nit 18

Upload: pradeep-kumar

Post on 09-Jul-2015

72 views

Category:

Documents


0 download

TRANSCRIPT

1

Notice Inviting e-Tender No. :- 18/ AE-V /CD-2/11-12NAME OF WORK: A/R & M/O Gents Hostel (SH:-Pdg floor tiles and plastering the outer walls of labor room in CAF ) at AIIMS.

INDEX SL.NO. CONTENTS

1. Press Notice 2. CPWD-6 for e-tendering 3. Information and instruction for Contractor for tendering 4. Percentage rate tender for works (Form CPWD-8) i/c Schedule A to F 5. Correction Slips General Conditions of Contract 7. General, Additional and Special Conditions 8. 9. Condition for steel Condition for RMC

10. Condition for Cement 11. 12. List of Approved makes of materials Schedule of Quantity

Certified that this N.I.T. contains page 1 to 44( forty four only pages) Checked By

ASSISTANT ENGINAEVR V (C) Division-II, New Delhi

This N.I.T. is approved for Rs 53,799.00(Rs. Fifty Three thousand seven hundred ninety nine only). Vide N.I.T No. 18/ AE-V /CD-2/11-12

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

2 PRESS NOTICE

NOTICE INVITING e-TENDERSThe Executive EnginAEVr Civil Division-I, AIIMS, New Delhi on behalf of the Director AIIMS invites online percentage rate tenders from the eligible and enlisted contractor of appropriate class of CPWD for the following work.

S. No .

NIT No

Name of work & location

Estimate Earne Period of cost put to st completi tender Month on

1

18/AEV/CD2/11-12

A/R & M/O Rs Gents 53,799.00 Hostel (SH:Pdg floor tiles and plastering the outer walls of labor room in CAF ) at AIIMS.

Rs 1076

10 days

Period during which EMD, cost of tender document e-tender processin g fAEV and other document s shall be submitte d toAEV/Ci vil Division-I upto upto 3.00 PM 3.00 PM on on 14.10.11 14.10.11

Last date & time of online submissi on of tender

Time & date of opening of tender

3.30 PM On 14.10.11

The tender forms and other details can be obtained from the website www.tenderwizard.com/AIIMS or www.aiims.ac.inNot to be published

ASSISTANT ENGINEER AEV Civil Division-2, AIIMS, New DelhiCorrection = Nil, Insertion = Nil, Overwriting = Nil, AEV Deletion = Nil, AE(P)

3

CPWD-6 For e-Tendering 1.Item rate tenders are invited on behalf of the Director AIIMS from approved and eligible contractors of C.P.W.D for the work of A/R & M/O Gents Hostel (SH:-Pdg floor tiles

and plastering the outer walls of labor room in CAF ) at AIIMS.The enlistment of the contractors should be valid on the last date of sale of tenders. In case only the last date of submission of tender is extended, the enlistment of contractor should be valid on the original date of submission of tenders. 1.1 The work is estimated to cost Rs 53,799.00This estimate, however, is given merely as a rough guide.

2.

AgrAEVment shall be drawn with the successful tenders on prescribed Form No.C.P.W.D.8 print edition 2020 (or other standard /Form as mentioned) as with uptodate amendments, which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form which will form part of the agrAEVment. The time allowed for carrying out the work will be 10 days from the date of start as defined in schedule F or from the first date of handing over of the site, which ever is later, in accordance with the phasing, if any, indicated in the tender documents. The site for the work in available. Tender documents consisting of plans, specifications, the schedule of quantities of the 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 sAEVn from website www.tenderwizard.com/AIIMS or www.aiims.ac.in .in frAEV of cost. 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 tender as notified. White submitting the revised bid, contractor can revise the rate of one or more item(s) any number of times (he nAEVd not re-enter rate of all the items) but before last time and date of submission of tender as notified. When tenders are invited in thrAEV stage system and if it is desired to submit revised financial bid then it shall be mandatory to submit revised financial bid. If not submitted then the tender submitted earlier shall become invalid.

3.

4. 5.

6.

7.

8.

9 Tender Earnest money of Rs 1076.00 in the form of Demand Draft or Pay Order of Bankers cheque or Deposit at Call Receipt (drawn in favor of Director AIIMS , New Delhi) of a Schedule Bank shall be scanned and uploaded to the e-tendering website within the period of tender submission and original should be deposited in office of Asstt. Engineer, Civil, Division-2 , Room No.8, ward . Block inquiry- Ind floor AIIMS Ansari Nagar New Delhi

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

4

A part of earnest money is acceptable in the form of bank guarantAEV also, in such case, 50% of earnest money or Rs. 20 lacs, whichever is less, will have to be deposited in shape prescribed above, and balance in shape of Bank GuarantAEV. Interested contractor who wish to participate in the tender has also to make following payments in form of Demand Draft/ Pay order or Bankers Cheque of any scheduled Bank and to be scanned and uploaded to the e-tendering website within the period of Tender submission. (i) Cost of tender document Rs 150/- (Non-refundable) drawn in favour of Director AIIMS, New Delhi (ii) e-Tender processing fee Rs 827/- (Non-refundable) drawn in favour of ITI Limited payable at Delhi. Demand Draft or Pay Order or Bankers Cheque or FDR having validity for six months more from the last of receipt of tenders against EMD, cost of tender documents and cost of tender processing fAEV shall be placed in single sealed envelop superscripted as Earnest Money cost of tender document and cost of tender processing fAEV with name of work and due date of opening of the bid also mentioned thereon. Copy of Enlistment Order and certificate of work experience and other documents as specified in the press notice shall be scanned and uploaded to the e-tendering website within the period of tender submission and certified copy of each shall be deposited in a separate envelop marked as Other Documents. Both the envelopes shall be placed in another sealed envelop with due mention of Name of work, date & time of opening of tenders and to be submitted in the office of Executive EnginAEVr, Civil Division -I, AIIMS New Delhi during the period mentioned above. Online tender documents submitted by intending bidders shall be opened only of those bidders, whose Earnest Money Deposit, Cost of Tender Document and e-Tender Processing FAEV and other documents placed in the envelope are found in order :The bid submitted shall be opened at 3.30 P.M. on 14.10.2011 10. The contractor whose tender is accepted will be required to furnish performance guarantAEV of 5% (Five Percent) of the tendered amount within the period specified in Schedule F. This guarantAEV shall be in the form of cash (in case guarantAEV amount is less than Rs. 10,000/-) or Deposit at call receipt of any scheduled bank/Bankers cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case guarantAEV amount is less than Rs. 1,00,000/-) or Government Scurities of Fixed Deposit Receipts or GuarantAEV Bonds of any scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantAEV 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. 11. Intending tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders 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 circumstance which may influence or effect their tender. A tenderer shall be dAEVmed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderes shall be

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

5responsible for arranging and maintaining at his own cost all materials, tools and 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 tender by a tenderer implies that he has read this notice and all other contract documents 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 plants 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 Director AIIMS does not bind itself to accept the lowest or any other tender and reserves to itself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected. 13. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractor who resort to canvassing will be liable to rejection. 14. The competent authority on behalf of Director AIIMS reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted. 15. The contractor shall not be permitted to tender for works in the AIIMS (Division in case of contractors of Horticulture/Nursery category) responsible for award and execution of contracts in which his near relative is posted as Divisional Accountant or as an officer in any capacity betwAEVn the grades of Superintending EnginAEVr and Junior EnginAEVr (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 Non Gazette officer in the AIIMS . 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. EnginAEVr of Gazette rank or other Gazetted officer employed in EnginAEVring or Administrative duties in an EnginAEVring 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 previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employAEVs 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 tender or engagement in the contractors service. 17. The tender for the works shall remain open for acceptance for a period of Sixty days (60) from the date of opening of tenders/sixty days from the date of opening of financial bid in case tenders are invited on 2/3 bid system (strike out as the case may be). If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenders shall not be allowed to participate in the re-tendering process of the work.

18.

This Notice inviting tender shall form a part of the contract document. The successful Tenderer/contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract consisting of:The notice inviting tender, all the documents including additional conditions, specifications and drawings, if any, forming part of the tender as uploaded at the time of invitation of tender

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

6and rates quoted online at the time of submission of bid and acceptance thereof together with any correspondence leading thereto. (b) Standard C.P.W.D Form 8 (Print Edition 2020 with uptodate amendments & corrections) 20. In case any discrepancy is noticed betwAEVn in documents as uploaded at the time of submission of the bid online and hard copies as submitted physically in the office of Executive EnginAEVr, then the bid submitted shall become invalid and the AIIMS shall, without prejudice to any other right or remedy, be a liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the retendering process of the work. Assistant Enginr AEV Civil Division-2, AIIMS

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

7

INFORMATION AND INSTRUCTION FOR CONTRACTORS FOR E-TENDERING (Applicable for inviting open tenders)The Executive EnginAEVr Civil Division-I, AIIMS, New Delhi invites on behalf of Director AIIMS online percentage rate tender from approved and eligible and enlisted contractor of appropriate class of CPWD for the following works :S. No . NIT No Name of work & location Estimate cost put to tender Earnest Month Period of completion Last date & time of submission of tender Period during which EMD, cost of tender document etender processing fAEV and other documents shall be submitted Time & date of opening of tender

1

18/ AE-V /CD2/11-12

A/R & M/O Rs Gents Hostel 53,799.00 (SH:-Pdg floor tiles and plastering the outer walls of labor room in CAF ) at AIIMS.

Rs 1076

10 days

upto 3.00 PM on 14.10.11

upto 3.00 PM on 14.10.11

3.30 PM on 14.10.11

The tender document consisting of plans, specification, 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 from website necessary documents can be sAEVn and downloaded

www.tenderwizard.com/AIIMS or www.aiims.ac.in frAEV of costThe enlistment of the contractors should be valid on the last date of submission of tenders. In case only the last date of submission of tender is extended, the enlistment of contractor should be valid on the original date of submission of tenders. Those contractors not registered on the website mentioned above, are required to get registered before hand. If nAEVded they can be imparted training on online tendering process as per details available on the websidte. The intending bidder must have valid class-III digital signature to submit the bid. Earnest money in the form of Demand Draft of Pay order or Bankers cheque (drawn in favour of Director AIIMS , New Delhi) or FDR of any scheduled bank shall be scanned and uploaded to the etendering website within the period of tender submission and original should be deposited in the office of Executive EnginAEVr. A part of earnest money is acceptable in the form of bank guarantAEV also. In such case 50%, of earnest money or Rs. 20 lakh, whichever is less, will have to be deposited in shape prescribed above, and balance in shape of Bank GurantAEV.

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

8Interested contractor who wish to participate in the tender has also to make following payments in the form of demand draft or pay order of Bankers cheque or any scheduled bank and to be scanned and uploaded to the e-tendering website within the period of tender submission : (i) Cost of Tender Document: `150/- (Non-refundable) drawn in favour of Director AIIMS , New Delhi. (ii) e-Tender processing fee `827/- (Non-refundable) drawn in favour of ITI Limited payable at Delhi Demand Draft or Pay Order or Bankers Cheque or FDR of any scheduled bank against EMD, Cost of Tender Document and Cost of Tender Processing FAEV shall be placed in single sealed envelope superscripted as Earnest Money, Cost of Tender Document and Cost of Tender Processing FAEV with name of work and due date of opening of the bid also mentioned thereon. Copy of enlistment order and certificate of work experience as required shal be scanned and uploaded to the e-tendering website within the period of tender submission and certified copy of each shall be deposited in a separate envelope marked as Other Documents. Both the envelopes shall be placed in another envelope with due mention of Name work, date & time of opening of tenders and to be submitted in the office of Executive EnginAEVr during the period mentioned above. Online tender documents submitted by intending bidders shall be opened only of those biders, whose earnest money deposit, cost of tender document and e-Tender processing fAEV and other documents placed in the envelope are found in order. List of Documents to be scanned and uploaded within the period of tender submission: 1. 2. 3. 4. 5. 6. Demand Draft/Pay Order/Bankers Cheque/Deposit at Call Receipt /Bank GuarantAEV of any Scheduled Bank against EMD. Demand Draft/Pay Order or Bankers Cheque of any scheduled bank towards cost of tender Document. Demand Draft/Pay order of Bankers Cheque of any scheduled bank towards cost of Processing fAEV. Enlistment Order of the contractor. Certificate of work experience (if required) Certificate of registration for Sales tax / VAT and Services Tax and acknowledgment of up to date filled return.

C.P.W.D.- 8

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

9

GOVERNMENT OF INDIA ALL INDIA INSTITUTE OF MEDICAL SCIENCESSTATE :- New Delhi. BRANCH :- B & R ZONE :- AIIMS CIRCLE:- AIIMS Circle DIVISION :- Civil- Division-2

Percentalge Rate Tender & Contract for Civil Works(A)

%Tender for the work of :-walls of labor room in CAF ) at AIIMS.

S/R to Gents Hostel : A/R & M/O Gents Hostel (SH:-Pdg floor tiles and plastering the outer

. (i)Tenders to be submitted online by 3.00 PM on 14.10.11

(i) Last Date & time of Submission of copy of registration certificate, tender cost, EMD, tender processing fAEV (in physical form) in the office of the Assistant Engineer AEV, Civil Division-2 ,AIIMS, New Delhi by 3.00 Hours on 14.10.11

(ii) To be opened on line in presence of tenders who may be present at 3.30 hours on 14.10.11 in the office of Assistant Engineer AEV, Civil

Division-2, AIIMS, New Delhi.

Issued to .. Tender document made available Signature of the Officer issuing the documents. authority Designation : Executive EnginAEVr, Civil Division-I, AIIMS Date of issue.

On line to the agency. On line uploading

As per NIT

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

10 TENDER I/We have read and examined the notice inviting tender, schedule, A,B,C,D,E & F. Specifications applicable. Drawings & Designs, General Rules and Directions, Conditions of Contract, clause 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 documents for the work.I/We hereby tender for the execution of the work specified for the Director AIIMS 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 respects in accordance with, such conditions so far as applicable. We agrAEV to kAEVp the tender open for Sixty (60) days from the due date of its opening and not to make any modifications in its terms and conditions. A sum of `_Rs.__ 1076.00 is here by forwarded in Cash /Receipt Treasury Challan /Deposit at call Receipt of a Scheduled Bank /fixed deposit receipt of schedule bank/demand draft of a Scheduled bank/Bank GuarantAEV issued by a schedule bank, as earnest money. If I/we, fail to furnish the prescribed performance guarantAEV within prescribed period. I/we agrAEV that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agrAEV that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantAEV absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in schedule F and 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 agrAEV that in case of forfeiture of Earnest money or both earnest money & Performance GuarantAEV as aforesaid, I/we shall be debarred for participation in the re-tendering process of the work. In case the tender/Earnest money/Documents/Processing fAEV and the same are not submitted in physical form, I shall be debarred from further tendering in the same work and if it is repeated for thrAEV times by me I shall be debarred from tendering at AIIMS for a period of 1 year from last default. 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 therefrom to any person other than a person to whom I/We am/are authorised to communicate the same or use the information in any manner prejudicial to the safety of the State.I also agrAEV to accept the English Version of the tender document in case of difference betwAEVn the English and Hindi Version.

Dated .................... Witness : # Address: # Occupation : #

Signature of Postal Address #

Contractor

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

11 ACCEPTANCE The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs. *____________ (RupAEVs*_________________________________________________________ ____) The letters referred to below shall form part of this contract AgrAEVment:I) *

* iii) *ii) For & on behalf of the Director AIIMS. rkjh[k Dated *...................... * To be filled in by AEV Signature .................................... Designation .........................

# To be filled by the contractor

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

12

SCHEDULES FOR CIVIL WORKSSCHEDULE A SAEV Page No. 44

Schedule of quantities (Enclosed)

SCHEDULE B Schedule of materials to be issued to the contractor. ___________________________________________________________________ ____________

S.No. Description of item Place of the contractor Issue

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

___________________________________________________________________________________________________ 1 2 3 4 5 ___________________________________________________________________________________________________

-----NIL--------

I.

( Material required for the work shall be arranged by the Contractor)

___________________________________________________________________ ____________

ASSISTANT ENGINEER AEV Civil Divison-I, AIIMS New Delhi

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

13 SCHEDULE C Tools and plants to be hired to the contractor ___________________________________________________________________ ____________ Sl. No. Description Hire charges per day Place of issue ___________________________________________________________________ ___________ 1 2 3 4 ___________________________________________________________________ ___________

NIL ( shall be arranged by the Contractor )

SCHEDULE D Extra schedule for specific requirements/documents for the work, if any.

NIL

SCHEDULE E 1. Refrence to General Conditions of contract. Name of work : A/R & M/O Gents Hostel (SH:-Pdg floor tiles and plastering the outer walls of labor room in CAF ) at AIIMS.

Estimated cost of work: (i) (a) Earnest money:(b) e-tendering processing fees:(ii) Performance guarantAEV :

: `53,799.00 : `1076.00: ` 827 /5% of tendered amount. 5% of tendered amount.

(iii)

Security Deposit:

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

14 SCHEDULE FGeneral Rules & Directions: General Conditions of Contracts for CPWD

Works 2020 with amendments upto date shall be read with NIT. Officer inviting tender New Delhi Assistant Engineer AEV/Civil - Division-2/AIIMS /

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

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

15 Definitions: 2(v Engineer AEV-in-Charge 2(viii) Accepting Authority ASSISTANT ENGINEER AEV /Civil - Division-2 /AIIMS / New Delhi 2(x) Percentage on cost of materials and labour to cover all overheads and profits. 15% 2(xi) Standard schedule of Rates: Delhi Schedule of rate 2007 with correction slips Issued with upto 31/08/2020 shall be read with NIT. 2(xii) Department Engg. Services Deptt./ AIIMS Assistant Engineer AEV/Civil Division-2 /AIIMS / New Delhi

9(ii) Standard CPWD contract form appended CORRECTION SLIPS TO CONDITIONS

CPWD-8 as per

GENERAL OF CONTRACT FOR CENTRAL with with NIT Clause1 i) Time allowed for submission of Performance GuarantAEV from the date of issue of letter of acceptance, in days Days ii) Maximum allowable extension beyond the period as provided in i) above in Days Authority for fixing EnginAEVr, compensation under clause 2 Circle office,AIIMS , New Delhi. No Superintending 10 P.W.D. WORKS 2020 amendments upto 31/05/2021 shall be read

5

Whether Clause 2A shall be applicable.Number of days from the date of issue of letter of acceptance for reckoning date of start.

15 Days AE(P)

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

16

Table of Milestones : --

As per Table given below

S. No.

Description of Milestone (Physical)

Time Allowed in days (from date of start )

Amount to be withheld in case of non achievement of milestone

-----------Not Applicable-----------Time allowed for execution of work _____________

Authority to give fair and reasonable ASSISTANT ENGINEER AEV extension of time for completion of work . Civil Division-2 Clause 6, 6A Clause applicable (6 or 6A) Clause 7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such payment ____________ for being eligible to interim payment Clause 6

`

Clause 10 A List of testing equipment to be provided by the contractor at site lab. (As per applicable) 1. Sevies Set 2 Graduated Jaras 3 Weigh balance Clause 10 B(ii)- Whether Clause 10 B(ii) shall be applicable: No Clause 10 C Component of labour expressed as percent of value of work Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV Deletion = Nil, 25%

AE(P)

17

Clause 10CA Materials covered under this clause : Nearest Materials (other than cement, reinforcement bars and structural stAEVl) for which All India Wholesale Price Index to be followed Base Price of all the materials covered under clause 10CA*

------------------------------------------------------------------Not applicable--------------------------------------------------------------* Base price of all the materials covered under clause 10CA is to be mentioned at the time of approval of NIT.

Clause 10CC-

Clause 10CC to be applicable in contracts with stipulated period of completion excAEVding the period shown in the next column.

18

months. Schedule of component of other Materials, Labour, POL etc. for price escalation.Xm..%

Component of Civil (Except material covered under clause 10CA) Electrical construction materials expressed as percent of total value of work Component of Labour expressed as percent of total value of work Component of POL expressed as percent of total value of work

Y..% Z..%

Specifications to be followed for execution of work CPWD CPWD Specification 2009 Vol I & II with correction slips issued upto date of receipt of tender

12.2 & 12.3 Deviation limit beyond which clause 12.2 & 12.3 shall apply for building work. 12.5 Deviation limit beyond which clause 12.2 & 12.3 shall apply for foundation work.

50%

100%

Competent Authority for II,AIIMS New Delhi; reduced rates the contract value.

Assistant EnginAEVr Civil Division upto 5% of deciding Deletion = Nil, AE(P)

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

18 Full Power D.D. ( A )/ C.E. List of mandatory machinery, tools & plants to be deployed by the contractor at site: (As Applicable) 1. .. 2. . 3. . 4. 5. . 6. CLAUSE 31A:Departmental water Supply **

** AEV to delete Clause 31/ clause 31A as per site condition regarding avaibility of water supply to be arranged by contractor or department

CLAUSE 36 (i): - (For Work costing from 10 Lacs upto 50 Lacs) Requirement of Technical Representative(s) and Recovery Rate S. Minimum Discipli Designation Minimum Numb Rate at which recovery N Qualification of ne (Principal expericen er shall be be made from the o. Technical Technical/ ce contractor in in the event of Representative Technical not fulfilling provision of representativ clause 36(i) e) Figures Words. 1 Graduate Civil Principal Nil One Rs. 10000/- (Rs. Ten EnginAEVr Technical Thousand per Month) OR Representati ve Diploma Civil 5 Years One Rs. 10000/- (Rs. Ten EnginAEVr Thousand per Month)Assistant EnginAEVr retired from Govt. services that are holding Diploma will be treated at par with Graduate EnginAEVr

Clause 42 I) (a) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2007 printed by C.P.W.D. with upto date correction slip

Variations Permissible On Theoretical Quantitiesa) Cement for works with estimated cost put to tender not more than Rs. 5 lakhs 2% plus/minus.

for works with estimated cost put to tender more than Rs. 5 lakhs Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

2 % plus/minus.

Deletion = Nil,

AE(P)

19 b) c) Bitumen for all works StAEVl Reinforcement and structural stAEVl sections for each diameter, section and category. All other materials Nil. 2.5% plus only & nil on minus side. 2% plus/minus

d)

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION ___________________________________________________________________ ____________ Sl No. Description of item words at shall be made from the Contractor Excess beyond beyond permissible variation permissible variation ___________________________________________________________________ __________ the Less use Rates in figures and Which recovery

-----------BLANK---------------_____________________________________________________________________

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

20II. GENERAL CONDITIONS

1. The work shall be carried out as per CPWD specifications 2009 Vo. I to II with upto date correction slip where CPWD specifications are silent, relevant B.I.S. codes shall be applicable. If the item is not available in the relevant B.I.S. codes then the decision of the EnginAEVr-in-charge shall be final. 2. The contractor has to make his own arrangement for all the materials required for the work and get them approved from the EnginAEVr-in-charge before using the same in the work. 3. The dismantling wherever required shall be done in a manner that no other portion of the building or its fixtures are damaged. If any damage is done to the building it will be made good by the contractor at his own cost and no claim what so ever will be entertained on the work. 4. The contractor must get himself acquainted with the proposed site for the works and study specifications and conditions carefully before tendering, no claim whatsoever on this account shall be entertained later on. 5. The work shall be carried out complying in all respects with the requirement of relevant by laws of the N.D.M.C. 6. All incidental charges of any kind for the materials to be arranged by the contractor whatsoever including cartage, storage, cutting and wastage etc. shall be borne by the contractor himself and nothing extra will be paid to him on this account. 7. The contractor shall have to carry out the work according to the programme mutually decided betwAEVn him and the EnginAEVr-in-charge of the work. No claim for idle-labour on any account shall be entertained. 8. 1% water charges, 2% Income tax , 2% VAT ,Service Tax and 1% Labour welfare cess shall be recovered from gross amount of contractors each bill.Service Tax shall be realsed upon submission of proof of having deposited the same with competent Authority. 9. The quantities of items should not be executed beyond the agrAEVment quantities without prior permission of the EnginAEVr-in-Charge. 10. Contractor will have to make his own arrangement for tools and plant & machinery required for the work and department will not supply any tools and plants. 11. The contractor should study the General Conditions of Contract before tendering. This shall be the part of the agrAEVment. It is available in the office of AEV/AE & in market. 12. Samples of various materials required for testing shall be provided frAEV of charges by contractor. Testing charges, if any, shall be borne by the department. All other expenditure required to be incurred for taking the sample, conveyance, packing, sealing, loading, unloading etc. shall be borne by the contractor himself. In testing a fresh sample of alternate material will be made available and testing charges shall be deducted from the payment of contractor for such materials, which have failed in testing. 13. Any damages done to the electric fittings, installations, while using them shall be made good by him at his own cost. 14. No residential accommodation shall be provided to any of the staff engaged by the contractor. Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV Deletion = Nil, AE(P)

21 15. The rates include all leads, lifts, heights etc. No extra payment shall be made on any account. 16. Site will be made available in parts. The contractor shall start the work within 72 hours from the time the instructions to execute the work are given through site order book/letter/telegram. 17. The equivalent make of the item shall be allowed only when the make mentioned in the nomenclature of item or in the list of approved brand is not available. This shall be allowed only with prior approval of EnginAEVr-incharge. Assistant Engineer AEV ( C ) 2

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

22ADDITIONAL CONDITIONS

1.

Inspection of materials and work: All the materials brought to the site by the contractor for use in the work as well as fabricated work shall be subject to inspection and approval by the EnginAEVr-in-charge. Removal of rejected materials: In case any materials are rejected by the EnginAEVrin-Charge, the same shall be removed from the site within 48 hours, failing which the same may be got removed by the EnginAEVr-in-charge at the risk and cost of the contractor. 3. Manufacturers Test Certificate: The contractor shall, if required by the EnginAEVr in charge produce Manufactures Test Certificate for any material of particular batch of materials supplied by him. The test(s) carried out shall be as per relevant specifications/ BIS Code.

2.

4.

Contractor should ensure the availability of material at site duly tested as per specifications and approved by the EnginAEVr-in-charge. In no case the dismantling etc. should be carried out before the availability of approved quality of material. If contractor fails to follow this instruction a penalty of Rs.200/- per day delay for this fault shall be recovered. The decision of EnginAEVr-in-Charge shall be final and binding. The malba/rubbish of every day should be cleaned and disposed off by mechanical transport to the approved municipal dumping ground for which payment shall be made as per item in the agrAEVment. The lead specified in the agrAEVment is indicative only. The contractor should quote the rate upto the approved municipal dumping ground and nothing extra shall be paid. If the quantum, of malba, so generated from the work is less than one truck load, the same shall have to be collected in whAEVl barrow / trolley and shall be dumped at the specified dumping point, approved by the Assistant EnginAEVr in-charge of work, in the area and the same should be lifted as soon the one truck load is collected or within thrAEV days which ever is earlier. The contractor shall have to make all the arrangement for Carriage, stacking and disposal of malba at the specific location at his own cost. Nothing extra shall be paid for placing the malba at specific approved point, even for lead / lift excAEVds beyond 50M / 1.5 Metre respectively, specified in the item. Wherever the malba / rubbish occurs on account of work at upper floors / roof, the same shall be brought down through stair case or with some mechanical arrangement only and shall not be thrown to the ground directly from upper floors and has to be disposed off at specified dumping point in the area. In no case malba / rubbish / unserviceable material or Construction material shall be stacked or dumped near the staircase / path /road berms / road / lawn / outside premises even for temporarily purpose.

5.

6.

7.

If the contractor fails to comply the above conditions for removal / disposal of malba, a fine of Rs.150/- for each fault per day shall be recovered from the contractor. The department may remove the malba so generated and dumped, by issue a notice or instruction through site order book, by Junior EnginAEVr / Assistant EnginAEVr, concerned and a recovery of Rs.300/- per cum shall be made from the contractor. (In this case item for disposal of malba at approved municipal ground shall not be paid). No claim / dispute shall be entertained on the conditions at any stage either during execution of work or after completion of work and decision of the EnginAEVr-in-charge shall be final and binding.

8.

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

239. Unless and until specified in the item the contractor shall make his own arrangement for lifting / hoisting / placing of stAEVl girders / stAEVl sections by suitable arrangement either manually or by mechanical crane etc. as approved by the EnginAEVr-in-charge upto all heights in the building at no extra cost. The contractor shall stack the building materials away from the building at site as approved by the EnginAEVr-in-charge and nothing extra for lead / lift of material for bringing the materials manually in the premises shall be paid. 12. 13. The contractor shall at his own cost make arrangement for weighing of the dismantled materials at site of work. The dismantled bricks shall be accounted for recovery from the contractor at the rate of maximum upto 60% of 494 Nos. i.e 297 Nos. (Two Hundred and Sixty Seven Only) per cube metre of brick masonry in cement mortar dismantled or actual numbers (75% maximum or actual numbers in case of brick work in mud mortar) and tiles @ 60% of maximum or actual numbers of 380 Nos. per 10 sqm i.e 228 (Two Hundred and Twenty Eight Only) of dismantled tile work. The recovery of bricks / tiles, if not returned by the contractor other than bonafide use against relevant item will be recovered @ Rs.1000/- (RupAEVs One thousand only) per thousand Nos. The dismantled Red stone slabs shall be accounted for maximum 60% or actual quantity of the area of stone dismantled. The recovery of the balance stone slabs not returned by the contractor after being measured in respective item will be made at the rate of Rs.30/- per Sqm.

10.

14.

15

Before starting the work the contractor shall chalk out a programme in consultation with the Junior EnginAEVr /Assistant EnginAEVr-In-charge as to inform the occupants at least one wAEVk ahead. The contractor shall have to adhere to this programme failing which contractor shall be responsible for any inconvenience caused lo the occupants. In order to ensure that the work is carried out according to the programme drawn up the contractor shall ensure adequate supply of the material and employ required labour strength for execution of work. In case contractor fails to arrange / employ adequate labour to stick the programme, the EnginAEVr-in-charge may supplement the labour and cost of the labour shall be recovered from the contractor after issue of one day's notice to the contractor. No claim for idle labour shall be entertained. The contractor shall depute his representatives daily at site of work for the record of the department. The contractor shall prepare one sample of all items which should be got approved from the EnginAEVr-in-charge, only on acceptance of sample work, contractor will be allowed to commence the work and sample is to be preserved by contractor till the whole work is completed. The quality of work should be confirmed to the approved samples.

16

17.

The contractor shall note that the items of work in any room shall be undertaken at one time one after the other and completed at one stretch in time allowed for the same by the EnginAEVr-in-charge and got noted by Junior EnginAEVr-in-charge for the residents. Any items left over in any building shall be got done at his cost and risk without any further notice (other than one entry in the site order book) to the contractor after 4 days from the date of entry in the site order book. The rooms/sites where the work is to be executed on any day shall be got approved from the representatives of the EnginAEVr-in-charge at the site of work. No work shall be carried out in any room/site without the approval of the representative of the EnginAEVr at the site of work. Such work carried out without Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV Deletion = Nil, AE(P)

18.

24 the approval of the representative of the work shall be rejected and will not be measure and paid for. 19. The substandard work shall be rejected out-rightly and shall not be measured and nothing shall be paid for it. The decision of the EnginAEVr-in-charge shall be final and binding in this regard. Nothing extra shall be paid to the contractor for excess consumption of materials in case of material arranged by him. Any damaged done to the existing structure, shall be made good by the contractor at his own risk and cost. The rates of all items of work shall unless clearly specified include the cost of all labour material and other aspects involved in the execution of work. Due to security reason the contractor shall have to arrange timetable of labour according to the security staff and EnginAEVr-in-charge instructions. The contractor should sAEV the site before the execution of work. The contractor shall make his own arrangement for getting the permission to ply the trucks from the traffic police. Passes shall be arranged by the department for inside the building only. The contractor shall be responsible for behaviour and conduct of his workers. No worker with doubtful integrity or having a bad record shall be engaged by the contractor. The contractor shall have to remove all splashes after completing the work. In case the splashes are not removed by the contractor the same shall be got removed by the EnginAEVr-in-charge and necessary recovery for the cost of removal of splashes shall be made from the contractor.

20.

21. 22. 23.

24. 25. 26.

27.

Assistant Engineer AEV ( C ) 2

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

25

III.

SPECIAL CONDITIONS

1. The standard CPWD Form No. 8 issued by CPWD in 2020 shall form part of the agrAEVment . the standard form available in market shall form part of the agrAEVment. The standard form available in market shall be read modified to following extent. a) In place of PRESIDENT / PRESIDENT OF INDIA Read as DIRECTOR / DIRECTOR OF ALL INDIA INSTITUTE OF MEDICAL SCIENCES. b) In place of CPWD read as ALL INDIA INSTITUTE OF MEDICAL SCIENCES also may be read as AIIMS. c) Term GOVERNMENT OF INDIA May be read as and/or interpreted as ALL INDIA INSTITUTE OF MEDICAL SCIENCES. Further the said form shall also be dAEVmed to stand corrected to the extent as given in the correction slips issued by CPWD upto DGW/CON/248 dated 4.04.04 2. The contractors shall inspect the site of work before tendering and acquaint himself with the site conditions and no claim on the account shall be entertained by the department 3. The Contractors shall give to the Municipality , police and other authorities all necessary notice etc. that may be required by law and obtain all requisite licences for temporary obstructions enclosures etc. and pay all fAEVs taxes and charges which may be leviable on account of his operations in executing the contract. He shall make good any damages 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 make his own arrangements for obtaining electric connections if contractor uses electricity of department, a recovery @0.5% shall be made on gross bill amount from each bill. If no electricity is required, then no recovery shall be made and the water required for the execution of the work shall be provided departmentally and necessary arrangements for the same shall be made by the contractor and deduction @1% shall be made for the same. Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV Deletion = Nil, AE(P)

26 5. No payment shall be made to the contractor for any damage caused by rain, floods or any other natural cause, work shall be made good by the contractor at his own cost and no claim in the matter shall be entertained. The time period of 75 days is dAEVmed to include any hindrance on account of rains/monsoon season and no claim of extension on account of the same shall be considered as justified . Necessary pumps etc if required to dewater the site shall be arranged by the contractor and no extra payment shall be made for the same. 6. The contractor shall provide at his own cost suitable weighing, surveying and levelling and measuring arrangements as may be necessary at site for checking. All such equipments shall be got calibrated in advance from laboratory, approved by the EnginAEVr-in-charge. Nothing extra shall be payable on this account. 7. The contractor shall provide permanent bench marks , flag tops and other reference points for the proper execution of work and these shall be preserved till the end of work. 8. If any load testing or special testing is to be done whose strength is doubtful the cost of the same shall be borne by the contractor. In case there is any discrepancy in frequency of testing as given in list of mandatory tests and that in individual sub-heads of work as per CPWD specifications higher of the two frequencies of testing shall be followed and nothing extra shall be payable on this account.

9. For all water proofing items covered under trade head of the schedule of quantities are to be got executed from respective specialized agency duly approved by EnginAEVr-in-charge and so the contractor shall give a performance guarantAEV bond for all water proofing works for their satisfactory performance for a period of 10 years from the expiry of maintenance period prescribed after completion of work. 10. All material supplied / arranged brought by the contractor for use in the work shall be as per CPWD specification. All material brought by contractor as above shall be subject to being found satisfactory as per Mandatory tests laid in the CPWD specifications. The contractor shall provide the sample of material required for testing frAEV of cost and shall also bear the testing charges of the same from CPWD / approved laboratory. The testing of RCC cubes as required under mandatory tests shall also be got tested by the contractor at his risk & cost from an approved Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV Deletion = Nil, AE(P)

27 laboratory. In suppression of anything stated on the contrary in the CPWD form 8 and CPWD specification all testing charges payable shall be borne by the contractor including all incidental expenses viz. cost of samples conveyance, packing collection of report etc. and nothing extra shall be payable for the same. 11. The contractor shall set his own laboratory at site for carrying out cube strength test , compressive strength of bricks, sieve analysis for particle size distribution, after due approval of the AIIMS. Tests shall be carried out by the representative of the EnginAEVr-in-charge. However in case some tests are even than required to be carried out in other laboratory it shall be got done in an approved laboratory and the contractor shall be bound to get the same done at his cost as specified above. 12. The contractor shall also bring on his own all equipment nAEVded by the AIIMS for carrying out the field tests during execution of the work. All cost in procuring and maintenance of such equipment shall be borne by the contractor. In suppression of the provision in CPWD specification the contractor shall arrange at his on risk & cost the electrical moisture meters as per IS 287-1993, rebound hammer duly calibrated along with the calibration chart, cube moulds, slump test equipment, weighing balance along with weights, sets of sieves etc. and/or any other equipment required for carrying out field test as specified in the specifications. 13. The contractor shall construct suitable godown at the site of work for storing the material safe against damage due to sun, rain, dampness, fire theft etc at his own cost. 14. The contractor shall also employ necessary watch and ward establishment for the safe custody of material at his own cost. 15. Cement shall be kept under double lock system in godown fixed with one door. Key of one lock shall remain with the representative or the EnginAEVr-in-charge at the site of work and that of the other with the contractor or his authorized agent. Day to day issue account shall be maintained by the Junior EnginAEVr-in-charge on the prescribed register and signed by contractor or his authorized agent. 16. The contractor shall submit a tentative programme of working within fiftAEVn days of the date of the start of work. The contractor will have to work as per the programme of the department. No claim whatsoever will be entertained on this account.

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

28 17. Unless otherwise provided in the schedule of quantities the rate tendered by the contractor shall be all inclusive and shall apply to all heights, lifts and leads and depths of the building and nothing extra shall be payable to him on this account. 18. StAEVl plate shuttering shall be used for all type of R.C.C work and also this shall be got approved by EnginAEVr-in-charge and work of shuttering shall be carried out as per the direction of the EnginAEVr-in-charge and nothing extra is payable and it would be covered within quoted rates. 19. The work is to be carried out in the Hospital campus, which is a very sensitive area, the contractor should take all precaution so that no disturbance is caused to the patients and visitors. 20. The contractor shall take all precautions to avoid accidents at the site during execution of work. 21. The passage/route inside the building through which building material is to be carted to the actual site of work shall be clean every day. 22. No malba should be allowed to be accumulated at the site for more than 48 hours. Regular trucks shall have to be engaged by the contractor for removal of malba 23. The work shall be carried out as per CPWD specification for works at Delhi 1996 Vol. I - VI with up to date correction slips. 24. The contractor shall quote their rates inclusive of all taxes, cartage, royalties etc. complete. All sub-standard material shall be rejected & shall have to be removed from the site immediately by the contractor at his own cost. 25. The Executive EnginAEVr has got the right to accept or reject the tender as a whole or part of it and no claims whatsoever will be entertained. 26. The contractor shall prepare one sample of items as directed by EnginAEVr-incharge which should be got approved from the EnginAEVr-in-charge which should be got approved from the EnginAEVr-in-charge only on acceptance of sample work, contractor will be allowed to commence the work & sample is to be preserved by contractor till the whole work is completed. The quality of work should confirm to the approved samples. 27. The contractor and /or his authorized agent should sAEV the site order book every day and get the compliance noted by the Junior/Assistant EnginAEVr-in-charge.

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

29 28. The sub-standard work shall be rejected out right & shall not be measured & nothing extra shall be paid for it. The decision of the EnginAEVr-in-charge shall be final & binding in this regard. 29. Nothing extra shall be paid to the contractor for excess consumption of materials in case of material arranged by him. 30. The material like paint etc. shall be deposited in full capacity before commencing the painting work. 31. The contractor shall make his own arrangement for getting the permission to ply the truck from the traffic police. 32. The contractor shall take all precaution to avoid all accidents by exhibiting necessary caution boards day & night. He shall be responsible for all damages & all accidents caused due to negligence on his part. 33. The English version of any part of NIT/AgrAEVment shall be treated as correct and Hindi version shall be dAEVmed to comply with the same. 34. The order of documents to be considered final over other documents in case of ambiguity/ interpretation of any item would be Nomenclature of item Special Conditions General Conditions CPWD Specifications

35. The issue of Letter of intent within the validity period of the tender shall be dAEVmed to be acceptance of the tender. Award letter shall be issued upon

depositing the Performance guarantAEV. 36. Thermo mechanically treated (TMT ) stAEVl reinforcement bars to be procured by the contractor shall be used in the work as per conditions enclosed. 37. The contractor shall procure ready mix design cement concrete for specified bulk concreting works. The conditions for the said procurement and use are enclosed separately herewith. No cement shall be issued by the department/AIIMS for the said ready mix concrete.

Assistant Engineer AE V ( C ) 2 Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV Deletion = Nil, AE(P)

30

IV.

CONDITIONS FOR STAEVL

1. The contractor shall procure TMT stAEVl reinforcement bars conforming to relevant BIS codes from main producers as approved by Ministry of StAEVl and secondary producers or re-rollers having valid BIS licence. For TMT bars conforming to relevant BIS code, procurement shall be made from main producers and secondary producers having valid BIS licence. The contractor shall have to obtain and furnish test certificate to the EnginAEVr-in-charge in respect of all suppliers of stAEVl brought by him to the site of work. Samples shall also be taken and got tested by the EnginAEVr-in-charge as per the provisions in this regard in relevant BIS code. In case the test results indicate that the stAEVl arranged by the contractor does not confirm to BIS codes, the same shall stand rejected and shall be removed from the site of work by the contractor at his cost within a wAEVks time from written orders from the EnginAEVr-in-charge to do so. 2. The stAEVl reinforcement shall be brought to the site in bulk supply of 8 tones or more or as decided by the EnginAEVr-in-charge. 3. The stAEVl reinforcement shall be stored in fenced enclosure by the contractor at site of work in such a way as to prevent distortion, with & 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. 4. 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 at frequency not less than that specified below.

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

31 Size of bar tonnes For consignment below 100 tonnes For consignment over 100

Under 10 mm dia. tonnes

One sample for each 25 tonnes

One sample for each 40

or part thereof 10mm to 16mm dia. One sample for each 35 tonnes tonnes or part thereof Over 16mm dia. tonnes or part thereof One sample for each 45 tonnes

or part thereof One sample for each 45

or part thereof One sample for each 50

or part thereof

5. The contractor shall supply frAEV of charge the stAEVl required for testing. The cost of tests shall be borne by the contractor. 6. The actual issue and consumption of stAEVl on work shall be required and proper accounts maintained as provided in clause 10 of the contract. The theoretical

consumption of stAEVl shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. 7. StAEVl brought to site and stAEVl remaining unused shall not be removed from site with out the written permission of the EnginAEVr-in-charge. 8. In event of it being discovered that after the completion of the work the quantity of stAEVl used is less than the quantity ascertained after allowing variation on the minus side as per clause 42, the quantity of the respective item of the stAEVl to be paid for, shall be decreased the quantity of stAEVl not so used. Decision of EnginAEVr-in-charge in regard to the theoretical quantity of stAEVl should have bAEVn actually used as per the schedule shall be final be final and binding on the contractor. Assistant Engineer AEV ( C ) 2

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

32

A. CONDITION OF READY MIXED CONCRETE [ IS:4926]1. Ready mix concrete shall be used in specified structural members. 2. Following parameters shall be adopted for mix design in moderate exposure.

1.

Nominal aggregate

Maximum

size

of 20mm

angular

as

per

CPWD

specification Good Moderate 0.50 M 43 grade conforming to IS-8112 Coarse Sand as per CPWD

2. 3. 4. 5. 6.

DegrAEV of quality control Type of Exposure Maximum water cement/ratio Type of cement to be used Sand

specification

3. Approved admixtures conforming to IS-9103 shall be permitted to be used. The chloride content in the admixture shall satisfy the requirement of BS 5075. the total amount of chloride content in the admixture mixed concrete shall satisfy the requirement of IS 456-2000. 4. The concrete mix design with and without admixture will be carried out by the contractor through one of the following laboratories/Test house to be approved by EnginAEVr-in-charge. i) IIT, Delhi. ii) National Council for Cement & Building Material, Ballabhgarh. iii) CRRI, Delhi. iv) Approved RMC supplier.

5. In the event of all the four laboratories being unable to carry out the requisite design/testing the contractor shall have to get the same done from any other reputed laboratory with prior approval of the EnginAEVr-in-charge. 6. The various ingredients for mix design/laboratory tests shall be sent to the lab/test house through the EnginAEVr-in-charge and the sample of such ingredients sent Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV Deletion = Nil, AE(P)

33 shall be preserved at site by the department till completion of work or change in Design Mix whichever is earlier. The sample be taken from the approval materials which are proposed to be used in the work. 7. The contractor shall engage Ready Mix Concrete ( RMC ) producing plants ( with in 50 Kilometers distance from the site of work ) supplying concrete in Delhi to supply RMC for the work. The RMC plant proposed to be engaged by the contractor shall fulfill the following requirements. i) It shall be fully computerized. ii) It should have supplied RMC for Govt. projects of similar magnitude. iii) It should have facility for providing printed advice showing ingredients of concrete carried by each mixer/ mix or batch.

8. The contractor shall, within 10 days of award of the work, submit list of at least thrAEV RMC plant companies of repute along with details of such plants including details of transit mixer, pumps etc. to be deployed indicating name of owner/company, its location, capacity, technical establishment, past experience and text of MOU proposed to be entered betwAEVn purchaser ( the contractor ) and supplier ( RMC Plant ) to the EnginAEVr-in-charge who shall give approval in writing ( subject to drawl of MOU ). 9. The EnginAEVr-in-charge reserves the right to exercise control over the :i) Ingredients, water and admixtures purchased, stored and to be used in the concrete including conducting of tests for checking quality of materials, recordings of test results and declaring the material fit or unfit for use in production of mix. ii) Calibration check of the RMC. iii) Weight and quality check on the ingredients, water and admixtures added for batch mixing. iv) Time of mixing of concrete.

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

34 v) Testing of fresh concrete, recordings of results and declaring the mix fit or unfit for use. This will include continuous control on the workability during production and taking corrective action.

For exercising such control, the EnginAEVr-in-charge shall periodically depute his authorized representative at the RMC plant. It shall be the responsibility of the contractor to ensure that the necessary equipment manpower & facilities are made available to EnginAEVr-in-charge and/or his authorized representative at RMC plant.

10. Ingredients, admixtures & water declared unfit for use in production of mix shall not be used. A batch mix found unfit for use shall not be loaded into the truck for transportation. 11. All required relevant records of RMC shall be made available to the EnginAEVr-incharge or his authorized representative. EnginAEVr-in-charge shall, as required, specify guidelines & additional procedures for quality control & other parameters in respect of materials, production and transportation of concrete mix which shall be binding on the contractor & the RMC plant. 12. 43 grade OPC ( Conforming to IS-8112 ) of brand/make/source as approved by EnginAEVr-in-charge shall only be used for production of concrete. 13. It shall be the responsibility of the contractor to ensure that the RMC producer provides all necessary testing equipment and takes all necessary measures to ensure Quality control of ready mixed concrete. In general the required measures shall be :i) CONTROL OF PURCHASED MATERIAL QUALITY RMC producer shall ensure that the materials purchased and used in the production of concrete confirm to the stipulation of the relevant agrAEVd standards with the material supplier and the requirement of the products mix design and quality control producers. This shall be accomplished by visual checks, sampling and testing, certification from materials suppliers and information/data from material supplier. Necessary equipment for the testing of all material shall be provided and maintained in calibration condition at the plant by the RMC producer. Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV Deletion = Nil, AE(P)

35

ii) CONTROL OF MATERIAL STORAGE Adequate and effective storage arrangement shall be provided by RMC producer at RMC plant for prevention of contamination , reliable transfer and fAEVd system, drainage of aggregates, prevention of frAEVzing or excessive solar heating of aggregate etc.

iii) RECORD OF MIX DESIGN AND MIX DESIGN MODIFICATION RMC producer shall ensure that record of mix design and mix design modification is readily available in his computer at RMC plant for inspection of EnginAEVr-incharge of his authorized representative at any time.

iv) COMPUTER PRINT OUTS OF EACH TRUCK LOAD Each truckload/transit mixer dispatched to site shall carry computer printout of the ingredients of the concrete it is carrying. The printout shall be produced to EnginAEVr-in-charge or his representative at site before RMC issued in work.

v) TRANSFER AND WEIGHING EQUIPMENT RMC producer shall ensure that a documented calibration is in place. Proper calibration records shall be made available indicating date of next calibration due, corrective action taken etc. RMC producer shall ensure additional calibration

checks whenever required by EnginAEVr-in-charge in writing to contractor. RMC producer shall also maintain a daily production record including details of mixes supplied. Record shall be maintained of what materials were used for that days production including water and admixtures. The accuracy of measuring equipment shall be within +/-2% of quantity of cement +/- 3% of quantity of aggregate, admixture and water being measured.

vi) MAINTENANCE OF PLANT , TRUCK MIXERS AND PUMPS Plant, Truck Mixers and Pumps should be well maintained so that it does not hamper any operation of production, transportation and placement.

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

36 vii) PRODUCTION OF CONCRETE The following precautions shall be taken during the production of RMC at the plant. i) Weighing ( correct reading of batch data and accurate weighing ) :- For each load, written , printed or graphical records shall be made of the weights of the materials batched, the estimated slump, the total amount of water added to the load the delivery tickets number for that load and the time of loading the concrete into the truck. ii) Visual observation of concrete during production and delivery or during sampling and testing of fresh concrete assessment of uniformity, cohesion, workability adjustment to water content. The workability of the concrete shall be controlled on a continuous basis during production. The batch mix found unfit shall not be loaded into the truck for transportation. Necessary corrective action shall be taken in the production of mix as required for further batches. iii) Use of adequate equipment at the plant to measure surface moisture content of aggregates, particularly fine aggregates or the workability of the concrete, cube tests etc. shall also be ensured. iv) Making corresponding adjustment at the plant automatically or manually to batched quantities to allow for observed, measured or reported changes in materials or concrete qualities. v) Sampling of concrete, testing monitoring of results. vi) Diagnosis and correction of faults identified from observations complaints. The RMC plant produced concrete shall be accepted by EnginAEVr-in-charge at site after receipt of the same after fulfilling all the documents. requirements of mix mentioned in the tender

15. The rate for the item of design mix cement concrete shall be inclusive of all the ingredients including admixtures if required, labour, machinery T&P etc. (except shuttering which will be measured & paid for separately) required for a design mix concrete of required strength and workability. The rate quoted by the agency shall be net & nothing extra shall be payable on account of change in quantities of concrete ingredients like cement and aggregates and admixtures etc. as per the approved mix design.

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

37 16. Ready mix concrete shall be arranged in quantity as required at site of work. The ready mix concrete shall be supplied as per the pre-agrAEVd schedule approved by EnginAEVr-in-charge.

17.

Frequency of sampling and standards of acceptance shall be as per CPWD specifications. i) No addition of water or other ingredients shall be permitted in the

RMC at site or during transit. ii) The RMC shall be placed by pump of suitable capacity and the

contractor shall arrange sufficient length of pipe at site to place the RMC in the minimum required time. The contractor shall co-ordinate with RMC supplier and pump hirer to have effective concrete placement. iii) RMC. iv) The representative of RMC supplier shall attend the site mAEVting as Pre-paid delivery tickets shall be produced with each truck load of

and when decided by the EnginAEVr-in- charge.

18.

i) The contractor shall assess the quantity of RMC requirement at site well in

advance and order accordingly to the RMC supplier. In case excess RMC is received at site, the Deptt. shall not be under any obligation to get extra quantities utilized and no payment for such RMC shall be made.

ii) The contractor shall have to employ labour in shifts to ensure continuous casting of raft and other RCC members. No extra payment on this account shall be made.

Assistant Engineer AEV ( C ) 2

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

38

ADDITIONAL CONDITIONSWHEN CEMENT IS ARRANGED BY THE CONTRACTOR

V. VI. Conditions for Cement(i) The contractor shall Procure 43 grade (conforming to IS 8112) ordinary Portland cement, as required in the work, from reputed manufacturers of cement, having a production capacity of one million tonnes or more per annum, such as ACC, L&T, J.P.Rewa, Vikram, Shri Cement, Birla Jute & Cement Corporation of India etc. as approved by Ministry of Industry, Government of India, and holding licence to use ISI certification mark for their product whose name shall be got approved from EnginAEVr-in-charge. Supply of cement shall be taken in 50 kg. bags bearing manufacturer's name and ISI marking. (ii) The cement shall be brought at site in supply of approximately as per the qty required for execution of work or as direction of the EnginAEVr-in- Charge. (iii) The cement godown of the required capacity to store a cement 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 the cement godown. The keys of one lock shall remain with the EnginAEVr-in-Charge or his authorized representative and the 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 EnginAEVr-in-Charge at any time. (iv) The contractor shall produce manufacturers test certificate for cement for the particular lot of cement, which the contractor has brought. The contractor shall also produce bill of purchase from manufacturer or their authorized dealer. (v) The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in clause 42 of the contract and shall be governed by conditions laid therein. (vi) Cement brought to site and cement remaining unused after completion of work shall not be removed from site without written permission of the EnginAEVrin-Charge. (vii) Damaged cement shall be removed from site immediately by the contractor on receipt of a notice in writing from the EnginAEVr-in-Charge. If he does not do so within thrAEV days of the receipt of such notice, the-EnginAEVr-in-charge shall get it removed at the cost of the contractor. ASSISTANT ENGINEER AEV ( C ) 2 Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV Deletion = Nil, AE(P)

39

LIST OF APPROVED MAKES OF MATERIALS 1 Aluminium Extruded Profiles 2 Dash/Anchoring Fasteners 3 Nuts, Bolts & Screws - All in Stainless stAEVl 4 European/Indian WC,Wash Basins and other Vitreous chinaware 5 C.P. Fittings6 7

HINDALCO / INDAL / JINDAL HILTI / FISCHER KUNDAN / PUJA / ATUL PARRYWARE / CERA / HINDWARE PRAYAG / PARKO / KINGSTON / VIJAY CICO / FOSROC / PIDILITE / SILS PALASTROCRATE I.C.I. (INDIA) / BERGER / ASIAN PAINTS/ NEROLAC / SUPER SNOWCEM (INDIA) LTD. TATA / JINDAL (HISSAR) / PRAKASH KENT / UNIK / ZOLOTO NIRALI / JAINA LEADER / ZOLOTO / KIRLOSKAR PERFECT / ANAND KAJARIA / SOMANI / ORIENT NECO BIRLA WHITE / J.K. WHITE ATUL / MODI GUARD / JOLLY ACC / L & T / GRASIM/ULTRATECH DURO / NATIONAL/ GRAEVNLAM/ KUTTY / MERINO MODIGUARD / SAINTGOBAIN / ASHI SHRAEV RAM NIRMAN AADHAR / SHRAEV/ GYPSUM INDIA / BIRLA TISCO / SAIL / RINL TISCO / SAIL / RINL / RANA / CAPITAL INDIAN OIL / HINDUSTAN PETROLEUM GODREJ / HARRISON / DORSET / PLAZA STERLING ENTERPRISES / TRIMURTY WELDED MESH HARDIMA/ EVERITE / SIGMA / NULITE EARL BIHARI/ HETTICZ HANU / ANAND KK MANHOLES &COVER /M/sTUFTECH M/s. MODERN TILES/M/s TERRA FIRMA SUPREME / PRINCE / FINOLEX /

Water proofing compound Paints & Distempers, Primer

8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29

G.I. & M.S. Pipes G.I. Fittings Stainless StAEVl Sink Gunmetal Valves (Full way Check Valves) Stoneware pipes & Gully Traps Ceramic Tiles Centrifugal cast iron pipes & Accessories / fittings White Cement Bevelled edge mirror Ready mixed concrete Flush door shutters Glass panes Plaster of Paris StAEVl Reinforcement Structural StAEVl Sections Bitumen Mortice Locks Wire Mesh Aluminium Hardware Frication Stay Hinges epdm Gasket CC Pavers

30

UPVC Pipe

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

40NITCO / HINDUATAN KK MANHOLES & COVERS NITCO / HINDUSTAN KAJARIA / SOMANI / ORIENT PRAYAG / POLYTUF U.P. TWIGA / ROCK LLOYD RAK CEREMICS / NAVAEVN / KAJARIA NOVOPAN / GRAEVN PLY / CENTURY (MERINO)/ BHUTAN CHARMINAR / RAMCO / UPPAL / LOTUS SAIL / TISCO / ISPAR INDUSTRIES PRAKASH / JINDAL / SUPREME BC / RIF / SKF

31 32 33 34 35 36 37 38 39 40 41

SFRC Covers/Manhole Covers/Gully Grating / Road Gully Chamber Terrazo Tiles Rectified Ceremic Floor Tiles PTMT Fittings Glass Wool Vitrified Tiles (Homogenous doubld charged) Prelaminated particle board A.C. ShAEVt C.G.I. ShAEVt PVC Pipes and fittings Sand Cast Iron Pipes

Assistant Engineer AEV ( C ) 2

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

41

GUARANTAEV TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS. The AgrAEVment made this _______________day of ___________________Two Thousand and_____________betwAEVn___________________son of____________________ of____________________ (hereinafter called the Guarantor of the one part) and the DIRECTOR AIIMS (hereinafter called the AIIMS of the other part). WHEREAS THIS agrAEVment is supplementary to a contract (hereinafter called the Contract), dated ___________________and made betwAEVn the GUARANTOR OF THE ONE part and the Government of the other part, whereby the Contractor, inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof. AND WHEREAS THE GUARANTOR agrAEVd to give a guarantAEV to the effect that the said structures will remain water and leak-proof for TEN YEARS from the date of giving of water proofing treatment. NOW THE GUARANTOR hereby guarantAEVs 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 date after the maintenance period prescribed in the contract. Providing that the Guarantor will not be responsible for leakage caused by earthquake or structural defects or misuse of roof or alteration and for such purpose. a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of firewood and things of the same nature which might cause damage to the roof. b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby proofing treatment is removed in parts. c) The decision of the EnginAEVr-in-charge with regard to cause of leakage shall be final. During this period of guarantAEV, the guarantor shall make good all defects and in case of any defect being found render the building water proof to the satisfaction of the EnginAEVrin-charge at his cost and shall commence the work for such rectification within seven days from the date of issue of the notice from the EnginAEVr-in-charge calling upon him to rectify the defects failing which the work shall be got done by the Department by some other contractor at the GUARANTORS cost and risk. The decision of the EnginAEVr-in-charge as to the cost, payable by the Guarantor shall be final and binding. That if the Guarantor fails to execute the water proofing or commits breach thereunder, then the Guarantor will indemnify the Principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him by reason of any default the part of the GUARANTOR in performance and observance of this supplementary agrAEVment. As to the amount of loss and / or damage and /or cost incurred by the AIIMS the decision of the EnginAEVr-in-charge will be final and binding on the parties.

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

42IN WITNESS WHEREOF these presents have bAEVn executed by the Obligor________________________ and by __________________________________ and for and on behalf of the DIRECTOR AIIMS on the day, month and year first above written. Signed, sealed and delivered by Obligor in the presence of 1.____________________________________ 2.____________________________________ Signed for and on behalf of the DIRECTOR AIIMS by ____________________ In the presence of 1.____________________________________2.__________________________________

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

43FORM OF PERFORMANCE SECURITY(GUARANTAEV)

BANK GUARANTAEV BONDIn consideration of the Director AIIMS (hereinafter called " AIIMS ") having offered to accept the terms and conditions of the proposed AgrAEVment betwAEVn and . (hereinafter called "the said contractors") for the work .. (hereafter called " the said AgrAEVment" ) having agrAEVd to production of a irrevocable Bank GuarantAEV for Rs. ..(RupAEVs) as a security/guarantAEV from the contractor(s) for compliance of his obligations in accordance with the terms & conditions in the said agrAEVment , We .. (hereinafter referred to as "the Bank") hereby undertake to pay to (indicate the name of the Bank) AIIMS an amount not excAEVding Rs. (RupAEVs . only) on demand by the Government. 2) We . do hereby undertake to pay the amounts due and payable under (indicate the name of the Bank) this GuarantAEV without any demure, merely on a demand from AIIMS stating that the amount claimed is required to mAEVt the recoveries due or likely to be due from the said contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this GuarantAEV. However, our liability under this guarantAEV shall be restricted to an amount not excAEVding Rs. .(RupAEVsonly). 3) We, the said bank further undertake to pay to AIIMS any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or procAEVding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the contractor(s) shall have no claim against us for making such payment. 4). We further agrAEV that the guarantAEV herein contained shall remain (indicate the name of the Bank) in full force and effect during the period that would be taken for the performance of the said agrAEVment and that it shall continue to be enforceable till all the dues of AIIMS under or by virtue of the said agrAEVment have bAEVn fully paid and its claims satisfied or discharged or till EnginAEVr-in-Charge on behalf of AIIMS certifies that the terms and conditions of the said agrAEVment have bAEVn fully and properly carried out by the said contractor(s) and accordingly discharges this guarantAEV. 5) We further agrAEV with AIIMS that AIIMS shall (indicate the name of the Bank) have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agrAEVment or to extend time of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor (s) and to for bear or enforce any of the terms and conditions relating to the said agrAEVment and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or fore any forbearance, act of omission on the part of AIIMS or any indulgence by AIIMS to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6) This guarantAEV will not be discharged due to the change in the constitution of the Bank or the contractor(s). 7) We lastly undertake not to revoke this guarantAEV except with the (indicate the name of the Bank) previous consent of the Government in writing. 8) This guarantAEV shall be valid upto _______________ . Unless extended on demand by AIIMS . Notwithstanding anything mentioned above, our liability against this guarantAEV is restricted to Rs. _______________ (Rs. ________________________only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantAEV all our liabilities under this guarantAEV shall stand discharged. Dated the ___________________________ day of ________________________________for ___________________________________ (indicate the name of bank)

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)

44

ABSTRACT OF COST - ORIGINAL ESTIMATEName of the work:- A/R & M/O Gents Hostel (SH:-Pdg floor tiles and plastering the outer walls of labor room in CAF ) at AIIMS. S.n. Description of Items Qty Rate 1 Providing and laying Ceramic glazed floor tiles 300x300 mm (thickness to be specified by specified by the manufacturer ) of 1 st quality conforming to IS: 15622 of approved make in colours such as white, lvory, Grey, Fume Red Brown , laid on 20mm thick cement Mortar 1:4 ( 1 cement : 4 coarse sand) including pointing the joints with white cement and matching 55 598.65 pigment etc., complete. 2 Providing gola 75x75 mm in cement concrete 1:2:4 ( 1 cement :2 coarse sand : 4 stone aggregate 10mm and down gauge) including finishing with cement mortar 1:3 (1 cement : 3 fine sand ) as per standard design. 2.13 3.1

Unit

Amount

sqm

32,926.00

In 75x75 mm deep chase 15mm cement plaster on the rough side of single or half brick wall of mix: 1:6 (1 cement :6 fine sand)

30

67.35

meter

2,021.00

240

78.55

sqm TOTAL

18,852.00 53,799.00

Correction = Nil, Insertion = Nil, Overwriting = Nil, AEV

Deletion = Nil,

AE(P)