concrete will be made. Honeycombed areas and loose pockets will be repaired
         by grouting using Portland Cement Mortar/Polymer Modifies Cement Mortar /Epoxy Mortar etc.
         after chipping loose concrete in appropriate manner. In areas where concrete is found below
         acceptance criteria and defects are not apparently visible on surface ,injecting approved grout in
         appropriate proportion using epoxy grout /acrylic Polymer modified cements slurry made with
         shrinkage compensating cement / plain cement slurry etc will be resorted to for repairs.(refer
         relevant chapters from CPWD Hand Book on Repairs and Rehabilitation of RCC Buildings).Repair to
         concrete will be done till satisfactory results are obtained as per the acceptance criteria by
         retesting of the repaired area. If satisfactory results are not obtained dismantling and relaying of
         concrete will be done at the cost of contractor.
       21. MEASUREMENT
           As per CPWD specifications.
       22.TOLERANCES
          As per CPWD specifications
23. RATE:
(i)   In case of actual average compressive strength being less than specified strength which shall be
      governed by para ‘Standard of Acceptance” as above the rate payable shall be worked out accordingly
      on the basis of analysis.
(ii) In case of rejection of concrete on account of unacceptable compressive strength, governed by para
     ‘Standard of Acceptance’ as above, the work for which samples have failed shall be redone at the cost
     of contractors. However, the Engineer in charge mayorder for additional tests (like cutting cores,
     ultrasonic pulse velocity test, load test on structure or part of structure etc) to be carried out at the cost
     of contractor to ascertain if the portion of structure wherein concrete represented by the sample has
     been used, can be retained on the basis of results of individual or combination of these tests. The
     contractor shall take remedial measures necessary to retain the structure as approved by the Engineer
     in charge without any extra cost. However, for payment, the basis of rate payable to contractor shall be
     governed by the 28 days cube test results and reduced rates shall be regulated in accordance with para
     5.4.13 of CPWD specification 2019, Vol.-I taking rates of DSR 2023 for the relevant item as base rate.
(iii) As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 12 to 20mm
      or as required, lower than general floors shuttering should be adjusted accordingly. The landing level of
      mumty / Staircase cabin shall be kept one riser level higher than adjoining slab level so as to
      accommodate water proofing treatment over terrace slab. In case of kitchen slab the portion of floor
      trap below kitchen platform be kept at lower level as per drawings. Nothing extra is payable on this
      account.
(iv) For the execution of centering and shuttering, the contractor shall use propriety “Reebole” chemical
     mould release agent of FOSROC or equivalent as shuttering oil as approved by Engineer-in-charge and
     nothing extra shall be paid on this account.
24 COVER/SPACER BLOCK
      The contractor shall provide approved type of support for maintaining the bars in position and ensuring
      required spacing and correct cover of concrete to reinforcement as called for in the drawings, spacer
      blocks of required shape and size. Chairs and spacer bars shall be used in order to ensure accurate
      positioning of reinforcement. Spacer blocks of grade equal to or more than the concrete (minimum M35
      grade) shall be cast well in advance with approved proprietary pre-packed free flowing mortars
      (Conbextra as manufactured by M/S Fosroc Chemicals India Ltd. or equivalent as approved by the
      Engineer-in-charge at his discretion) of high early strength and same colour as surrounding concrete,
      Pre-cast cement mortar/concrete blocks/blocks of polymer shall not be used as spacer blocks unless
      specially approved by the Engineer-in-charge, rate of RCC items is inclusive of cost of such cover blocks.
 1. The work shall be got executed as per CPWD Specifications and as per the manufacturer’s specification
    through specialized agency as approved by the Engineer-in-charge.
 The contractor shall furnish the following particulars immediately after the issue of letter of acceptance by
 the department.
      (a) The name of the specialized firm.
      (b) Authorised applicator certificate from manufacturer
      (c) The trade names of the product, which would be used along with method statement
      (d) List of works where the treatment has been used.
      (e) Quantity of chlorides and sulphides used in the product.
 2.1 The contractor shall be fully responsible for and shall guarantee proper performance of the entire
     waterproofing system for a period of 10 (ten) years to be reckoned from the date of completion of the
     work, which shall be furnished in a non-judicial stamp paper of value not less than Rs.100/- in approved
     proforma before final payment and shall not in any way limit any other rights of the Employer may have
     under the contract. Guarantee for water proofing shall comprises of all the items described above in
     particular specification.
    All water-proofing work shall be carried out through approved specialist agency as per method of
    working approved by the Engineer-in-charge. However, the contractor shall be solely responsible for
    waterproofing treatment until the expiry of the above guarantee period.
    Ten years guarantee in prescribed proforma attached shall be given by the contractor for the water
    proofing treatment. Towards that 10% (ten percent) of the cost of these items worked out on market
    rates of water proofing under this sub head shall be retained as guarantee to watch the performance
    of the work executed. However, half of this amount (withheld) would be released after five years from
    the date of completion of the work, if the performance of the waterproofing works is satisfactory. The
    remaining withheld amount shall be released after completion of ten years from the date of
    completion of work, if the performance of the waterproofing work is satisfactory. If any defect is
    noticed during the guarantee period, it should be rectified by the contractor within seven days of
    issuing of notice by the Engineer-in-Charge and, if not attended to, the same shall be got done through
    other agency at the risk and cost of the contractor and recovery shall be effected from the amount
    retained towards guarantee. In any case, the contractor and the specialist agency, during the
    guarantee period, shall inspect and examine the treatment once in every year and make good any
    defect observed and confirm the same in writing. The security deposit can be released in full, if bank
    guarantee of equivalent amount, valid for the duration of guarantee period, is produced and deposited
    with the Department.
    This agreement made this day of two thousand ______ and between                   (Name
    of the contractor, hereinafter call Guarantor of the one part) and the PRESIDENT OF INDIA
    (hereinafter called the Government of the other part).
    Whereas this agreement is supplementary to a contract agreement (hereinafter called the Contract)
    No. ………..and made between the GUARANTOR of the one part and the GOVERNMENT of the other
    part where by the Contractor inter alia, undertook to render the buildings and structures in the said
    contract recited completely water and leak proof.
    AND WHEREAS THE GUARANTORagreed to give a guarantee to the effect that the said structures will
    remain water / leak proof for five years from the date of giving of water proofing treatment.
    NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render
    the structures completely leak proof and the minimum life of such water proofing treatment shall be
    five years to be reckoned from the dateafter the maintenance period prescribed in the contract.
    Provided that the Guarantor will not be responsible for leakage caused by earthquakes or structural
    defects or misuse of roof or alterations and for such purpose
 a) Misuse of roof shall mean by operation, which will damage roofing treatment, like chopping of
    firewood and things of the same nature, which might cause damage to the roof.
c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.
    During this period of guarantee, the Guarantor shall make good all defects and in case of any defects
    being found, render the building water proof at his own cost, to the satisfaction of the Engineer-in-
    Charge and shall commence the work for such rectification within seven days from the date of issue
    of the notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the
    work shall be got done by Department through some other contractor at the GUARANTOR’S cost and
    risk. The decision of the Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and
    binding.
    That is the Guarantor fails to execute the necessary rectification or commits breach there under then
    the Guarantor will indemnify the Principaland his successors against all loss, damage, cost expense or
    otherwise which may be incurred by him by reasons of any default on the part of GUARANTOR in
    performance and observance of this supplementary agreement. As to the amount of loss and / or
    damage and / or cost incurred by the Government, the decision of the Engineer-in-Charge will be
    final and binding on the parties.
    by _____________________________ and for and on behalf of the PRESIDENT OF INDIA on the day
    month and year first above written.
1.
2.
1.
                                     ADDITIONAL SPECIFICATIONS
                       CLASSIFICATION OF SOILS FOR EARTH WORK IN EXCAVATION
1.1 CLASSIFICATION
   1.1.1 The earth work shall be classified under the following categories and measured
         separately for each category.
          a) All kinds of soils: Generally, any strata, such as sand, gravel, loam, clay, mud, blackcotton
             moorum, shingle, river or nallah bed boulders, siding of roads, paths etc. and hard core,
             macadam surface of any description (water bound, grouted tarmac etc.), lime concrete, mud
             concrete and their mixtures which for excavation yields to application of picks, showels,
             jumper, scarifiers, ripper and other manual digging implements.
          b) Ordinary rock: Generally, any rock which can be excavated by splitting with crow barsor picks
             and does not require blasting, wedging or similar means for excavation such as lime stone,
             sand stone, hard laterite, hard conglomerate and unreinforced cement concrete below
             ground level. If required light blasting may be resorted to for loosening the materials but this
             will not in any way entitle the material to be classified as ‘Hard rock’.
          c) Hard rock: Generally, any rock or boulder for the excavation of which blasting isrequired such
             as quartzite, granite, basalt, reinforced cement concrete (reinforcement to be cut through
             but not separated from concrete) below ground level and the like.
            The contractor shall make his own arrangement for providing water for construction and
            drinking purpose. Water charges shall not be recovered on account of it. Contractor shall get
            the water tested from any laboratory approved by the Engineer-in-charge at regular interval
            as per the CPWD Specifications. All expenses towards collection of samples, packing
            transportation except testing charges etc. shall be borne by the contractor.
3 FORM WORK
    3.5    As per general engineering practice, level of floors in toilets/bath, balconies, shall be kept
           12 to 20mm lower than general floor as required. Shuttering should be adjusted
           accordingly. Nothing extra is payable on this account.
     3.6   For the execution of centring and shuttering, the contractor shall use propriety ‘Reebole”
           chemical mould release agent of FOSROC or equivalent as shuttering oil as approved by
           Engineer-in-charge and nothing extra shall be paid on this account.
     3.7. Concreting of upper floor shall not be done until concrete of lower floor has set at least for 14
          days but form work and reinforcement can be taken up after the concrete has set at least for
          three days.
     4.1      The contractor shall furnish all labour, material and equipment, transportation and
              incidental necessary for supply, installation, testing and commissioning of the complete
              Plumbing / system as described in the Specifications and as shown on the drawings. This
              also includes any material, equipment, appliances and incidental work not specifically
              mentioned herein or noted on the Drawings/Documents as being furnished or installed,
              but which are necessary and customary to be performed under this contract.
            The Plumbing / Sanitary system shall comprise of following:
    4.2      The contractor shall procure and install all pipes, Sockets /Nipples including shut-off valve
             etc as specified.
     4.3      The contractor shall ensure that senior and experienced plumbers are assigned
              exclusively for this work. Such plumber(s) should have valid license from the local
              authorities. The project management shall be done through modern technique. For
              quality control & monitoring of workmanship, contractor shall assign at least
              oneengineer who would be exclusively responsible for ensuring strict quality control,
              adherence to specifications and ensuring top class workmanship for the installation.
    4.4       The work shall be in conformity with the Bye-laws, Regulations and Standards of the local
              authorities concerned. But if these Specifications and drawings call for a higher standard
              of materials and / or workmanship than those required by any of the above regulations
              and standards, then these Specifications and drawings shall take precedence over the
              said regulations and standards. However, if the drawings and specifications require
              something which violates the Bye-laws and Regulations, then the Bye-laws and
              Regulations shall govern the requirement of this installation.
    4.5      The contractor shall obtain all permits/ licenses and pay for any and all fees required for
             the inspection, approval and commissioning of their installation. However, all receipted
             amount shall be reimbursed on production of proof of payment.
       4.6    Samples of all materials like valves, pipes and fittings etc. shall be submitted to the
              Engineer In-Charge prior to procurement for approval and retention by Engineer In-
              Charge and shall be kept in their site office for reference and verification till the
              completion of the Project. Wherever directed a mockup or sample installation shall be
              carried out for approval before proceeding for further installation without any extra cost.
       4.7    All materials and equipment shall conform to the relevant Indian Standards and shall be
              of the approved make and design. Makes shall be in conformity with list of approved
              manufacturers.
       4.8    Balancing of all water systems and all tests as called for the CPWD Specifications shall be
              carried out by the contractor through a specialist group, in accordance with the
              Specifications and ASPE / ASHRAE Guidelines and Standards. The installation shall be
              tested and shall be commissioned only after approval by the Engineer-in-charge. All tests
              shall be carried out in the presence of the representatives of the Engineer-in-charge and
              nothing extra shall be payable on this account.
       4.9    The contractor shall submit completion plans for water supply, internal installations and
              building drainage work within 15 days of the date of completion. These drawings shall be
              submitted in the form of two sets of CD’s and four portfolios (300 x 450 mm) each
              containing complete set of drawings on approved scale indicating the work as - installed.
              These drawings shall clearly indicate complete plant room layouts, piping layouts and
              sequencing of automatic controls, location of all concealed piping, valves, controls and
              other services. In case the contractor fails to submit the completion plans as aforesaid,
              security deposit shall not be released and these shall be got prepared at his risk and cost
     4.10    The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to RCC
             columns, beams etc. with rawl plugs and nothing extra shall be paid for this.
      4.11    The variation in consumption of material shall be governed as per CPWD Specification and
              clauses of the contract to the extent applicable.
             On completion of hydraulic tests and before a pipe is disinfected, it shall be proved to be free
             from obstruction, debris and sediment by scouring or by any other process which the
             Engineer-in-charge may prescribe. Upon satisfactory completion of testing and cleaning, the
             pipelines shall be disinfected as order. Chlorine solution shall be applied at the charging point
             as the pipeline is being filed and dosing shall be continued until the pipeline is full and at
             least 50 parts of chlorine per million parts of water have been made available and distributed
             evenly. If ordinary bleaching power is used, proportions will 150 gms of power to 1000 litre
             of water. If a proprietary brand is used, the proportion shall be as specified by the
             manufacturer. The treated water shall be left in pipeline for a period as directed but not
             exceeding 24 hours chlorine residual tests shall be taken at various points along the pipeline.
             The disinfection process shall be repeated until the sample of water taken from the pipeline
             are declared fit for human consumption by a recognized laboratory.
 6. CONSTRUCTION JOINTS
     Construction joints in PCC, RCC and Light Weight Concrete works etc., shall be provided only at
     places as per approved structural drawings. It shall not in any manner structurally or functionally
     affect the structure. If, any additional construction joint is required to be provided, it shall be done
     with approval of the Engineer-in-Charge The centring, shuttering, strutting etc., required for the
     construction joint in PCC, RCC and Light Weight Concrete works shall be provided as per the CPWD
     Specifications. The bonding coat required at the construction joint shall be epoxy based or SBR
     latex based treatment having tensile/compressive/bond strength more than the substrate
     concrete. Nothing extra shall be payable on this account.
7. FLOORING
7.1 All the work in general shall be carried out as per CPWD Specifications 2019.
7.2 The ceramic and vitrified tiles shall be as specified in the item. The tiles shall be of approved colours,
    shade as shown in the drawings and will be laid in pattern as per architectural drawings. Nothing
    extra shall be paid for laying tiles in specific pattern. The tiles shall be of first quality of approved
    make.
7.3 Proper gradient shall be given to flooring for toilets, verandah, kitchen, courtyard etc. so that the
    wash water flows towards the direction of floor trap. Any reverse slop if found, these shall be made
    good by the contractor by ripping open the floor/grading concrete and nothing extra shall be paid
    for such rectifications.
7.4 The flooring and skirting will be executed as per pattern shown in the Architectural drawings and as
    per approval of Engineer-in-Charge.
7.5 The finished surface of skirting shall be flush with finish surface of wall plaster. For such purpose
    any necessary chiseling or cutting required in the backing mansonry wall, the same shall be carried
    out by the contractor without any additional cost. A groove of suitable size shall be provided at
    the joint of wall plaster and floors skirting. The cost of above operation are included in the cost of
    Item of skirting work and nothing additional shall be payable on this account.
    8.1    All care shall be taken to minimize the number of construction joints. Still, wherever the
           construction joints are provided, the hardened concrete surface will betreated with Epoxy
           resin based bonding coat as per manufacturer specification before fresh concreting is
           continued. The bonding agent should have structural strength cheracteristics more than
           conxrete shrface being applied. Subsequently the construction joints should be treated by
           slightly opening up and then suitably filled with ready mix polymer modified repair grouts
           after applying a bond coat of cement slurry admixed with SBR latex based bonding agent. The
           aluminium nipples shall be fixed in the cavity and crevices, if required. Then ready mix
           polymer modified repair grouts shall be pressure grouted through these nipples as required,
           which shall then be suitably cut. Nothing extra shall be payable on this account.
    8.2   All care shall be taken to avoid any honey combed concrete or any cavity. Still, if any honey
           Combed concrete or cavity in RCC wall is encountered the same shall be rectified by removing
          all loose concrete by chiselling. The chipped concrete surface shall be cleaned and made dust
          free by blowing compressed air and then washed clean with water (but without excess water).
          Then a bond coat of polymer modified cement slurry @ 2.2 kg of cement per sq. m. of
          concrete surface, in two coats, shall be applied as specified. The second coat shall be applied
          immediately within 15-20 minutes of application of the first coat. A coat of ready mix polymer
Correction/Ommission/Insertion/Overwriting-Nil         AE-III               EE&SM (C )
                                                                                                             74
             modified cement based repair grout of the required thickness shall be applied as specified to
             fill the cavity if the required thickness is less than 20 mm. If the required thickness is more
             than 20 mm. the cavity shall be filled by ready mix micro concrete of relevant grade after
             providing the required centering and shuttering. The surface shall then be moist cured for
             minimum 7 days. Nothing extra shall be payable on this account.
          The contractor shall ensure that no debris is allowed to enter and be lodged in seismic and
          separation joints.
          Seismic or separation joints shall be provided with materials as specified in the schedule and as
          per detailed architectural drawing.
          Board to be used in expansion joint shall be of best approved quality and shall be got approved
          before use. It shall have minimum density of 95 kg/cum, Non staining with less than 1% water
          absorption and compression recovery of 93% minimum as per the specifications.
     Method of Application
      The expansion joint shall be cleaned and made dry completely. All loose materials shall also be
      removed. The joints gap shall be made uniform in width and depth after cleaning the joints. The
      backup materials of best quality shall be provided in position in order to produce the size of joint
      i.e. width and depth.
          Disturbed edges of RCC members near expansion joints shall be finished with rich mortar without
          any extra work
          Following test carried out at every 100 sqm.
              (i) Density
              (ii) Water absorption
              (iii) Compression recovery
8.4 Particular specification for solid fly ash cement concrete masonry blocks
           1) The fly ash cement concrete blocks shall strictly conform to the standards of IS 2185 (Part-
              I):2005 for manufacturing process as well as for physical requirements and tests.
           3) Thefly ash CC blocks shall be manufactured for minimum average compressive strength of
              100 kg/cm2
           4) The water absorption being the average of three blocks when determined as per
              Annexure-E of IS 2185 (Part-I):2005 shall not be more than 10% by mass.
  9.2. The Contractor shall prepare the shop drawings for the aluminium windows giving details of the
       various aluminium sections, microwave cured EPDM gaskets, cleats, anchor fasteners, hardware,
       sealants, glass etc. and submit the same for the approval of Engineer-in-Charge.
  9.3. Only after the approval of the samples and the shop drawings by the Engineer-in-Charge, the
       Contractor shall procure the material for the work. All materials brought to the site by the
       Contractor, for use in the work, as well as fabricated components shall be subject to inspection
       and approval by Engineer-in-Charge. The Contractor shall produce manufacturer’s test certificates
       for any material or particular batch of materials supplied by him.
  9.4. The Contractor shall prepare a finished sample of the aluminium window along with glazing panel
       and fittings etc. for approval of workmanship and material. Nothing extra shall be payable on this
       account.
  9.5. Aluminium sections to be used for various works shall be appropriate to meet technical, structural,
       functional and aesthetic considerations. The polyester powder coating shall be carried out in an
       approved factory / workshop as specified in the tender documents.
9.6. Fabrication
   9.6.1 All joints shall be accurately fabricated and be hairline in appearance. The finished surface shall
         be free from visible defects. All the aluminium windows/ventilators/doors shall be factory made
         and shall be brought to site for assembly and fixing.
   9.6.2 All hardware used shall conform to the relevant specifications and as per samples approved by
         the Engineer-in-Charge. Design, quality, type, number and fixing of hardware shall be generally
         in accordance with architectural drawings and as approved by the Engineer-in-Charge before
         use.
   9.6.3 All doors, windows, ventilators and glazing etc. shall be made water tight with microwave cured
         EPDM gaskets and weather silicone sealants to the satisfaction of the Engineer-in-Charge, for
         which nothing extra shall be payable.
   9.6.4 The frames shall be strictly as per Architectural drawings, the corners of the frame being
         fabricated to the true right angles. Both the fixed frames and openable shutter frames shall be
         fabricated out of sections cut to required length, mitered and mechanically jointed for
         satisfactory performance. All members shall be accurately machine milled and fitted to form
         hairline joints. The jointing accessories such as aluminium cleats, stainless steel screws etc. shall
         not to cause any bi-metallic reaction by providing separators, wherever required.The frame shall
         be factory made and brought to site.
Correction/Ommission/Insertion/Overwriting-Nil         AE-III               EE&SM (C )
                                                                                                          77
   9.6.5 Vertical members of the aluminium frame work shall be embedded in the floors, wherever
         required, by cutting and making good of the floor.
   9.7.1 The screws used for fixing fixed aluminium frames of the aluminium windows to masonry walls /
         RCC members and aluminium members to other aluminium members shall be of stainless steel
         of approved make and quality and of stainless steel grade 304. Threads of machine screws used
         shall conform to requirement of I.S. 4218.
   9.7.2 For the aluminium / UPVC windows, the gap between the aluminium /UPVC frames and the
         R.C.C / Masonry and also any gaps in the various sections shall be filled with weather silicone
         sealant DC 795 of Dow Corning or equivalent in the required bite size, to ensure water tightness
         including providing and fixing backer rod , wherever required. The weather silicone sealant shall
         be of such approved colour and composition that it would not stain or streak the masonry /
         R.C.C. work. It should not sag or flow and shall not set hard or dry out under any conditions of
         weather and shall be tooled properly. The weather silicone sealant shall be used as per the
         manufacturer’s specifications and shall be of approved colour and shade. Any excess sealant
         shall be removed / cleared. Nothing extra shall be payable for the above.
   9.7.3 Fixing of glass panes shall be designed in such a way that replacing damaged / broken glass panes
         is easily possible without having to remove or damage any members or interior finishing
         materials.
   9.7.4 Stainless steel adjustable heavy duty friction hinges and the aluminium handles for the openable
         / side hung windows shall be of "Earl Bihari” Ebco, make or equivalent as approved by the
         Engineer-in-Charge. 2 nos. friction hinges shall be provided per shutter.
   9.8.1 All glass panes shall be retained within aluminium framing by use of exterior grade microwave
         cured EPDM gaskets. Use of glazing or caulking compounds around the perimeter of glass will
         not be permitted. There shall be no whistling or rattling. Before installation of glass, Contractor
         shall ensure the following:
9.8.1.1. All glazing rebates shall be square, to plumb, true to plane, dry and free from dust.
9.8.1.2. Glass edge shall be clean and cut to exact size and grounded
   9.8.2 Low ‘E’ – Heat strengthened glass of specified thickness in doors, windows, ventilators and
         fixed glazing etc. shall be of approved make and standard quality conforming to C.P.W.D.
         Specifications.
    37          Fire Rated glass                 Contra Flam/       Saint Gobin india Pvt Ltd.
                                                 Pyroswiss     of
                                                 saint Gobain
                                                 Promat             Promat & Insulation (P) Ltd
                                                 Pyran of Schott    Schott Glass india Pvt Ltd.
                                                 Pilkinton          Pilkinton India
    38          Anchor /SS Stone                 Hilti              Hilti India Pvtltd
                Cladding clamps/       Dash      Fischer            Fischer India
                fastners
                                                 Anchor             Anchor Ltd
                                                 Nutech             Nutech Construction Chemicals
                                                 Canon              Cannon
                                                 Wurth              Wuerth India Pvtltd.
                                                 Trixel             Axel India Pvt Ltd.
                                                 Helfen             Helfen Anchoring System
                                                 Bosch              Bosch Ltd
    39          Structural Steel                 Sail               Sail
                                                 Tisco              Tata Steel
                                                 Vizag              RINL
                                                 Jsw                Jsw
                                                 Apollo             Apl Apollo
    40          M.S pipe tubes                   Sail               Sail
                                                 Tisco              Tata Steel
                                                 Apollo             Apl Appollo
                                                 Jindal             Jsw
                                                 Nezone             Nezone Tubes Limited
                                                 Nippon             Nippon
    67          Red Oxidezinc                    High Performance   Asian Paint
                Chromate Primer                  Yellow metal
                                                 Primer
                                                  Dulex             Icidulex
                                                  Nerolac           Nerolac
                                                  Berger            Berger Paints
                                                  Nippon            Nippon
Nerolac Nerolac
    83          Inter locking Concrete Paver     Dazzle            Dazzle Designer tiles Pvt Ltd
                Blocks                           Ultra             Ultra Tiles Pvt Ltd
                                                 Shree Blocks      Shree Paver Blocks
                                                 Vyara Tiles       Vyara Tiles Pvt Ltd Surat
                                                 Nitco (Rockard)   Nitco
                                                 Bharat (Nilsan)   Bharat
                                                 Regency           Regency
                                                 Besant Betons     Besant Betons
    84          Solar Studs I Median Markers     3m                3m science
                                                 Avery Dennison    Ave Dennison Pvt Ltd
                                                 Nikkalite         Nippon Carbide Industries (Usa)
    85          Polycorbonate          Convex    Unique Safety     Unique Solutions
                Rubber Hump
    86          Mirror                           Modi Guard        Gujarat Guardian Ltd
                                                 Saint Gobian      Saint Gobian glass India Ltd
                                                 Asahi             Asahi India glass Ltd
                                                 Atul              Atul Glass Industries Ltd
    87          Vitreous Commodes & Wash         Hindware          HSIL Ltd
                basin                            Roca              Roca Bath Pvt Ltd
                                                 Parryware         Roca Bath Pvt Ltd
                                                 Kohler            Kohier world wide
                                                 Cera              CE Sanitary Ltd
                                                 Jaquar            Jaquar Group
                                                 Bathsense         Asian Paints Ltd
    88          Flushing Cistern                 Parryware         Roca Bath Pvt Ltd
                                                 Kohler            Kohier world wide
                                                 Hindware          HSIL Ltd
                                                 Cera              CE Sanitary Ltd
                                                 Jaquar            Jaquar Group
                                                 Bathsense         Asian Paints Ltd
    89          SWR PVC Pipes and Fittings       Supreme           Supreme Industries Ltd
                                                 Astral            Astral Polytechnik Ltd
                                                 Finolex           Finolex Industries Ltd
                                                 Flow guard        Ashirwad PVC Pipes
                                                 Prince            Prince Pipes & Fittings Ltd
                                                 Truflow           HSIL Ltd of Hindware
    90          Stainless Steel Kitchen Sink     Jhonson           Prison Jhonson Ltd
                                                 Diamond           Phecx Appliances Pvt Ltd
                                                 Jindal            Centuary Polytech
                                                 Nilkanth          Nilkanth
                                                 Nirali            Jyoti (India) Metal Industries Pvt Ltd
                                                 Hindware          HSIL Ltd
                                                 Silver Shine      Blue Stone Stanitary Industries Pvt Ltd
                                                 Joyna             Joyna
                                                 Navkar            Shri Navkar Ltd
                                                       Jaquar             Jaquargroup
                                                       Kohler             Kohler
    132         Float valve (Ball Valve)         Prayag               Prayag Polymers (P) Ltd
                                                 Leader               Leader valves Ltd.
                                                 Zoloto               Zolota Industries
                                              Ibp                     Ibp Industries
                                              Arco                    Arco Valves Pvt.Ltd.,
    133         Spider     Patch Fittings For Dorma                   Dormakaba India Pvt. Ltd
                Structural                    Sevax                   Saint Gobain Glass India Ltd.
                Glazing
                                              Kich                    Kich India
                                              Ozone                   Ozone Ltd
                                              Hafele                  Hafele Ltd
                                              Godrej                  Godrej
    134         Multi Walled Polycarbonate    Danpalon                Danapal Light Architecture
                Roofing Sheets                Lexan Ge                Ge Lexan
                                                 DPI                  DPI daylighting solutions
    135         Adhesive For AAC Block tiles     Ultratech            Ultratech Cements Ltd.
                                                 Ardex Endurai        Ardex Endura
                                                 Gold Star
                                                 Ferrous Crete        Ferrous Crete(India) Pvt. Ltd.
                                                 Smartcare tile       Asian Paints
                                                 Adhesive
                                                 Tile   Adhesive      Berger Paints
                                                 Plus
    136         Modular    Kitchen    Wardrobe   Sleek                Asian Paints
                Hardware and Accessories         Godrej               Godrej & Boyceco.
                                                 Spacewood            Spacewood
                                                 Evoke                Evoke
    137         Puff Insulations                 Smartcare            Asian Paints
BASF BASF
  NOTE:
  (1) Equivalent material and finishes of any other specialized make may be used, in case it is
      established that the brands specified above are not available in the market but only after approval
      of the alternate brand by the Competent Authority / NIT Approving Authority.
  (2) The bidder may be asked to procure and use any of the above brand and they shall quote rates
      accordingly.
  (3) The Materials approved by the Special Director General, Project Region, Chennai upto the date of
      inviting tender shall also be considered.
-BLANK-
PART-C
E & M COMPONENT
-BLANK-
PROFORMA OF SCHEDULES
SCHEDULE ‘A
SCHEDULE ‘D’
SCHEDULE ‘E’
 Reference to General Conditions of contract: GCC-2023 (Construction Works) for Central Public Works Department with
correction slips / ammendments if any issued upto previous day of the submission of bid
  Name of Work: - Hyperloop site development works SH: Providing 300mtr long RCC road, hill earth filling, pipe
  culvert, kerb stone fixing including painting, Hume pipe laying for service lines and Street lighting & area lighting at
  IITM Discovery Campus, Thaiyur, Chengalpattu (Dist), Tamilnadu-603103
SCHEDULE ‘F’
  2(x)
        Percentage on cost of                                 15%
   materials and labour to cover all       :
   overheads and profits
  9(ii)
      Standard CPWD Contract               : CPWD Form 7& GCC 2023 Construction Work modified
      Form                                   & corrected up-to last date of submission of bid with
                                             extension if any.
  Clause 1
    i) Time allowed for submission of Performance Guarantee,                        As per Schedule F of Civil works
       Programme Chart(time and Progress) and applicable labour
       Licenses, registration with EPFO, ESIC and BOCW Welfare
       Board or proof of applying thereof from the date of issue of
       Letter of acceptance.
  Clause 2
         Authority for fixing
Compensation underclause2.                                                   As per Schedule F of Civil works
  Clause 5
         Number of days from the date of issue of letter
          of acceptance for reckoning dateofstart                               As per Schedule F of Civil works
   Name of work: Agnikul and e-Plane Infrastructure development works. SH: Providing and laying Bituminous concrete
   road and Street lighting from Arrival court to Agnikul & e-Plane at IITM Discovery Campus, Thaiyur, Chengalpattu
   (Dist), Tamilnadu-603103
  (iii)Shifting of date of start in case of delay in handing              As per Schedule F of Civil works
       Over of site
Clause 7
Gross work to be done together with net                    Rs. 15,00,000/-. For payment for a lesser value to
payment / adjustment of advances for                       mitigate his financial hardship otherwise also, there is
material collected, if any, since the last such            no bar, Contractor specifically requests and Engineer-
payment for being eligible to interim payment.             in-charge decision in this regard is final.
Clause 7A:
Clause 7B:
  Clause 8A:
  Authority to decide:
  Compensation on account if contractor fails to submit                             As per Schedule F of Civil works
  Completion plans. (0.1% of tendered value of work)
  Clause 10 A
  List of testing equipment to be provided by the contractor                             As per Additional at site lab
                                                                                         Specifications.
Clause 11
Specifications to be followed for for execution of civil
works:                                                              As per Schedule F of Civil Works
Specifications to be followed for for execution of E&M     CPWD General Specifications for Electrical Works
works:                                                 Part-I internal -2023 and External 2023 amended upto
                                                       date
Clause 12
             Clause 12.2      Deviation Limit beyond which Clause 12.2 & 12.3                    100% (Hundred
             & 12.3           shall apply for Works in foundation upto plinth and above          Percentage)
                              plinth level to all levels.
 Clause 16
 Competent Authority for                                                SE cum Project Director,
 Deciding reduced rates.                                               IITMPC, CPWD, Chennai.
  Clause18
  List of machinery tools & plants to be                                  T& P and machinery required
  deployed by the contractor atsite:                                      as per site condition & as directed by
                                                                          the Engineer in charge
  Clause 19 C:
  Authority to decide penalty for each default:                            EE & Senior Manager (E)
                                                                          IITMPC, CPWD, Chennai
  Clause 19 D:
  Authority to decide penalty for each default:                              EE & Senior Manager (E)
                                                                             IITMPC, CPWD, Chennai
  Clause 19 G: Authority to decide penalty for each default:                 EE & Senior Manager (E)
                                                                             IITMPC, CPWD, Chennai
  Clause 19 K:
  Authority to decide penalty for each default                             EE & Senior Manager (E)
                                                                           IITMPC, CPWD, Chennai
Clause 25:
  I.   Conciliator                                 :     The Special Director General, CPWD, Chennai
 II.      Arbitrator Appointing Authority          :     Superintending Engineer cum Project Director, IITMPC,
                                                         CPWD, Chennai or his successor there of
 III.     Place of Arbitration                     :     Chennai, Tamil Nadu
       Clause32: Requirement of Technical Representative(s) and recovery Rate for works more than 50 less than 100
                 crore.
Clause 38:
         i) (a) Schedule / statement for determining theoretical quantity of cement &bitumen on the basis of
         ii) Delhi Schedule of Rates 2022 printed by C.P.W.D. amended up to date of opening oftender.
1.     The applicant should either himself meet the eligibility conditions for the respective E&M
       components or otherwise he will have to associate with agencies, fulfilling the eligibility
       requirements and hence consent letter from Associate Agency of the respective components of
       E&M work shall also be submitted as per attached Proforma after award of work to L1bidder.
       In case the main contractor is himself eligible (as per eligibility criteria) for executing any
       specific minor component and intends doing the job himself, he may not be required to
       associate with another agency for that minor component of work. In such cases the main
       contractor also has to submit the documents as per eligibility criteria mentioned for associated
       agency of individual E&M component.
2.     The main tenderer have to submit the following documents for association of electrical
       contractor within one month of award of work or 15 days before start of work whichever
       isearlier.
       (i)      In support of the eligibility conditions of the proposed associated electrical contractor,
                CPWD enlistment order if any, copy of their experience certificates, Electrical
                Contractor‘s License if any, PAN Card, duly attested by the applicants (Main
                Contractor) shall be submitted to the Executive Engineer (Electrical)(IITMPC), CPWD,
                Chennai for deciding the eligibility. Each such electrical contractor will certify that they
                are not debarred as on the day of application for sale of tender. Proposal for associating
                agency for minor components of work shall be submitted in Form- F of this tender
                document from each associate independently for all electrical and mechanical
                components.
       (ii)     The main contractor will submit MOU signed by himself/themselves, eligible
                registered/ enlisted contractor of CPWD or experienced contractor satisfying eligibility
                criteria. The MOU in the enclosed form( FORM “J”) shall be signed by both the parties
                i.e. main contractor as 1st party and associated electrical contractor as per eligibility
                criteria as 2nd party (independently for all E&M components).
3.     In the event of the concerned E&M agency not performing satisfactorily or failure of associate
       contractor to complete the E&M work, the main contractor on written directions of the
       department, shall remove the Associate contractor deployed on the work and shall submit
       name of new associate who fulfill the conditions mentioned in NIT to execute the left over
       work without any loss of time or variation in cost to the department. Such associates shall also
       give an undertaking along with the main tenderer that both of them shall stand guarantee for
       the equipments already supplied for which payment has been released by the Dept. in part. If
       any equipment supplied for the work, during the currency of the earlier Associate contractor
       and paid partly by the Dept., becomes redundant /not in a position to be installed and
       commissioned and put to beneficial use due to change in agency for execution of E&M work,
       the main contractor shall be liable for replacement of the equipment(s) at no cost to
       Department. No change of Electrical Contractor will be allowed without prior approval of the
       Engineer-in-charge of thework.
4.     The materials shall be procured only from the original equipment manufacturers/ authorized
       dealers of OEM. The contractor shall submit all documentary details in fulfillment of this
       conditions regarding procurement of materials including relevant testcertificates.
5.     Executive Engineer (E) shall be the Engineer-in-charge as far as electrical works are
       concerned. Separate tender schedule abbreviated CPWD-8 and Special Conditions for
       Electrical Work are appended with this tender. It will be obligatory on the part of the
       successful contractor/bidder to sign the tender documents for all the componentparts.
6.       The main contractor has to enter into MOU with contractor associated by him for execution of
         minor component and department.
7.       The associate contractor shall attend the inspection of the work by the Engineer-in-Charge
         ofE&M works as and whenrequired.
8.       The defect liability period for the entire work is one year, except for LED fittings. The
         warranty for LED fittings including driver is 5 (Five) years.
                  Component of             Estimated
     Sl. No            E& M                cost in Rs.                             Eligibility
                       works
                Internal Electrical
                Installation &                                 The main Contractor has to associate appropriate
 1              Fans Including             30,53,658/-         Composite category in CPWD having valid electrical
                External                                       license for execution of this sub head of work if
                Electrical Service                             himself/ themselves not enlisted CPWD Composite
                Connection And                                 category contractor having electrical license.
                Street Lighting
Similar work as mentioned above for each specialized E&M component of work should have successfully
completed by the respective associated agency during the last Seven years ending last day of previous
monthof last day of submission of tenders.
The value of executed works shall be brought to current costing level by enhancing the actual value of work at
simple rate of 7% per annum calculated from the date of completion to last date of Submission of bids.
  9.          The applicant should either himself meet the eligibility conditions for the respective E&M
              packages or otherwise, he will have to associate an agency meeting the eligibility
              requirements as given in this tender document and submit the details as per Form ―F, I &J
              given in Part C of this tender document within 30 days of award of work OR 15 days
              before start of minor component of work whichever isearlier.
              The applicant/ main contractor has to submit consent letters as per Form- F, given in Part C
              of this tender document, from at least one eligible associate agency of the respective
              component of E&M work for each of the component of E& M works by clearly indicating
              the component of work within 30 days of award of work OR 15 days before start of minor
              component of work whichever isearlier.
              The main contractor will execute MOU (FORM “J” attached) with Specialized agency for
              executing E&M works. The MOU in the enclosed form shall be signed by both the parties‘
              i.e. main contractor 1st party and associated electrical contractor as per eligibility criteria
              as 2nd party (independently for all E&M components).
 10.       If the main contractor fails to associate agency for execution of minor components of work
           within 30 days of award of work OR 15 days before start of minor component of work
           whichever is earlier or furnishes incomplete details or furnishes details of ineligible
           agencies even after the tenderer is given due opportunity, the entire scope of such
           component of work shall be withdrawn from the tender and the same shall be got executed
           by the Engineer-in – Charge at the risk and cost of the maincontractor or action may be
           taken to rescind the contract.
 11.       Verifiable completion certificates of the work, registration/approval documents as the case
           may be, duly attested by the applicant shall be submitted within 30 days of award of work
           OR 15 days before start of minor component of work whichever is earlier along with Form
           ―F, I &J given in Part C of this tender document. Valid Electrical Contractor's license, as
           the case may be, duly attested by the applicant shall also be submitted within 30 days of
           award of work OR 15 days before start of minor component of work whichever isearlier.
Form -F
Name of work:
I / We will execute the work as per specifications and conditions of the agreement and as per
directions of the Engineer –in-Charge for the corresponding minor work till the completion of the
work.
I / We will be responsible for necessary action to handover the installations and for rectification
of defects and repair during the maintenance / warranty period.
Also I / We will employ full time technically qualified Engineer / supervisor for the minor
component of the work as required for the work. I / We will attend inspection of officers of the
department as and when required.
Date:
1. Witness withaddress
2. Witness withaddress
FORM –I
           I/we hereby propose the following agencies as per mentioned against each for
executing corresponding minor components of work. Their consent letter are also attached
Note: Self Attested photocopies of enlistment order, valid electrical contractor license, annual pre-
      qualification order, work experience certificates of each agency for each component of E&M
      work shall be submitted alongwith proposal for approval by EE&SM(E)(IITMPC), CPWD,
      Chennai..
Signature of contractor
                                                     Form- “J”
                                   Memorandum of Understanding (MOU)
(to be executed for each and every E&M component if the main contractor associates a different agency
 other tham himself/ themselves for the execution of Work (Electrical Component) as per schedule
 specifications, terms and conditions of the tender)
1. M/s. (Name of the firm withfull address)        2.M/s. (Name of the firm with fulladdress)
   Enlistment Status                               EnlistmentStatus
   ValidUpto:                                      Valid Upto:
   (Henceforth called themainContractor)           (Henceforth called AssociatedElectrical
                                                   Contractor or Electrical Contractor)
Name of Work:-
            We state that this Memorandum of Understanding (MOU) will be treated as an agreement and
has legality as per Indian Contract Act (amended upto date) and the department (CPWD) can enforce all
the terms and conditions of the agreement for execution of the above work. Both the main contractor and
Associated Electrical Contractor shall be responsible for the execution of work as per the original
agreement to the extent this MOU allows. The payment shall be made by the department to the main
contractor only and it his responsibility to make payment to the associated agency at their agreed rates. In
case of any dispute, either of the main contractor or associated contractor will go for mediation by the
Engineer In charge and if not satisfied may appeal against the mediation to the competent authority. His
decision shall be final and binding on both of the main contractor and associated contractor.
We have agreed as under:
       1.     The associated electrical contractor will execute all electrical works in the wholesome
              manner as per terms and conditions of theagreement.
       2.     The associated electrical contractor shall be liable for disciplinary action if he fails to
              discharge the action(s) and other legal action as peragreement.
       3.     All the machinery and equipments, tools and tackles required for execution of the electrical
              works, as per agreement, shall be the responsibility of the associated electricalcontractor.
       4.     The site staff required for the electrical work shall be arranged by the associated electrical
              contractor as per terms and conditions of theagreement.
       5.     Site order book maintained for the said work shall be signed by the representative of the
              main contractor/ associated contractor or the main contractor/ associated contractor
              themselves.
       6.     All the correspondence regarding execution of the electrical work shall be done by the
              department with the Associated Contractor with a copy to the main contractor. In case of
              non-compliance of the provisions of agreement, the main contractor, as well as the
              associated contractor shall be responsible. The action under clauses 2 and 3 shall be initiated
              and taken against the maincontractor.
1 GENERAL
       The work shall be generally carried out in accordance with tender/bid specifications andthe
        following specifications /rules.
          a) CPWD General Specifications for Electrical work Part I Internal – 2023, as amended upto
             date
          b) CPWD General Specifications for Electrical work Part II External - 2023, as amended upto
             date
          c) Commercial and Additional conditions for thiswork.
          d) The Indian Electricity Act, 2003, as amended uptodate
          e) Indian Electricity Rules 1956 amended uptodate
Order of Preference:
         Should there be any difference or discrepancy between the description of items as given in the
       Schedule of Quantities, technical specifications for individual items of work (including additional
       and commercial conditions) and IS Codes etc., the following order of preference shall be followed:
                a)   Schedule ofquantities
                b)   Commercial and Additional conditions for thiswork
                c)   General Conditions of Contract for CPWD Works
                d)   Drawings
                e)   CPWD GeneralSpecifications
                f)   Relevant IS or any other International code in case IS code is notavailable.
      These Commercial and Additional conditions are to be read in conjunction with above and in case
      of variations, specifications given in these additional conditions shall apply. However, nothing extra
      shall be paid on account of these additional specifications and conditions, as the same are to be read
      along with schedule of quantities for thework.
      This specification covers manufacture, testing as may be necessary before dispatch, delivery at site,
      all preparatory work, assembly and installation, commissioning putting into operation of equipment
      of all E&M components of thetender.
      The tenderer should in his own interest visit the site and get familiarize with the site conditions
      beforetendering.
No T &P shall be issued by the Department and nothing extra shall be paid on account ofthis.
2     COMMERCIALCONDITIONS
      Type of Contract: The work to be awarded by this tender shall be treated as indivisible works
      contract.
3     Deductions shall be made at source as per the prevalent laws for Income tax, GST for works
      contract , labour cess& other statutory deductions if any. The deductions of Security Deposit,
      Income tax, GST for works contract, labour cess& other statutory deductions etc. shall be done
      after calculation of the due payments and net payment shall be reduced accordingly.
4 RATES
     The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including GST-works
     contract which is 18% as on date, & labour cess 1% and Income Tax as applicable), duties, levies,
     octroi etc and all charges for packing forwarding, insurance, freight and delivery, installation,
     testing, commissioning etc.at site including temporary construction of storage, risks,Over head
     charges, general liabilities/obligations and clearance from CEA/ Lift Inspectorate/ Fire department
     etc as required. However, the fee for the inspections of works by these departments shall be
     reimbursed/ borne by thedepartment.
     The contractor has to carry out maintenance as per manufacturer's standards for a period of
     45 days from the date of handing over. Nothing extra shall be paid on this account.
5 COMPLETENESS OF TENDER
       All sundry equipment, fittings, unit assemblies, accessories, hardware items, foundation bolts,
       termination lugs for electrical connections, and all other items which are useful and necessary for
       efficient assembly and installation of equipment and components of the work shall be deemed to
       have been included in the tender irrespective of the fact whether such items are specifically
       mentioned in the tender documents or not.
       The space, if available, may be used for storage of sundry materials and erection equipments or
       else the agency has to make his own arrangements. No separate storage accommodation shall be
       provided by the department. Watch and ward of the stores and their safe custody shall be the
       responsibility of the contractor till the final taking over of the installation by thedepartment.
7 CARE OF THEBUILDING:
       Care shall be taken by the contractor while handling and installing the various equipments and
       components of the work to avoid damage to the building. He shall be responsible for repairing all
       damages and restoring the same to their original finish at his cost. He shall also remove at his cost
       all unwanted and waste materials arising out of the installation from the site of work.
8 COMPLETIONPERIOD
       The completion period indicated in the tender documents is for the entire work of planning,
       designing, approval of drawings etc., arrangement of materials &equipments, delivery at site
       including transportation, installation, testing, commissioning and handing over of the entire system
       to the satisfaction of the Engineer-in-charge.
9 GUARANTEE
       All equipments shall be guaranteed for a period of 12 months,from the date of taking over the
       installation by the department, against unsatisfactory performance and/or break down due to
       defective design, workmanship or material. The equipments or components, or any part thereof, so
       found defective during guarantee period shall be forthwith repaired or replaced free of cost, to the
       satisfaction of the Engineer-in Charge. In case it is felt by the department that undue delay is being
       caused by the contractor in doing this, the same will be got done by the department at the risk and
       cost of the contractor. The decision of the Engineer-in-charge in this regard shall be final &
       building on the contractor.
        The tender shall guarantee among other things, thefollowing:
         a. Quality, strength and performance of the materials used as per manufacturers standards.
         b. Safe mechanical and electrical stress on all parts under all specified conditions of operation.
         c. Satisfactory operation during the maintenance period.
10       POWERSUPPLY:
         The contractor has to make its own arrangement for power supply required for execution of the
         work.
11 WATERSUPPLY:
         The contractor has to make its own arrangement for water supply required for execution of the
         work.
          The successful tenderer would be required to submit the following drawings after award of
          work for approval before commencement of installation.
  14     The successful tenderer should furnish well in advance three copies of detailed instructions and
         manuals of manufacturers for all items of equipments regarding installation, adjustments
         operation and maintenance including preventive maintenance & trouble shooting together with
         all the relevant data sheets, spare parts catalogue etc. all intriplicate.
 15     EXTENT OF WORK
        The work shall comprise of entire labour including supervision and all materials necessary to
        make a complete installation and such tests and adjustments and commissioning, as may be
        required by the department. The term complete installation shall not only mean major items of the
        plant and equipments covered by specifications but all incidental sundry components necessary
        for complete execution and satisfactory performance of installation with all layout charts whether
        or not those have been mentioned in details in the tender document in connection with this
        contract as this is a turnkeyjob.
The cables and other items shall be brought at site after taking correctmeasurements.
      In addition to supply, installation, testing and commissioning, of all E&M equipment, following
      works shall be deemed to be included within the scope of work to be executed by the tenderer as
      this is a turn key job.
       a) Minor building works necessary for installation of equipments, foundation, making of opening
           in walls or in floors and restoring them to their original condition finish and necessary grouting
           etc. as required.
       b) All necessary supports.
       c) Testing of PTs/CTs for metering & protection purpose & relay calibration & setting.
       d) Getting CEA inspection done & obtaining approval for energizing the installation. However,
           necessary fees for inspection shall be borne by theDepartment.
      All major equipments shall be offered for initial inspection at manufacturer‘s works. The contractor
      will intimate the date of testing of equipments at the manufacturer's works before dispatch. The
      successful tenderer shall give advance notice of minimum two weeks regarding the dates proposed
      for such tests to the department's representative to facilitate his presence duringtesting.
       The Engineer-in-charge or his representative may witness such testing. The cost of the Engineer's
       visit to the factory will be borne by the Department. Equipments will be inspected at the
       manufacturer/ Authorized Dealers premises, before dispatch to the site by the contractor if so
       desired by the Engineer-in-charge. Engineer-in-charge at his discretion may waive of inspection at
       factory /at the manufacturer's works before dispatch.
      Copies of all documents of routine and type test certificates of the equipment, carriedout at the
      Manufacturer‘s premises shall be furnished to the Engineer-in-charge and consignee.
      After completion of the work in all respects the contractor shall offer the installation for testingand
      operation.
      All works shall be carried out in accordance with relevant regulation, both statutory and those
      specified by the Indian Standards related to the works covered by this specification. In particular,
      the equipment and installation will comply with thefollowing:
           i) Factories Act.
           ii) Indian Electricity Rules.
           iii) B.I.S. & other standards as applicable.
           iv) Workmen's compensationAct.
           v) Statutory norms prescribed by local bodies like CEA, Power Supply Co.,etc.
      After completion of the installation, the same shall be offered for inspection by the representatives
      of the Central Electricity Authority. The contractor will extend all help including test facilities to
      the representatives of CEA. The observations of CEA will be attended by the contractor. The
      installation will be commissioned only after getting clearance from CEA.
      Nothing in this specification shall be construed to relieve the successful tenderer of his
      responsibility for the design, manufacture and installation of the equipment with all accessories in
      accordance with currently applicable statutory regulations and safetycodes.
19 INDEMNITY:
       The successful tenderer shall at all times indemnify the department, consequent on this works
       contract. The successful tenderer shall be liable, in accordance with the Indian Law and Regulations
       for any accident occurring due to any cause and the contractor shall be responsible for any accident
       or damage incurred or claims arising there from during the period of erection, construction and
       putting into operation the equipments and ancillary equipment under the supervision of the
       successful tenderer in so far as the latter is responsible. The successful tenderer shall also provide
       all insurance including third party insurance as may be necessary to cover the risk. No extra
       payment would be made to the successful tenderer on account of theabove.
20 ERECTIONTOOLS:
       No tools and tackles either for unloading or for shifting the equipments for erection purposes would
       be made available by the department. The successful tenderer shall make his own arrangement for
       all these facilities.
       The successful tenderer shall co-ordinate with other contractors and agencies engaged in the
       construction of buildings, if any, and exchange freely all technical information so as to make the
       execution of this work/contract smooth. No remuneration should be claimed from the department
       for such technical cooperation. If any unreasonable hindrance is caused to other agencies and any
       completed portion of the work has to be dismantled and re-done for want of cooperation and
       coordination by the tenderer during the course of work, such expenditure incurred will be recovered
       from the successful tenderer if the restoration work to the original condition or specification of the
       dismantled portion of the work was not undertaken by the tendererhimself.
22     The work will be carried out with least disturbance during shifting & shut down taken in
       consultation with the client department.
23 INSURANCE ANDSTORAGE:
       All consignments are to be duly insured upto the destination from warehouse at the cost of the
       contractor. The insurance covers shall be valid till the equipment is handed over duly installed,
       tested and commissioned.
       The contractor shall have to produce all the relevant records to certify that the genuine equipments
       from the manufacturers has been supplied and erected.
25 PAINTING:
       This shall include cost of painting of the entire installation. The major equipments like, L T panel,
       Transformers, DG set, lifts, HVAC equipments, axial fans, pumps, cable trays etc. shall be factory
       final finish painted. The agency shall be required to do only touching to the damages caused to the
       painting during transportation, handling & installation at site, if there is no major damage to the
       painting. However hangers, supports etc. of cable tray etc. shall be painted with required shade
       including painting with two coats of anticorrosive primer paint at site.
26. TRAINING:
      The scope of works includes the on job technical training of two persons of Department at site.
      Nothing extra shall be payable on this account.
27. MAINTENANCE:
27.1 Sufficient trained and experienced staff shall be made available to meet any exigency of work
      during the guarantee period of one year from the handing over of the installation.
       The maintenance, routine as well as preventive, for one year from the date of taking over the
       installation as per manufacturer‘s recommendation shall be carried out as per OEM standards.
      The agency shall submit drawings and details such as makes and models of the
      equipments/materials offered by him along with specifications for all E&M components to the
      Engineer-in-charge of the work, before ordering the equipment/materials for approval of the
      department.
      The Engineer-in-charge shall scrutinize the proposal and approve the makes and models which are
      acceptable as per the schedule, specifications, conditions of the agreement and inform the agency
      for procurement. The approving authority shall be technical sanctioning authority of E&M
      component.
      After approval of the equipment/materials by the department the agency shall procure the
      equipment/materials from the OEM/authorized distributor/dealer as the case maybe:
29     Adequate care that only tested and genuine materials of proper quality are used in work shall be
       ensured by firm. The firm shall also ensurethat:
        Material will be ordered & delivered at site only with the prior approval of the department to
        ensure timely delivery.
        As and when the order is placed for the fittings/ fixtures, cables, switchgears, poles, other main
        items etc, its copy shall be endorsed to the CPWD Engineer-in-charge.
        The contractor will submit makes & brands of electrical fittings wires & cables, conduits and
        switchgears, rising mains, poles , outdoor fittings etc. of preferred make list as per tender
        documents for approval of Engineer-In-Charge whose decision will be final in the matter.
        The firm will be required to procure material directly from the manufacturer/ authorized dealers to
        ensure genuineness & quality and as per the approved makes only. Proof in this regard shall be
        submitted by the contractor if required by the department.
        Inspection at factory or at godown, as required, shall be arranged by the firm for a mutually
        agreeddate.
        Delivery of material shall be taken up only with the consent of department, after clearance of
        thematerial.
        Department shall reserve the right to waive inspection in lieu of suitable test certificate, at its
        discretion.
        All the materials to be supplied by the contractor shall be procured & brought to site as per
        requirement at site of work in consultation with department so that these materials are not
        damaged & their manufacturer‘s warrantee is not lost.
          Nothing in this specification shall be construed to relieve the successful tenderer of his
          responsibility for the design, manufacture and installation of the equipment with all accessories in
          accordance with currently applicable statutory regulations and safety codes.
          Successful tenderer shall arrange for compliance with statutory provisions of safety regulations
          and departmental requirements of safety codes in respect of labour employed on the work by the
          tenderer. Failure to provide such safety requirement would make the tenderer liable for penalty of
          Rs.1000/- for each default. In addition, the department will be at liberty to make arrangement for
          the safety requirements at the cost of tenderer and recover the cost thereof fromhim.
          In respect of all labour employed directly or indirectly on the work for the performance of
          the of work, the contractor at his own expense, will arrange for the safety provisions as per the
          statutory provision, B.I.S. recommendations, factory act, workman’s compensation act, CPWD
          code and instructions issued from time to time. Failure to provide such safety requirements
          would make the tenderer liable for penalty. In addition, the Engineer-in-charge shall be at liberty
          to make arrangements and provide facilities as aforesaid and recover the cost incurred thereon
          form thecontractor.
          The contractor shall provide necessary barriers, signals and other safety measures while
          executing the works wherever necessary so as to avoid accident. He shall also indemnify CPWD
          against claims for compensation arising out of negligence in this respect. Contractor shall be
          liable, in accordance with the Indian law and Regulations for any accident occurring due to any
          cause. The department shall not be responsible for any accident occurred or damage incurred or
          claims arising there from during the execution of work. The contractor shall cover the risk. No
          extra payment would be made to the contractor duethis.
31 Location
        The work shall be executed inside the Indian Institute of Technology Madras campus
        located at Thaiyur Village.
32 Site Information
                (i) The equipments will be installed at the building being constructed at Thaiyur Campus.
                    The tenderer should, in his own interest, visit the site and familiarize himself with the
                    site conditions beforetendering.
                (ii) Restriction may be imposed during construction work. Due to secured area, there may
                     be some times some restrictions on working hours/ days for which the
                     contractorshallbeintimatedthen&there&noclaimshallbe entertained for idle labour if
                     any. No claim what so ever will be entertained by the department on account of any
                     other restrictions imposed by the security agencies, occupants & the client department.
                     If the site or part of it is not made available for any reasons, the program of execution of
                     work shall be modified accordingly and the contractor shall have no claim for any
                     compensation on this account.
            (iii)   The loss of time on this account shall have to be made up by generating
                    additional resources without any extra claim on the department on thisaccount.
                    f) As and when there will be security requirements, certain additional restrictions can be
                       proposed as per the requirement of thesituation.
                    h) Due to security constraints, all the working personal may not be allowed to carry the
                       mobile phone or any other electronic gadgets. The instruction of security personal in
                       this regard shall be followedreligiously.
33. Terminology
RelevantIS The definition of terms used in these specifications shall be in accordance with
34. ClimaticConditions
                The equipments supplied shall be suitable for satisfactory performance on its rated capacity at
                all weather conditions i.e. summer, monsoon and winter of Indian Institute of Technology
                Madras, Thaiyur Campus.
    1.1    The Department shall not issue any T & P and nothing extra shall be paid on account
           of this.
           All the equipments shall be guaranteed for a period of 12 months from the date of taking over the
           installation by the department against unsatisfactory performance and / or break down due to
           defective design, workmanship of material. The equipments or components, or any part thereof, so
           found defective during guarantee period shall be forthwith repaired or replaced free of cost, to the
           satisfaction of the Engineer-in-Charge. In case it is felt by the department that undue delay is being
           caused by the contractor in doing this, the same will be got done by the department at the risk and
           cost of the contractor. The decision of the Engineer-in-Charge in this regard shall be final.
The bidder shall guarantee among other things, the following vis-à-vis specifications:-
            The guaranty for LED fittings is to be got submitted from the contractor. He should give
            undertaking that in case discontinuation of model and non-availability of spares, he will replace
            the fittings with equivalent/ high end model in case of manufacturing defect during the warranty
            period of 5 years in Annexure – X.
           The Contractor shall prepare the programme chart for the execution of the work showing clearly all
           activities from the start of work to the completion required for the completion of the work within
           the stipulated period and submit the same to the Engineer-in-Charge within fifteen days after the
           issue of letter for commencement of the work. The Contractor shall also submit monthly
           programme and progress reports and update / re-schedule the same every month. These shall be
           submitted by the contractor in soft copy also besides forwarding hard copy of the same.
4 Order of Preference:
           Should there be any difference or discrepancy between the description of items as given in the
           Schedule of Quantities, technical specifications for individual items of work (including additional
           and commercial conditions) and IS Codes etc., the following order of preference shall be
           followed:-
                 (i) Schedule of quantities
                 (ii) Commercial and Additional conditions for this work
                 (iii) General Conditions of Contract for CPWD Works
                 (iv) Drawings
                 (v) CPWD General Specifications
                 (vi) Relevant IS or any other International code in case IS code is not available.
6      Executive Engineer (Elect.) shall be the Engineer-in-Charge as far as electrical works are
       concerned. Separate tender form for electrical component is appended with this tender. It will be
       obligatory on part of the successful main contractor to sign the tender documents for all the
       components.
7      The main agency shall be responsible for all acts of omissions and submissions of the electrical
       contractor or sub-contractor engaged byhim.
8      Approval of the Engineer-in-charge shall be taken well in advance for all the materials to be
       supplied and used in all the works by the contractor.
9      The contractor has to make his own arrangements for stores and watch and ward and no extra
       claim for this will beentertained.
10 Payments terms:
       Running payment for Electrical/Mechanical components shall be made by the EE (E) directly to
       the main Contractor as stipulated inagreement.
       On account payments for part work (after stipulated and statutory deductions) as assessed by the
       Engineer – in-charge for the applicable items in the Contract shall be payable at part rates not
       exceeding the percentage indicated against the stages of work.
            For other items, the part rates will be decided by the Engineer-In-Charge of the work and shall
            be binding on the contractor.
11     The main contractor shall be responsible for coordinating the activities of all works and will ensure
       progress of works as per laid downprogramme.
12     The main contractor and / or his Associated electrical Contractor or his representative is bound to
       sign the site order book as and when required by the Engineer-in-charge and will comply with the
       remarkstherein.
13     The contractor shall make his own arrangement at his own cost for electrical / General Tools and
       plants required for thework.
Addition: NIL          Correction: NIL   Overwriting: NIL   Deletion: NIL
                                                                                                                      123
The connections, inter-connections, earthing and loop earthing shall be done by the contractor wher ever required to be done for
energisation of the installation and nothing extra shall be paidonthis account.
        14     The contractor must be able to work on concrete slabs / walls as and when required and in
               complete coordination with the civil works. Cutting of chases in the plastered wall shall in no case
               be allowed. The contractor shall fix conduits and boxes in the walls soon after the brick work is
               completed and finish the chase to rough surface with proper cement sand mixture. Only in
               exceptional cases e.g. where cutting of plastered surface cannot be avoided it will be contractor‘s
               responsibility to ensure that plastering is done to match the original finish at no extracost.
         15    The contractor shall remove all the debris due to the electrical works from the site as soon as the
               work iscompleted.
        16     The wiring and conduit route shall be marked by the contractor in the drawing first, and shall be
               got approved from theEngineer-in-charge.
        17     Some light points in lobby / corridors/ stair case/ lift shaft etc are group controlled which will be
               measured as per Items mentioned under schedule ofquantities.
        18    The rupturing capacity of the MCB‘s shall be 10 KA. The MCB‘s shall have ISI mark.
              Quantities of MCBs of different rating of 6 amps to 32 amps shall be brought in consultation with the
              Engineer-in-Charge or his representative. Make of MCB/MCCB shall be the same as the make of MCB
              DB.
        20     The copper wire to be used on this work shall be FRLS type and ISImarked.
        21     The make of switch boxes shall be the same as that of switches. Only the required knockouts of the
               switch boxes are to be removed for terminating the conduit pipes with PVCglands.
        22     All the switch boxes, MCBDBs are to be covered with plastic sheet / petroleum gelly when
               installed in brick work till the plastering / painting is done to avoid sticking of cement plaster/
               splashes of the paint. Cement plaster / paint are to be cleaned immediately after plaster to avoid
               rusting of switch boxes and MCBDBs. The plastic sheet is to be removed at the time of handing
               over.
        23     The Electrical works shall be carried out by the contractor, side by side with the progress of the
               civil works.
        24     The Contractor shall furnish documentary proof like delivery challans of purchasing Wires,
               Modular switches & accessories, MCBs, MCBDB, Fittings, accessories and other items from the
               manufacturers or their authorized dealers to the satisfaction of theEngineer-in-charge.
        25     All PVC conduits accessories shall be of the same make as conduits. The Conduits shall be
               terminated at switch boxes/metallic junction boxesneatly.
        26     Cutting of brick walls shall be with chase cutting machine only. All repairs and patch works shall
               be neatly carried out to match the original finish and to the entire satisfaction of the Engineer in
               Charge.
27     All the sub main and circuit wiring includes loose wire for connections inside switch boxes and
       MCBDBs. No payment for these loose wires shall be made. However wires within the cubicle
       panel will be measured and paid under relevant item of work. All the circuits / sub-main
       wiring are to be suitably numbered with stickers / marker pen at LT panel, MCBDBs, switch
       boards (on backside of cover plate) for ease of maintenance. Nothing shall be paid extra on this
       account.
28     The contractor shall submit the completion plan in triplicate as per Clause-8 of the contract within
       30 days of the completion of work. In case, the contractor fails to submit the plan, he shall be liable
       to pay a sum equivalent to 2.5% of the value of the work subject to a ceiling ofRs.25000.00
29     While laying conduit, suitable size junction boxes shall be provided for pulling the wire as per the
       decision of the E-in-C.To facilitate drawing of wires, 18 SWG GI fish wire shall be provided along
       with laying of recessed conduit for which no extra payment shall be made. Conduits laid for
       other services, like fire alarm, PA etc., where wiring is not done along with IEI works, fish wire
       shall be invariably drawn. Any conduit which is not be wired by the contractor shall be provided
       with GI fish wire for wiring by some other agency subsequently. Nothing extra shall be paid for the
       same.
30     The connection between incoming switch / isolator and bus bar shall be made with suitable size of
       thimble and cable at no extra cost. All sub-main wiring shall be terminated in the main board with
       suitable copper lugs and thimbles for which nothing extra will be paid on thisaccount.
31     Copper conductor of insulated cables of size 1.5 Sq.mm and above shall be of multi strands and
       terminals provided with crimpedlugs.
32     All MS junction box cover should be of phenolic laminated / good quality plastic sheet of thickness
       not less than 3mm and for which nothing extra shall be paid on thisaccount.
33     All hardware items such as screws, thimbles, GI wire etc. which are essentially required for
       completing an item as per specifications will be deemed to be included in the item even when the
       same have not been specifically mentioned. All hardware items such as nuts/ bolts/ screws/
       washers etc. to be used in work shall be zinc/ cadmium platediron.
34     Materials to be used in work are to be ISI marked. The make of the materials have been indicated
       in the list of acceptable makes. No other makes will be acceptable. The materials to be used in the
       work shall be got approved by the Engineer in Charge / his representative before its use at site. The
       E-in-C shall reserve the right to instruct the contractor to remove the material which, in his opinion,
       is notacceptable.
35     Where switches/ sockets/ regulator/ telephone/ TV / outlets are to be provided, the same shall be of
       only one make. Data outlets however shall be of make asstipulated.
36     While laying conduits for fire alarm system, sufficient junction outlets are to be provided as per the
       direction of the Engineer-in-Charge for detectors as required, for which no extra payment shall be
       made.
37     Wherever light fittings are proposed to be provided on the false ceiling, the respective light/fan
       point wiring will have to be brought upto the terminal of the light fittings / fans by the contractor.
       Flexible metal conduits shall be used for drawing wires from PVC conduits on ceiling to fittings on
       falseceiling.
38     G.I. pipes shall be medium class as per ISI specification and shall be of single piece without any
       joints.
39     All the light and fans points should be properly earthed with 1.5 sq mm, FRLS PVC insulated
       copper wire.
40     All metallic parts must be properly bonded to the earth. Earthing lugs shall be provided to all
       copper earth wires.
41 LT Panels
       The same shall be manufactured by firms/ Agencies who are having fabrication facility to
       manufacture LT panels as per IEC-61439- 1&2 Standards. The same shall be authenticated through
       certification issued by CPRI/ ERDA/ ASTA in this regard. Components of LT panels shall be of
       approved makes as mentioned in the List of acceptable makes of materials (IEI& Fans).
ANNEXURE – X
We hereby agree that all the LED fittings supplied by us are guaranteed for five years including drivers
from the date of handing over. In case of discontinuation of model and non-availability of spares, we will
replace the fittings with equivalent/ high end model in case of manufacturing defect during the warranty
period of 5 years.
Counter Signature,
Major contractor
Note : The approval of the Engineer-in-charge shall be final and binding for the items not covered above.
-BLANK-
     Name of work: Hyperloop site development works SH: Providing 300mtr long RCC road, hill earth filling,
     pipe culvert, kerb stone fixing including painting, Hume pipe laying for service lines and Street lighting &
     area lighting at IITM Discovery Campus, Thaiyur, Chengalpattu (Dist), Tamilnadu-603103
14.1 New work (Two or more coats) 300 249.39 Sqm 74817
                                                                                             one cm
                                                                                            depth one
       16.1       Using grade 'A'sealing compound conforming to IS: 1834     2600   9.17    cm width      23842
                                                                                            per metre
                                                                                              length
Total 9587943
SCHEDULE OF WORK
      Name of work: Hyperloop site development works SH: Providing 300mtr long RCC road, hill earth
      filling, pipe culvert, kerb stone fixing including painting, Hume pipe laying for service lines and Street
      lighting & area lighting at IITM Discovery Campus, Thaiyur, Chengalpattu (Dist), Tamilnadu-603103
 S
                 DESCRIPTION OF ITEM                      QTY             RATE   UNIT           AMOUNT
No.
      Design , Supply ,Installation,Testing of
      10 mtr Hot dip galvanised octoganal
      pole including providing necessary
      base plate fixing arrangements ,J Bolts
      etc. The octagonal Poles shall have
      flushed door with the exterior surface
      and shall have suitable locking
      arrangement and also accommodating 6
      A SP MCB , Din rail , supplying and
      fixing of 32 A Heavy rated connectors,
      loop in loop out cable arrangements etc
1                                                          24        31396.30     Nos           753511.16
      including wiring to the light fittings with 2
      runs of 3 core 1.5 Sq.mm PVC insulated
      copper conductor cable etc. the rate
      shall included for cable in and out
      through GI 50 mm dia pipe. (Also
      includes earth work for pole, PCC
      and sand filing etc) but excluding
      steel rainforcement, M35 grade
      concerete,and centering & shuttering
      will be paid seperately under relevant
      items
     b) Outgoing :-
     1) 32 Amp, TP MCB - 6 Nos.
     2) 40 Amp three pole AC-3 duty power
     Contactor & 40 amp TP MCB rating -
     1set.
     3) Astronomical Timer Switch capable
     of automatic switching ON & OFF of
     street lights at sun set & sun rise or
     twilght - 1 No.
     4) Auto/ Manual switch-- 1 No.
     5) GI Earth strip of suitable size to fill
     width of cubicle panel with two earth
     studs
     6) Danger notice plate - 1 Set
     7) Din rail for mounting MCBs -3 Nos.
Addition: NIL      Correction: NIL   Overwriting: NIL     1
                                                        Deletion: NIL   68857   Job   68857.00
                                                                                                      137
Total 3053658.00
                                                   SCHEDULE OF QUANTITIES
                           Name of the Contractor / Company Name
                                                                                       Percentage
                                                                         Estimated   above or below
Sl.No.                              Name of component                                                 % in Figures   Total Cost
                                                                            cost      the estimated
                                                                                           cost
         Grand Total
                                                                                                                                  -