0% found this document useful (0 votes)
76 views17 pages

Tendernotice 2

The document outlines the schedule of quantities and specifications for the construction of a wall alongside a drain in Kapashera, with an estimated cost of Rs. 23,55,930 and a completion time of 60 days. It details various items of work, their quantities, rates, and total amounts, as well as general and special conditions governing the execution of the contract. The contractor is responsible for site inspections, material handling, safety measures, and compliance with specifications and regulations throughout the project.

Uploaded by

Sandeep Sain
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
76 views17 pages

Tendernotice 2

The document outlines the schedule of quantities and specifications for the construction of a wall alongside a drain in Kapashera, with an estimated cost of Rs. 23,55,930 and a completion time of 60 days. It details various items of work, their quantities, rates, and total amounts, as well as general and special conditions governing the execution of the contract. The contractor is responsible for site inspections, material handling, safety measures, and compliance with specifications and regulations throughout the project.

Uploaded by

Sandeep Sain
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

SCHEDULE OF QUANTITY

Estimated cost: Rs.23,55,930/-


Earnest money: 47,119.00
Time allowed: 60 Days

Name of Work :- Construction of wall alongside drain from FIMT College Culvert till cut of road leading Towards Dundahera at village Kapashera in
Bijwasan Constituency AC-36.

HOA: H.O.A.: 4217-60-051-970073 and 4217-60-789-980073 MLA LAD FUND


S.N0 ITEM OF WORK QTY. UNIT RATE AMOUNT
1 Earth work in excavation by mechanical means (Hydraulic excavator) /manual means in 63.00 Cubic 166.4 10483.00
foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan), including metre
dressing of sides and ramming of bottoms, lift upto 1.5 m, including getting out the excavated
soil and disposal of surplus excavated soil as directed, within a lead of 50 m. All kinds of soil.
2 Providing and laying in position cement concrete of specified grade excluding the cost of 21.00 Cubic 4478.15 94041.00
centering and shuttering - All work up to plinth level : [Link] (1 Cement : 4 coarse sand (zone-III) metre
: 8 graded stone aggregate 40 mm nominal size)
3 Brick work with common burnt clay F.P.S.(non modular) bricks of class designation 7.5 in 114.00 Cubic 4751.65 541688.00
foundation and plinth in: Cement mortar 1:6 (1 cement : 6 coarse sand) metre
4 Providing and laying damp-proof course 50mm thick with cement concret[Link] (1 cement : 2 123.00 Square 320.25 39391.00
coarse sand(zone-III) : 4 graded stone aggregate20mm nominal size). metre
5 12 mm cement plaster of mix : 1:6 (1 cement: 6 coarse sand) 350.00 Square 168.25 58888.00
metre
6 Providing and laying cement concrete in retaining walls, return walls, walls (any thickness) 9.00 Cubic 6065.55 54590.00
including attached pilasters, columns, piers, abutments, pillars, posts, struts, buttresses, string metre
or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets,
sunken floor,etc., up to floor II level, excluding the cost of centering, shuttering and finishing:
[Link] (1 Cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) (6547.70-
482.15 = 6065.55)

7 Centering and shuttering including strutting, propping etc. and removal of form for all heights 53.00 Square 193.95 10279.00
:Foundations, footings, bases of columns, etc. for mass concrete metre

8 Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing in position 9968.00 Kilogram 85.95 856750.00
and applying a priming coat of approved steel primer using structural steel etc. as required. In
gratings, frames, guard bar, ladder, railings, brackets, gates and similar works

9 Providing and fixing hard drawn steel wire fabric 75x25 mm mesh of weight not less than 7.75 526.00 Square 594.50 312707.00
Kg per sqm and priming coat with approved steel primer all complete. metre

10 Hiring of JCB Machine for cleaning the jungle and disposal of excavated material with in a lead 100.00 Hours 934.4 93440.00
of 50m in all kind of soil
11 Disposal of Malba, Silt, garbage, Floating material etc. from Bijwasan drain to left bank of N.G. 768.00 Cubic 241.20 185242.00
Drain Distance of Ambrahi Bridge with mechanical transport including loading, unloading upto a metre
lead of 22Km with all lefts.

12 Supply of earth including royalty excavation, loading, unloading and carriage by mechanical 205.00 Cubic 480.15 98431.00
transport and rammersand dressing up in embankment for roads, flood banks, marginal banks metre
and guide banks or filling up ground depressions with all lead & lifts in all kind of soil.
TOTAL 2355930.00

ASSISTANT ENGINEER-IV EXECUTIVE ENGINEER/CD-I


SPECIFICATIONS AND SPECIAL CONDITIONS

Name of Work Construction of wall alongside drain from FIMT College Culvert till
cut of road leading Towards Dundahera at village Kapashera in
Bijwasan Constituency AC-36.

Scope of Work The work under this contract shall generally consist of “Construction
of wall alongside drain from FIMT College Culvert till cut of road
leading Towards Dundahera at village Kapashera in Bijwasan
Constituency AC-36.” with the provision of Demolishing cement
concrete, Earth work in excavation, C.C. [Link], Brick work 1:6, DPC12
mm cement plaster of mix : 1:6, C.C. [Link], Steel work welded in built
up sections,fabric mesh,Hiring of JCB Machine, Disposal of Malba,
Supply of earth& C.C. 1:1.5:3. The detailed drawings and design of the
work can be seen in the office of Executive Engineer-CD-I, I&FC Deptt.,
Basaidarapur Office Complex near ESI Hospital on all working day between
11.00AM to 4.00PM.

GENERAL SPECIFICATIONS

Unless otherwise specified in the Special Terms and Conditions, the work shall be
carried out strictly in accordance with the printed C.P.W.D. Specifications 2019
Vol. I to II with relevant IRC code & B.I.S. specifications as applicable for works
at Delhi with up to date correction slips issued till the date of opening of tenders
and direction of Engineer-in-Charge. In the event of any dispute the following shall
be the order of priority to decide the issue:-

(i) Nomenclature of items read with General Specifications &Special /Additional


terms and conditions of the contract
(ii) Drawings.
(iii) Latest CPWD Specifications with up to date correction slips issued till the date of
opening of tenders
(iv) B.I.S. Specifications / IRC Specifications.
(v) Instructions of Engineer-in-charge.
(vi) D.S.R. 2016 with up to date correction slips.
(vii) C.P.W.D. Works Manual -2019 with up to date correction slips.

GENERAL CONDITIONS

1. Before tendering the rates, the contractor shall inspect the site of work examine
the drawings, conditions of contract, specification of work and all other documents
comprising the tender and fully acquaint himself about the site conditions, with
regards to its difficult accessibility and space restrictions etc. for stacking/ storing
material, T&P labour etc. approaches available and its surroundings, lead involved
etc. for the execution of the work. No claim what so ever shall be entertained by
the Department /Govt. due to any such difficult site conditions over and above the
percentage rates quoted by the contractor against different items of work given in
the Schedule of Quantities of the tender. The percentage quoted rates shall be
inclusive for all the working conditions like carriage of material to construction site
including its re-handling & nothing extra shall be paid on this account. The
contractor shall not be entitled for any additional rate beyond the percentage rates
quoted by the contractor.

2. There may be possibility of re-handling of all materials used in the work due to
narrow lanes or obstructions by any reason in the streets. The percentage rate
quoted by the contractor of respective item of schedule of quantity shall also
include this aspect of re-handling or any extra lead involved beyond 50m and
nothing extra shall be paid on account of re-handling or extra lead involved of any
materials beyond percentage rates of the tender.

3. The contractor for successful execution of the work shall arrange adequate
diversion route for convenient of public movement. The contractor shall at all
times, provide and install sufficient warning signs, lighting arrangements protective
tin sheet fencing, notice boards, night watchman etc. to protect and warn the
public, about the work being executed to avoid any accident(s) at site, nothing
extra shall be paid on this account. However, if any mishap occurs, either in
absence or shortage of any such arrangement or for any other reason
whatsoever, the contractor shall be fully responsible for compensation of the
victims and to face all other legal consequences.

4. The contractor shall take all precautions to protect the executed work from natural
causes like floods or rains/ earthquake, riots or from accidents etc. Damages if
any occurs to the executed work prior to its recoded completion, the contractor
shall make good the same at his own cost irrespective of the running payment
made to him. No compensation will be allowed to the contractor for his tools,
plants or material lost or damaged by floods, or rains or from any other causes viz.
riots etc.

5. The work executed under this contract shall be subjected to inspections carried
out by departmental officers, 3rd party quality assurance team and the Chief
Technical Examiner’s Organizations. Any defects regarding workmanship or
quality of material used as pointed out during or after completion of work by
Technical Examiner’s or by departmental officers, the same shall have to be
rectified by the contractor at his own cost and in case the contractor fails to do so,
it shall be got rectified through any other agency, or by the department at the risk
and cost of the contractor. Any recoveries pointed out by the C.T.E Organization
or by department officers during or after the completions of the work shall have to
be made from running account bills or any other amount standing due / payable to
the contractor against this work or any other work executed by him in I&FCDeptt.
or outside the Deptt. The decision of the Engineer – in- charge regarding
workmanship and recovery on account of defective work or below specifications,
shall be final and binding on the contractor. The contractor cannot absolve himself
of the responsibility during maintenance period after date of completion by the
competent authority, if any defect is noticed that has to be rectified by the
contractor at his own cost.

6. The work being under the technical control of Chief Engineer (I&F), Govt. of NCT
of Delhi and the word of C.P.W.D. or its officers wherever it occurs in the tender
form, shall be construed to mean the “IRRIGATION AND FLOOD CONTROL
DEPARTMENT”, GOVT. OF DELHI or its officers, except in the case of clauses
involving specifications, Schedule of rates and working conditions of labour and
material.

7. The percentage rates quoted by the contractor shall be inclusive of royalty, octroi,
taxes, Income Tax, green tax, carriage, leads and lifts and all inputs involved for
satisfactory execution of work including GST. No extra payment on this account of
any unforeseen contingency shall be payable beyond the rate quoted by him in
this tender and no request shall be entertained due to fresh imposition of new
taxes as notified by Delhi Govt. from time to time. Further in compliance to
direction of Labour Department, Govt. of NCT of Delhi one percent (1%)
labourcess of the amount of the cost approved shall be deducted from the
contractor bill at the time of payment. Further necessary deductions shall be made
of Income Tax, GST or other taxes as notified by the Govt. from time to time. The
contractor shall have to abide by all labour laws / regulations stipulated from time
to time by the Govt. and no subsequent claim shall be entertained on this account
including E.S.I. Registration.

8. The contractor shall have to make his own arrangement for filtered and unfiltered
water both for labourand for execution of work at his own cost for which nothing
extra shall be payable beyond his tendered rates.

9. Display Notice Board of size 0.90 m x 0.75 m is to be installed at site of work at a


height of 1.5m above Ground Level or as directed by the Engineer-in- charge ,
indicating the Name of work/, Agency, Deptt., date of start and completion. No
extra payment shall be made on this account.

10. The contractor shall have to make approaches to the site of work if required and
keep them in good condition for transportation of labour and materials as well as
for inspection of work by the Engineer-in-charge. Nothing extra shall be paid on
this account.

11. The contractor shall at all time, carry out work in such a manner so as, not to
create interference in the flow of traffic as well as not to interfere or affect or
disturb other works being executed by other agency, if any. All arrangement for
diversion of traffic and maintenance thereof during the period of execution of work
will be done by the contractor. This shall be considered as incidental to the work
as contractor’s responsibility and nothing extra shall be payable to him on this
account.

12. The contractor shall execute the work carefully and safely without any damage to
any adjoining or other structure, equipments or any public utilities. He shall be fully
responsible for any accident/mishap at site during the execution of the work due to
whatsoever reasons and the department shall not be responsible to pay anything
to him or his labour on this account as compensation. Contractor shall also
barricade the work site to prevent any unauthorized entry on to the site of work.
Any damage done by the contractor to any existing work shall be made good by
him at his own cost, and nothing extra shall be paid on this account.

13. While carrying out the excavation work below ground level and execution of work
above or below ground level, contractor shall take all kinds of precautionary
measures against accidents on account of work in foul condition, flowing water etc
for the safety of workers and installations like electrical cables, telephones cable,
pipe lines, gas lines etc. passing through the working area, over ground or
underground as well as to the adjoining area of the proposed work. Any damages
caused due to the negligence of contractor shall be made good by contractor at
his own cost.

14. If the scope of work at any stage during the execution is amended under the
relevant clauses of the tender documents, the additional work shall have to be
carried out as per latest CPWD specifications with upto date correction slips
issued till the date of opening of tenders.

15. All the mandatory tests shall be got carried out from time to time in conformity to
latest CPWD specifications with upto date correction slips issued till the date of
opening of tendesr for the materials to be used in the work. No steel, coarse
sand, stone aggregate, bricks etc. shall be used without conducting the required
mandatory test. The material like coarse sand, stone aggregate etc. to be used in
the works shall be in accordance with the C.P.W.D. specifications and of good
quality to the entire satisfaction of the Engineer-in-charge. All rejected material will
have to be removed and replaced by the contractor immediately. The test of
sample of steel reinforcement (all type), cement, concrete cubes/core etc. shall be
got tested from the departmental laboratory and if such facility is not available their
then it can be tested in any other Govt. laboratory or as decided by Engineer-in-
charge. Testing charges for all construction materials and all other expenditure
required for taking the sample, conveyance, packing etc. shall be borne by the
contractor himself & nothing extra shall be paid to the contractor on this account.

16. No compensation shall be payable to the contractor for his staff and labour
remaining idle during any kind of hindrances in the work or stoppage of work or
delay caused during the progress of the work due to any reason whatsoever.

17. If any miss-happening occurs at site during execution of work, the contractor shall
be solely responsible for the same.

18. The contractor shall provide at his own cost all the instruments like weighing
scale, calibrated cylinder, standard sieves, thermometer, slump testing equipment,
measuring devices such as tape, Vernier Calliper, screw gauge, rebound hammer,
plumb bob, including surveying instruments etc. required for the purpose of
checking at the site of work, instruments for field test like set of sieves for sieve
analysis, and other instruments as directed by the Engineer-in-charge.

19. The contractor shall carry out true and proper setting out of the work under the
supervision of the Engineer-in-charge or his authorized representative and shall
also be responsible for the correctness of the positions, levels, dimensions and
alignment of all parts of the structure. If at any time, during the progress of work,
any errors appears or arises in the positions, levels, dimensions or alignment of
any part of the work, the contractor on being asked to rectify the same by the
Engineer-in-charge, he shall rectify such errors to the entire satisfactions of the
Engineer-in-charge. The supervision and / or checking by the Engineer-in-charge
or his authorized representative shall not relieve the contractor of his responsibility
for the correctness of any setting out of line or level, dimensions and quality of the
work. The contractor shall carefully protect and preserve all bench marks, pegs
and pillars provided for the setting out of the works.

20. The contractor shall store all materials in proper manner so as to avoid
contamination and deterioration. The place where materials are stored by the
contractor if required, by the Engineer-in-charge for any other purposes shall have
to be cleared by the contractor within time period fixed by the Engineer-in-charge.
21. If due to any change in the design and other stipulations or requirement at site
during execution of work, a particular sequence of overall constructional
operations has to be followed due to which certain interruptions to any one or
more items of work occur resulting in increase or decrease in the scope of work
then no claim of the contractor what so ever shall be entertained. The payment
shall be made as per clauses of the agreement. The Deptt. reserves the right to
change the quantum of work/ scope of work including design and drawing at any
stage of work, during execution.

No claim of the contractor due to above reasons or any part of the work remaining
unexecuted due to above interruptions / stipulations in the work shall be
entertained.

22. All kind of cement concrete and cement mortar shall be prepared by mechanical
mixer only. Cement concrete shall be laid as per direction of Engineer-in-charge.

23. Contractor has to make arrangements for labour, site office, cement godown, etc
required for execution of work at his own risk and cost. Before the work is treated
as complete all such temporary arrangements, structures along with labour hut if
any shall be removed by the contractor at his risk and cost.

24. The use of needle and surface vibrator/plate vibrator shall be mandatory in
RCC/CC work, as per suitability and site/work requirement.

25. The contractor has to ensure the homogeneous mixture and quality mix concrete
as per specification to ascertain the proper strength of mix in conformity to CPWD
specification.

26. Any T&P which may be required at site for doing the work have to be arranged by
the contractor at his own cost and nothing extra shall be paid on this account.

27. POWER/ELECTRICITY: The department shall not make any arrangement for
providing power or electric supply to the contractor. The contractor shall have to
make his own arrangement and obtain requisite power, if needed from
BSES/NDPL. Any expenditure incurred in this regard shall be the liability of the
contractor and the department shall neither reimburse nor make any alternative
arrangement and the same shall have to be made by him from his own source to
ensure completion of work as per schedule. No extra payment shall be payable to
the contractor on this account. The Department, however, can recommend his
case for sanction for temporary connection. The contractor shall lay lines, cables
and other accessories as per specifications and as per requirement of BSES /
NDPL authority. In case of any non-payment of dues, if pointed out or referred by
BSES / NDPL to this department the same shall be recovered from the bills due
for payment against the contractor. After completion of work the contactor shall
also submit no dues certificate from concerned electric deptt. i.e. BSES/NDPL etc.
The contractor should also arrange his own generators or diesel pumps to
supplement for electricity failure to ensure uninterrupted working. Nothing extra
shall be paid on this account.

28. WATER: The water required for execution of work has to be arranged by the
contractor. Before use of water in the work, the same shall have to be got tested
for accessing its suitability for use in the work and shall conform to relevant IS
standards. The test should be got done from the laboratory approved by the
department and the cost of the test shall be borne by the contractor.

29. BRICKS:The F.P.S bricks to be used shall conform to CPWD specifications and
the sample of bricks shall be got approved from Engineer-in-charge before using
at site of work. The minimum average wet compressive strength of F.P.S (non
modular) brick shall not be less than 75 kg/cm2 when tested. The net compressive
strength of any individual brick shall not fall below the minimum average net
compressive strength specified for the corresponding class of brick by more than
20%. The F.P.S (non-modular) bricks shall be sound, compact and uniform in
shape. The bricks shall be free from visible cracks, wrappage and organic matters.
The bricks shall be solid and with frog on one of its flat side as per specification.
The bricks shall have smooth rectangular faces with sharp corners and shall be
uniform in shape and colour. Bricks shall be tested in I&FC Laboratory or any
other Govt. laboratory.

30. CEMENT

(i) The contractor shall procure 43 grade OPC cement from primary cement
producing companies like ACC GRASIM GUJRAT AMBUJA, BIRLA (VIKRAM),
ULTRA TECH & J.K. Supply of cement shall be taken in 50Kg. bags bearing
manufacturer's name and ISI marking. Sample of cement arranged by the
contractor shall be taken by the Engineer-in-charge and got tested in accordance
with provision of relevant BIS codes from any approved laboratory as decided by
Engineer-in-charge. In case test result indicate that the cement arranged by the
contractor does not conform to the relevant BIS codes, whole lot brought at site
shall stand rejected and shall be removed from the site by the contractor at his
own cost within a week’s time after written order from the Engineer in charge to
do so. Cement from Mini Plant shall not be allowed.

(ii) The cement store shall be constructed by the contractor at site of work at his own
cost for which no extra payment shall be made. Double locking arrangements
shall be made for the safe custody of the cement in the store. The keys of one
lock shall remain with the Engineer-in- charge or his authorized representative
and the keys of the other lock shall remain with the contractor or his authorized
agent. The contractor shall be responsible for the watch and ward and safety of
the cement store. The contractor shall facilitate the inspection of the cement
store by the Engineer-in-charge at any time and has to sign the register available
at site at the time of issue of cement for use in work. The Engineer-in-Charge or
his authorized representative shall reserve the right to verify / cross check the
authenticity of the cement vouchers submitted by the contractor.

(iii) The cement shall be got tested by Engineer-in- charge and shall be used in work
only after test result have been received. The contractor shall supply free of cost
the cement required for testing. The cost of tests shall be borne by the
contractor/department in the manner indicated below:-

(a) By the contractor, if the result shows that the cement does not conform to
relevant BIS code.
(b) By the department, if the result shows that the cement conform to relevant BIS
code.
(iv) Preferably one brand of cement shall be used by the contractor & he shall have
to produce all the original bills in support of purchase of cement for record, only
then the running payment shall be made to the contractor for the executed work.

In case the brand of cement is changed during the course of execution of work,
sample shall again be got tested for each & every lot of the brand so changed at
cost of the contractor.

(v) 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.

(vi) Damaged/settled cement if any shall be removed from the site immediately by
the contractor on receipt of a notice in writing from the Engineer-in-charge. If he
fails to do so within three days of the receipt of such notice, the Engineer-in-
charge shall get it removed from the site of work at the cost of the contractor.

31. The contractor or his authorized representative shall associate in collection,


preparation, forwarding and testing of material samples. But, in case he or his
authorized representative is not present or does not associate himself, the result
of such tests and consequence thereof shall be binding on the contractor.

32. Collection of materials at site for proper execution of the work as per specifications
shall include all leads and lifts. The rates quoted by the contractor shall hold
good, irrespective of the quarry/sources from which material are brought so long
as it confirms to the specifications. Closure/change of any part as quarry/source
shall not entitle the contractor to claim any revision in rates. In case of design mix
the source/quarry of the material shall not be changed during the execution of the
work. In case, such compelling situation arises, agency shall inform the Engineer-
in-charge well in advance, so that the job mix formula can be developed and
approved. Charges for developing job mix formula, providing material for test etc.
shall be borne by the contractor.

33. STEEL FOR REINFORCEMENT

(i) Under relevant schedule of quantity, the contractor shall have to procure TMT
(Fe500D or more) steel reinforcement bars conforming to BIS codes IS: 1786 rom
the primary producers, viz. TATA, SAIL, JINDAL as approved by the Ministry of
Steel, Govt of India or as approved by Engineer-in-charge.
(ii) The contractor shall submit original vouchers from the manufacturer for thetotal
quantity steel supplied under each consignment.
(iii) 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.
(iv) Samples shall also be taken and got tested by the Engineer-in-charge as per
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 BIS codes, the same
shall stand rejected, and it shall be removed from the site of work by the
contractor at his own within a week time of written orders from the Engineer-in-
charge to do so.
(v) 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.
(vi) The steel reinforcement bars shall be stored by the contractor at site of work
insuch a way as to prevent their distortion and corrosion, and nothing extra shall
be paid on this account. Bars in different sizes and lengths shall be stored
separately to facilitate easy counting and checking.
(vii) For checking nominal mass, tensile strength, bend test, re-bend test
[Link] of sufficient length shall be cut from each size of the bar at random
and at frequency not less than that-specified in CPWD Specifications.
(viii) 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.
(ix) The actual issue and consumption of steel on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. Thetheoretical
consumption of steel shall be worked out as per procedureprescribed in clause 42
of the contract and shall be governed by conditionslaid therein. In case the
consumption is less than theoretical consumptionincluding permissible variations
recovery at the rate so prescribed shall bemade. In case of excess consumption
no adjustment need to be made.
(x) The steel brought to site and the steel remaining unused shall not be removed
from site without the written permission of the Engineer-in-charge.
(xi) Reinforcement including spacer bars and lapse shall be measured in length
ofdifferent diameters as actually used but not more than as specified in the
drawings.
(xii) Reinforcement including spacer bars and laps shall be measured in length of
different diameter, as actually (not more than as specified in the drawings) used in
the work nearest to a centimeter and their weight calculated on the basis of
standard weight given in CPWD specifications 2019 Vol. 1 In case actual unit
weight of the bars is less than standard unit weight, but within variation, in such
cases weight of reinforcement shall be calculated on the basis of actual unit
weight. Wastage and unauthorized overlaps shall not be paid for. Annealed steel
wire required for binding or tack welding shall not be measured, its cost being
including in the rate of reinforcement.

34. CURING: All works involving cement i.e. cement concrete, brick work, cement
plaster etc. shall be properly cured by keeping them constantly moist for a period
as specified in C.P.W.D. specifications after casting.

35. All the mandatory tests shall be got carried out from time to time in conformity to
CPWD specifications 2019 Vol-I & II for the materials to be used in the work. No
material shall be used without conducting the required mandatory test. The
material like coarse sand, stone aggregate etc. to be used in the work shall be in
accordance with the CPWD specifications and of good quality to the entire
satisfaction of the Engineer-in-charge. All rejected material will have to be
removed and replaced by the contractor immediately.

36. QUALITY CONTROL

The contractor shall produce 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. Samples of various materials required for testing shall be provided free of
charge by the contractor. The samples shall be tested in laboratory as directed by
the Engineer-in-charge from the Deptt. lab or from any lab authorized by the deptt,
regularly during execution of work as per codal provision. If required, strength for
the mortar and chemical composition test may be carried out for already executed
work in approved lab or as per direction of Engineer-in-charge. The sample of the
same shall be signed by the contractor and the departmental officer and shall be
sent in sealed cover to the approved lab of the department or as per direction of
the Engineer –in-charge. Results of the lab shall be binding on the contractor and
on the basis of the results the whole or part of the work from where the samples
were picked-up shall be treated as rejected in case results of the samples are not
found in conformity to the specification the work shall have to be redone by the
contractor. The contractor shall have to setup site laboratory having 6 Nos. Cube
Moulds, slump cone apparatus, digital weighing balance, silt content measuring
Jar, compressive strength testing machine etc. as per the direction of Engineer-in-
Charge, for which no extra payment shall be made.

37. MEASUREMENTS OF WORK DONE AND COMPUTERIZED MEASUREMENT


BOOK

Computerized bill shall be submitted by the contractor. All measurements of all items
having financial value shall be entered by the contractor and compile in the shape of
computerized measurement book having pages of A4 size as per the format of the
department so that the complete record is obtained of all the items of work performed
under the contract.

Whenever bill is due for payment, the contractor would initially submit draft computerized
measurements sheets and these measurements would be got checked/test checked from
the Engineer-in-charge and/or his authorized representative, The contractor will there after
incorporate such changes as may be done during these checks/test checks in his draft
computerized measurements and submitted to the department a computerized
measurement book duly bound and with its pages machine numbered. The Engineer-in-
charge and/or his authorized representative would thereafter check the MB, and record the
necessary certificates for their checks/test check. The final fair computerized
measurement book given by the contractor duly bound, with its pages machine numbered,
should be 100% correct and no cutting or over writing in the measurements would
thereafter be allowed. If at all any error is noticed the contractor shall have to submit a
fresh computerized MB with its pages duly numbered and bound after getting the earlier
MB cancelled by the department. Thereafter, the MB shall be taken in the divisional office
records.

38. Soon after the award of work, the contractor shall submit the programme of
execution of work in writing and get it approved from the Engineer-in-charge and
strictly adhere the same for the timely completion of the project. The programme
schedule for execution of work should have start and completion dates of various
stages/item of work.

39. No extra payment on account of quality control measures shall be paid to the
contractor.

40. The Engineer-in-charge at his discretion can get any type and numbers of tests
carried out from any laboratory to his satisfaction for which all the expenses
incurred shall be borne by the agency. The results so obtained from the laboratory
would be binding on the agency.

41. THIRD PARTY QUALITY ASSURANCE

(i) The work shall be started only after appointment of 3rd Party/Consultant.

(ii) The 3rd party quality assurance is likely to be carried out by one of agencies
i.e. D.T.U., IIT Delhi, IIT Roorkee, NCCBM, CRRI, EIL, WAPCOS, Rites or
any other agency as decided by the Engineer-in-Charge. The decision of
Engineer-in-Charge in this regard shall be final and binding on the
contractor. The 100% of the work carried out by the contractor is subjected
to check by any of the 3rd party mentioned above apart from the I&FC
officers. All necessary filed/Lab test(S) as per CPWD / internal
specifications shall be carried out by the consultants through their in house
labs or any other reputed lab for the correctness of the test result.

(iii) The samples shall be collected and sealed by the consultant for quality
check in the presence of contractor and departmental officers five local
persons of the village/ vicinity/ RWA and shall be signed by them in the
prescribed performa in token of their acceptance. However the test to be
carried out by the consultant/third party from external laboratory, the
contractor shall supply the material free of charge including transporting to
the laboratory.

(iv) The contractor shall provide all necessary support, co-operation assistance
in obtaining the samples and carrying out the field / laboratory test, as
required by third party from time to time. This may include provisions of
labour, assistance in packing and dispatching of materials etc. and any
other assistance considered necessary in connection with quality control in
works.

(v) The Irrigation & Flood Control Department shall enter into a works contracts
with TPIA and the stipulations of the same shall be binding upon the
contractor.

(vi) Final Bill payment to the contractor shall be released only after satisfactory
report of TPIA is received prior to every running bill.

(vii) In case of any complaint of the work from any source, TPIA shall inspect
the site for its evaluations and carry out due diligence to ensure that the
work is as per specifications laid down in the contract.

(viii) The contractor shall have no objection to the collection of samples by


T.P.I.A. in presence of five local persons of the same village / vicinity of the
project site.

(ix) In case of any complaint of the work from any source, TPIA shall inspect
the site for its evaluations and carry out due diligence to ensure that the
work is as per specifications laid down in the contractor.

42. MAINTENANCE OF THE ASSETS AFTER CONSTRUCTION

(i) All the executed work under this agreement shall have free maintenance
period/Defect Liability Period for one year from the date of completion of
project. The agency shall keep in view this aspect while quoting their rates
for the tender. No claim of the contractor whatsoever shall be entertained
by the department on this account at later stage during the entire
maintenance period of one year.
(ii) The department may also issue notice for rectification of defects during
above said maintenance period of one year which shall have to be rectified
by the agency within the specified period.
(iii) In case the contractor fails to rectify the defects to the satisfaction of
Engineer-in-charge within the time frame specified by Engineer-in-charge
the department shall have the right to forfeit the entire amount of deposit
available with or without giving notice to the contractor. No claim of the contractor
shall be entertained on this account at a later stage. The defects shall be then got
rectified by the department by engaging some other agency and the amount
involved on this account shall be met out from the security deposit forfeited.
(iv) Clause 10C, 10 CC & 10CA of the GCC shall not be applicable for the defects
liability period/free maintenance period of one year.
(v) 2.50% Security Deposit shall also be deducted from each running bill as
mentioned in Schedule ‘E’ of PWD – 7.
(vi) RELEASE OF PERFORMANCE GUARANTEE: After the completion of work 50%
of the Performance Guarantee hall be released and 50% of the P.G. amount shall
be retained as security deposit. The validity period of the P.G. shall be extended
accordingly by the executing agency

43. PHOTOGRAPHY/ VIDEOGRAPHY

The agency shall submit photographs of size 5”x7” along with soft copy in CD/
Pen drive and videography of all streets at different stage of work, at the time of
submission of each running bills and completion of work. The photographs shall
be in such a way that could be easily identified locations and cover full stretch of
building.

Nothing extra shall be payable to the contractor on this account.

44. No deviation or extra item shall be executed by the contractor without written
permission of Engineer-in-charge/competent authority.

45. The contractor shall engage site Engineer as per provision of the agreement who
and his authorized representative should always be available at the site of work
for taking instructions from the Department officers and ensure proper execution
of work. No work should be done in the absence of such authorized
representative. The site Engineer of the contractor shall also remain available at
site during the execution and also when the site is likely to be inspected by the
Engineer-in-Charge or senior officers. In case, the technical staff as required is
not engaged at site by the contractor, the recoveries as per relevant clauses
shall be made from the bills of the contractor.

46. The contractor shall execute the work carefully and safety without any damage to
the other structure / equipment or injury to workman. He shall be fully
responsible for any accident, theft etc. during the execution of this work till its
completion. The contractor shall be held responsible all the consequences
including compensation criminal prosecution civil suit or any other liability due to
mis-happening / accident at site, during the execution of work and the defect
liability period / maintenance period of 1 (One) year as well. The same shall also
apply for any accident / loss of life and property caused due to defect on the road
throughout the defect liability / maintenance period of 1 year.

47. All the unserviceable material obtained from dismantling/demolishing shall be


mechanically transported to IL&FS plant site designated by the Engineer-in-
charge or as directed by him. The cost of the procuring charges paid by
contractor to IL&FS shall be reimbursed to the contractor on actual basis without
application of any overheads, contractor profit, cost index, etc. For the purpose of
this payment the contractor shall have to submit original receipts/challans
obtained from the ILFS plant. Also Engineer-in-charge shall reserve the right to
get such receipts/challans verified from IL&FS before making a payment to the
contractor in this regard.

48. In the work, if any supply of earth is taken the payment of quantities shall be
computed on the basis of cross-section which shall be taken at interval of 15cm
or less as per site condition, cross section shall be taken in presence of the
contractor or his authorized representative and the contractor shall sign the level
book in token of his acceptance of the measurement.

49. EXTRA ITEM/ SUBSTITUTE ITEM: The rates quoted by the contractor shall be
treated as market rates. During execution of work, if any Extra Item/ Substitute
Item occurs than the rate for the same will be paid according to awarded
percentage of the tender base on applicable Delhi Schedule of rates on which
contractor has quoted his rates.

50. LIAISONING WITH CONCERNED DEPARTMENT


For execution of work, it may require liaising with other Govt. Department
regarding issue of NOC, shifting of service line, cutting of trees etc. Agency shall
have to liaison with those department in order to expedite the issue requisite
NOC/permission etc. The department will help on the request of agency as such
writing to the concerned department, calling meetings etc. Nothing extra shall be
paid in this regard.

51. Completion certificate on the work will be issued only after successful physical
completion in all respect and receipt of satisfactory report on all mandatory test,
report of third party quality/quantity assurance, report from public representative
i.e., Hon’ble area MLA and concerned RWA or any other agency as Govt.
appoint to ensure quality/quantity assurance during the execution/completion of
work.

52. PREVENTION OF NUISANCE AND POLLUTION CONTROL


The contractor shall take all necessary precautions to prevent any nuisance of
inconvenience to the owners, tenants or occupiers of adjacent properties and to
the public in general and to prevent any damage to such properties from
pollutants like smoke, dust, noise. The contractor shall use such methodology
and equipment so as to cause minimum environmental pollution of any kind
during and minimum hindrance to road users and to occupants of the adjacent
properties or other services running adjacent/near vicinity. The contractor shall
make good at his cost and to the satisfaction of the Engineer-in-charge, any
damage to road, paths, cross drainage works or public or private property
whatsoever caused due to the execution of the work or by traffic brought thereon
by the contractor. All waste of superfluous material shall be carried away by the
contractor, without any reservation, entirely to the satisfaction of the Engineer-in-
charge.
Control of Air Pollution of dust from construction and demolition activities:
Guidelines of National Green Tribunal and DPCC, Delhi issued time to time shall
be followed by the agency for which noting extra shall be paid.

53. The executing agency shall take all the measures during executing of work on
contribution to the air/water/garbage/pollution contributes from the working site, if
any or the monitoring agencies point out pollution contribution to environment of
issue challan or other penalty same to be borne by the working agency. The
department in no case reimburse penalty or be party for such default.

54. MOSQUITO BREEDING: It shall be the responsibility of the contractor to carry


out the work in such manner so as not to allow such stagnation of water at site
which may cause mosquito breeding. Any negligence on the part of contractor
shall be the responsibility of the contractor and any penalty and consequences of
such action, if any, shall be borne by the contractor only.

55. N.G.T.:It shall be the responsibility of the contractor to carry out the work in such
manner so as to follow all the directions and guidelines of the Hon’ble N.G.T.
Any negligence on the part of contractor shall be the responsibility of the
contractor and any penalty and consequences of such action, if any, shall be
borne by the contractor only.

56. 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 nearby occupants/users of
building(s), if any.

57. The contractor shall be responsible to carry out the work by taking all
precautionary measures to ensure that no air pollution takes place due to the
work carried out under this agreement. Any negligence on the part of contractor
shall be the responsibility of the contractor and any penalty and consequences of
such action, if any, shall be borne by the contractor only.

58. The contractor shall has to execute the work in the spirit of Rule 3(1) of
Prohibition of Employment as Manual Scavengers and their Rehabilitation Act,
2013 and in consonance with Hon’ble Supreme Court Judgment in WP (C)
583/2003 apart from the safety measures as stipulated under the Labour
Laws/CPWD From 8. Any negligence on the part of contractor shall be the
responsibility of the contractor and any penalty and consequences of such
action, if any, shall be borne by the contractor only. If necessary for the workers
to go down into the drain in the context of this work, only trained workers will be
assigned this job by the contractor after taking all precautionary safety measures.

59. ESI & EPF REGISTRATION


i. All the labour laws issued by Govt. from time to time shall be followed by
the contractor.

ii. The contractor should obtain labour registration from labour department for
engagement and / or supplying contract labour / employees under contract
labour (Regulation and Abolition) Act, 1970 and the contract labour
(Regulation & Abolition) central rules, 1971 with upto date amendments.
The contractors participating in tendering process should also furnished
ESI & EPF Registration along with other required documents.

iii. The contractor participating in tendering process should also upload ESI &
EPF Registration documents and physically submit the same along with
EMD.
Work specific labour license shall be provided by the contractor after award
of work.
60. LABOUR LAWS:It shall be responsibility of the contractor to follow clause 19
and its sub-clauses during the execution of the work under this contract at all
times.

61. SAFETY CODE: It shall be responsibility of the contractor to follow Safety Code
as per General Condition of Contract and take all safety measures & precautions
to prevent any accident / mishap at site during the execution of work by providing
all safety equipments to the workmen. In case of any accident at site, the
contractor shall be directly held the responsible for the same.

62. Maintenance period: Maintenance period of the work shall be one year & the
security shall be released after satisfactory completion of maintenance period, if
any defect pointed out shall have to be rectified by the contractor at his own cost.

63. EXTENSION OF TIME:Time is the essence of the contract. There will be no


extension of time allowed unless prior / immediate intimation of start of hindrance
is given (In writing) by the agency with proper justification. In case of non-prior
approval of EOT, after the lapsing of stipulated date of completion, 10% of the
amount of every running bills and final bill shall be deducted and kept withheld.
Same shall be released / adjusted after the final grant Extension of Time by the
competent authority.

64. DEVIATION IN AGREEMENT ITEMS:-If required, the deviation in the agreement


item will be allowed only with prior permission of the Engineer-in-charge. The
payment of deviated quantity will be made at quoted rate until the overall 1st
lowest status is maintained including deviation of all other items. In case of 1st
lowest status of the contractor changes, then the amount to be paid to the
contractor shall be restricted to the amount at which the 1st lowest status of the
contractor is maintained and nothing beyond that shall be payable to the
contractor. Such restriction on the payable amount to maintain the 1 lowest status
of contractor shall be final and binding on the contractor and shall not be
arbitrable.

65. In case the contractor fails to start the work by the date of 1st milestone without
any valid and justified reason duly approved by the competent authority, the work
shall be rescinded immediately without issuing any notice.

66. Contractor has to use C&D Recycled products like concrete bricks, recycled
aggregate (RA) and recycled concrete Agg.(RCA) in plain cement concrete as
per direction of Engineer-in-charge. It is in compliance of construction and
demolition waste management Rule 2016. No extra payment shall be made on
account of use of recycled aggregate(RA) and recycled concrete Agg.(RCA) in
plain concrete . The quantity and proportion for use of RA & RCA in a particular
item shall be decided by Engineer-in-charge. The proof of procurement of
recycled material shall be provided by the agency to the Engineer-in-charge.

67. If any defect or deficiency on the work, misleading information regarding quantity
measurement or quality defects pointed out even after completion of work the
agency shall be solely responsible for the same and action will be taken as
deemed fit regarding blacklisting the agency as well as other action as deemed
fit.
68. In view of the enforcement of building & other construction workers welfare Cess
Act 1996, the cost should be levied @ 1% of the cost of the contract & shall be
deducted from the bills of the contractor at the time of the making payments. The
unit quoted rates of the contractor shall be inclusive of the Cess GST & other
levies of Govt. & nothing extra shall be paid on this account.

69. The contractor shall ensure strict compliance of the order/instructions issued by
D.D.M.A or other government authority to contain any pandemic during execution
of work. Wearing face mask, maintaining social distancing and periodical
sanitization of work site as well as of individual working at work site shall be
mandatory in public interest.

70. Maintenance period: Maintenance period of the work shall be one year & the
security shall be released after satisfactory completion of maintenance period, if
any defect pointed out shall have to be rectified by the contractor at his own cost.

71. SITE CLEARANCE


After physical completion of the work, the site shall be cleared off all the malba,
construction material, tools and plants, labour huts, cement store or any other
temporary construction raised by the contractor during the execution of work, at
his own cost. No extra payment shall be made to the contractor for clearance of
the site.

ASSISTANT ENGINEER-IV EXECUTIVE ENGINEER/CD-I

Signature Not Verified


Digitally signed by JAJOLLA NARENDER
SAGAR
Date: 2024.12.09 [Link] IST
Location: NCD of Delhi-DL

You might also like