You are on page 1of 25

CPWD 7

GOVERNMENT OF NCT OF DELHI


IRRIGATION & FLOOD CONTROL DEPARTMENT

STATE: DELHI CIRCLE: FLOOD CIRCLE-III

BRANCH: IFC DIVISION: CIVIL DIVISION XI

ZONE:II SUB DIVISION-II

PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS

Tender for the work of

Name of Work : A/R & M/O Supplementary Drain.


Sub work : Restoration/Construction of Boundary wall on left bank of
Supplementary Drain at several locations nearby RD 25075m, RD
25700m and RD 28000m.
Estimated Cost:- 4828001/- EMD: Rs. 96560/-
Time Allowed:- 90 Days

(i) To be submitted online by 15:00 hours on 08/08/2022 to Executive Engineer, Civil Division XI

(ii) To be opened in presence of tenderers who may be present at 15:30Hours on 08/08/2022 in the
office of the Executive Engineer Civil Division-XI

TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F.
Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of
Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules
referred to in the conditions of contract and all other contents in the tender document for the
work.

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

I/We agree to keep the tender open for Ninety (90) days from the due date of its opening.

A sum of Rs 96560/- is hereby forwarded in cash/receipt treasury challan/deposit at call receipt


of a scheduled bank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled
bank/Bank Guarantee issued by a Scheduled bank as earnest money. / A copy of earnest money
in receipt treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt of a
scheduled bank/demand draft of a scheduled bank/Bank Guarantee issued by a Scheduled bank
is scanned and uploaded (strike out as the case may be). If I/we, fail to furnish the prescribed
performance guarantee within prescribed period, I/we agree that the said President of India or
1|Page CD-XI
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 referred to in the tender documents upon the terms and
conditions contained or referred to therein and to carry out such deviations as may be ordered,
upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the
rates to be determined in accordance with the provisions contained in Clause 12.2 and 12.3 of the
tender form.

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

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


Witness: Postal Address*

Address:
Occupation:

2|Page CD-XI
ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for and on behalf of the President of India for a sum of Rs._____
(Rupees_____________________________________________________________).

The letters referred to below shall form part of this contract Agreement: -

a)
b)
c)
For and on behalf of the President of India.
Signature.............................................
Designation.......................……………..
Dated.............................
Executive Engineer,
Civil Division No.XI.
I&FC Deptt., Govt. of Delhi,
Sector – 15, Rohini,
Delhi – 110085.

3|Page CD-XI
PROFORMA OF SCHEDULES
SCHEDULE 'A'

Schedule of quantities (as per PWD-3) Attached

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

-------------------------NA--------------------------

SCHEDULE 'E'
Reference to General Conditions of contract.

Name of Work : A/R & M/O Supplementary Drain.


Sub work : Restoration/Construction of Boundary wall on left bank of
Supplementary Drain at several locations nearby RD 25075m, RD
25700m and RD 28000m.

Estimated cost of work: Rs. 48,28,001/-


i) Earnest money: Rs. 96,560/-
ii) Performance Guarantee 3% of tendered value
iii) Security Deposit 5% of tendered value

SCHEDULE 'F'
GENERAL RULES and DIRECTIONS :
Officer Inviting tender Executive Engineer Civil Division-XI
Maximum percentage for quantity of items of see below
work to be executed beyond which rates are
to be determined in accordance with Clauses
12.2 and 12.3,

Definitions:
2 (v) Engineer-in-Charge Executive Engineer, CD-XI, I&FC Deptt.,
Govt. of NCT of Delhi
2 (viii) Accepting Authority Executive Engineer, CD-XI, I&FC Deptt.,
Govt. of NCT of Delhi
2 (x) Percentage on cost of materials and 15%
Labour to cover all overheads and
profits,
2 (xi) Standard Schedule of Rates. DSR 2016
2 (xii) Department I & FC Deptt., Govt. of NCT of Delhi

9 (ii) Standard PWD contract Form GCC Date of opening of Tender


2019, PWD Form 7/8 as modified &
corrected upto

Clause 1
i) Time allowed for submission of performance 9 days

4|Page CD-XI
guarantee

ii) Maximum allowable extension with late fee 6 Days


@0.1% per day of Performance Guarnttee
amount beyond the period provided in i) above,
in days

Clause 2
Authority for fixing compensation under clause 2. Superintending Engineer, FC-III,
Govt. of NCT of Delhi

Clause 2A
Whether Clause 2A shall be applicable No

Clause 5
Number of days from the date of issue of 15 days
Letter of acceptance for reckoning date of start Mile
stone(s) as per table given below
S.No. Description of Time allowed in days Amount to be withheld in case of
Milestone (Physical) (from date of start) non-achievement of milestone.

1. 1/8th (of the whole 1/4th the whole work.


work)
2. 3/8th (of the whole 1/2th the whole work.
work)
3. 3/4th (of the whole 3/4th the whole work.
work)
4. Full Full

Time allowed for execution of work. 90 Days

Authority to decide:

(i) Extension of time EE, CD-XI (Engineer in Charge or Engineer in charge of Major
Component in case of composite contracts, as the case may be.)

(ii) Rescheduling of mile stones EE, CD-XI (Superintending Engineer in Charge or


Superintending Engineer in Charge of Major Component in case of composite contracts, as
the case may be).

(iii) Shifting of date of start in case of delay in handing over of site… EE, CD-XI
(Superintending Engineer in charge or Superintending Engineer in charge of Major
Component in case of Composite Contracts, as the case may be)

5|Page CD-XI
PROFORMA OF SCHEDULES Clause 5 Schedule of handling over the site

Part Portion of site Description Time Period for


handing over reckoned
from date of issue of
letter of intent.
Part A Portion without any Full -
hindrance
Part B Portions with
encumbrances

Part C Portions dependent on


work of other agencies

Clause 7
Gross work to be done together with net payment/adjustment Rs. 10% of tender amount
of advances for material collected, if any, since the last such
payment work awarded for being eligible to interim payment.

Clause 7A- Whether 7A shall applicable Yes/No

Clause 8A-
Authority to decide compensation on account EE, CD-XI
if contractor fails to submit completion plan

Clause 10A
List of testing equipment’s to be provided by the contractor at site lab

Clause 10 B(ii)
Whether Clause 10B(ii) shall be applicable No

Clause 10C
Component of Labour expressed as percent of value of work = 25%
Clause 10CA Applicable/Not Applicable
Sr.No. Materials covered Nearest material (other than Base Price and its
under this clause cement reinforcement bars and corresponding period of
structural steel and POL) for all the Materials covered
which All India Wholesale Price under clause 10CA*
Index is to be followed.
1 Cement Cement As per cost index issued
2 Steel Steel by DG work of CPWD at
the time of opening of
tender

6|Page CD-XI
∗ Includes cement component used in RMC brought at site from outside approved RMC
plants, if any.
∗ Base price and its corresponding period of all the materials covered under clause 10 CA is
to be mentioned at the time of approval of NIT. In case of recall of tenders, the base price
may be modified by adopting latest base price and corresponding period.

CLAUSE 10 CC Applicable/Not Applicable


Clause 10CC to be applicable in contracts with stipulated period of
completion exceeding the period shown in next column
…………..Months
Schedule of componenet of other materials, labour, POL etc. for escalation.
Component of civil (except materials covered
under clause 10 CA)/Electrcial construction
values of work Xm…………..%
component of Labour-
expressed as percent of total value of work Y ----------%

Note: Xm……..% should be equal to (100)- (materials covered under clause 10CA i.e. Cement,
Steel, POL and other material specified in clause 10CA+Component of Labour)

Clause 11
Specifications to be followed for CPWD Specifications Vol. I &II with upto date correction
execution of work slips.

Clause 12
Authority to decide deviation upto 1.5 times of tendered amount. SE/FC-III

12.2 and 12.3 Deviation limit beyond which clauses 12.2 and 50%
12.3 shall apply for building works
12.5 (i) Deviation limit beyond which clauses 12.2 100%
and 12.3 shall apply for foundation work
(except items mentioned in earth work sub
head in DSR and related items) 100%
(ii) Deviation limit for items mentioned in earth
work dub head of DSR and related items
Clause 16 Competent Authority for Deciding reduced rates Superintending
Engineer, FC-III, Govt.
of NCT of Delhi

Clause 18
List of mandatory machinery, tools and plants to be deployed by the contractor at site
---N/A---

Clause 19 C ____ authority to decide penalty for each default.


Clause 19 D __________ authority to decide penalty for each default.
Clause 19 G ________ authority to decide penalty for each default.

7|Page CD-XI
Clause 19 K ____________ authority to decide penalty for each default.

Clause 25
Constitution of Dispute Redressal Committee (DRC) As per CPWD Manual

Chairman-
Member- -------NIL-------
Member-

Clause 32

Requirement of Technical Representative(s) and recovery Rate

Sl Minimum Designation Rate at which recovery shall be

Experience
N Qualification of (Principal made from the contractor in the

Minimum
Discipline

Number
o. Technical Technical event of not fulfilling provision of
Representative. /Technical clause 36(i)
representative)
Figure Words.
As per Appendix 18 B- attached

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

Diploma holder with minimum 10 Year relevant experience with a reputed construction
co. can be treated at par with Graduate Engineers for the purpose of such deployment subject to
the condition that such diploma holders should not exceed 50% of requirement of degree
engineers.

Clause 38 i) Schedule/statement for determining theoretical quantity of cement and


a) bitumen on the basis of Delhi Schedule of Rates 2016 printed by C.P.W.D.
ii) Variations permissible on theoretical
quantities.
a) Cement
For works with estimated cost put to tender not 3% plus/minus
more than Rs. 25 lakhs.
For works with estimated cost put to tender 2% /plus/minus
more than Rs. 25 lakhs.
b) Bitumen all works. 2.5% plus & only & nil on
minus side
c) Steel Reinforcement and structural steel
sections for each diameter, section and category 2% plus/minus
d) All other materials Nil

8|Page CD-XI
P.W.D.- 6
GOVERNMENT OF DELHI
IRRIGATION & FLOOD CONTROL DEPARTMENT

NOTICE INVITING TENDER

1. Percentage rate tenders are invited on behalf of the President of India from registered and
eligible contractors of any one of I & FC, CPWD, Railway, MES and BSNL for the work. Tender
for the work:

Name of Work : A/R & M/O Supplementary Drain.


Sub Work: Restoration/Construction of Boundary wall on left bank of
Supplementary Drain at several locations nearby RD
25075m, RD 25700m and RD 28000m.

H.O.A:- MH: 2711-03-052-980027 (Maintenance Drainage)


The enlistment of the contractors should be valid on the last date of submission of
tenders.

In case only the last date of submission of tender is extended, the enlistment of
contractor should be valid on the original date of submission of tender.

In case both the last date of download of tender and submission of tender are
extended, the enlistment of contractor should be valid on either of the two dates i.e.
original date of submission of tender or on the extended date of submission of tender.

1.1 The work is estimated to cost Rs.4828001/- however, is given merely as a rough
guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the
major discipline will consolidate NITs for calling the tenders. He will also nominate
Division which will deal with all matters relating to the invitation of tenders.
For composite tender, besides indicating the combined estimated cost put to
tender should clearly indicate the estimated cost of each component separately. The
eligibility of tenderer will correspond to the combined estimated cost of different
components put to tenders.
1.2.1 The tenderer shall quote his rates in the schedule of quantities attached to the tender
documents available on e-procurement portal
https://govtprocurement.delhi.gov.in The eligible I & FCD as well as non I & FCD
Contractors of appropriate class can quote their rates through e-procurement
platform only.

2. The participating contractors should upload scanned copies of the following


documents through e-procurement portal which will be verified at the time of
opening of tender:

i. Registration Certificate under GST Act 2017.

ii. Copy of PAN Card.

iii. Registration Certificate of enlistment in any one of I & FC, CPWD, Railway, MES and
BSNL in the appropriate class.

9|Page CD-XI
iv. Scan copy EMD and same shall be submitted in the Office of EE, CD-Xi before last time
, date of Submission of tender.
v. Copy of ESI & EPF registration.

3. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD-
7 which is available as a Govt. of India Publication. Tenderer shall quote his rates as per
various terms and conditions of the said form which will form part of the agreement.

4. The time allowed for carrying out the work will be 90 Days from the after the date of
written orders to commence the work or from the 1st day of handing over the site,
whichever is later, in accordance with the phasing, if any, indicated in the tender
documents.

5. The Earnest Money amounting to Rs. 96560/- in the form of Demand Draft or pay
order or Banker's Cheque of Fixed Deposit Receipt drawn. favour of the Executive
Engineer, CD-XI, I&FC Department shall be scanned and uploaded on the e-tendering
website within the period of bid submission by all bidders. The original EMD should be
deposited physically/manually in the office of the Executive Engineer, CD-XI within the
period of bid submission which will be verified at the time of opening of tender with
scanned copy of EMD

6. Tenders can be downloaded from the web site https://govtprocurement.delhi.gov.in


up to 14.30 Hrs. on till last date of submission of tender. Online tenders can be
submitted through https://govtprocurement.delhi.gov.in upto15.00 Hrs. on till
last date of submission of tender.

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 at e-procurement website http:/delhi.govtprocurement.com.

7. The technical bids and price bids will be opened by the Executive Engineer, Civil
Division No.-XI, I&FC Deptt., Govt. of Delhi online on e-procurement portal
https://govtprocurement.delhi.gov.in at 15.15 Hrs. and 15.30 Hrs. respectively
on date of opening of tender.

8. Deposition of additional performance security/guarantee:- Deposition of


additional performance security/guarantee under which the lowest bidder shall
submit irrevocable performance security/guarantee @ 50% of the difference of
tender amount & estimated cost put to tender, if the tender amount is quoted by
the 1st lowest bidder more than 15% below the estimated cost put to tender and it
will be returned after satisfactory completion of work. Apart from this the 1st lowest
bidder shall also submit performance guarantee @ 3% of tender amount as per
prevailing practice.

9. The description of the work is as follows : As per Schedule attached.

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

10 | P a g e CD-XI
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 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 factor 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. The competent authority
also reserves its right to allow to the Central Government Public Sector Enterprises /
Joint Ventures with PSEs with a minimum value added content of over 20% by the
latter, a purchase preference with reference to the lowest valid price bid where the
quoted price is within 10% of such lowest price, other things being equal, in case of
tenders / quotations whose date of receipt is upto………………., subject to the estimated
cost being in excess of Rs. 5 crores. All tenders, in which any of the prescribed
conditions are not fulfilled or are incomplete in any respect, are liable to be 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 FC-III Circle, I & FC
Deptt., (responsible for award and execution of contracts) in which his near relative is
posted as Divisional Accountant or as an officer in any capacity between the grades of
Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate
the names of persons who are working with him in any capacity or are subsequently
employed by him and who are near relatives to any gazetted officer in the I & FC
Department or in the Govt. of Delhi. 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 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 Delhi in
writing. This contract is liable to be cancelled if either the contractor or any of his
employees is found at any time to be such a person who had not obtained the

11 | P a g e CD-XI
permission of the Government of Delhi as aforesaid before submission of the tender or
engagement in the contractor’s service.

15. The Tender for the works shall remain open for acceptance for a period of Ninety (90) days
from the date of opening of tenders. If any tenderer withdraws his tender before the said
period or issue of letter of acceptance, whichever is earlier, or makes any modification in the
terms and condition of the tender which are not acceptable to the Department, then the
Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50%
of the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate
in retendering process for the work.

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, ifany, forming the tender as issued at the time of
invitation of tender and acceptance thereof together with any correspondence leading
thereto;

(b) Standard C.P.W.D. form 7.

17. Intending tendrers participating in tendering process in EE CD-XI, I&FC, shall furnish
ESI & EPF registration along with other required documents and the same shall be
uploaded while bidding. Moreover the ESI EPF registration documents of all
contractors shall be kept on records and ESI & EPF registration documents of lowest
tendrer to whom the work awarded shall from the part of the agreement. (This
department office order no. 1417-48 dated 29.01.2016).

EXECUTIVE ENGINEER,
CIVIL DIVISION NO.XI.
I&FC DEPTT., GOVT. OF DELHI
For & on behalf of President of India

12 | P a g e CD-XI
13 | P a g e CD-XI
Schedule of Quantity
Estimated Cost RS. 4828001.00

Earnest Money Deposit Rs. 96560.00


Time Allowed 90 Days
Name of work:- A/R & M/O Supplementary Drain
Sub Work:- Restoration/Construction of Boundary wall on left bank of Supplementary Drain at several locations nearby RD25075m, RD25700m and
RD 28000m.
Item No. Description Qty Unit Rate Amount

Item No. 1 Demolishing brick work manually/ by mechanical means including stacking of 6.00 Cum 899.97 5400.00
serviceable material and disposal of unserviceable material within 50 metres lead as
per direction of Engineer-in-charge. In cement mortar.
Item No. 2 Demolishing R.C.C. work manually/ by mechanical means including stacking of steel 1.00 Cum 1553.31 1553.00
bars and disposal of unserviceable material within 50 metres lead as per direction of
Engineer - in- charge.
Item No. 3 Earth work in excavation by mechanical means (Hydraulic excavator)/manual 189.00 Cum 134.50 25421.00
means over areas (exceeding 30 cm in depth, 1.5 m in width as well as 10 sqm on
plan) including getting out and disposal of excavated earth lead upto 50 m and lift
upto 1.5 m, as directed by Engineer-in-charge.All kinds of soil
Item No. 4 Providing and laying in position cement concrete of specified grade excluding the 81.00 Cum 4782.86 387412.00
cost of centering and shuttering - All work up to plinth level : 1:4:8 (1 Cement : 4
coarse sand (zone-III) : 8 graded stone aggregate 40 mm nominal size)
Item No. 5 Providing and laying factory made precast concrete solid blocks of size 124.00 Cum 8407.68 1042552.00
400x200x100 mm of grade M10 made from recyled C&D waste material from
approved manufacturer in foundation and plinth in cement mortar 1:4 (1 cement : 4
coarse sand)

14 | P a g e CD-XI
Item No. 6 Brick work with clay flyash F.P.S. (non modular) brick of class designation 7.5 in 114.00 Cum 4767.91 543542.00
foundation and plinth in cement mortar 1:6 ( 1 cement : 6 coarse sand) .

Item No. 7 Brick work with available clay flyash F.P.S. (non modular) brick of class designation 85.00 Cum 5907.17 502109.00
7.5 in superstructure above plinth level up to floor two level in Cement mortar 1:4 (1
cement : 4 coarse sand).
Item No. 8 Reinforced cement concrete work in beams, suspended floors, roofs having slope up 12.00 Cum 7892.64 94712.00
to 15° landings, balconies, shelves, chajjas, lintels, bands, plain window sills,
staircases and spiral stair cases above plinth level up to floor five level, excluding the
cost of centering, shuttering, finishing and reinforcement, with 1:1.5:3 (1 cement :
1.5 coarse sand (zone-III) : 3 graded stone aggregate 20 mm nominal size).
Item No. 9 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing 2018.00 Kg 60.44 121968.00
in position and binding all complete upto plinth level. Thermo-Mechanically Treated
bars.
Item No. 10 Centering and shuttering including strutting, propping etc. and removal of form for 116.00 Sqm 206.69 23976.00
all heights: Small lintels not exceeding 1.5 m clear span, moulding as in cornices,
window sills, string courses, bands, copings, bed plates, anchor blocks and the like.
Item No. 11 Providing and laying cement concrete in retaining walls, return walls,walls (any 8.00 Cum 6992.29 55938.00
thickness) including attached pilasters, columns, piers, abutments, pillars, posts,
struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor
blocks, plain window sills, fillets, sunken floor etc., up to floor five level, excluding
the cost of centering, shuttering and finishing :1:2:4 (1 Cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size).
Item No. 12 12 mm cement plaster of mix : 1:4 (1 cement:4 coarse sand). 881.00 Sqm 193.13 170148.00

Item No. 13 15 mm cement plaster on rough side of single or half brick wall of mix : 1:4 (1 756.00 Sqm 223.89 169261.00
cement: 4 coarse sand).
Item No. 14 Providing and applying white cement based putty of average thickness 1 mm, of 210.00 Sqm 93.28 19589.00
approved brand and manufacturer, over the plastered wall surface to prepare the
surface even and smooth complete.
Item No. 15 Providing thematic work on existing boundary wall for depicting theme of 210.00 Sqm 1318.27 276837.00
nature/culture / sanitation by using exterior weather proof emulsion paint
including design charges etc complete.

15 | P a g e CD-XI
Item No. 16 Finishing walls with water proofing cement paint of required shade : New work 13440.00 Sqm 62.79 843898.00
(Two or more coats applied @ 3.84 kg/10 sqm)
Item No. 17 Providing and laying 60mm thick faciory made cement concrete interlocking paver 585.00 Sqm 657.51 384643.00
block of M -30 grade made by block making machine with strong vibratory
compaction, of approved size, design & shape, laid in required colour and pattern
over and including 50mm thick compacted bed of coarse sand, filling the joints with
line sand etc. all complete as per the direction of Engineer-in-charge.
Item No. 18 Surface dressing of the ground including removing vegetation and inequalities not 1500.00 Sqm 14.90 22350.00
exceeding 15 cm deep and disposal of rubbish, lead up to 50 m and lift up to 1.5 m.
All kinds of soil
Item No. 19 Providing and fixing in position true to line and level SFRC railing (Pre-fabricated) in 200.00 Metre 683.46 136692.00
area all size 1000mm x 1000mm x 50 mm on RCC wall.
Total 4828001.00

ASSISTANT ENGINEER-II EXECUTIVE ENGINEER:CD-XI

16 | P a g e CD-XI
SPECIFICATIONS AND GENERAL CONDITIONS

Name of Work : A/R & M/O Supplementary Drain.


Sub Work : Restoration/Construction of Boundary wall on left bank of
Supplementary Drain at several locations nearby RD 25075m,
RD 25700m and RD 28000m.

Scope of work: The work under this contract generally consists of


“Restoration/Construction of Boundary wall on left bank of
Supplementary Drain at several locations nearby RD25075m,
RD25700m and RD 28000m.” The works envisage demolishing of
brick/RCC work, excavation, brick work with FPS flyash in cement
mortar 1:6, PCC, reinforcement, RCC bend,1:1.5:3, cement plaster
1:4, centering and shuttering, wall finished with water proofing
cement paint, thematic painting and SFRC railing etc.

GENERAL SPECIFCATIONS:-
1. Unless otherwise specified in the nomenclature of the items and special terms
and conditions described herein, the work shall be carried out strictly in
accordance with printed CPWD specifications 2009 (Vol. I & II) and with relevant
to other BIS & IRC Code specifications as applicable for the works at Delhi, with
up to date correction slips issued till the date of opening of tenders and
directions of the Engineer-in-charge. In the event of any dispute, the following
shall be the order of priority to decide the issue:-
(i) Description of Schedule of quantity with nomenclature of item.
(ii) “General/Special Terms & Conditions” of the contract.
(iii) Drawing.
(iv) CPWD Specifications -2009 Vol. I & II with upto date correction slips issued
till date of opening of tenders and CPWD works manual 2014, & DSR-2016.
(v) I.R.C. Specifications, B.I.S. Specifications.
(vi) Instructions of the Engineer-in-charge.

2. Deposition of additional performance security/guarantee:- Deposition of


additional performance security/guarantee under which the lowest bidder shall submit
irrevocable performance security/guarantee @ 50% of the difference of tender
amount & estimated cost put to tender, if the tender amount is coated by the 1st
lowest bidder more than 50% below the estimated cost put to tender and it will
be returned after satisfactory completion of work. Apart from this the 1st lowest bidder
shall also submit performance guarantee @ 3% of tender amount as per prevailing
practice.

3. In Item No. 4 ( PCC 1:4:8),the sand and aggregate of quantity at least 25%, will be
used from C&D recycle product i.e. recycle aggregate and manufactured sand.

4. Before tendering rates, the contractor shall visit the site of work and acquaint himself
fully with the site conditions, nature of soil & approaches available for transportation
of labour & material for satisfactory execution of the work.

5. Before quoting the rates, in tendering, the contractor shall inspect the site of work and
fully acquaint himself about the existing site conditions, accessibility of site, space for
stacking/storing materials, T&P and labour, approaches available/required and its

17 | P a g e CD-XI
surroundings, lead involved, any space restrictions etc. for the execution of the work.
Nothing extra over and above the rates tendered by the contractor shall be payable to
the contractor for any site difficulties involved in executing the work and or for making
approaches required for satisfactory execution of work. Cost element of all such factors
which effects on satisfactory completion of work shall be inclusive in the tendered
rates. The quoted rates shall be inclusive for all the working conditions like; carriage of
material/machine to construction site, its maintenance/re-handling/POL/operational
cost etc and nothing extra shall be paid on this account.

6. The work to be executed under this contract shall be subjected to inspection carried
out by the Departmental Officers & the Chief Technical Examiner’s Organizations. Any
defects regarding workmanship or quality of material used, or defect developed during
the maintenance period, if pointed out by the Departmental Officers & the Chief
Technical Examiner, during or after completion of the work shall have to be rectified by
the contractor at his own cost and in case the contractor fails to do so, it shall be got
rectified through any other agency or by the department, at the risk and cost of the
contractor. Any necessary recoveries pointed out by the Departmental Officers & the
Chief Technical Examiner, during the work, same shall have to be made from running
account bills, the security deposit or from any other standing due/payment due to the
contractor against this work or any other work executed by him in I&FC Deptt. or
outside the deptt. The decision of Engineer-in-charge regarding workmanship and
recoveries on account of defective works or work below specification shall be final and
binding on the contractor.

7. The work being under the Technical Control of the Chief Engineer (I&FC), Govt. of
NCT of Delhi and the word CPWD or its officers whenever it occurs in the tender
forms/documents, shall be construed to mean the “Irrigation and Flood Control
Department” Govt. of Delhi or its officers, except in the case of clauses involving
specifications, schedule of rates and working conditions of labour and material.

8. The contractor shall have to make his own arrangement for filtered and unfiltered water
that may be required at site for the labour and for the execution of work. Nothing extra
shall be paid to the contractor on this account beyond his tendered rate.

9. The rates quoted by the contractor shall be inclusive of all taxes, octroi, royalty, NGT
tax and sale tax (vat)/GST, carriage, leads & lifts and all inputs involved for satisfactory
execution of work etc. which shall be deducted from the contactor bill at the time of
payment, as per the direction of Govt. of NCT of Delhi on the payable amount and no
extra payment shall be made other than the quoted rates and no request shall be
entertained due to fresh imposition of new taxes as notified by Delhi Govt. from time to
time. Further in compliance to the direction of Labour Department, Govt. of NCT of
Delhi, 1% (one percent) labour cess of the amount of the cost approved shall be
deducted from the contractor bill at the time of payment.

10. The rates quoted by the contractor shall be inclusive of all operations involved in
execution of each item of schedule of quantities such as cost of labour, material, plant
and machinery, transportation and other inputs involved for satisfactory execution of
work. No extra amount on account of any unforeseen contingency shall be payable
beyond the rates quoted by him in his tender.

11. The contractor for successful execution of the work and to protect and warned the
public about the work being executed and to avoid any accident(s), shall arrange

18 | P a g e CD-XI
adequate diversion routes for convenience of public movement, if required. The
contractor shall deploy night watchman & provide & install sufficient warning signs,
lighting and signaling arrangement at the site at his own cost. He shall also provide
display boards etc. as directed by Engineer-in-charge & nothing extra shall be paid to
contractor for this. All necessary precautions warning sign board including red flags
during day and night hours, shall be fixed/installed by the contractor till the work is
completed. Such lighting and signaling arrangement if found inadequate in the opinion
of the Engineer-in-charge, shall be improved by the contractor, for which extra cost if
any involved shall be borne by the contractor. Nothing extra shall be paid on this
account for lighting and other arrangements. However, if any, mishap occurs either in
absence or shortage of any such arrangement or for any other unknown reason
whatsoever, the contractor shall be fully responsible for paying compensation to the
victims and to face all other legal consequences at his risk and cost.

12. Display Notice Board of size 0.90 m x 0.75 m is to be installed at site of work at a
height of 1.5m above Ground Level or as directed by the Engineer-in- charge,
indicating the Name of work, Agency, Deptt., date of start and completion, tendered
cost etc. No extra payment shall be made on this account.

13. The contractor must take all adequate precautions to protect & safe guard the
executed work from natural causes like; floods or rains or from accident, earth quake,
riots etc. Damages if any occurs to the executed work prior to its recoded completion,
the contractor shall make good the same at his own cost irrespective of the running
payment made to him. No compensation will be allowed to the contractor for these
damages or his tools, plants or material lost or damaged by floods, or rains or from any
other causes viz. riots etc. the deptt. shall in no way be responsible for any loses
occurring due to such causes until the completed work has been handed over to the
deptt.

14. The contractor shall execute the work carefully and safely without any damage to any
adjoining or other structure, equipments or any public utilities. He shall be fully
responsible for any accident/mishap at site during the execution of the work due to
whatsoever reasons and the department shall not be responsible to pay anything to
him or his labour or his machinery/equipment on this account as compensation.
Contractor shall also barricade the work site to prevent any unauthorized entry on to
the site of work.

15. All the mandatory tests shall be got carried out time to time in conformity to CPWD
specifications 2009, Vol. I & II for the materials to be used in the work. The test of
sample of steel (all type), cement, concrete cubes, brick etc. shall be got tested from
the departmental laboratory and if such facility is not available there then it can be
tested in any other Govt. laboratory or private laboratory approved by I&FC Deptt. or as
decided by Engineer-in-charge. No steel, coarse sand, stone aggregate etc. shall be
used without conducting the required mandatory test. The material like coarse sand,
stone aggregate etc. to be used in the works shall be in accordance with the C.P.W.D.
specifications and of good quality to the entire satisfaction of the Engineer-in-charge.
All rejected material will have to be removed and replaced by the contractor
immediately. Testing charges for all construction materials and all other expenditure
required for taking the sample, conveyance, packing etc. shall be borne by the
contractor himself & nothing extra shall be paid to the contractor on this account.

16. During execution of work, care should be taken to avoid any accident on account of
underground/overhead wire, cable passing through the area, working in foul condition,

19 | P a g e CD-XI
flowing water or any mis-happening etc. The department shall not be responsible for
any compensation. The contractor shall quote his rates accordingly and no request on
these accounts shall be entertained at later stage. Moreover the work is to be carried
out in built up areas, if any, and the contractor shall ensure that no damage is caused
to the existing structures and if any mishap or damage occurs due to work, the entire
responsibility including criminal prosecution or enforced liability due to legal action
thereof, shall rest with the contractor. The tenderer shall be deemed to have carefully
examined, the drawings, conditions of contract and specifications of the work and all
other documents comprising the tender before tendering the rates for different items of
works.

17. If the scope of work at any stage during the execution is amended under the relevant
clauses of the tender documents, the additional work shall have to be carried out as
per CPWD specifications 2009, Vol. I & II.

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

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

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

21. The contractor shall make necessary approaches to carry men and material for
satisfactory execution of work as well as for inspection of the departmental officers and
keep them in good condition till completion of work. No claim whatsoever shall be
entertained by the department on this account.

22. The contractor shall store all materials in proper manner so as to avoid
contamination/pollution and deterioration of material and environment. There may be
possibility of rehandling of all materials used in the work due to narrow lanes or
obstructions by any reason. The rate quoted by the contractor shall also includes this
aspect of rehandling or extra lead involved of any material beyond his quoted rates
against the item.

23. The contractor shall provide all test appliances at the site such as weighing scale,
calibrated cylinder, standard sieves, thermometer, slump testing equipment, measuring
devices such as tape, vernier caliper, screw gauge, rebound hammer, plumb bob etc.
in order to ensure that the quality & quantity of the material and workmanship is
consistent with the prescribed specifications. Nothing extra shall be paid to the
contractor on this account.

24. No compensation will be payable to the contractor on account of his staff, labour or any
T & P and machinery remaining idle due to hindrances in the work, stoppage of work or
delay caused during the progress of work due to any reason what-so-ever.

20 | P a g e CD-XI
POWER/ELECTRICITY: -

The department shall not make any arrangement for providing power or electric supply
to the contractor. The contractor shall have to make his own arrangement and obtain
requisite electric power point, if needed from BSES/NDPL etc. as the case may be.
The Department, however, can recommend his case for sanction for temporary
connection. Any expenditure incurred in this regard shall be the liability of the
contractor and the department shall neither reimburse nor make any alternative
arrangements and same shall have to be made by him from his own source to ensure
completion of work as per schedule. No extra payment shall be payable to the
contractor on this account. The contractor shall lay lines, cables and other accessories
as per specifications and as per requirement of BSES/NDPL authority. In case of any
none payment of dues if pointed out or referred by BSES/NDPL to this organization,
the same shall be recovered from the bills due for payment against the contractor. After
completion of work the contactor shall also submit no dues certificate from concerned
electric deptt. i.e. BSES/NDPL etc. The contractor should also arrange his own
generators or diesel pumps to supplement for electricity failure to ensure uninterrupted
working. Nothing extra shall be paid on this account.

25. CEMENT: -
i) The cement required for the work is approximately 58.00 MT. The contractor
shall procure 43 grade OPC cement of brand i.e. ACC, GRASIM, GUJRAT AMBUJA,
BIRLA (VIKRAM), ULTRA TECH, SHREE CEMENT & J.K. Cement. Supply of cement
shall be taken in 50Kg. bags bearing manufacturer's name & date and ISI marking.
Sample of cement arranged by the contractor shall be got tested from I&FC laboratory
or any other Govt. laboratory as per the direction of the Engineer-in-charge in
accordance with provision of relevant BIS codes before actual use at work and on
every change of brand of cement during execution of work. In case test result indicate
that the cement arranged by the contractor does not confirm to the relevant BIS codes,
whole lot brought at site shall stand be rejected and shall be removed from the site by
the contractor at his own cost within a week’s time after written order from the
Engineer-in-charge to do so. The contractor shall supply free of cost the cement
required for testing. The cost of tests shall be borne by the contractor for all type of
construction material & for all type of tests in respect of this work & nothing extra will be
reimbursed to the contractor on this account.

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

iii) Preferably one brand of cement shall be used by the contractor & he shall have to
produce all the bills in support of purchase of cement as well as test report from the
company for record. Running payment shall be made to the contractor for the executed
work where cement is used and when all such documents are provided by the
contractor. In case the brand of cement is changed during the course of execution of
work, sample shall again be got tested for each & every lot of the brand so changed at
the cost of the contractor.

21 | P a g e CD-XI
iv) Cement brought to site and cement remaining unused after completion of work shall
not be removed from site without written permission of the Engineer-in-charge.

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

26. The water required for execution of work has to be arranged by the contractor. Before
use of water in the work, the same shall have to be got tested for assessing its
suitability for use in the work. The test should be got done from the approved
laboratory by the department and the cost of the test shall be borne by the contractor.

27. All the requisite mandatory field/lab tests shall be carried out in conformity to latest
CPWD/MORTH/BIS Specifications from time to time. For field test all the appliances
required shall be arranged by the contractor at his own cost. For laboratory test
besides bearing all the cost of testing including material to be tested, the contractor
shall provide all facilities for collection of sample, conveyance packing etc.

28. If required, strength for the mortar and chemical composition test may be carried out
for already executed work in approved lab. or as per direction of Engineer-in-charge.
The sample of the same shall be signed by the contractor and the departmental officer
and shall be sent in sealed cover to the approved lab of the department or as per
direction of the Engineer-in-charge. Results of the lab shall be binding on the
contractor and on the basis of the results the whole or part of the work from where the
samples were picked-up shall be treated as rejected. In case results of the samples are
not found in conformity to the specification the work shall have to be re-executed by
the contractor.

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


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

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

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

32. Collection of materials at site for proper execution of the work as per specifications
shall include all leads and lifts. The rates quoted by the contractor shall hold good,
irrespective of the quarry/sources from which material are brought so long as it
confirms to the specifications. Closure/change of any part as quarry/source shall not
entitle the contractor to claim any revision in rates.

22 | P a g e CD-XI
33. Soon after the award of work, the contractor shall submit the program of execution of
work in writing and get it approved from the Engineer-in-charge and strictly adhere with
the same for the timely completion of the project. The program schedule for execution
of work should have start and completion dates of various stages/item of work.

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

35. The contractor shall at all time, have a reasonable and proper check for the safety of
the labour at site of work and shall comply with the provision of current safety laws,
building and condition codes of Government as applicable form time to time.

36. The executing agency shall take all the measures during executing of work no
contribution to the air/water/garbage/pollution contributes from the working
site, if any, or the monitoring agencies point out pollution contribution to
environment of issue challan or other penalty, same to be borne by the
working agency and also shall face all other legal consequences, if any, at his
own risk and cost. The department shall have no any role in any manner for
such default.

37. Anti-Malaria Condition:- All Anti Malaria precautions shall be taken by the agency
at work site as well as at labour huts otherwise penalty as deemed fit by concerned
department/I&FC department, shall be borne by the working agency and also shall
face all other legal consequences, if any, at his own risk and cost. The department
shall have no any role in any manner for such default.

38. It will be the responsibility of the contractor to ensure no mosquito breeding at work
site and if found, then penalty as deemed fit by concerned department/I&FC
department, shall be borne by the working agency and also shall face all other legal
consequences, if any, at his own risk and cost. The department shall have no any
role in any manner for such default.

39. Where reference is made to CPWD officers in the tender documents the same shall
be construed to mean officers of the Irrigation and Flood Control Department, Govt.
of NCT of Delhi.

40. The contractor or his authorized representative shall always be available at site of
work to take instructions from the departmental officers and ensure proper execution
of work.

41. Bricks:
The fly ash F.P.S bricks / concrete Blocks to be used, shall confirm to CPWD
specifications. The sample of bricks shall be got tested before using at site of work.
The minimum average wet compressive strength of fly ash F.P.S (non modular) brick
shall not be less than 75 kg/cm2 when tested. The net compressive strength of any
individual brick shall not fall below the minimum average net compressive strength
specified for the corresponding class of brick by more than 20%. The F.P.S (non
modular) bricks shall be sound, compact and uniform in shape. The bricks shall be free
from visible cracks, wrap page and organic matters. The bricks shall be solid and with
frog on one face as per specification. The bricks shall have smooth rectangular faces

23 | P a g e CD-XI
with sharp corners and shall be uniform in shape and colour. Bricks shall be tested in
I&FC Laboratory or any other Govt. laboratory.

42. CURING: All works involving cement i.e. cement concrete, brick work, cement plaster
etc. shall be properly cured by keeping them constantly moist for a period not less than
07 days after casting or as specified in C.P.W.D. specifications.

43. ESI & EPF REGISTRATION: -


(i) All the labour laws issued by Govt. from time to time shall be followed by the
contractor.
(ii) The contractor should obtain labour registration from labour department for
engagement and / or supplying contract labours/employees under contract labour
(Regulation and Abolition) Act, 1970 and the contract labour (Regulation &
Abolition) Central Rules, 1971 with upto date amendments. The contractors
should also furnish ESI & EPF Registration along with other required documents
during tendering process. Work specific labour license shall be provided by the
contractor after award of work.

44. Deviation, Extra item and Substitute items

The rates quoted by the contractor shall be treated as market rates. During execution
of work, if any scheduled/substitute items occurs then the rates of the same will be
derived and paid according to the awarded percentage of tender based on applicable
Delhi Schedule of rates on which contractor has quoted his rates. For non-scheduled
items, the rate will be provided as per prevailing practice.

45. Third Party Quality Assurance

(i) The 3rd party quality assurance checks/inspection shall be carried by one of
the agency i.e. DIMTS, IIT Delhi, IIT Roorkee, CRRI, EIL, RITES, DTU, NSUT,
WAPCOS Ltd., Jamia Millia lslamia University or any other Govt. Agency/Semi
Govt./PSU as decided by Engineer-in-charge. The decision of Engineer-in-
charge in this regard shall be final and binding on the contractor.

(ii) MODE OF PAYMENT TO THE 3RD PARTY: Any advance payment, if required to the
3rd party for consultancy/quality check shall be paid by the Department in advance
before start of the work to the consultant. Generally, total cost of such consultancy is
1% of the awarded amount plus service tax applicable. The advance payment to the
3rd party by the Department shall be withheld proportionately from the running bill of
contractor and the same shall be released after successful completion of the work as
per CPWD specification & CPWD Works Manual and receipt of satisfactory
completion report from the third party quality consultant at the time of payment of
final bills.

Running/final payment of the work shall only be paid to the contractor after receipt of
satisfactory report of 3rd Party Quality Assurance team, in respect of executed work
of which payment is being made.

45. Progress Photographs:- The contractor shall arrange a set of having 03 photos at
same location. These photos clearly show the condition of site before, during & after
of work executed. The size of these coloured photographs shall be 5”X7” or more as
directed by Engineer-in-charge. Such 03 nos. sets at 03 different locations shall be
arranged by the contractor. No extra payment shall be made on this account. The
agency shall submit photographs of different stage of work at the time of submission

24 | P a g e CD-XI
of each running bills and completion of work. The one set of photograph shall be at
one location & photographs shall be in such a way that could be easily identified
locations and cover of the work.

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

ASSISTANT ENGINEER-II EXECUTIVE ENGINEER


CIVIL DIVISION No. XI CIVIL DIVISION No. XI

Signature Not Verified


Digitally signed by Bhaskar Dutt Sharma
Date: 2022.08.03 14:08:47 IST
Location: NCD of Delhi-DL
25 | P a g e CD-XI

You might also like