NOTICE INVITING TENDER - delhigovt.nic.indelhigovt.nic.in/upload/057-2008-03667.doc  · Web viewIn...

66
NOTICE INVITING TENDER Name of Work: Special Repair to Lodhi Flyover and Hari Nagar Ashram ROB. (SH: Replacement of RCC railing with W Metal Beam crash barrier). INDEX S.NO. DESCRIPTION PAGES 1. N.I.T APPROVAL 1 2. PRESS NOTICE 2 3. CHECK LIST FOR CONTRACTORS 3 4. NOTICE INVITING TENDER (FORM CPWD-6) 4-7 5. ITEM RATE TENDER (FORM CPWD-8)i/c Schedule A to F 8-14 6. AMENDMENTS FOR CPWD CONTRACT FORM ISSUED BY DG (W) 15-17 7. GENERAL SPECIFICATION AND CONDITION 18-19 8. ADDITIONAL CONDITION 20-22 9. PERFORMANCE GUARANTEE 23-24 10. SPECIAL CONDITIONS & CONDITIONS FOR CEMENT & STEEL 25-36 11. SPECIFICATION FOR Metal Beam Crash Barrier 37-38 12. LIST OF APPROVED MANUFACTURER 39-40 13. ANNEXURES : a. GUARANTEE BOND ANNEX-I 41-42 b. AFFIDAVIT ANNEXURES II 43 c. PROFORMA FOR QUOTING REBATE ANNEXURE-III 44 14 LIST OF WORKS IN HAND 45 15 PROFORMA FOR CEMENT REGISTER 46 16. SCHEDULE OF QUANTITY 47-48 17. DRAWINGS ---- A.E(P) E.E.(P) Correction________ Deletion__________ Insertion__________

Transcript of NOTICE INVITING TENDER - delhigovt.nic.indelhigovt.nic.in/upload/057-2008-03667.doc  · Web viewIn...

NOTICE INVITING TENDERName of Work: Special Repair to Lodhi Flyover and Hari Nagar Ashram ROB.

(SH: Replacement of RCC railing with W Metal Beam crash barrier).

INDEX

S.NO. DESCRIPTION PAGES

1. N.I.T APPROVAL 1

2. PRESS NOTICE 2

3. CHECK LIST FOR CONTRACTORS 3

4. NOTICE INVITING TENDER (FORM CPWD-6) 4-7

5. ITEM RATE TENDER (FORM CPWD-8)i/c Schedule A to F

8-14

6. AMENDMENTS FOR CPWD CONTRACT FORM ISSUED BY DG (W)

15-17

7. GENERAL SPECIFICATION AND CONDITION 18-19

8. ADDITIONAL CONDITION 20-22

9. PERFORMANCE GUARANTEE 23-24

10. SPECIAL CONDITIONS & CONDITIONS FOR CEMENT & STEEL

25-36

11. SPECIFICATION FOR Metal Beam Crash Barrier

37-38

12. LIST OF APPROVED MANUFACTURER 39-40

13. ANNEXURES :

a. GUARANTEE BOND ANNEX-I 41-42

b. AFFIDAVIT ANNEXURES II 43

c. PROFORMA FOR QUOTING REBATE ANNEXURE-III

44

14 LIST OF WORKS IN HAND 45

15 PROFORMA FOR CEMENT REGISTER 46

16. SCHEDULE OF QUANTITY 47-48

17. DRAWINGS ----

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-1-

NOTICE INVITING TENDER

NIT NO.: 17/S.E/PWD/ MC-11/2007-2008

NAME OF WORK : Special Repair to Lodhi Flyover and Hari Nagar Ashram ROB.

(SH: Replacement of RCC railing with W Metal Beam crash barrier).

ESTIMATED COST : RS.69,59,469/-

EARNEST MONEY : RS. 1,39,189/-

SECURITY DEPOSIT : 5% OF THE TENDERED VALUE OF THE WORK

PERFORMANCE : 5% OF THE TENDERED VALUE OF THEGUARANTEE WORK

TIME ALLOWED : 4 MONTHS

CERTIFIED THAT THIS N I T CONTAINS _48__ PAGES( Serial Numbered 1 to 48)

AE(P) _ ______________________ E.E.(P)

PWD MAINTENANCE CIRCLE, M-11, NCTD, NEW DELHI

N I T AMOUNTING TO RS. 69,59,469/- (SIXTY NINE LAKHS FIFTY NINE THOUSAND FOUR HUNDRED SIXTY NINE ONLY) IS HEREBY APPROVED

SUPERINTENDING ENGINEERPWD, CIRCLE M – 11

NEW DELHI

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-2-PRESS NOTICE

The Executive Engineer, PWD Div.M-113 (GNCTD), Shambu Dayal Bagh, Okhla Phase-III, New Delhi invites, on behalf of President of India, sealed Item rate tenders from CPWD registered firms upto 3.00 PM on 25.04.2008 for the following work:

Name of work: Special Repair to Lodhi Flyover and Hari Nagar Ashram ROB.(SH: Replacement of RCC railing with W Metal Beam crash barrier).

Estimated Cost : Rs. 69,59,469/-

Earnest Money : Rs. ,1,39,189/-

Time Allowed : Four months

Last date and time of receipt of application for purchase of tender: - upto 4 PM on 21.04.2008Last date and time of issue of tender : upto 4 PM on 22.04.2008Cost of tender document : Rs.1000/- (Rs. One Thousand only) non refundable.Time and date of opening of tender : 3.30 PM on 25.04.2007

Tender document shall be issued to only those eligible contractors who will submit a valid “No dues Certificate” from concerned authority for DVAT 2004 or submit an affidavit that upto date returns have been filed and the agency has no dues towards Sales Tax/ VAT department, alongwith copies of all the returns filed in Sales Tax/ VAT department & other necessary documents.

The earnest money should be deposited alongwith the application seeking issue of tender documents in the shape of Receipt Treasury Challan/ Deposit at call receipt of a Scheduled Bank/ Fixed Deposit receipt of a Scheduled Bank/ Demand Draft of Scheduled Bank issued in favour of Executive Engineer, PWD Division- M 113. The tender documents are also available on web site www.delhigovt.nic.in for information only.

Not to be published below this line

Executive Engineer PWD Division M-113 (GOD) Delhi

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-3-

CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF TENDERS

TENDERER TO ENSURE THAT:-

1. TENDER TO BE WITNESSED ON PAGE 9 OF TENDER DOCUMENTS.

2. REBATES TO BE QUOTED, IF ANY, ON PRESCRIBED PROFORMA AS PER ANNEXURE- III AND NOT ELSEWHERE SUCH AS LAST PAGE OF SCHEDULE OF QUANTITIES. REBATE GIVEN ANYWHERE ELSE SHALL NOT BE VALID WHICH MAY ALSO RENDER THE TENDER INVALID. THE TENDER / TENDERS CONTAINING CONDITIONS CONTRARY TO THOSE SPECIFIED IN THIS DOCUMENT SHALL BE LIABLE TO BE SUMMARILY REJECTED AND IN SUCH A SITUATION THE EARNEST MONEY SHALL ALSO BE LIABLE TO BE FORFEITED.

3. RATES MUST BE FILLED BOTH IN WORDS AND FIGURES (NUMERALS). AMOUNT SHOULD BE WORKED OUT FOR ALL THE ITEMS.

4. THE CONTRACTOR SHALL QUOTE HIS RATES KEEPING IN MIND THE SPECIFICATIONS, TERMS AND CONDITIONS, ADDITIONAL / PARTICULAR AND SPECIAL CONDITIONS ETC. AND NOTHING SHALL BE PAYABLE EXTRA WHATSOEVER, UNLESS OTHERWISE SPECIFIED.

THE CONTRACTOR SHALL ALSO FURNISH PERFORMANCE GUARANTEE OF 5% OF THE TENDERED AMOUNT IN ADDITION TO THE OTHER DEPOSITS MENTIONED ELSEWHERE IN THE CONTRACT FOR PROPER PERFORMANCE OF THE AGREEMENT. THE PERFORMANCE GUARANTEE SHALL BE IN THE SHAPE OF FDR OR BANK GUARANTEE AS PER PERFORMA GIVEN IN ANNEXURE I on P-41).

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

CPWD-6-4-

GOVERNMENT OF DELHI PUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDERThe Executive Engineer, PWD Div.M-113 (GNCTD), Shambu Dayal Bagh, Okhla Phase-III, New

Delhi invites, on behalf of President of India, sealed Item rate tenders from CPWD registered firms

upto 3.00PM on 25.04.2008 for the work Special Repair to Lodhi Flyover and Hari Nagar

Ashram ROB. (SH: Replacement of RCC railing with W Metal Beam

crash barrier).

1. The work is estimated to cost Rs. . 69,59,469/-This estimate, however, is given merely as a rough guide. The tender document for the above work shall be issued to eligible CPWD contractors.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 8 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 4 MONTHS from the 22nd day after the date of letter of acceptance or from the first day of handing over of the site, whichever is later.

4. The site for the work shall be made available as specified below. * a) The site for the work is available

ORb) The Site for the work shall be made available in parts as specified below:-

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

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.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-5-Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and the set of terms & 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, (NCTD), New Delhi between hours of 11.00 A.M. to 04.00 P.M. everyday 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.1000/- ( Rupees One Thousand only) in cash as cost of tender and

(ii) Earnest money of Rs.,1,39,189/- in cash /Receipt Treasury Challan/deposit of 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, New Delhi.

6. Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the envelopes, will be received by the Executive Engineer, PWD, Divn M-113 upto 3.00 P.M. on 25.04.2008 and will be opened by him or his authorized 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 schedule 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 upto a maximum period of prescribed number of days on written request of the contractor.

9. The description of the work is as follows :-

The work consist of Road work i.e. WBM layers and bituminous work i/c drainage and footpath.

Copies of other drawings and documents pertaining to the work 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 far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their 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

-6-

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a 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.

10. The competent authority on behalf of President of India does not bind himself to accept the lowest or any other tender, and reserves to himself the authority to reject any or all of the tenders received without the assignment of a reason. All tenders, in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.

11. 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.

12. The competent authority on behalf of 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.

13. The contractor shall not be permitted to tender for works in the CPWD 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 Assistant 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.

14. No Engineer of gazetted rank or other gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India / Govt. of Delhi is allowed to work as a contractor for a period of two years 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 employees is found any time to be such a person who had not obtained the permission of the Government of India as aforesaid before submission of the tender or engagement in the contractor’s service.

15(a) The tender for the work shall remain open for acceptance for a period of sixty days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, which-ever 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.

The time allowed for execution of the works as specified in the Schedule `F' or the extended time in accordance with these conditions shall be the essence of the Contract. The execution of the works shall commence from the 10th Day or such

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-7-time period as mentioned in letter of acceptance after the date on which the Engineer-in-Charge issues written orders to commence the work or from the date of handing over of the site whichever is later. If the Contractor commits default in commencing the execution of the work as aforesaid, Government shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the earnest money & performance guarantee absolutely.

16. 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 8 i.e. General conditions of contract for CPWD works 2005 with amendments upto the date of receipt of tender.

17. In case of any difference between English and Hindi versions, English version shall prevail.

18. The contractors shall get themselves registered with works contract cell of Sales Tax Department & furnish a copy of valid registration alongwith work contract tax clearance certificates while submitting the tender.

19. The department shall deduct Sales Tax and Income Tax/ VAT tax on the value of works done from each bill of the contractor as per prevailing government instructions, orders. In addition to deduction @ 1% towards the workers welfare cess. In lieu, the Department shall issue a certificate of deduction of the tax at source to the contractor in relevant forms.

20. The contractor shall have to produce before starting the work documentary proof of owning or having a MOU (tie up) with a sub contractor who has a hot mix plant with a paver finisher fitted with electronic sensing device for automatic leveling and profile control within the specified tolerance and required supporting machinery including road rollers bitumen pressure distributor etc. as per MORTH specifications for doing the bituminous work.

21. The contractor will not be permitted to submit the tenders on the basis of documents published on the web. The publication on the web is only for information.

Signature of Divisional Officer

For & on behalf of President of India

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

CPWD - 8-8-

GOVERNMENT OF INDIACENTRAL PUBLIC WORKS DEPARTMENT

STATE: - NCTD CIRCLE: Civil road Maintenance Circle M-11 BRANCH: - B & R DIVISION: - Divn M-113 ZONE: - Maintenance Zone M-I SUB-DIVISION- 1132

Item Rate Tender & Contract for Works

Tender for the work of: - Special Repair to Lodhi Flyover and Hari Nagar Ashram ROB.

(SH: Replacement of RCC railing with W Metal Beam crash barrier).

(i) To be submitted by 3.00PM hours on 25.04.2008 to Executive Engineer, PWD, Divn M-113, NCTD.

(ii) To be opened in presence of tenderers who may be present at 3.30 PM on 25.04.2008 in the office of Executive Engineer, PWD, Divn M-113, NCTD, New Delhi.

Issued to:- ______________________*______________________(Contractor)

Signature of officer issuing the documents ________________________*Designation: - Executive Engineer, PWD, Divn M-113 (NCTD), New Delhi.

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 condition 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 with the specifications, design, drawings and instructions in writing referred to in Rule-I 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 condition so far as applicable.I/We agree to keep the tender open for sixty (60) days from the due date of submission thereof and not to make any modification in its terms and conditions.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-9-A sum of Rs. 1,39,189/- has been deposited in Cash/Receipted Treasury Challan/Deposit at call Receipt of 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 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 related to the tender documents upon the items 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.

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 ContractorPostal Address______*________________________________

Witness: **_______________ _________________*________

Address: **________________

Occupation: **______________ Telephone No._______*______

Fax _____________*_________

E-Mail___________*_________

(*) To be filled in by the Contractor

(**) To be filled in by the Witness.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-10-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 letter referred to below shall form part of this agreement:-

a)

b) _________*_________

c) For & on behalf of the President of India

Signature..................*...............................Executive Engineer

PWD, Divn M-113 , NCTD, New Delhi

Dated ........*..............

(*) To be filled by the Executive Engineer.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-11-PROFORMA OF SCHEDULES

(OPERATIVE SCHEDULES TO BE SUPPLIED TO EACH INTENDING TENDER )

SCHEDULE 'A'

Schedule of Quantities (Enclosed) at page 47 to 48

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

Sl. 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

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

SCHEDULE 'D'

Extra schedule for specific requirements/documents for the work, if any.(Additional and special conditions, general and particular specifications etc. attached at pages __ to __)SCHEDULE 'E'Schedule of component of Materials, Labour etc. for escalation. Not Applicable

Clause 10 CC : Not ApplicableComponent of cement ___________________________________’Xc’%expressed as per cent of total value of work.

Not applicableComponent of steel __________________________________’Xs’%expressed as per cent of total value of work

Component of Civil (except cement & steel)Electrical construction material expressed asPercent of total value of work_________________________`Xm’%

Component of labour expressed asTotal value of work ________________________________`Y’ %

-12-Component of P.O.L.____________________________________’Z’%A.E(P) E.E.(P) Correction________

Deletion__________Insertion__________

expressed as per cent of total value of work. SCHEDULE 'F'

Reference to General conditions of contract :- General conditions of contract for CPWD works-2005 with amendments issued upto the date of receipt of tender.

Name of Work :- Special Repair to Lodhi Flyover and Hari Nagar Ashram

ROB. (SH: Replacement of RCC railing with W Metal

Beam crash barrier).

Estimate cost of Work:- Rs. 69,59,469/-

Earnest Money :- Rs. 1,39,189/-

Performance Guarantee :- 5% of the tendered amount.

Security Deposit :- 5% of the tendered value.General Rules & Directions :-

Officer Inviting Tender Executive Engineer, PWD, Divn M-113(NCTD), New Delhi.

Maximum percentage for quantity of items of works to be executed beyond which rates are to be determined in accordance with Clause 12.2 & 12.3. See Below

Definitions:Engineer-in-Charge Executive Engineer PWD, Divn M-113 (NCTD),

New Delhi. Accepting Authority Superintending Engineer, PWD, Circle, M-11,

(NCTD), New Delhi.

Percentage on cost of materials and labour to cover all overheads and profits.

10%

Standard Schedule of Rates DSR 2002 with upto date correction slips

Department PWD (NCTD)

Standard CPWD contract Form CPWD form 8 – 2005, as modified and amended upto the date of issue of Tender.

Clause 2

Authority for fixing compensation under clause 2.

S.E, Civil Road Maintenance Circle M-11, PWD

Clause 5Time allowed for execution of work 4 Months

Authority to give fair and reasonable extension of time for completion ofwork.

S.E, Civil Road Maintenance Circle M-11, PWD

MILE STONE:

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-13-

TABLE OF MILE STONE (S)S.No.

Financial Time Allowed (from date of start)

Amount to be with-held in case of non

achievement of milestone

1. 1/8th (of the whole work )

1/4th (of the whole work)

In the event of not achieving the necessary progress as assessed form the running payment, 1% of the tendered value of work will be withheld for failure of each mile stone.

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

½ (of the whole work)

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

3/4th (of the whole work)

4. Full Full 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.

Rs. 10 lakh

Clause 11Specifications to be followed for execution of work

1.MORTH specifications for Roads and Bridgeworks 2001 (4th Revision).2. CPWD specification 1996 Vol.-I to VI with correction slips upto the date of issue of Tender.

Clause 12

12.2 & 12.3 Deviation limit beyond which clauses 12.2 & 12.3 shall apply for building work other than foundation work.

30%

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

100%

Clause 16

Competent Authority for deciding reduced rates.

(i) S.E, Civil Road Maintenance Circle M-II, PWD

Clause 36 (i)“Requirement of Technical Representative(s) and Recovery Rate”S.No. Minimum

Qualification of Technical Representative

Disc

iplin

e

Designation (Principal Technical/ Technical representative)

Min

imum

ex

perie

nce

Num

ber

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

Figure WordsA.E(P) E.E.(P) Correction________

Deletion__________Insertion__________

-14-

1. Graduate Engineer

Civil Principal Technical Representative

5 years 115,000/-

Fifteen Thousand

“Assistant Engineers retired from Government services that are holding Diploma will be treated at par with Graduate Engineers”

Clause 42i) Schedule/ statement for determining. Theoretical quantity of cement & bitumen

DSR 2002

ii) Variations permissible on theoretical quantities.

a)Bitumen of specified grade 2.5% plus only & NIL on minus side as per approved job mix formula.

b) Cement 2% plus/minus.c) Steel 2 % Plus/minus

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S.No. Description of Item Rates in figures and words at which recovery shall be made from the contractor.

Excess beyond Less used upto Permissible the permissible Variation variation

1 2 3 4

1.2.

Reinforcement Cement

------- Rs. 33,000/- MT------ Rs. 4,570/- MT

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-15-AMENDMENTS TO GENERAL CONDITIONS OF CONTRACT FOR

CENTRAL P.W.D. WORKS - 2005Clause

Page Para Amendment

36 54 Contractors, Superintendence, Supervision, Technical Staff & Employees

i) The contractor shall provide all necessary superintendence during execution of the work and all along thereafter as may be necessary for proper fulfilling of the obligations under the contract.

The contractor shall immediately after receiving letter of acceptance of the tender and before commencement of the work , intimate in writing to the Engineer-in-Charge the name(s), qualifications, experience , age, address(s) and other particulars alongwith certificates of the principal technical representative to be in charge of the work and other technical representative (s) who will be supervising the work. Minimum requirement of such technical representative(s) and their qualifications and experience shall not be lower than specified in Schedule F. The Engineer-in-Charge shall, within 3 days of receipt of such communication, intimate, in writing, his approval or otherwise, of such representative(s) to the Contractor. Any such approval may at any time be withdrawn and in case of such withdrawal the contractor shall appoint another such representative(s) according to the provisions of this clause. Decision of the tender accepting authority shall be final and binding on the contractor in this respect. Such a principal technical representative and other technical representative(s) shall be appointed by the contractor soon after receipt of the approval from Engineer-in-Charge and shall be available at site before start of work. All the provisions applicable to the principal technical representative under the clause will also be applicable to other technical representative (s). The principal technical representative and other technical representative(s) shall be present at the site of work for supervision at all times when any construction activity is in progress and also present himself/ themselves , as required, to the Engineer-in-

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

Clause

Page Para Amendment

Charge and/ or his designated representative to take instructions. Instructions given to the principal technical representative or other technical representative(s) shall be deemed

to have the same force as if these have been given to the Contractor. The Principal technical representative and other technical representative(s) shall be actually available at site fully during all stage of execution of work, during recording/checking/test checking of measurements of works and whenever so required by the Engineer-in-Charge and shall also note down instructions conveyed by the Engineer-in-charge or his designed representative(s) in the site order book and shall affix his/their signature in token of noting down the instruction and in token of acceptance of measurement/checked measurements/test check measurements. The representative(s) shall not look after any other work. Substitutes, duly approved by Engineer-in-Charge of the work in similar manner as aforesaid, shall be provided in event of absence of any of the representative(s) by more than two days.

If the Engineer-in-Charge, whose decision in this respect is final and binding on the contractor, is convinced that no such technical representative(s) is/are effectively appointed or is/are effectively attending or fulfilling the provision of this clause, a recovery (non refundable) shall be effected from the contractor as specified in schedule “F” and the decision of the Engineer-in-Charge as recorded in the site order book and measurement Books shall be final and binding on the contractor. Further if the contractor fails to appoint suitable principal technical representative and/or other technical representative(s) and if such appointed persons are not effectively present or are absent by more than two days without duly approved substitute or do not discharge their responsibilities satisfactorily, the Engineer-in-Charge shall have full powers to suspend the execution of the work until such date as suitable other technical representative(s) is/are appointed and the contractor shall be held responsible for the delay so caused to the work. The contractor shall submit a certificate of employment of the technical representative(s) alongwith every on account bill/final and shall produce evidence if at any time so

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-16-

Clause

Page Para Amendment

require by the Engineer-in-Charge. General Rules & directions

10 Applicable for item Rate Tender only (CPWD-8)- 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 and not the amount. In event no rate has been quoted for any item(s), leaving space both in figures(s), word(s) and amount blank, it will be presumed that the contractor has included the cost of this/these item(s) in other items and rate for such item(s) will be considered as zero and work will be required to be executed accordingly.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-17-

-18-GENERAL SPECIFICATIONS AND CONDITIONS

The work in general shall be executed as per the description of the item, specification attached. CPWD Specifications 1996 Vol.-I to VI with correction slips upto the date of receipt of Tender.

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

ii) Nomenclature of item.ii) Particular specifications attached with the tender documents.iii) General specification attached with the tender documents.iv) CPWD specifications 1996 Vol.-I to VI with correction slips upto the

date of receipt of tender. v) Standard acceptable practice as approved by Engineer-in-charge.

The contractor shall be required to produce samples of all 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 approved samples and shall be preserved till the completion of the work. In case of variation, such materials shall be liable to rejection.

All materials shall be got checked from the Engineer-in-charge of work, on receipt of the same at site before use.

5. The contractor shall be required to provide testing lab at site with necessary appliances The Engineer-in-charge reserves right to conduct field tests to ensure that the quality is consistent with the prescribed specifications. If the material of end product is found defective or sub standard it will have to be replaced /rectified at the cost of contractor.

6. 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.

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

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-19-8. Wherever any reference to any Indian Standard specifications occur in the

documents relating to this contract same shall be inclusive of all amendments issued thereto or revision thereof if any, upto date of the tender notice. The contractor shall keep at his own cost all such publications of relevant Indian Standards applicable to the work at site.

9. The contractor shall ensure that existing road is kept traffic worthy during execution of work & shall take necessary precautions as mentioned in the contract document. The contractor must take adequate precaution to ensure that no spillage of construction material takes place on to the carriage way. Whenever it is found that the carriage way has been blocked, due to contractor’s fault the Engineer-in-Charge would get it cleared at the risk and cost of contractor, without giving any notice, for smooth running of traffic. The decision of Engineer-in-charge in this regard shall be final and binding on the contractor.

10. The necessary tests shall be conducted in the laboratory of PWD (NCTD), CPWD, CRRI, IIT, Delhi or any other laboratory approved by the Engineer-in-Charge.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-20- ADDITIONAL CONDITIONS

1. Before tendering, the tenderer shall inspect the site of work and shall fully acquaint himself about the conditions with regard to site, nature of soil, availability of materials suitable location for construction of godowns, stores and labour huts, the extent of leads and lifts involved in the work(over the entire duration of contract) including local conditions, traffic restrictions, obstructions and other conditions, as required for satisfactory execution of the work. His rates shall 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, which will include sequence of construction, arrangement for diversions of traffic and arrangements to be made for diversion of effluent flowing in the existing drain 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 times carry out work in a manner creating minimum interference in the flow of traffic as per direction of Engineer-in-Charge.

6. The work shall be carried out in such a manner so as not to interfere or effect or disturb other works, being executed by other agencies, if any.

7. Any damages 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 in all respects 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 on this account.

9. For completing the work in time, the contractor might be required to work in two or more shifts including night shifts and no claim whatsoever shall be entertained on this account, notwithstanding the fact that the contractor will have to pay to the labourers and other staff engaged directly or indirectly on the work according to the provisions of the labour regulation and the agreement entered upon and/or extra account for any other reason.

10. 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.

11. The contractor or his authorised representative shall always be available at the site of work to take instructions from departmental officers, and ensure proper execution of work. No work shall be done in the absence of such authorised representative.

12. The contractor shall maintain in good condition all works executed till the completion of entire work allotted.

13. No payment shall be made to the contractor for damage caused by rains, or other natural calamities during the execution of works and no claims whatsoever 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 items like 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.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-21-15. The contractor shall take all necessary measures for the safety of traffic during construction and shall

provide / maintain such barricades as necessary at either end of the work and at such intermediate points as directed by the Engineer-in-charge for the proper identification of construction area. Nothing extra shall be payable on this account. He shall be responsible for all damages and accidents caused due to negligence on his part. The work will not be allowed to execute without proper barricades and outer safety measures by the contractor.

16. The malba/garbage, removed from the site shall be disposed off by the contractor at any approved Municipal dumping ground or as directed by the Engineer-in-charge.

17. All work 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 approval of the Engineer-in-Charge, but the President of India is not to 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.

18. The contractor shall be responsible to provide deep hand pump/ tube well at site of work to make available potable and safe drinking water to labour engaged in execution of work at his own cost.

19. The rates for all items of work, unless clearly specified otherwise, shall be deemed to include the cost of all labour, materials dewatering and other inputs involved in the execution of the items.

20. Unless otherwise specified in the schedule of quantities the rates tendered by the contractor shall be inclusive and shall be applicable for all heights, depths, leads and lifts.

21. The contractor shall construct suitable godown at the site of work for storing the materials safely 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.

22. In the tender papers of word "CPWD" shall mean PWD (GNCTD) wherever applicable.

23. The contractor(s) shall quote rates against the items in the schedule of quantities inclusive of all incidentials and nothing extra shall be payable for any of the conditions and specifications mentioned in the tender documents unless specifically specified otherwise.

24. The work shall be executed and measured as per metric dimensions given in the schedule of quantities,

25. Many other agencies would be executing work simultaneously at site. The contractor shall maintain proper co-ordination with other agencies to maintain progress of work. In case of any dispute, the decision of Engineer-in-Charge shall be final and binding. In case any re-handling of material is required, it shall be done forthwith as per the direction of Engineer-in-Charge for which nothing extra would be payable.

26. Contractor shall take all precautionary measures to avoid any damage to adjoining property. All necessary arrangement shall be made at his own cost.

27. Contractor shall provide permanent bench marks, flag tops and other reference points for the proper execution of the work and these shall be preserved till the end of the work. All such reference points shall be in relation to the levels and locations, given in the drawings/plans.

28. The contractor shall bear all incidental charges for cartage, storage and safe custody of materials brought to site.

-22-A.E(P) E.E.(P) Correction________

Deletion__________Insertion__________

29. Compensation to be levied for any construction material spilling over the carriageway It is often noted that contractors while dumping their construction materials on the footpath/ berms of the roads do not take adequate care with the result that construction material often spills over to the carriageway. This is undesirable practice and a traffic hazard which is not to be permitted. It is term of the contract that, without prejudice to various other conditions regarding contractor's liability of safety, the contractor must take adequate precautions to ensure that no spillage of construction materials takes place on to the carriageway. Failure to observe this will make the contractor liable to pay compensation @ Rs. 100/- (One Hundred only) per day, per metre length of each carriageway as affected by spill over of any construction material, subject to a maximum of 5% (Five percent) of the estimated cost of the work put to the tender. The decision of the Engineer-in-Charge in this regard shall be final and binding on the contractor.

30. The contractor shall deploy the technical personnel on various items of work to be executed under this agreement as per clause 36(i) schedule `F’. No work shall be permitted without availability of the above mentioned technical personnel on respective items of work. The contractor shall intimate to Engineer-in-Charge 24 hours in advance, in writing, the particulars of the technical personnel to be deployed on the various items of work. The cost of deployment of the above personnel shall be deemed to be included in the rates quoted by the contractor and nothing extra shall be payable on account of this.

31. SAFETY PRECAUTIONS:-Contractor shall within two weeks of award of work, submit to the Engineer-in-Charge for his approval, list of measures for maintaining safety of manpower deployed for construction and avoidance of accidents.

32. SFRC manholes covers shall be approved by Engineer-in-Charge.33. a) Any cement slurry added over base surface for continuation of concreting for better bond is

deemed to have been included in the items and nothing extra shall be payable on this account, also the cement consumed on this account shall not be considered in theoretical consumption. For RCC work, only factory made round type cover block shall be used.

For brick work unless otherwise specified FPS bricks shall be used in all items of work. The classification of bricks brought by contractor shall conform to the CPWD specifications.

(b) The contractor shall get the water tested with regard to its suitability and confirming to the relevant IS code. The contractor shall obtain written approval from the Engineer-in-Charge before he proceeds by using the same for execution of work.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-23-PERFORMANCE GUARANTEE

i) The contractor shall submit an irrevokable PERFORMANCE GUARANTEE of 5% (Five percent of the tendered amount) in addition to other deposits mentioned elsewhere in the contract for his proper performance of the contract agreement, (notwithstanding and/ or without prejudice to any other provisions in the contract) within 15 days of issue of letter of acceptance. This period can be further extended by the Engineer-in-Charge upto a maximum period of 7 days on written request of the contractor stating the reason for delays in procuring the Bank Guarantee to the satisfaction of the Engineer-in-Charge.

This guarantee shall be in the form of Govt. securities or fixed deposit receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the form annexed hereto. In case a fixed deposit receipt of any Scheduled Bank is furnished by the contractor the Govt. as part of the performance guarantee & the Bank is unable to make payment against the said fixed deposit receipt, the loss caused thereby shall fall on the contractor and the contractor shall forth with on demand furnish additional security to the Govt. to make good the deficit.

ii) A letter of acceptance shall be issued informing the successful tenderer of the decision of the competent authority to accept his tender and to submit the Performance Guarantee within 15 days in any of the prescribed form. On receipt of prescribed performance guarantee, necessary letter to commence the work shall be issued and site of work shall be handed over thereafter. In case of failure by the contractor to furnish the performance guarantee within the specified period, Government shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the earnest money absolutely.

iii) The Performance Guarantee shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case the time for completion of work gets enlarged, the contractor shall get the validity of Performance Guarantee extended to cover such enlarged time for completion of work. After recording of the completion certificate for the work by the competent authority, the performance guarantee shall be returned to the contractor, without any interest.

(iv) The Engineer-in-Charge shall not make a claim under the performance guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/ or without prejudice to any other provisions in the contract agreement) in the event of :-

-24-

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

a) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer-in-Charge may claim the full amount of the Performance Guarantee.

b) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the clauses/ conditions of the agreement, within 30 days of the service of notice to this effect by Engineer-in-Charge.In the event of the contract being determined or rescinded under provision of any of the clause/ condition of the agreement, the performance guarantee shall stand forfeited in full and shall be absolutely at the disposal of the President of India.

v. The contractor shall prepare working schedule giving the date and rate of placing of concrete of each items of work and submit the same to Engineer-In-Charge for his approval. The use of pour cord is mandatory.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-25-SPECIAL CONDITIONS

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

2. 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.

3. The contractor shall, at all times, carry out work on the running road in a manner creating minimum interference in the flow of traffic as per direction of Engineer-in-Charge.

4. All setting out activities concerning establishment of bench marks, theodolite stations, centre line pillars, etc. including all materials, tools, plants, equipments, theodolite and all other instruments, labour etc. required for performing all the functions necessary and ancillary thereto at the commencement of the work, during the progress of the work and till the completion of the work shall be carried out by the contractor

5. The contractor shall carry out true and proper setting out of the work under the supervision of the Engineer-in-Charge or his authorized representatives and shall be responsible for the correctness of the positions, levels, dimensions and alignments of all parts of the Road. If at any time, during the progress of the work, any error appears or arises in the position, level, dimensions or alignment of any part of the work, the contractor on being asked to do so by the Engineer-in-charge, shall rectify such error to the entire satisfaction of the Engineer-in-Charge. The supervision and/or checking by the Engineer-in-Charge or his authorised representatives shall not relieve the contractor of his responsibility for the correctness of any setting out of any line or level. The contractor shall carefully protect and preserve all bench marks, pegs and pillars provided for the setting out of works.

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 extra 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. For completing the work in time, the contractor might be required to work in two or more shifts including night shifts and no claims whatsoever shall be entertained on this account, notwithstanding the fact that the contractor will have to pay to the laborers and other staff engaged directly or indirectly on the work according to the provisions of the labour regulation and the agreement entered upon and / or extra amount for any other reason.

-26-A.E(P) E.E.(P) Correction________

Deletion__________Insertion__________

8. The contractor shall take all necessary measures for the safety of traffic during construction and provide, erect and maintain such barricades including signs, markings, flags, lights and flagmen 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.

9. The contractor shall provide & erect barricading as per approved drawing without hindering the traffic as per direction of 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 completion of the work or part of the work as per direction of Engineer-in-Charge. The temporary warning lamps shall be installed at all barricades during the hours of darkness and kept lit at all times during these hours.

10. Some restrictions may be imposed by the concerned authorities on quarrying of sand, stone etc. from certain areas. For timely completion of work, the contractor shall have to bring such material from other quarries located elsewhere, and nothing extra shall be payable on this account.

11. The malba / garbage, removed from the site, shall be disposed off by the contractor at any suitable place as directed by the Engineer-in-Charge.

12. 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.

13. 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.

14. The contractor shall maintain in good condition, all work executed till the completion of entire work allotted to the contractor.

15. No payment shall be made to the contractor for damage caused by rain, flood and other natural calamities whatsoever during the execution of works and any damage to the work on this account shall have to be made good by the contractor at his own cost.

16. 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 direct 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.

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

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-27-

18. Unless otherwise specified in the Schedule of Quantities, the rates for all items of work shall be considered as inclusive of working in or under water and/or liquid mud and/or foul conditions including pumping or bailing out liquid mud or water accumulated in excavations during the progress of the work from springs, tidal or river seepage, rain, broken water mains or drains and seepage from subsoil acquifer.

19. Unless otherwise provided in the schedule of quantities, the rates tendered by the contractor shall be all inclusive and shall apply to all heights, depths, leads and lifts

20. All work 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 President of India and same are not to be removed or taken away by the contractor or any other person without the special license and consent in writing of the Engineer-in-Charge, but the President of India is not to 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.

21. No claim for idle establishment & labour, machinery & equipments, tools & plants and the like, for any reason whatsoever, shall be admissible during the execution of work as well as after its completion

22. Stacking of materials and excavated earth including its disposal shall be done as per the directions of the Engineer-in-Charge. Double handling of materials or excavated earth, if required, shall have to be done by the contractor at his own cost.

23. In the tender papers the word “CPWD” shall include PWD(GNCTD) wherever exists.

24. Contractor shall supply, free of charge, all the materials required for testing. The testing charges shall be borne by the contractor / department in the manner described below:-

(i) By the contractor, if the test results show that the material does not conform to the relevant codes / specifications mentioned elsewhere in the tender document.

(ii) By the department, if the test results show that the material conforms to the relevant / codes / specifications mentioned elsewhere in the tender document.

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 associate himself, the Engineer-in-

-28-A.E(P) E.E.(P) Correction________

Deletion__________Insertion__________

Charge shall do the needful or getting the samples collected and tested; the result of such tests and consequences thereof shall be binding on the contractor.

25. The contractor will have to make his own arrangement for obtaining electric connection(s) from the Electric Supply & Distribution Company and make necessary payment directly to the Electric Supply Company concerned and/or install generators at the site of work for systematic & timely execution of work

26. Other agencies working at site may also simultaneously execute the works entrusted to them and to facilitate their working, the contractor shall make necessary provisions e.g. holes, openings, etc. for laying/burying pipes, cables, conduits, clamps, hooks etc. as may be required from time to time.

27. The work shall be carried out in such a manner so as not to interfere and disturb other works being executed by other agencies, if any.

28. 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.

29. The contractor will not have any claim in case of any delay on the part of department 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 delay.

30. Any damage done by the contractor to any existing work or work being executed by other agencies shall be made good by him at his own cost

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

32. On account of security consideration, there could be some restrictions on the working hours, movement of vehicles for transportation of materials and location of labour camp. The contractor shall be bound to follow all such restrictions and adjust the programme for execution of work accordingly.

33. For the safety of all labour directly or indirectly employed in the work for the performance of the contractor’s part of this agreement, the contractors shall, in addition to the provision of CPWD safety code and

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

directions of the Engineer-in-Charge, make all arrangements to provide facility as per the

-29-provision of Indian Standard Specifications (Codes) listed below & nothing extra shall be paid on this account:

IS 3696 Part I Safety Code for Scaffolds and ladders.IS 3696 Part II Safety Code for Scaffolds and ladders Part II

ladders. IS 3764 Safety Code for excavation work.IS 4138 Safety Code for working in compressed air.IS 7293 Safety Code for working with construction

machinery.IS 7969 Safety Code for storage and handling of

building materials.IS 4130 Safety Code for demolition of buildings

34. Nothing extra shall be paid for cartage of any material to the site of work.

35. The contractor must take adequate precaution to ensure that no spillage of construction material takes place on to the carriageway. Failure to observe this will make the contractor liable to pay compensation @ Rs.100/- (Rs. One Hundred Only) per day per metre length of each carriage way as affected by spill over of any construction material subject to a maximum of 5% (Five percent) of tendered cost of the work put to tender. The decision of Engineer-in-Charge in this regard shall be final and binding on the contractor.

36. The right to carry out the work either in conformity with or in a manner entirely different from the terms of this tender document that may be considered most suitable before or subsequent to the receipt of tenders due to exigencies of work, is reserved with the Engineer-in-Charge.

37. For the execution of any items of work where any incidental work is actually required but not specifically stated in the tender, it is to be understood that the rate quoted by the contractor shall cover such charges also and nothing extra on account of such incidental charges, if any, shall be paid.

38. The contractor shall maintain in good condition all work till the completion of entire work allotted to him. From the commencement of the work to the completion of the same, the work is to be under the contractor’s charge. The contractor is to be held responsible for and to make good all injuries, damages and repairs, caused by fire, rain, traffic, floods or other natural calamities and no payment shall be made to the contractor on this account. Engineer-in-Charge shall not be held responsible for any claims for injuries to persons/ workmen or for structural damage to property happening from any neglect, default, want of proper care or misconduct

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

on the part of the contractor or any other of his authorized representatives in his employment during the execution of the work. The compensation, if any, shall be paid

-30-directly to the department/authority/persons concerned, by the contractor at his own cost.

39. Engineer-in-Charge shall have full powers to send workmen and employ on the premises to execute fittings and other work not included in the contract. For whole operations the contractor is to afford every reasonable facility during ordinary working hours provided such operations are carried out in such a manner as not to impede the progress of work included in this contract, in the opinion of Engineer-in-Charge.

40. At the time of construction, contractor shall embed all electrical/other fixtures like base plates, brackets, conduits, etc. for street lighting, etc. as per the directions of the Engineer-in-Charge. Nothing extra whatsoever will be payable on this account.

41. The contractor shall provide and bear all expenses and charges for special or temporary service roads required by him in connections with access to the site (except for the purpose of diversion of traffic as directed by the Engineer-in-Charge), at no extra charges and his quoted rate shall deem to include the same. He shall alter, adopt or maintain the same as required from time to time or as directed by the Engineer-in-Charge. The department shall have right of way to this at all times and will not entitle the contractor to claim extra on this account.

42. Nylon net or fabric will be provided below deck slab level of approaches/main slabs while dismantling the exiting railing etc. and repairing the expansion joints for safety of passerby/general public as per directions of Engineer-in-Charge. Nothing extra will be payable on this account.

43. Apart from concrete block at bottom the post of each adjacent railing unit shall be fixed and kept in position through welding at site of sufficient strength so as to prevent their lateral movement and to make the entire railing work a composite single unit to check against pilferage and disturbance / damaging any unit of railing .

44 The contractor shall have to make his own arrangement for housing facilities for staff and labour away from construction site and shall have to transport the labour to and fro between construction site and labour camp at his own cost. No labour huts will be allowed to be constructed at the project site except a few temporary sheds for chowkidars and storekeepers. The decision about how may huts can be allowed for chowkidars and storekeepers at project site shall rest with the Engineer-in-Charge and the contractor shall have no claim on this account.

CONDITIONS FOR CEMENT & STEEL

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

1. The contractor shall, at his own expense procure and provide all materials including cement and steel required for the work.

-31-2. The contractor shall procure all the materials in advance so that there

is sufficient time for testing and approval of the materials before use in the work.

3. All materials brought by the contractors for use in the work shall be got checked from the Engineer-in-Charge or his authorized representative of the work on receipt of the same at site before use.

4. The contractor shall also employ necessary watch and ward establishment for the safe custody of materials at his own cost.

5. Contractor has to produce manufacturers test certificate for each lot of cement & steel procured at site.

1. CONDITION FOR CEMENT:-

(a) The contractor shall procured 43 grade OPC (conforming to IS:8112/12269) for RMC as required in the work from reputed manufacturers of cement such as ACC, L&T, J.K.Cement, Gujrat Ambuja, Vikram, having a production capacity of one millions tones as approved by Ministry of Industry, Government of India and holding licence to use ISI certificate mark for their product whose name shall be got approved from Engineer-in-Charge. Supply of cement shall be taken in 50 kg bags bearing manufacturer’s name and ISI marking, alongwith manufacturers test certificate for each lot. Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge and got tested in accordance with provisions of relevant BIS codes. The cement for such testing purpose shall be supplied by the contractor free of charge. In case test result indicate that the cement arranged by contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer-in-Charge to do so. The cost of testing shall be borne by the contractor/ department in the manner indicated below (i) by the contractor, if the result show that the cement does not confirm to relevant BIS code (ii) by the Deptt. If the result show that the cement conforms to relevant BIS Codes.

(b) The cement shall be brought at site in bulk supply of approximately 30 tonnes or as decided by the Engineer-In-Charge.

(c) The Cement godown of the capacity to store a minimum of 1500 bags of cement shall be constructed by the contractor at site of work and at the site of batching plant for which no extra payment shall be made. Double lock provision shall be made to the door of the cement go-down. The keys of one lock shall remain with the Engineer-in-Charge or his authorized representative and the key of the other lock shall remain with the contractor. The contractor

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

shall be responsible for the watch and ward and safety of the cement go-

-32-down. The contractor shall facilitate the inspection of the cement go-down by the Engineer-in Charge at any time.

(d) 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 the conditions laid therein.

(e) If the quantity of cement actually used in the work is found to be more than the theoretical quantity of cement including authorized variation, nothing extra shall be payable to the contractor on this account. In the even of it being discovered that after the completion of the work, the quantity of cement used is less than the quantity ascertained as herein before provided (allowing variation on the minus side as stipulated in Clause-42), the cost of quantity of cement not so used shall be recovered from the contractor @ Rs.4400/-(Rupees Four Thousand four hundred only) per metric tonne. Decision of the Engineer-in-Charge in regard to theoretical quantity of cement which should have been actually used as per the schedule and recovered at the rate specified, shall be final and binding on the contractor.

For non-scheduled items, the decision of the Superintending Engineer regarding theoretical quantity of the cement, which should have been actually used, shall be final and binding on the contractor.

(f) Cement brought to site and cement remaining unused after completion of work shall not be removed from site without written permissible of the Engineer-in-Charge.

(g) In case the contractor brings surplus quantity of cement the same shall be removed from the site after completion of work by the contractor at his own cost after approval of Engineer-in-Charge.

(h) The cement in bags shall be stacked by the contractor in two godowns one for fresh arrival to be tested for quality and another already tested in use having weather proof roof and walls and on a proper floor consisting of two layers of dry bricks laid on well consolidated earth at a level at least 30 cm above the ground level. These stacks shall be in rows of two bags deep and 10 bags high with a minimum of 60 cm. Clear space alround. The bags should be placed horizontally continues in each line as shown in the accompanying sketch given in CPWD continuous in each line as shown in the accompanying sketch given in CPWD

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

Specification-1996. The sketch is only for guidance. Actual size/ shape of god-owns

-33- shall be as per site requirement and nothing extra shall be paid on this account.

(i) Cement register (as per performa on page 33 for the cement shall be maintained at site. The account of daily receipt and issue of cement shall be maintained in the register by the authorized representative of the Engineer-in-Charge and signed daily by contractor or his authorized agent.

(j) Cement which is not used within 90 days from its date of manufacture shall be tested at laboratory approved by the Engineer-in-Charge Until the result of such tests are found satisfactory, it shall not be used in any work.

2. CONDITIONS FOR STEEL:-(a) The contractor shall procure Thermo-mechanically treated

(T.M.T) steel reinforcement bars conforming to IS:432 or IS:1786 as per specifications detailed here under from main producers as approved by the Ministry of steel such as SAIL, TISCO, RLNL, or secondary producers having valid BIS license. The contractor shall have to obtain original purchase invoices or mother invoices accompanied with duly endorsed test certificates and furnish to Engineer-in-Charge in respect of all the lots of steel brought by him from approved suppliers to the site of work. It is to be ensured that the test certificates correlate and correspond with the details or wagon or vehicle number in the original purchase invoices. Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in the regard in relevant BIS codes. In case the test result indicate that the steel arranged by the contractor does not conform 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 week’s time from written orders from the Engineer-in-Charge to do so. Unless specified elsewhere in the contract document, the testing shall be done as per samples to be taken as given below:-

SIZE OF BAR FOR CONSIGNMENT BELOW 50 TONNES

FOR CONSIGNMENT OVER 50 TONNES

Under 10mm dia One set of sample for each 10 tonnes or part thereof.

One set of sample for each 15 tonnes or part thereof.

10mm upto 16 mm dia

One set of sample for each 15 tonnes or part thereof

One set fo sample for each 20 tonnes or part thereof.

Over 16mm dia One set of sample for each 25 tonnes

One set of sample for each 30 tonnes

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

or part thereof. or part thereof

-34-(b) The steel reinforcement shall be brought in bulk supply of 20

tonnes or more or as decided by the Engineer-in-Charge along with manufacturer test certificate for each lot.

(c) The steel reinforcement shall be stored by the contractor at site of work about 30 cm to 45 cm above ground. A coat of cement wash shall be given to steel bars when stored at site for long duration so as to prevent corrosion. Nothing extra shall be paid on these account. Bars of different sizes and lengths shall be stored separately to facilitate easy counting and checking.

(d) The Actual issue and consumption of steel on work shall be regulated and proper account maintained as provided in Clauses 10 of the contract. The theoretical consumption of steel shall be worked out as per procedure prescribed in Clause 42 of the contract and shall be governed by conditions laid therein.

(e) The actual issue of steel shall be actual weight of total quantity of steel received at the site less actual weight of balance quantity of steel lying unutilized at the work site.

(f) Steel brought to site and steel remaining unused shall not be removed from site without the written permission of the Engineer-in-Charge.

(g) In cases the contractor bring surplus quantity of steel the same after completion of the work will be removed form the site by the contractor at his own cost after approval of the Engineer-in-Charge.

(h) The mild steel and medium tensile steel bars to be used shall conform to latest version of IS 432 and cold twisted bars and TMT bars shall conform to the latest version of IS:1786.

(i) (i) Reinforcement including authorized spacer bars and lappages shall be measured in length of different diameters as actually (not more than as specified in the drawings) used in the work nearest to a centimeter. Wastage and unauthorized overlaps shall not be measured.

(ii) The standard sectional weights referred to as in Table4 in para 5.3.3 in revised CPWD specifications 2002 for cement mortar, cement concrete and RCC works will be considered for conversion of length of various sizes of M.S.Bars, Tor steel Bars and T.M.T. bars into standard weight.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

(iii) Records of actual sectional weights shall also be kept dia-wise and lot-wise. The average sectional weight for each

-35-diameter shall be arrived at from samples from each lot of steel received at site. The decision of the Engineer-in-Charge shall be final for the procedure to be followed for determining the average sectional weight of each lot. Quantity of each diameter of steel received at site of work each day will constitute one single lot for the purpose. The weight of steel by conversion of length of various sizes of bars based on the actual weighted average sectional weight shall be termed as Derived Actual Weight.

(iv) a) IF the Derived weight as in Sub-Para(iii) above is lesser than the Standard Weight as in Sub-Para (ii) above then the Derived Actual Weight shall be taken for payment.

b) If the derived actual weight is found more than the standard weight, the standard weight as worked out in sub-para(ii) above shall be taken for payment, In such case nothing extra shall be paid for the difference between the Derived Actual Weight and the standard weight.

SPECIFICATION OF THERMO-MECHANICALLY TREATED BARS (TMT BARS)

1. Thrmo-Mechanically treates Bars (TMT Bars) of Fe 415 Grade, Conforming to IS-1786 Specifications shall be used in all R.C.C works.

2. The TMT bar shall be purchased form main producers like M/s steel Authority of India Limited (SAIL), M/s Tata Iron & Steel Co. (TISCO) and M/s Rashtriya Ispat Nigam Ltd. (RINL).

3. The Grades, chemical and mechanical properties of different varieties are as per Table, I, II and III.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-36-

Table I

S. No. M/s SAIL M/s TATA STEEL

M/s RASHTRIYA ISPAT NIGAM LTD.

YIEDSTRESS (0.2% PROOF STRESS) CONSIDERING EQUIVALENT AS PER IS:I:86

1. SAIL TISCON TMT-42

REBARS-415 415 N/MM2

TABLE IIIS-1786 Fe 415

SAIL TMT ALL GRADES

TISCON (RINL) REBARS ALL GRADESTMT-42

CARBON 0.300 0.250 0.170 0.200SULPHUR 0.060 0.050 0.045 0.040PHOSPHOROUS

0.060 0.050 0.045 0.050

SULPHUR + PHOSPHOROUS

0.1100 0.100 0.090 0.090

TABLE III

MECHANICAL PROPERTIES

IS-1786 SAIL TMT TISCON (RINL) REBARS

Grade Fe-415 415 TMT-42 Fe-415Yield Stength (N/mm2)

415 415 450 460

TENSIL STRENGTH (N/mm2)

485 500 510 520

ELONGATION 14.5 22 20 20

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-37-SPECIFICATION FOR METAL BEAM CRASH BARRIER

1. GENERAL

i) This work shall consist of furnishing and erection of metal beam crash barrier of dimensions and at locations as shown on the drawing(s) or as directed by the Engineer.

i) Metal beam crash barrier shall generally be located on approaches to bridge structures, at locations where the embankment height is more than 3 metres and at horizontal curves.

2. Meterials

i) Metal beam rail shall be corrugated sheet steel beam of the class, type, section and thickness indicated on the plans. Railing posts shall be made of steel of the section, weight and length as shown on the plans. All complete steel rail elements, terminal sections, posts, bolts, nuts, hardware and other steel fittings shall be galvanized. All elements of the railing shall be free from abrasions, rough or sharp edges and shall not be kinked, twisted or bent.

ii) Steel beam elements and terminal sections shall be galvanized (zinc coated, 0.55 kg. Per square metre, minimum single spot) unless otherwise specified. The galvanizing on all other steel parts shall conform to the relevant IS specifications. All fittings (bolts, nuts, washers) shall conform to the IS: 1367 and IS: 1364. All galvanizing shall be done after fabrication.

iii) Concrete for bedding and anchor assembly shall conform to section 1700 of these specifications.

3. Construction Operations

i) The line and grade of railing shall be true to that shown on the plans. The railing shall be carefully adjusted prior to fixing in place, to ensure proper matching at abutting joints and correct alignment and camber throughout their length. Holes for field connections shall be drilled with the railing in place in the structure at proper grade and alignment.

ii) Unless otherwise specified on the drawing, railing steel posts shall be given one shop coat of paint (primer) and three coats of paint on structural steel after erection, if the sections are not galvanized. Any part of assembly below ground shall be painted with three coats of red lead paint.

iii) Splices and end corrections shall be of the type and designs specified or shown on the plans and shall be of such strength as to develop full design strength of the rail elements.

4. Installation of Posts

i) Holes shall be dug or drilled to the depth indicated on the plans or posts may be driven by approved methods and equipment, provided these are erected in proper position and are free from distortion and burring or any other damage.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

ii) All post holes that are dug or drilled shall be of such size as will permit proper setting of the posts and allow sufficient room for backfilling and tapping.

-38-ii) Holes shall be backfilled with selected earth or stable materials in layers not

exceeding 100mm thickness and each layer shall be thoroughly tamped and rammed. When backfilling and temping are completed, the posts or anchors shall be held securely in place.

iii) Post holes that are drilled in rock and holes for anchor posts shall be backfilled with concrete.

iv) Posts for metal beam guardrails on bridges shall be bolted to the structure as detailed on the plans. The anchor bolts shall be set to proper location and elevation with templates and carefully checked.

5. Erection

i) All guardrail anchors shall be set and attachments made and placed as indicated on the plans or as directed by the Engineer.

ii) All bolts or clips used for fastening the guardrail or fittings to the posts shall be drawn up tightly. Each bolt shall have sufficient length to extend atleast 6 mm through and beyond the full nut, except where such extensions might interfere with or endanger traffic in which case the bolts shall be cut off flush with the nut.

iii) All railings shall be erected, drawn and adjusted so that the longitudinal tension will be uniform throughout the entire length of the rail.

6. Tolerance

The posts shall be vertical with a tolerance not exceeding 6mm in a length of 3 metre. The railing barrier shall be erected true to lien and grade.

7. Measurements for payment

i) Metal beam railing barriers will be measured by linear metre of completed length as per plans and accepted in place. Terminals/ anchors of various types shall be paid for by numbers.

ii) No measurement for payment shall be made for projections or anchors beyond the end posts except as noted above. Furnishing and placing anchor bolts and/ or devices for guard rail posts on bridges shall be considered incidental to the construction and the costs thereof shall be included in the price for other items of construction.

iii) No measurement for payment will be made for excavation or backfilling performed in connection with this construction.

8. Rate

i) The contract unit shall include full compensation for furnishing of labour, materials, tools equipment and incidental costs necessary for doing all the work

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

involved in constructing the metal beam railing barrier complete in place in all respects as per these specifications.

-39-

ANNEXURE-ALIST OF APPROVED

MANUFACTURES/SUPPLIERS

1. Ordinary Portland Cement ACC, GRASIM, Gujarat Ambuja, Birla (Vikram), Utral-Tech

2. OPC Cement ACC, Grasim, Gujrat Ambuja,

3. Reinforcement Bars Tata Steel, SAIL, RINL

4. Bearings J.Sons, MECTO, Sanfield (India) P Ltd., Z-Tech (India) Pvt. Ltd. IOCL, BPCL, HPCL.

5. Expansion Joints* J.Songs, METCO, Sanfield (India) P Ltd. Z-Tech (India) Pvt. Ltd.

6. Bitumen IOCL, BPCL, HPCL.

7. Admixtures FOSROC, SIKA, MBT, Asian Laboratories Dura Build Care, CICO Technologies Ltd.

8. Release Agent FOSROC, MBT, Dura Build Care, CICO.

9. Geotextile & Geogrids AIMIL, Z-Tech, Netlon (India) Garware, Wall Ropes Ltd, Maccaferri.

10. Void Former Spiral Tubes Pvt Ltd. (Spiro), Steel Auto Industries

11. Non-shrink grout Fosroc Chemicals, Sika, Dura Build Care

12. Mild Steel Tubes Tata, LLyods, NSL

13. Structural Steel Tata, SAIL, RINL.

14. Welding Electrodes ESAB, Advani-orlikon, weld Alloy

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

15. Water proofing CICO, SWC, SIKA

16. Paints Akzo Nobel, Berger, Jensons and Nicholson, Asian Paints.

-40-17. Pile Integrity Testing CRRI, AIMIL, NDM Technology.

18. Bar Couplers Dextra, Moment

19. Reinforcement soil wall system AIML, VSL, Garware wall ropes Earthcon System, Z-Tech India.

20. Anti Carbonation paints CICO, MBT, FOSROC

21. Polymerised modified bitumen Usha Lubes, Ooms Polymers, Tiki Tar

22. Thermoplastic Paints CBM, CMS

23. PVC Water Stops Foxopan, Maruti, Rubber

24. RMC RCC, ACC, Birla, L&T and other reputed manufacture of RMC subjected to approval of Engineer-in-Charge. The contractor shall submit the RMC plant.

25. Prestressing System FPCC, BBR, VSL

26. TMT Fe 415/500 TISCON, ISCON, RINL, SAIL

* Raw material source to be approved by the Engineer-in-Charge.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-41-ANNEXURE-“I”

FORM OF PERFORMANCE SECURITY/BANK GUARANTEE BOND

1. In consideration of the President of India (hereinafter called “the Government”) having agreed under the terms and conditions of agreement No.________dated___________made between______________________and__________________________________________ {ereinafter called “the said contractor(s)”} for the work…………………………… …… … …… ………………(hereinafter called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for Rs._____________________ (Rupees ___________________ only) as a security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement, We _________________________________________ (indicate the name of the Bank)

(hereinafter referred to as “the Bank”) hereby undertake to pay to the Government an amount not exceeding Rs. _________ /- (Rupees_______________________________only) on demand by the Government..

2. We _____________________________________________ do hereby undertake to (indicate the name of the Bank)

pay the amounts due and payable under this Guarantee without any demure, merely on a demand from the Government stating that the amount claimed is required to meet the recoveries due or likely to be due from the said contractor (s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs._________/- (Rupees____________________________________only).

2. We, the said bank further undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding 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 agree that the guarantee (indicate the name of the Bank)

herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-Charge, on behalf of the Government, certifies that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor(s) accordingly discharges this guarantee.

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-42- 5. We______________________________________ further agree with the Government that (indicate the name of the Bank)

the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement 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 forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any forbearance, act of omission on the part of the Government or any indulgence by the Government 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 guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).

7. We___________________________________________________ lastly undertake not to (indicate the name of bank) revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid upto_____________ unless extended on demand by Government. Notwithstanding anything mentioned above, our liability against this Guarantee is restricted to Rs.___________ /-(Rupees________________________________only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee, all our liabilities under this guarantee shall stand discharged.

Dated the _______ day of_________________________for________________________________________

(Indicate the name of the Bank)

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

ANNEXURE -II

-43-A F F I D A V I T

I/ We have submitted a bank guarantee for the work _________________________________________________________________________________

(Name of work)Agreement No._________________________________________________________ dated __________________________ from __________________________________________________

(Name of the Bank with full address)to the Executive Engineer ________________________________________ with a view to seek exemption from payment of security deposit/performance guarantee in cash. This bank guarantee expires on ____________________________________. I/We undertake to keep the validity of the bank guarantee intact by getting it extended from time to time at my/our initiative upto a period of _____________________ months after the recorded date of completion of the work or as directed by the Engineer-in-Charge.

I/We also indemnify the Government against any losses arising out of non-encashment of the bank guarantee, if any.

Note: The affidavit is to be given by the executant before a first class Magistrate.

Dated :

(Signature of the contractor)

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-44-

ANNEXURE - IIIPERFORMA FOR QUOTING REBATE

v) I/We offer an unconditional rebate of (**) ________% ( ________________________

___________________(**)___________________) on my tendered rates. (In Words)

Contractors Signatures

** To be filled by the Contractor

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-45-LIST OF WORKS IN HAND (PROGRESS)

The contractor shall submit list of works which are in hand / progress in the following form:-

Name of Work Name and Particulars of Divn. Where work is being executed

Value of work

Position of work in progress

Stipulated date of completion and likely date of completion.

1 2 3 4 5

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

-46-PROFORMA FOR THE CEMENT REGISTER

PARTICULARS OF RECEIPT

PARTICULARS OF ISSUE

REMARK

Date of receipt

Quantity received

Progressive Total

Date of issue

quantity issued

Item of work for

Quantity returned at the end of the day

Total issued

Daily Balance in hand

Contractors initial

J.E’s initials

Asstt. Engg. initials

A.E.E.E initials

Original check.

1 2 3 4 5 6 7 8 9 10 11 12 13 14

-47-

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

SCHEDULE OF QUANTITY

Name of Work :- Special repair to Lodhi Flyover and Hari Nagar Ashram ROB. (SH: Replacement of RCC railing with W metal beam crash barrier).

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

SH 1 CARRIAGE OF MATERIALS1.1 Disposal of earth/malba/building rubbish etc. by mechanical

transport for all lead and lift including loading, unloadingand stacking etc. complete as per direction of theEngineer-in-charge.

a) Malba 178 Cum Cum

SH 2 E A R T H W O R K2.1 Providing and Fixing anchor bolt dash fastener of dia 12mm

having 115mm anchorage, HILTI (HST M12x115/20) or equivalentbrand in existing RCC beam of flyover for fixing vertical postof W meal beam railing i/c the cast of all kind ofoperators/helpers necessary T&P, generator etc. for drilling,fixing the anchor.

3456 Nos Each

SH 3 S T E E L W O R K3.1 Welding by electric plant including transportation of electric

welding plant at site etc. complete.35000 cm cm

SH 4 DISMANTLING & DEMOLISHING4.1 Demolishing R.C.C. work including stacking of steel bars and

disposal of unserviceable material within 50 metres lead:

178 cum cum

4.2 Extra for cutting reinforcement bars in R.C.C. or R.B. work(Payment shall be made on the cross sectional area of R.C.C.or R.B. work)

60 sqm sqm

SH 5 R O A D W O R K5.1 Providing and erecting W Metal beam railing in two horizontal

layers comprising of 3mm thick corrugated sheet metal beam rail, fixed to ISMC series channel vertical post 150x75x5mm of size 1.15m long welded to 250x250x16mm base plate fix at bottom of vertical post spaced 2 meter centre to centre (i/c the cost of drilling 4 Nos. of holes required dia for dash fasteners). All steel parts

-48-

and fitments to be galvanized by hot deep process, all fittings toconform to IS 1367 and 1364, metal beam rail to be fixed on

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________

the vertical post with space of channel section 150x75x5mm, 330 long complete as per clause 810 of MORTH DATA BOOK (Rate include for all operations, material etc. complete demolishing of RCC will be paid separately).

1720 Meter Meter

EXECUTIVE ENGINEER

CRM Divn. M-113( GNCTD), PWD, New Delhi

A.E(P) E.E.(P) Correction________Deletion__________Insertion__________