office of the executive engineer, pwd project ...delhigovt.nic.in/upload/057-2008-02943.doc · web...

53
OFFICE OF THE EXECUTIVE ENGINEER, CIVIL ROAD MAINTENANCE DIVISION M-113 P.W.D., (GNCTD), SHAMBHU DAYAL BAGH, OKHLA INDUSTRIAL AREA, PHASE-III, NEW DELHI - 110020 T.S. No :- 58/EE/PWD Divn M-113/GOD/07-08 NIT No :- 100/EE/PWD Divn. M- 113/GOD/07-08 Dated : Name of Work:- A/R & M/O Lala Lajpat Rai Marg dg. 2007-08. (SH:- Providing watch and ward service for subways, Sub- Divn. office M-1131 and Store). Estimated Cost Rs.7,69,705/- Earnest Money Rs.15,394/- Performance Guarantee 5% of the tendered value of the work Security Deposit 5% of the tendered value of the work Time Allowed 12 months This N.I.T contains pages marked 1 to 26 Correction …… Ommission……… Insertion….. DM EE

Upload: others

Post on 26-Feb-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

OFFICE OF THE EXECUTIVE ENGINEER, CIVIL ROAD MAINTENANCE DIVISION M-113 P.W.D., (GNCTD),

SHAMBHU DAYAL BAGH, OKHLA INDUSTRIAL AREA, PHASE-III, NEW DELHI - 110020

T.S. No :- 58/EE/PWD Divn M-113/GOD/07-08

NIT No :- 100/EE/PWD Divn. M-113/GOD/07-08 Dated :

Name of Work:- A/R & M/O Lala Lajpat Rai Marg dg. 2007-08. (SH:- Providing watch and ward service for subways, Sub-Divn. office M-1131 and Store).

Estimated Cost Rs.7,69,705/-

Earnest Money Rs.15,394/-

Performance Guarantee 5% of the tendered value of the work

Security Deposit 5% of the tendered value of the work

Time Allowed 12 months

This N.I.T contains pages marked 1 to 26

DRAUGHTSMAN,PWD M-113 (NCTD),

New Delhi.

EXECUTIVE ENGINEER,PWD M-113 (NCTD),

New Delhi.

Correction …… Ommission……… Insertion…..

DM EE

Page 2: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

Name of Work : A/R & M/O Lala Lajpat Rai Marg dg. 2007-08. (SH:- Providing watch and ward service for subways, Sub-Divn. office M-1131 and Store).

I N D E X

S.NO. PARTICULARS PAGES

1. Press Notice 1

2. Instructions to tenderers for submission of tender 2 to 5

3. Form PWD 6 6 to 9

4. Percentage rate/ Item rate tender ( Form PWD- 7 / 8 ) 10 to 17

5. General Specifications 18 to 19

6. Additional Conditions 20 to 23

7. Special condition of work 24 to 25

8. Schedule of quantity 26CERTIFIED THAT THIS NIT CONTAINS PAGES MARKED 1 TO 26 only with fly leaf.

NIT NO 100 for Rs. 7,69,705/- (Rs. Seven Lacs Sixty Nine Thousand Seven Hundred Five only) IS HEREBY APPROVED.

DRAUGHTSMAN,PWD M-113 (NCTD),

New Delhi.

EXECUTIVE ENGINEER,PWD M-113 (NCTD),

New Delhi.

Correction …… Ommission……… Insertion…..

DM EE

Page 3: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-1-PRESS NOTICE

The Executive Engineer, Public Works Deptt., Civil Road Maintenance, Division M-113, PWD (GOD), Shambhu Dayal Bagh, Okhla Ind. Area Ph-III, New Delhi-110020 on behalf of 'President of India' invites Percentage Rate Tender in sealed cover for the under mentioned work from CPWD registered/specialized agencies having registered with registrar of companies/firms and having valid registration with EPF, ESI and Service Tax. The agency must produce the original/attested copies of valid certificate/papers of EPF, ESI & Service Tax and work done certificates and the copies of required documents shall be submitted along with application upto 3:00 pm on 07.04.2008 which will be opened at 3.30 pm on the same day.

Name of Work: A/R & M/O Lala Lajpat Rai Marg dg. 2007-08. (SH:- Providing watch and ward service for subways, Sub-Divn. office M-1131 and Store).

Estimated Cost :- Rs. 7,69,705/-Earnest Money :- Rs. 15,394/-Time allowed :- 12 months Last date of receipt of application and time:- 03.04.2008 upto 4.00 P.MDate of sale of tenders & Time:- 05.04.2008 upto 4.00 P.MDate of opening: 07.04.2008 at 3.30 P.MCost of Tender form Rs. 500

All intending contractors should be registered under Delhi Value Added Tax Act and furnish a certificate that upto date returns have been filled alongwith the copies of returns submitted to the Department of Trade and Taxes along with the application for issue of tender.

The agency should have completed three works of similar nature amounting not less than Rs. 3.08 lacs or two works not less than Rs. 3.85 Lacs or one work not less than Rs. 6.16 Lacs during last 3 years. The similar works mean providing watch & ward.

The earnest money should be deposited in favour of Executive Engineer, PWD Divn M-113 (GNCTD) along with the application in the appropriate form as given in PWD-6 attached with the tender documents.

Tenders of this division are also published on Delhi Govt. Website www.delhigovt.nic.in

EXECUTIVE ENGINEER,PWD Divn. M-113 (GNCTD),

New Delhi

Correction …… Ommission……… Insertion…..

DM EE

Page 4: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-2-

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER1. The tenderer should read all the instructions, terms & conditions, contract clauses,

nomenclature of items, specifications etc. contained in the tender document very carefully, before quoting the rates. The tenderer should also read the General conditions of contract for CPWD works 2005 available with M/s Jain Book Agency, Connaught Place, New Delhi which form a part of the Agreement with upto date correction slips issued till date of receipt of tenders.

2. Tender should be signed and witnessed indicating full address of witnesses and the names of signatories.

3. Rates must be filled both in words and figures, indicating percentage above/ below.

4. The contractor shall quote his rates keeping in mind the specifications, terms & conditions, additional and special conditions etc. and nothing shall be payable extra whatsoever unless otherwise specified.

5. Letter of recommendation for exemption of octroi shall be issued by the department on demand. However, the department is not liable to reimburse the octroi duty in case such exemption certificates are not honoured by the concerned authorities.

6. The tender which is not duly signed by authorised signatory or is conditional shall be treated as non responsive and shall be summarily rejected.

7. In the event of the tender being submitted by a firm, it must be signed separately by each parter thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorised him to do so, such power of attorney to be produced with the tender, and it must disclose that the firm is duly registered under the Indian Partnership Act, 1952.

8. Receipts for payment made on account of work, when executed by a firm, must also be signed by all the partners, except where contractors are described in their tender as a firm, in which case the receipts must be signed in the name of the firm by one of the partners, or by some other person having due authority to given effectual receipts for the firm.

9. Any person who submits a tender shall fill up the usual printed form, stating at what rate he is willing to undertake each item of the work. Tenders, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions of any sort, including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes.

The rate(s) must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and considering more than fifty paise as rupee one.

10. In case of Percentage Rate Tenders, tenderer shall fill up the usual printed form, stating at what percentage below/ above (in figures as well as in words) the total estimated cost given in Schedule of Quantities as Schedule-A, he will be willing to execute the work. Tenders, which

Correction …… Ommission……… Insertion…..

DM EE

Page 5: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-3-propose any alteration in the work specified in the said form of invitation to tender, or in time allowed for carrying out the work, or which contain any other conditions of any sort including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes.

11. The officer inviting tender or his duly authorised assistant will open tenders in the presence of any intending contractors who may be present at the time, and will enter the amounts of the several tenders in a comparative statement in a suitable form. In the event of a tender being accepted, a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specifications and other documents mentioned in Rule-I. In the event of a tender being rejected, the earnest money forwarded with such unaccepted tender shall thereupon be returned to the contractor remitting the same, without any interest.

12. The officer inviting tenders shall have the right of rejecting all or any of the tenders and will not be bound to accept the lowest or any other tender.

13. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgment or payment to the officer inviting tender and the contractor shall be responsible for seeing that the procures a receipt signed by the officer inviting tender or a duly authorised Cashier.

14. The memorandum of work tendered for and the schedule of materials to be supplied by the department an their issue-rates, shall be filled and completed in the office of the officer inviting tender before the tender form is issued. If a form is issued to an intending tenderer without having been so filled and incomplete, he shall request the officer to have this done before he completes and delivers his tender.

15. The tenders shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them.

16. In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/ above the rates quoted is liable to be rejected. Rates quoted by the contractor in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the contractor shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in figures or in words, then the rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will unless otherwise proved be taken as correct an not the amount.

17. In case of Percentage Rate Tenders only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the contractor in percentage rate tender shall be accurately filled in figures and words, so that there is no discrepancy. However if the contractor has worked out the amount of the tender and if any discrepancy is found in the percentage quoted in words and figures, the percentage which corresponds with the amount worked out by the contractor shall, unless otherwise proved, be taken as correct. If

Correction …… Ommission……… Insertion…..

DM EE

Page 6: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-4-the amount of the tender is not worked out by the contractor or it does not correspond with the percentage written either in figures or in words, then the percentage quoted by the contractor in words shall be taken as correct. Where the percentage quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the percentage quoted by the contractor will, unless otherwise proved, be taken as correct and not the amount.

18. In the case of any tender where unit rate of any item/ items appear unrealistic, such tender will be considered as unbalanced and in case the tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

19. All rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and in words. In case of figures, the word ‘Rs.’ Should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. ‘Rs. 2.15P’ and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be upto two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.

20. In Percentage Rate Tender, the tenderer shall quote percentage below/above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. ‘Rs. 2.15P’ and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end.

21. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five Percentage) of the tendered amount within specified period. This guarantee shall be in the form of Govt. Securities of fixed deposit receipt of any scheduled bank, guarantee bonds of any scheduled bank or State Bank of India.

The contractor whose tender is accepted, will also be required to furnish by way of Security Deposit for the fulfilment of his contract, an amount equal to 5% of the tendered value of the work. The security deposit will be collected by deductions from the running bills of the contractor at the rates mentioned above and the earnest money if deposited in cash at the time of tenders, will be treated as a part of the Security deposit. The Security amount will also be accepted in cash or in the shape of Government Securities. Fixed Deposit Receipt of a Scheduled Bank or State Bank of India will also be accepted for this purpose provided confirmatory advice is enclosed.

22. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated in writing to the Engineer-in-Charge.

23. Sales-tax, purchase tax, turnover tax or any other tax on material in respect of this contract shall be payable by the Contractor and Government will not entertain any claim whatsoever in respect of the same.

Correction …… Ommission……… Insertion…..

DM EE

Page 7: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-5-24. The contractor shall give a list of both gazetted and non-gazetted CPWD employees related to

him.

25. The tender for the work shall not be witnessed by a contractor or contractors who himself themselves has/have tendered or who may and has/have tendered for the same work. Failure to observe this condition would render, tenders of the contractors tendering, as well as witnessing the tender, liable to summary rejection.

26. The tender for composite work includes in addition to building work all other works such as sanitary and water supply installations drainage installation, electrical work, horticulture work, roads and paths etc. The tenderer apart from being a registered contractor (B&R) of appropriate class, must associate himself with agencies of appropriate class which are eligible to tender for sanitary and water supply drainage, electrical and horticulture works in the composite tender.

27. The contractor shall submit list of works which are in hand (progress) in the following form:-

Name of work Name of particulars of Divn where work is

being executed

Value of work

Position of works in progress

Remarks

1 2 3 4 5

28. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued there under from time to time. If he fails to do so, his failure will be a breach of the contract and the Superintending Engineer/Executive Engineer may in his discretion, without prejudice to any other right or remedy available in law, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act.

Correction …… Ommission……… Insertion…..

DM EE

Page 8: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-6-

CPWD-6

GOVERNMENT OF DELHIPUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDER

Percentage rate tenders are invited on behalf of the President of India from approved and eligible contractors of C.P.W.D registered/specialized agencies having registered with registrar of companies/firms and having valid registration with EPF, ESI and Service Tax. The agency must produce the original/attested copies of valid certificate/papers of EPF, ESI & Service Tax and work done certificates and the copies of required documents shall be submitted along with application for the work of :- A/R & M/O Lala Lajpat Rai Marg dg. 2007-08. (SH:- Providing watch and ward service for subways, Sub-Divn. office M-1131 and Store).

1.1 The work is estimated to Cost 7,69,705/- This estimate, however, is given merely as a rough guide.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD-7 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 agreement.

3. The time allowed for carrying out the work will be 12 months from the 10th day after the date of written order to commence the work or from the first day of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender documents.

4. The site for the work is available.

5. Receipt of applications for issue of forms will be stopped by 1600. Hrs. four days before the date fixed for opening of tenders. Issue of tender forms will be stopped three days before the date fixed for opening of tenders.

Tenders documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and the set of terms and conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the Executive Engineer, PWD Divn-M-113 (GOD), between hours of 11.00 A.M. & 4.00 P.M from 05.04.2007 to 07.04.2008 every day except on Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of the following:-

(i) Rs. 500/- in cash as cost of tender and(ii) Earnest money of Rs. 15,394/- in cash (upto Rs. 10,000/-) Receipt, Treasury Challan /

Deposit at Call receipt of a scheduled bank / fixed deposit receipt of a scheduled bank / demand draft of a scheduled bank issued in favour of Executive Engineer, PWD Divn-M-113 (GOD. When amount of earnest Money is more than Rs. 5 Lakhs, part of the

Correction …… Ommission……… Insertion…..

DM EE

Page 9: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-7-earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50% of earnest money (but not less than Rs. 5 Lakh) or Rs. 25 Lakh, whichever is less, will have to be deposited in shape prescribed above for balance amount of earnest money bank guarantee will also be acceptable.

6. Tenders, which should always be placed in sealed envelop, with the name of work and due date

written on the envelopes, will be received by the Executive Engineer, PWD Divn-M-113 (GNCTD) upto 03.00 P.M. on 07.04.2008 and will be opened by him or his authorised representative in his office on the same day at 03.30 P.M.

7. The contractor shall be required to deposit an amount equal to 5% of the tendered value of the work as performance guarantee in the form of an irrevocable bank guarantee bond of any scheduled bank or /State Bank of India in accordance with the form prescribed or in cash or in the form of Govt. security, fixed deposit receipt etc., as in the case of recovery of security deposit within prescribed number of days of the issue of letter of acceptance. This period can be further extended by the Engineer-in-Charge up to a maximum period of prescribed number of days on written request of the contractor.

The description of the work is as follows: A/R & M/O Lala Lajpat Rai Marg dg. 2007-08. (SH:- Providing watch and ward service for subways, Sub-Divn. office M-1131 and Store).

Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of the above mentioned officer.

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 for as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed 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 tenderer shall be responsible for arranging and maintaining at his own cost all materials tools & Plants, water, electricity, access facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

9. The competent authority on behalf of the President of India 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.

Correction …… Ommission……… Insertion…..

DM EE

Page 10: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-8-The competent authority also reserves its right to allow to the Central Government public sector enterprises joint venture with CPSE holding 51% equity or more, a purchase preference with reference to the lowest valid price bid where the quoted price is within 10% of such lowest price in a tender other things being equal in case of tenders/quotations whose date of receipt is upto 31.03.2005. subject to the estimated cost being of Rs. Five crores and above.

The Public enterprises who avail benefits of the purchases preference should be subjected to adequate penalties for cost overruns etc.

10. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

11. The competent authority on behalf of the President of India 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.

12. The contractor shall not be permitted to tender for works in the C.P.W.D Circle (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

13. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of two years after his retirement from Govt. Service without the previous permission of the Govt. of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Govt. of India as aforesaid before submission of the tender or engagement in the contractor’s service.

14. The tender for the works shall remain open for acceptance for a period of 60 days from the date of opening of the tenders. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, which ever is cashier, 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.

15. 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:-

a) The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D Form 7

Correction …… Ommission……… Insertion…..

DM EE

Page 11: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-9-

16. The earnest money should be deposited alongwith the application.

17. All intending contractors should be registered under Delhi Value Added Tax Act and furnish a certificate that upto date returns have been filled alongwith the copies of returns submitted to the Deptt. Of Trade and Taxes along with the application for issue of tender.

18. In case of difference between English and Hindi version, English version shall prevail.

19. All intending contractors / specialized firms / individuals should possess necessary tools and plants like heater fitted with a mechanical stirrer and machine for marking and they should produce of evidence in support of the same alongwith the application for issue of tender.

20. All intending contractors should be registered from CPWD registered/specialized agencies having registered with registrar of companies/firms and having valid registration with EPF, ESI and Service Tax. The agency must produce the original/attested copies of valid certificate/papers of EPF, ESI & Service Tax and work done certificates and the copies of required documents shall be submitted along with application.

21. The agency should have completed three works of similar nature amounting not less than Rs. 3.08 lacs or two works not less than Rs. 3.85 Lacs or one work not less than Rs. 6.16 Lacs during last 3 years. The similar works mean providing watch & ward.

----------------------------------------------------------------------

Signature of Divisional Officer For and behalf of President of India

Correction …… Ommission……… Insertion…..

DM EE

Page 12: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-10-

CPWD – 7 GOVERNMENT OF DELHI

PUBLIC WORKS DEPARTMENT

STATE : DELHI CIRCLE : PWD C-M-11BRANCH : B&R DIVISION : PWD M-113ZONE : PWD ZONE M-I SUB –DIVN. : 1131

Percentage Rate Tender & Contract for works(A) Tender for the work of : A/R & M/O Lala Lajpat Rai Marg dg. 2007-08. (SH:- Providing watch and ward service for subways, Sub-Divn. office M-1131 and Store).

(i) To be submitted by 3.00 P.M. hours on 07.04.2008 to EE/PWD Divn. M-113(ii) To be opened in presence of tenderers who may be present at 3.30 P.M. hours on 07.04.2008 in

the office of Issued to ________________________________________________________

(Contractor)

Signature of officer issuing the documents ______________________________

Designation

Date of issue: ___________________

TENDERI/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. Clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule `F’ Viz. Schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule- 1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for Sixty (60) days from the due date of submission thereof and not to make any modifications in its terms and conditions.

Correction …… Ommission……… Insertion…..

DM EE

Page 13: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-11-

A sum of Rs.15,394/- has been deposited in cash / receipt treasury challan / deposit at call receipt of a scheduled bank / fixed deposit receipt of scheduled bank / demand draft of a scheduled bank as earnest money. If I/We fail to furnish the prescribed performance guarantee within prescribed period, I/We agree 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 agree that the said 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 guarantee 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 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.

I/We hereby declare that I/we shall treat the tender documents drawings and other records connected with the work as secret/confidential documents and shall not communicate information/derived there from to any person other than a person to whom I/we am/are authorised to communicate the same or use the information in any manner prejudicial to the safety of the state.

Dated ………………………………………. Signature of Contractor

Postal AddressWitness :

Address :

Occupation :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.______________ (Rupees __________ _________________________________________________________)The letters referred to below shall form part of this contract Agreement:-

i)

ii)

iii)For & on behalf of President of India.

Signature ………………………………………..

Dated ……………………………

Correction …… Ommission……… Insertion…..

DM EE

Page 14: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-12-

SCHEDULES

SCHEDULE `A’ ---------Attached-----------

Schedule of quantities (Enclosed)

SCHEDULE `B’

Schedule of materials to be issued to the contractor:-

S.NO. Description of item Quantity Rates in figures & words at which the material will be charged to the contractor

Place of issue

1 2 3 4 5

1 NIL NIL NIL NIL

Note:- Contractor shall arrange required quantity of cement / steel / bitumen only from reputed manufactures / dealers and supply corporation as approved by Engineer-in-Charge and proof to this effect shall be submitted to the department. The Engineer-in-Charge with deface the each challan submitted by the contractor.

SCHEDULE `C’

Tools and plants to be hired to the contractor

Sl. No Description Hire charges per day Place of Issue1 2 3 4

Not Applicable

SCHEDULE `D’

Extra schedule for specific requirements/documents for the work, if any. : Not applicable

SCHEDULE `E’

Schedule of component of Cement, Steel, Other Materials, Labour etc. : Not applicablefor price escalation.

Correction …… Ommission……… Insertion…..

DM EE

Page 15: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-13-CLAUSE 10 CC

Component of cement- expressed as percent of total value of work Xc Not applicable %

Component of steel- expressed as percent of total value of work Xs Not applicable %

Component of civil ( except cement & steel)/Electrical construction Materials- expressed as percent of total value of work

Xm Not applicable %

Component of labours- expressed as percent of total value of work Y Not applicable %

Component of P.O.L.- expressed as percent of total value of work Z Not applicable %

SCHEDUEL `F’

Reference to General Conditions of Contract. CPWD, General conditions of contract for Central PWD works 2005 alongwith up to date correction slips upto receipt of tender.

Name of work : A/R & M/O Lala Lajpat Rai Marg dg. 2007-08. (SH:- Providing watch and ward service for subways, Sub-Divn. office M-1131 and Store).

Estimated cost of work : Rs. 7,69,705/-

Earnest Money : Rs.15,394/-

(a) Performance Guarantee 5% of tendered value

(b) Security Deposit 5% of tendered value

General Rules & Directions: CPWD, General conditions of contract for Central PWD works 2005 with up to date correction slips upto receipt of tender.

Office Inviting tender

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. See Below

Definitions :2 (v) Engineer-in-charge EE/PWD M-113 (GNCTD)

2 (viii) Accepting Authority EE/PWD M-113 (GNCTD)

Correction …… Ommission……… Insertion…..

DM EE

Page 16: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-14-2 (x) Percentage on cost of material and

labour to cover all overheads and profits 10 %

2 (xi) Standard Schedule of RatesDSR 2002 with correction slips upto the date of receipt of tender

2 (xii) Department PWD (NCTD)

9(ii) Standard CPWD contract form CPWD 7 as modified & corrected upto date of receipt of tender.

Clause 1:(i) Time allowed for submission of

performance guarantee from the date of issue of letter of acceptance, in days Seven days

(ii) Maximum allowable extension beyond the period provided in I) above in days Three days

Clause 2:Authority for fixing compensation under clause 2.

Superintending Engineer, PWD C-M-11, New

Delhi.

Clause 2A:

Whether Clause 2A shall be applicable Yes

Clause 5:Number of days from the date of issue of letter of acceptance for reckoning date of start

Ten days

Mile stone(s) as per table given below:-

Table of Mile Stone (s)S. No. Description of Milestone

(Physical)Time allowed in days(from date of start)

Amount to be with held in case of Non achievement of milestone

1.

2

3.

4.

5.

Correction …… Ommission……… Insertion…..

DM EE

Page 17: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-15-

6.

OR

S. No. Financial Progress Time allowed (from date of Start)

Amount to be with held in case of Non achievement of milestone

1. 1/8th (of whole work) 1/4th (of whole work) In the event of not achieving the necessary progress as assessed from the running payments, 1% of the tendered value of work will be withheld for failure of each mile stone.

2. 3/8th (of whole work) 1/2th (of whole work)

3. 3/4th (of whole work) 3/4th (of whole work)

4. Full Full

Time allowed for execution of work 12 months

Authority to give fair and reasonableextension of time for completion of work. S.E., PWD Circle-M-11 (NCTD).

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.

4,00,000/-

Clause 10CC:

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

18 months

Clause 11:Specification to be followed for execution of work

CPWD specifications Vol-I to III-1992 CPWD specification Vol-IV to VI – 1996With upto date correction slips

Clause 12:12.2 & 12.3 Deviation limit beyond which clause 12.2 &

12.3 shall apply for building work 30% for all except foundation items.

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

100% for foundation items.

Correction …… Ommission……… Insertion…..

DM EE

Page 18: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-16-Clause 16:

Competent Authority for deciding reduced rates i) S.E., PWD Circle-M11, (NCTD)

ii) C.E,, PWD Divn M-1 (NCTD)

(Beyond 5% of Contract Value).

Clause 36 i):Sl No.

Minimum Qualification of Technical Representative

Discipline

Designation ( Principal Technical/ Technical representative)

Minimum Experience

Number Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

1. Diploma in Engineer

Civil 3 Years 1 10,000 Rs. Ten Thousand Only

Assistant Engineers retired from Government services that are holding diploma will be treated at par with Graduate Engineers.

Clause 42 : i) (a)

Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2002 printed by C.P.W.D.

ii) Variations permissible of theoretical quantities

a) Cement for works with estimated cost put to tender not more than Rs. 5 lakh

3% plus/minus.

For works with estimated cost put to tender more than Rs. 5 lakh

2% plus/minus.

b) Bitumen for all works. 2.5% plus only & nil on minus side.

c) Steel Reinforcement and structural steel sections for each diameter, section and category

2% plus/minus.

d) All other materialsNil

Correction …… Ommission……… Insertion…..

DM EE

Page 19: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-17-RECOVERY RATES FOR QUANTITIES BEYOND PREMISSIBLE VARIATION

Sl.No.

Description Of item

Rates in figures and words at which recovery shall be made from the contractorRate in Schedule “B” Plus 10% in case materials issued by departmentExcess beyond permissible variation

Less use beyondthe permissible variation

1. Cement NIL

2. Steel reinforcement NIL

3. Structural Sections NIL

4. Bitumen of specified grade NIL

5. Bitumen issued at stipulated fixed price NIL

Correction …… Ommission……… Insertion…..

DM EE

Page 20: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-18-GENERAL SPECIFICATIONS

1. The work in general shall be executed as per the description of the item, specification attached, MORTH specifications for road and bridge works 2001 (4 th revision), CPWD Specifications 1991-1992 Vol. I, II,III and 1996 Vol. IV,V and VI with correction slips up to the date of tender notice.

2. In case of any variation between different applicable specifications, the following order of precedence is followed:

i) Nomenclature of item

ii) Particular specifications attached with the tender document.

iii) MORTH specifications 2001 (4th revision). The word "MORTH specifications" or "MORTH Specifications 2001" appearing anywhere means the same as above.

iv) CPWD specifications 1991-1992 Vol. I,II,III and 1996 Vol IV, V and VI with correction slips upto the date of tender notice.

3. The contractor shall be required to produce samples of all road materials sufficiently in advance to obtain approval of the Engineer-in-Charge. Subsequently the materials to be used in the actual execution; of the work shall strictly conform to the quality of samples approved. In case of variation, such materials shall be liable to rejection.

4. All the materials obtained from Government stores or otherwise shall be got checked by the Junior Engineer/ Assistant Engineer in-charge of the work, on receipt of the same at site before use.

5. All the materials used in the work shall comply with the requirements of Engineer-in-charge and shall pass all the test and analysis required by him as per particular specifications as applicable or such recognised specifications as acceptable to the Engineer-in-charge.

6. The contractor shall be required to provide appliances at site, such as weighing scale, graduated cylinder, standard sieves, thermometer, slump cones, electric oven Proctor moulds etc. in order to enable the Engineer-in-charge to conduct field tests to ensure that the quality is consistent with the prescribed specifications and nothing extra shall be paid on this account.

7. The contractor shall at his cost, make all arrangements and shall provide such facilities as the Engineer-in-charge may require for collecting, preparing and forwarding the required number of samples for tests and for analysis at such time and to such places as directed by the Engineer-in-charge. Nothing extra shall be paid for the above, including the cost of material to be tested.

Correction …… Ommission……… Insertion…..

DM EE

Page 21: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-19-

8. The necessary tests shall be conducted in the laboratory of PWD (NCTD), CPWD, Central Road Research Institute or IIT, Delhi, or any other laboratory approved by the Engineer-in-charge. The sample for carrying out all or any of the tests shall be collected by the Engineer-in-charge or on the behalf of the Officer-in-charge of the quality control wing of Central Design Office, CPWD and his authorised subordinate or by the officer-in-charge, PWD(NCTD) laboratory and his authorised subordinate for carrying out the independent quality control tests and the results will be binding on the contractor. The testing charges, if any, shall be borne by the department.

9. The contractor or his authorised representative shall associate in collection, preparation, forwarding and testing of such samples. In case he or his authorised representative is not present or does not associates himself, the results of such tests and consequences thereon shall be binding on the contractor.

10. The contractor shall get the water tested with regard to its suitability for use on the works and get approval from the Engineer-in-charge before he proceeds with the use of same for execution of works.

11. Wherever any reference to any Indian Standard specifications and/or IRC codes occur in the documents relating to this contract same shall be inclusive of all amendments issued there to or revision thereof if any, up to date of the tender notice.

12. The contractor must take adequate precautions to ensure that no spillage of construction materials takes place on the carriageway. The spillage of construction material should be removed with in 24 hour notice. Failure to which, the material will be removed by the Engineer-in Charge and the cost of removal shall be recovered from the Contractor.

Correction …… Ommission……… Insertion…..

DM EE

Page 22: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-20- ADDITIONAL CONDITIONS

1. Before tendering, the tenderer shall inspect the site of work and shall fully acquaint about the conditions with regard to site, nature of soil, availability of materials suitable location for construction of godowns, stores and labour huts, the extend of leads and lifts involved in the work (over the entire duration of the contract) including local conditions, traffic restrictions, obstructions and other conditions, as required for satisfactory execution of the work. His rates should take into consideration all such factors and contingencies. No claim whatsoever shall be entertained by the Department on this account.

2. The contractor must study the specifications & conditions carefully before tendering.

3. Before start of the work, the contractor shall submit the program of execution of work, get it approved from the Engineer-in-Charge and strictly adhere the same for the timely completion of the project work.

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

5. The contractor shall at all time carry out work on the Busy Road sites in a manner creating minimum hindrances in the flow of traffic as per direction of Engineer-in-Charge.

6. All arrangements for traffic diversion during construction including maintenance of diversion roads shall be considered as incidental to the work and contractor’s responsibility and nothing shall be payable to him in this respect. However, if any new diversion road is constructed by the contractor, the same will be paid separately.

7. Any damage done by the contractor to any existing work shall be made good by him at his own cost.

8. The work shall be carried out in the manner complying with the requirement of relevant bye-laws of the local bodies under the jurisdiction of which the work is to be executed and nothing extra shall be paid in all respects on this account.

9. The contractor shall make his own arrangements for obtaining electric connection(s), if required, and make necessary payment directly to the Department concerned. The Department will however make all reasonable recommendations to the authority concerned in this regard.

10. The contractor or his authorised representative should always be available at the site of work to take instructions from Departmental Officers, and ensure proper execution of work. No work should be done in the absence of such authorised representative.

11. The structural and other drawings for the work, shall at all times, be properly correlated before executing any work and no claim whatsoever shall be entertained in this respect.

Correction …… Ommission……… Insertion…..

DM EE

Page 23: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-21-12. The contractor shall maintain in good condition all works executed till the completion of

entire work allotted to the contractor.13. No payment will be made to the contractor for damaged caused by rains, or other natural

calamities during the execution of works and no such claims on this account will be entertained.

14. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by the contractor on all the boulders, metal, shingle, earth, sand, bajri etc. collected by him for the execution of the work directly to the concerned Revenue Authority of the State or Central Government. His rates are deemed to include all such expenditure and nothing extra shall be paid.

15. The contractor shall take all necessary measures for the safety of traffic during construction and provide, erect and maintain such barricades, including sinages, markings, flags, lights and flagman, as necessary at either end of the excavation embankment and at such intermediate points as directed by the Engineer-in-Charge for the proper identification of construction area. He shall be responsible for all damages and accidents caused due to negligence on his part.

16. The contractor shall provide suitable barricading with suitably painted single row of GI sheets about 3-0" wide (90cms) nailed or bolted with wooden poles spaced 2 to 3 metre apart and each pole 1.6m to 2m long, 8cm to 10cm dia. The poles will be embedded in mobile iron pedestal/ rings suitably framed for giving stable support without hindering the traffic as per direction of the Engineer-in-Charge. All management (including watch and ward) of barricades shall be the full responsibility of the contractor. The barricades shall be removed only after the completion of the work or part of work. The contractor’s rate shall include all above items of work and nothing extra shall be paid to the contractor over and above his quoted rates.

17. The temporary warning lamps shall be installed at all barricades during the hours of darkness and kept lit at all times during these hours.

18. All works and materials brought and left upon the ground by the contractor or by his orders for the purpose of forming part of the works are to be considered to be the property of the President of India and the same are not to be removed or taken away by the contractor or any other person without special licence and consent in writing of the Engineer-in-Charge, but the President of India is not be in any way responsible for any loss or damage which may happen to or in respect of any such work or materials either by the same being lost or damaged by weather or otherwise.

19. The contractor will be responsible to provide safe drinking water to labour engaged in execution of work.

20. The rates for all items of work, unless clearly specified otherwise, shall include the cost of all labour, materials de-watering and other inputs involved in the execution of the items.

Correction …… Ommission……… Insertion…..

DM EE

Page 24: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-22-21. The materials to be issued to the contractor and the place of delivered shall be as

mentioned elsewhere in the tender documents. If these are delivered at any other site, the difference in cost due to cartage will be adjusted accordingly. The contractor shall have to cart at his cost the materials to the site of work as soon as these are issued. The materials will be issued during the working hours and as per rules of the Central Stores of CPWD or the store of the PWD(NCTD) from time to time.

22. The contractor shall construct suitable godown at site of work for storing the materials safe against damage due to sun, rain, dampness, fire, theft etc. He shall also employ necessary watch and ward establishment for the purpose and no extra claim whatsoever shall be entertained on this account.

23. In the tender papers the works “CPWD” shall include PWD(NCTD) where applicable.

24. Existing drains, pipes, cables, overhead wires, sewer lines, water line and similar services encountered in the course of the execution of the work shall be protected against the damage by the contractor. The contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services.

25. The contractor will not have any claim in case of any delay by the Engineer-in-Charge in removal of trees or shifting, removing of telegraph, telephone or electric lines ( overhead or underground), water and sewer lines and other structure etc. if any, which may come in the way of the work. However, suitable extension of time can be granted to cover such delays.

26. Contractor may be required to execute this work under foul position. The decision of the Engineer-in-charge whether the position is foul or not shall be final and the binding on the contractor and nothing extra for executing the work in foul position is payable, beyond what is provided in the schedule of quantities.

27. For completing the work in time, the contractor might be required to work in two or more shifts, including night shift and no claims what so ever shall be entertained on this account, not with standing the fact that the contractor will have to pay to the labourers and other staff engaged directly or indirectly on the work according to provisions of labour regulation and the agreement entered upon and / or extra amount for any other reasons.

28. The rates for all the items of the of work unless otherwise specified shall include cost of all labour, materials, dewatering and removal of silt, mud, vegetation etc. and other inputs required for the execution of the work. Only the material stated in the schedule of quantities and in schedule “B” shall be issued by the department. In case any material supplied free of cost by the department is lost/damaged after issue while in transit or from the custody of the contractor recovery shall be made at the current replacement cost of the material plus ten percent.

Correction …… Ommission……… Insertion…..

DM EE

Page 25: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-23-29. Unless otherwise specified the rates are applicable for all heights depths, lead & lifts

involved and the execution of work in or under water and or liquid mud including making diversion channels if necessary

30. No claim for the idle labour, machinery and establishment on account of suspension/stoppage of work for any reason whatsoever shall be admissible under any circumstances.

31. The contractor shall take all precautions to avoid accident by exhibiting necessary caution boards by providing red flags, red lights & barriers. The contractor shall be responsible for any accident at the site of work and consequences thereof.

32. The work shall be carried out in such a manner so as not to adversely effect or disturb other works being executed by other agencies near the site of work.

33. The site shall be cleared & all the surplus and unserviceable material shall be disposed off as directed by the Engineer-in-Charge.

34. Stipulated material shall be issued for use at site on works, all the items where such materials are required. For factory made product like pre-cast cement tiles, pre-cast hollow concrete blocks, pre-cast foam concrete blocks, pre-cast RCC pipes etc. stipulated material shall not be issued.

35. The work of approach road in the entire stretch shall be completed to safe level in one Working season if it lies in the Khadir width of river.36. The work shall be carried out in such a manner so as not to interfere or effect or disturb other works being executed by other agency if any. 37. The Malba/garbage, removed from the site shall be disposed off by the contractor at any Suitable places as directly Engineer-in-charge.38. The contractor shall have to mention the detail of Hot Mix Plant from where he intends to bring the bituminous mix. The plant including all material to used in the bituminous mix

shall be open to inspection by Engineer-in-charge or his authorised representative, wherever required.

39. The work shall be carried out by the contractor on different roads under this division.Before the work is taken up on any particular road, the contractor shall mark variouspatches to be repaired on the road in paint in consultation with site staff and shall record them in tabular form as below and shall get them authenticated from E.E before starting main repair work

S.No. Name of Road RD Size of Patch Area of repair

40. The nature of work is such that contractor may have to carry out a part of work amounting to not less than Rs.50,000/-(Fifty Thousand) or full work on short notice of 48 hours from the instruction of Engineer-in-Charge in writing on site order book or through special messenger. Failure to comply with the instruction or delay in taking up the work as per schedule issued by Engineer-in-Charge shall attract penalty clause as mentioned in the agreement. In addition a fine of Rs.1, 000/- per day for each day of default shall be recovered from contractor and decision of Engineer-in-charge shall be final, binding and not open to arbitration.

Correction …… Ommission……… Insertion…..

DM EE

Page 26: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-24-

SPECIAL CONDITIONS1. The places of duties shall be as shown in the name of work.

2. The work shall be done as per direction and satisfaction of the Engineer-in-charge.

3. The agency will be responsible for complete protection of the area.

4. Sunday and other closed/declared holiday are all open for duty. No extra payment shall be made for such holidays / Sundays. The agency will be responsible for complete protections for all materials and area protection during all the duty hours.

5. The agency shall obtain a certificate from JE /AE of the area concerned for the monthly of payment that there is no damage to any of the features of the sites mentioned above during the said period.

6. The payment shall be made once in a month after obtaining necessary certificate from the AE concerned.

7. In case of any loss, which the AE justified due to fault of the guard, compensation will be levied on the agency for such loss

8. The certificate of Engineer-in-charge about the loss shall be binding and final on the agency.

9. The agency shall acquaint them selves of the area to be taken care of before quoting rates.

10. In the event of the security is taken over by the govt. from the agency, the arrangement shall stand dissolved from the date of taking over the area and no payment shall be made thereafter. However, a notice of seven days shall be given before the arrangement is dissolved.

11. All the T&P required for watch and ward as Torch & Lathe etc. Will be arranged by the agency. The govt. Will not issue any materials required for guarding / taking case of the area.

12. A proper taking over note should be given by the agency after the work is awarded showing interline the position of any encroachment if any, and the agency shall be compensation for the loss which will be decided by the Engineer-in-charge whose decision shall be final and binding on the agency.

13. The agency will give details of men engaged and their duty hours to AE concerned who will keep watch over the same for their strict regular and punctual duty.

14. The agency will be responsible for medical facilities to the workers if any required or for statutory relief required to be provide to the workers under his employment as per rules.

15. The Engineer-in-charge reserved the right for requisitioning the increase of decrease of the number of person for duty guard and the agency shall immediate comply with such instructions. Failure will be taken as breach of contract.

16. The guard on duty should be on proper uniform with their name tag must be displayed on uniform.

Correction …… Ommission……… Insertion…..

DM EE

Page 27: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-25-

17. The agency will make his own arrangement for drinking water and other materials like Torch, Lathi etc. required for a guard for performing their duty.

18. No accommodation shall be provided to the guard by the department.

19. The guard personals should be active and smart.

20. Regarding settlement or payment the agency will submit the bill alongwith attendance sheet of security staff duly certified by the AE. The daily attendance register will be maintained by the concerned officer also.

21. The number of guards to be deployed at site will be decided by the Engineer-in-charge of the site concerned.

22. In case the guard does not attend duty on a day / night or does not perform the duty properly and according to satisfaction of the Engineer-in-charge an amount of Rs.200/- will be deducted for the day / night duty.

23. The period of contract will be valid up to Twelve months from the date of start of work. This can be closed earlier also; in case the regular Chowkidars / Guards on duty during day & night specified.

24. The agency has to furnish their chart for fixing duties of their Chowkidars / Guards on duty during day & night specified.

25. The agency supplying guards shall be fully responsible for watch & ward of the premises / store, where the guard is posted. It includes the responsibility for safety of fixtures also.

26. The guard posted on duty will have to report for duty to the Junior Engineer of the work concerned and shall leave duty only when the next Guard / Chowkidar reach the site to take overcharge from his predecessor guard.

27. Identity card to the Security Guard shall be given to the guard by agency at their own cost.

28. The rated quoted by the agency shall be net and nothing extra shall be paid over it.

29. The agency should ensure that at least minimum wages rates are paid to the guards. In this regard, an undertaking to this effect should be submitted to the department.

30. The workmen deployed on the work must be in formed in writing that job work of security shall continue only for contract period and workmen all not be entitled for regularisation service with the department.

Correction …… Ommission……… Insertion…..

DM EE

Page 28: OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT ...delhigovt.nic.in/upload/057-2008-02943.doc · Web viewTitle OFFICE OF THE EXECUTIVE ENGINEER, PWD PROJECT DIVISION-IV (GNCTD), SHAMBHU

-26-Schedule of Quantity

State Delhi Division M-113Branch B&R Sub-division 1131

Name of Work :- A/R & M/O Lala Lajpat rai Marg dg. 2007-08. (SH:- Providing watch and ward service for subways, Sub-divn. office M-1131 and Store).

Item No. Sub-heads and item of work Qty Rate Per Amount

SH 1 R O A D W O R K1.1 Providing service of security guard for watch and ward, round

the clock, for subways, sub-divn. office campus and storesetc. as per the direction of Engineer-in-charge. (Service ofone security guard will be for eight hours)

228 Nos 3 375.90 Each 769 705.00 SubTotal 769 705.00Total 769 705.00

Grand Total 769 705.00

Executive Engineer CRM, Divn. M-113(GNCTD),

PWD, New Delhi

4294967295 of 1