+ All Categories
Home > Documents > O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB...

O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB...

Date post: 30-Oct-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
34
AE (C) Page 1 of 34 Contractor O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB DIVISION - V, SAROJINI NAGAR, NEW DELHI 110 023 T E N D E R D O C U M E N T FOR THE WORK OF Provision of New Water Supply Pipe Line at PO Bldg, Chankyapuri, New Delhi NAME OF TENDERER : M/ s ADDRESS OF TENDERER: Certified that this tender document contains 34 Pages from 1 to 34 and no page is missing or torn. Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi
Transcript
Page 1: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 1 of 34 Contractor

O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB DIVISION - V, SAROJINI NAGAR,

NEW DELHI – 110 023

T E N D E R D O C U M E N T

FOR THE WORK OF “Provision of New Water Supply Pipe Line at PO Bldg, Chankyapuri, New Delhi” NAME OF TENDERER : M/ s ADDRESS OF TENDERER:

Certified that this tender document contains 34 Pages from 1 to 34 and no page is missing or torn.

Assistant Engineer (C)

Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Page 2: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 2 of 34 Contractor

INDEX

NIT No. AE - V/ P/ ND/ NIT/ 2016-17/11/691 Date: 16.01.2017

Sr. No. DESCRIPTION PAGE NO

1 Cover Page 1

2 Index 2

3 Important instructions to the tenderers who have

downloaded the tender document from the website 3

4 Declaration 4

5 Notice Inviting tender 5-6

6 INSTRUCTION FOR TENDERER USING DOWNLOADED

TENDER DOCUMENT FROM WEBSITE 7

7 UNDERTAKING FROM THE FIRM 8

8 CERTIFICATE 9

9 CPWD -6 10-12

10 CPWD -8 (Abridged form) 13-14

11 Performa of Schedules 15-18

12 Correction slip No.1 19

13 Special Conditions for Aluminium Works 20

14 Guarantee to be executed by contractors for removal of

defects after completion in respect of water proofing works 21

15 Additional conditions, additional specifications and

important notes 22-28

16 Special conditions for ISI marked items 29-33

17 Schedule of Quantity 34

Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi.

Page 3: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 3 of 34 Contractor

IMPORTANT INSTRUCTIONS TO TENDERERS WHO HAVE

DOWNLOADED THE TENDER DOCUMENT FROM WEB

The tenderers who have down loaded the tenders from the web, should read

the following important instructions carefully before actually quoting the rates & submitting the tender documents: -

1. The tenderer should see carefully & ensure that the complete tender document including schedule of quantity has been down loaded & there are 36 pages in all in the tender document.

2. The printout of tender document should be taken on 12” (A4) paper only. 3. The tenderer should ensure that no page in the down loaded tender document

is missing. 4. The tenderer should ensure that all pages in the down loaded tender document

are legible & clear & are printed on a good quality paper. 5. The tenderer should ensure that every page of the downloaded tender

document is signed by tenderer with stamp (seal). 6. On page „2‟ or „3‟ of the down loaded tender document, the name of the

tenderer should be filled by the tenderer. 7. The tenderer should ensure that the down loaded tender document is properly

bound and sealed before submitting the same. 8. The loose / spiral bound tenders not properly sealed shall be rejected out-

rightly. 9. In case of any correction/addition/alteration/omission in the tender document, it

shall be treated as non- responsive and shall be rejected. 10. The tenderer shall furnish a declaration to this effect that no addition/

deletion/corrections have been made in the tender document submitted and it is identical to the tender document appearing on Web site.

11. The tenderer should read carefully & sign the declaration given on the next page before submitting the tender.

12. The cost of tender should be submitted along with the EMD as detailed in NIT. 13. In case of any doubt in the down loaded tender, the same should be got

clarified from the O/O Assistant Engineer (C), Postal Civil Sub Division New Delhi before submitting the tender.

CONTRACTOR Assistant Engineer (C)

Page 4: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 4 of 34 Contractor

D E C L A R A T I O N (TO BE GIVEN BY THE TENDERERS WHO HAVE DOWNLOADED THE TENDER DOCUMENT FROM THE WEB)

It is to certify that:

1) I / we have submitted the tenders in the Performa as downloaded directly from the website. 2) I/ We have submitted tender documents which are same / identical as available in the website. 3) I / we have not made any modification / corrections / additions etc in the tender documents downloaded from web by me / us. 4) I / We have checked that no page is missing and all pages as per the index are available & that all pages of tender document submitted by us are clear & legible. 5) I / we have signed (with stamp) all the pages of the tender document before submitting the same. 6) I / we have sealed the tender documents properly before submitting the same. 7) I / We have submitted the cost of tender along with the EMD. 8) I have read carefully & understood the important instructions to the all tenderers & to tenderers who have down loaded the tenders from the web. 9) In case at any stage later, it is found there is difference in our downloaded tender documents from the original, Department shall have the absolute right to take any action as deemed fit without any prior intimation to me / us. 10) In case at any stage later, it is found that there is difference in our downloaded tender documents from the original, the tender / work will be cancelled and Earnest Money/ Security Deposit will be forfeited at any stage whenever it is so noticed. The department will not pay any damages to me / us on this account. 11) In case at any stage later, it is found that there is difference in our downloaded tender documents from the original, I / We may also be debarred for further participation in the tender in the department & would also render me / us liable to be removed from the approved list of contractors of the Department. Dated ………………………

(CONTRACTOR) (SIGN WITH SEAL)

Page 5: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 5 of 34 Contractor

DEPARTMENT OF POSTS, INDIA (CIVIL WING)

O/o THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB DIVISION-V, SAROJINI NAGAR,

NEW DELHI – 110 023

NOTICE INVITING TENDER

No.: AE - V/ P/ ND/ NIT/ 2016-17/11/691 Date: 16.01.2017

The Assistant Engineer (Civil), Postal Civil Sub Division-V, Sarojini Nagar, New

Delhi on behalf of „President of India‟ invites sealed item rate tenders for following work from the eligible firms who fulfils the following eligibility conditions.

Name of Work: “Provision of New Water Supply Pipe Line at PO Bldg, Chankyapuri, New Delhi” Estimated Cost : ` 64834

EMD : ` 1297 Tender Cost : ` 150 (Non Refundable) Time for completion of work : Seven days Last date of receipt of application : 23.01.2017 upto 4.00 PM Last date of sale of tender : 24.01.2017 upto 5.00 PM Last date of receipt of tender : 25.01.2017 upto 3.00 PM Date of opening of tender : 25.01.2017 at 3.30 PM Validity of the Tender : 90 days

In case holiday is declared on the last date of receipt of application, the earlier working day will

be treated as last date of receipt of application and in case holiday is declared on opening day, tenders will be opened on the next working day.

ELIGIBILITY CONDITIONS: 1. The contractors/ firms enlisted in D.O.P, BSNL, C.P.W.D., Railways, M.E.S, Local State P.W.D (B

& R) and Allied Departments of Local State PWD (B & R) eligible for tendering in the respective State PWD (B & R) for building works in a category whose financial limit is more than the estimated cost.

2. The firm during the last 7 years ending last day of the month previous to the one in which the tenders are invited should have successfully completed required number of similar works (the similar type of work as specified in the schedule of works) in Central Government / State Government / BSNL of requisite value as follows:

a) 3 (Three) Similar works each for value not less than 40% of the estimated cost put to tender „or‟ b) 2 (Two) Similar works each for value not less than 60% of the estimated cost put to tender „or c) 01(One) Similar works each for value not less than 80% of the estimated cost of the works during the last seven years ending 31.12.2016.

3. The Firm shall submit the following certificates along with the application at the time of purchase of

the tender documents: a) Attested copies of ITCC/ Turnover certificates from Chartered Accountant for last 3 years to be furnished along with the application on their printed letter head.

Page 6: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 6 of 34 Contractor

b) List of works completed of the requisite magnitude along with attested copies of certificate, testimonials of their satisfactory completion from the Department concerned from an officer not below the rank of Executive Engineer. The completion certificate must clearly indicate: (a) date of completion of work as per agreement and actual date of completion with compensation levied or not. (b) Nature of work that must be similar to “”(c) That the work has been completed satisfactorily. (d) Value. 4. The “Tender” and “Earnest Money” shall be placed in separate sealed envelopes marked “Tender”

and “Earnest money” respectively. EMD shall be in the form of Demand Draft / Pay Order/ Receipted treasury challan/ Deposit at call receipt issued by Nationalized or Schedule Bank in favour of “Accounts Officer, Postal Civil Division, New Delhi”.

5. The tender and earnest money including cost of Tender (if Tender is down loaded from WEB) shall

be placed in Separate sealed envelope each marked “TENDER” and “EMD” respectively and both shall be placed and sealed in third envelope with the name of work, addressed to the Assistant

Engineer (C), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi. The tender of the Contractor who do not deposit the earnest money in the above manner will be summarily rejected.

6. Tenders in which any of the prescribed conditions is not fulfilled or any condition including that of

conditional rebates is put forth by the tenderer shall be summarily rejected. However, the tenders with unconditional rebate will be acceptable.

7. The blank tender document with additional conditions and schedule of quantities / other schedule

can also be downloaded from Web site www.eprocure.gov.in. The cost of tender (Non-refundable) may be submitted along with EMD in the same manner as specified in above Para.

8. 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 the 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 Assistant Engineer (Civil), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi between hours of 11: 00 A. M. and 04: 00 P. M. from 16.01.2017 to 23.01.2017 every day except on Saturdays, Sundays and Public Holidays. Tender documents, excluding standard forms, will be issued from the office, during the hours specified above on payment of ` 150/- in cash/ Demand

Draft/ Pay Order (Non- Refundable) as cost of tender documents. OR

The firm can download the tender document from our website and in that case, the tender fees can only be in the form of Demand Draft/ Pay Order and drop the same in the tender box up to the last date of

submission in the O/o The Assistant Engineer (Civil), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi as per the instruction in this document.

Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Copy to: - 1) Notice Board. 2) The EE( C), Postal Civil Division, New Delhi. 3) The Contractor‟s Association, CPWD „Y‟ Shape Bldg. IP. Estate, New Delhi. 4) The Contractor‟s Association (Central) 44, Regal Bldg. New Delhi. 5) All AE‟s Under Postal Civil Division, New Delhi.

Assistant Engineer (C)

Page 7: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 7 of 34 Contractor

INSTRUCTION FOR TENDERER USING DOWNLOADED TENDER DOCUMENT FROM WEBSITE

i. The downloaded “Tender documents” in which rates are quoted should be properly bound and wax sealed. Loose/ spiral bound submission shall be rejected out rightly (in case of any correction/ addition/ alteration/ omissions in the tender documents shall be treated as non responsive and shall be rejected). Every page of downloaded tender shall be signed by the contractor with stamp (seal). The tenderer shall furnish declaration to this effect that no addition / deletion/ correction have been made in the tender documents submitted and it is identical to the tender document appearing on WEBSITE.

ii. The tenderers shall also submit attested copies of eligibility and experience particulars in a separate sealed envelop superscribing “Eligibility Documents” in addition to the „Tender‟ and „EMD‟ as specified in para above. The envelope containing eligibility document shall be opened first. The envelope containing „Tender‟ and „EMD‟ shall only be opened for those tenderers who meet the eligibility criteria as per this NIT. The tender of the Contractor who do not submit the eligibility documents in the above manner will be summarily rejected.

iii. The agreement shall be drawn only on the original tender documents available with the Assistant Engineer (C). Original tender documents are available in the O/o Assistant Engineer (C), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi which can be seen by the intending tenderer before tendering for the work.

Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Page 8: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 8 of 34 Contractor

UNDERTAKING FROM THE FIRM

(To be furnished by the firm before quoting)

1. I/ we have gone through the terms & conditions/ clauses of standard PWD-6 &

PWD-8 forms containing general conditions of contact and amendments/

modifications issued by CPWD in forms CPWD 6, CPWD 8 being adopted by the

Department of Posts, Civil Wing and agree to abide by the same.

2. I hereby agree that PWD-6 & PWD-8 forms shall form part of the agreement in case

the work is awarded to us.

Date: Signature of Contractor

Note:-

The CPWD form 8 – 2010 including amendments is a Government of India

publication, published by DG (W), CPWD, Nirman Bhavan, New Delhi – 110 001 and

printed & marketed by M/s Jain Book Agency, New Delhi -110001, Phone No:

23416390, 23416397, which can be purchased by the firm for reference.

(OR)

The CPWD form 7/ 8 -2010 including amendments can be seen by the firm at the

office of the concerned Assistant Engineer (Civil), Postal Civil Sub-Division between

hours of 11.00 AM and 04.00 PM on working days.

Page 9: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 9 of 34 Contractor

CERTIFICATE

(To be signed by all contractors)

Sub: Participation of near relatives of the Postal employee (s) in the Tender/ Execution of works in

Department of Posts.

Certified that I____________________________________________________

S/o________________________________r/o____________________________________________

______________________________________ hereby certify that none of my relative(s) as defined

in the tender document is/ are employed in Department of Posts as per details given in tender

document. In case, at any stage, it is found that the information given by me is false/ incorrect, the

Department shall have absolute right to take any action as deemed fit/ without any prior information to

me.

Date: Signature of Contractor

Note: The near relatives for this purpose are defined as: -

a) Members of a Hindu undivided family.

b) They are Husband and wife.

c) The one is related to the other in the manner as Father, mother, son(s) & Son‟s wife (daughter in law)

daughter (s) & daughter‟s husband (son-in-law), Brother(s) and Brother‟s wife (sister-in-law), sister (s)

and sister‟s husband (brother-in-law).

Page 10: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 10 of 34 Contractor

GOVERNMENT OF INDIA DEPARTMENT OF POSTS

NOTICE INVITING TENDER (PWD 6)

1. Item rate tenders are invited on behalf of President of India from approved eligible contractors for the work of “Provision of New Water Supply Pipe Line at PO Bldg, Chankyapuri, New Delhi” The enlistment of the contractors should be valid on the last date of sale of tenders. In case only the last date of sale of tender is extended, the enlistment of contractor should be valid on the original date of sale of tenders. In case both the last date of receipt of application and sale of tenders are extended, the enlistment of contractor should be valid on either of the two date i. e. original date of sale of tender or on the extended date of sale of tenders. See Notice inviting Tender on page No. 5-6.

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. 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.

4. The time allowed for carrying out the work will be Seven days from the date of start as defined in

schedule F or from the first day of handing over the site, whichever is later, in accordance with the phasing, if any, indicated in the tender document.

5. The site for the work is available. 6. 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 the 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 Assistant Engineer (C), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi between hours of 11: 00 A. M. and 04: 00 P. M. from 16.01.2017 to 23.01.2017 every day except on Saturday, Sundays and Public Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above on payment of ` 150/- in cash/ Demand Draft/ Pay Order (Non- Refundable) in favour of “Accounts Officer, Postal Civill Division, New Delhi”.as cost of tender documents.

7. Earnest Money: (i) Tenders, shall be accompanied with Earnest Money of ` 1297/- in form of cash

(upto R 10, 000/-)/ Receipt Treasury Challan/ Deposit at Call receipt of a scheduled bank/ fixed

deposit receipt of a scheduled bank/ demand draft of a scheduled bank issued in favour of “Account officer, Postal Civil Division, New Delhi”. 50% of earnest money or ` 20 lakh, whichever is less, will

have to be deposited in the shape prescribed above and balance amount of earnest money can be accepted in the form of Bank guarantee issued by a scheduled bank. (ii) The tender and the earnest money shall be placed in separate sealed envelopes, each marked as “Tender” and “Earnest Money” respectively. In cases, where earnest money in cash is acceptable, the same shall be deposited with the Cashier of the Division and the receipt placed in the envelope meant for earnest money. Both the envelopes shall be submitted together in Another sealed envelope with the name of work and due date of opening written on envelope, which will be received by the Assistant Engineer (C), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi upto 15:00 Hours on 25.01.2017 and will be opened by him or his authorized representative in his office on the same day at 15:30 Hours. The envelop marked “Tender” of only those tenderers shall be opened, whose earnest money, placed in the other envelope, is found to be in order.

Page 11: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 11 of 34 Contractor

Performance Guarantee: The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (five percent) of the tendered amount within the period specified in

Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than R

10, 000/-) or Deposit at call receipt of any scheduled bank/Banker‟s cheque of any scheduled bank/ Demand Draft of any scheduled bank/Pay order of any scheduled bank (in case guarantee amount

is less than R 1, 00, 000/-) or Govt. Securities or Fixed Deposit Receipts or Guarantee Bonds of any

Scheduled Bank or the State Bank of India in accordance with the prescribed form.

In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule „F‟, including the extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor.

8. The description of work is as follows:

Name of work: “Provision of New Water Supply Pipe Line at PO Bldg, Chankyapuri, New Delhi” Copies of other documents pertaining to the works will be open for inspection by the tenderers at the office of the above-mentioned officer. Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so 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 factors having a bearing on the execution of the work”.

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

10. Canvassing whether directly or indirectly in connection with tenders is strictly prohibited and the

tenders submitted by the contractors, who resort to canvassing will be liable to rejection. 11. The competent authority on behalf of President of India reserves to himself the right of accepting

the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

12. The contractor shall not be permitted to tender for works in the Postal Electrical Circle (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the DOP/ DOT/ BSNL or in the Ministry of Communications & IT. Any breach of this

Page 12: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 12 of 34 Contractor

condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

13. No Engineer of gazetted rank or other Gazetted officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of two years after his retirement from 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.

14. The tender for the works shall remain open for acceptance for a period of 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, 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. 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. 15. The tenderer should put his seal and signature on specific places on the specific pages in addition

to the bottom of all the pages of this tender document, before submission. 16. For Composite Tenders 16.1.1 The tenderer must associate with him self-agencies of the appropriate class eligible to tender for the other components individually. 16.1.2 It will be obligatory on the part of the tenderer to sign the tender document for all the components. (The schedule of quantities, conditions and special conditions etc.) 16.1.3 After the work is awarded, the contractor will have to enter into separate agreements for each component with the Officer concerned. 16.2 The Assistant Engineer-In-charge of the major component will call tenders for the composite work. The cost of tender document and Earnest Money will be fixed with respect to the combined estimated cost put to tender for the composite tender. Security Deposit will be worked out separately for each component corresponding to the estimated cost of the respective component of works. The Earnest Money will become part of the security deposit of the major component of work. 17. On acceptance of the composite tender by the competent authority, the letter of award will be issued by the Engineer-In-charge of the major component on behalf of president of India, making it clear in the letter of award the contractor will have to execute separate agreement for different components of work with the concerned officer of the respective discipline. (Designation to be given)

Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Page 13: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 13 of 34 Contractor

CPWD 8 GOVERNMENT OF INDIA DEPARTMENT OF POSTS

STATE : DELHI CIRCLE : AMBALA BRANCH : CIVIL WING DIVISION : NEW DELHI ZONE : NORTH EAST ZONE SUB-DIVISION : V, NEW DELHI

Item Rate Tender & Contract for Works

Tender for the work of: “Provision of New Water Supply Pipe Line at PO Bldg, Chankyapuri, New

Delhi”

(i) To be submitted by 15:00 hours on 25.01.2017 to the Assistant Engineer (C), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi. (ii) To be opened in presence of tenderers who may be present at 15:30 hours on 25.01.2017 in the

office of Assistant Engineer (C), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi. Issued to: M/s __________________________________________________________________ Signature of officer issuing the documents

Designation Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Date of issue: TENDER

I/ We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F., Specification applicable, Drawings & Designs, General Rules and Directions, conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/ We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule „F‟ viz. schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to In Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for by, and in respects of accordance with, such conditions so far as applicable. We agree to keep the tender open for Ninety (90) days from the due date of submission thereof and not to make any modifications in its terms and conditions. A sum of ` 1297/- is hereby forwarded in cash /receipt treasury Challan/ deposit at call receipt of a

schedule bank fixed deposit receipt of scheduled bank/demand draft of a scheduled bank in favour of the “Accounts Officer, Postal Civil Division, New Delhi” as earnest money. If I/ we fail to furnish prescribed performance guarantee within the prescribed period, I /we agree that the said President of India or his successors 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 the work as specified, I / we agree that the President of India or his successors in the 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

Page 14: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 14 of 34 Contractor

accordance with provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/ we agree that in case of forfeiture of Earnest Money and Performance Guarantee as aforesaid. I/ we shall be debarred for participation in the re-tendering process of the work. I/ We undertake and confirm that eligible similar work (s) has/have not been got executed through another contractor or back to back basis. Further that, if such a violation comes to the notice of Department, then I/ We shall be debarred for tendering in DOP in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineer-in-charge shall be free to forfeit the entire amount of Earnest Money Deposit / Performance guarantee. 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 authorized to communicate the same to use the information in any manner prejudicial to the safety of the State. Dated: Signature of contractor Postal Address Witness: Address: Telephone No.: Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by

me for and on behalf of the President of India for a sum of R_________________

(R________________________________________________________________________________)

The letters referred to below shall form part of this contract Agreement:- i) ii) iii)

For & on behalf of the President of India

Signature:

Designation: Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Dated :

Page 15: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 15 of 34 Contractor

SCHEDULES

SCHEDULE „A‟ Schedule of quantities (Enclosed) SCHEDULE „B‟ Schedule of materials to be issued to the contractor.

Sr. No.

Description of items

Quantity

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

Place of Issue

Recovery Rate (If material not returned back to the Department

1 2 3 4 5 6

NIL

SCHEDULE „C‟ Tools and plants to be hired to the contractor

Sr. 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: - NA SCHEDULE „E‟ Schedule of components of cement, steel, other material, labour etc. for price escalation : NA SCHEDULE „F‟ Reference to General conditions of contract: General conditions of contract for CPWD Works – 2010

with amendments issued upto date of issue of tender. Name of work:” Provision of New Water Supply Pipe Line at PO Bldg, Chankyapuri, New Delhi” Estimated cost of work : ` 64834/-

Earnest money : ` 1297/- Performance Guarantee : 5% of tendered value Security Deposit : 5% of tendered value

Page 16: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 16 of 34 Contractor

General Rules & Direction: Officer inviting tender: Assistant Engineer (C), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi Maximum percentage for quantity of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3. (See below) Definitions: 2 (v) Engineer-in-Charge: Assistant Engineer (C), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi 2 (viii) Accepting Authority: Assistant Engineer (C), Postal Civil Sub Division-V, Sarojini Nagar, New Delhi 2 (x) Percentage on cost of materials and labour to cover all overheads and profits - 15% 2 (xi) Standard schedule of Rates : DSR‟ 2014/ MR/ Minimum wages as per State Govt. 2 (xii) Department : Department of Posts 9 (ii) Standard CPWD Contract Form 8 as modified and corrected upto dated Clause 1 I) Time allowed for submission of Performance Guarantee from

the date of issue of letter of acceptance, in days : 7 days II) Maximum allowable extension beyond the period provided In I) above days : 3 days Clause 2 Authority for fixing compensation under clause 2. : SE (C), PCC, New Delhi Clause 2 A Whether clause 2A shall be applicable : No Clause 5 Number of days from the date of issue of letter of acceptance For reckoning date of start : 10 days Time allowed for execution of work : Seven days

Sr. No. Financial Progress Time Allowed (from date of start) % Amount to be with held in case of non-achievement of

milestone.

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

th of whole work In the event of not achieving the

necessary progress as assessed from the running

payments .1 % of the tendered value of work will be withheld for

failure of each of milestone

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

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

th of whole work

4. Full work Full

Page 17: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 17 of 34 Contractor

Authority to give fair and reasonable extension of time for completion of work. : E.E (C), New Delhi/ S.E. (C) New Delhi Authority to decide:-

i. Extension of time-----(Engineer-in-charge or Engineering-in-charge of major Component in E.E (C)/ SE (C) case of composite contract, as the case may be)

ii. Rescheduling of mile stones------------ (Superintending Engineering-in-charge SE (C) or Superintending Engineering-in-charge of Major Component in case of composite contract, as the case may be)

Clause 6, 6A Clause applicable - (6 or 6A) : 6 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 : N.A. Clause 10CC Clause 10CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column : 18 Months Component of cement – expressed as percent of total value of work XC : NA Component of steel – expressed as percent of total value of work Xs : NA Component of civil (except cement & steel)/Electrical Construction materials – expressed as percent of total value of work. Xm : NA Component of labour- expressed as percent value of total value of work Y : NA Component of POL –expressed as percent of total value of work Z : NA Clause 11 Specifications to be followed for execution of work : CPWD Specification (Internal & External)

and as per enclosed terms and conditions Clause 12 12.2 & 12.3 Deviation Limit beyond which clauses 12.2. & 12.3 shall apply for building work : 50 % 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 : S.E. (C) New Delhi

Page 18: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 18 of 34 Contractor

Clause 36 (i) Minimum qualifications & experience required for Principal Technical Representative : a) For works with estimated cost put to tender : Graduate Engineer or retired AE possessing

More than R 5 lakhs for Elect/ Mech works at least recognized diploma

b) For works with estimated cost put to tender more : Recognized diploma holder

than R 1 Lakh but less than R 5 Lakhs for Elect/ Mech

S. No.

Minimum Qualification of

Technical Representative

Discipline

Designation (Principal Technical/ Technical

representative)

Minimum Experience

Number Rate at which recovery shall be made from the

contractor in the event of not fulfilling provision of

clause 36 (I)

Figures Words

1 Graduate Engineer

Civil

Principal Technical

Representative

NIL

1 No.

R 10, 000/-

Per Month

R Ten

Thousand per Month

only

2 Recognized Diploma holder

Civil

Principal Technical

Representative

Three Years

1 No.

R 10, 000/-

Per Month

R Ten

Thousand per Month

only

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

Clause 42 i) Schedule/statement for determining theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates 2012 printed by C.P.W.D. ii) Variation permissible on theoretical quantities: a) Cement for works with estimated cost put to : 3% Plus/ minus

tender not more than R 5 lakhs

for works with estimated cost put to : 2% Plus / minus

to tender more than R 5 lakhs

b) Bitumen for all works : 2.5% plus only & nil on minus side c) Steel Reinforcement and Structural steel : 2% plus/ minus sections for each diameter, section and category d) All other materials NIL

Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Page 19: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 19 of 34 Contractor

CORRECTION SLIP NO.1 (Correction to Form CPWD-6 & 7/8 (2008) (For use in Department of Posts: India)

CORRECTION TO: - Definition under “CONDITIONS OF CONTRACT” all reference to:-

i) Director General of Works, CPWD, ii) CPWD/Public Works Department, iii) Administrative Head of CPWD, iv) Chief Engineer, CPWD iv) CPWD Circle & v) Ministry of Urban Development In various clauses shall be taken to mean:- i) Chief Engineer(c), Department of Posts, ii) Department of Posts/Civil Wing, iii) Administrative Head of Department of Posts iv) Chief Engineer(c), Department of Posts iv) Postal Civil Circle/Zone & v) Ministry of Communications & IT, Department of Posts

EXCEPT IN: - In the following places and clauses where no modifications are intended:-

i) CPWD safety code, ii) Clause 11, 12, 19 B (I), 19 B (III), 19B (IV), 19C & 19 G, iii) Model rules for protection of health and sanitary arrangement for workers employed by CPWD or

its contractors (Heading only) iv) Central Public Works Department Contractor‟s Labour Regulations (In Heading and Regulations

No.1 only), v) CPWD- Delhi Schedule of Rates and Specifications

Contractor Engineer-in-Charge

Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Page 20: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 20 of 34 Contractor

SPECIAL CONDITIONS FOR ALUMINIUM WORKS (For Doors, Windows, Ventilators and Partitions)

1. Extruded aluminium sections of JINDAL, INDAL or Equivalent as approved by the Engineer-in-Charge shall only be used. The various aluminium sections of JINDAL make generally used in doors, windows, ventilators, partitions etc, are indicated in the table attached. The sections of other size, shape and thickness may also be used is approved by the Engineer-in-Charge. Various tests of aluminium sections shall be conducted in accordance with relevant provisions of IS: 1868, IS: 5523 & IS: 5528. 2. Aluminium doors, windows, ventilators and partitions shall be fabricated generally as per the approved (architect) drawings. Alternatively, the contractor shall submit the drawings indicating the proposed sections to be used by him and the fixing arrangements, for approval. The Engineer-in-Charge shall have the right to reject or modify these drawings before approval and the contractor is bound to execute the work in accordance with drawings approved by the Engineer-in-Charge . 3. Samples of doors, windows, ventilators and partitions as per approved drawings, shall be fabricated and got approved from the Engineer-in-Charge before taking up the execution of these items . 4. Aluminium sections shall be jointed to each other, wherever required, with extruded aluminium angle cleats of suitable size and of thickness not less than 6mm in frames of doors/windows/ventilators/partitions & door shutters and not less than 4mm in window shutters, with stainless steel screws. All joints, unless specified, shall be mitred. 5. Fabricated aluminium frames shall be given a lacquer coating, which shall be maintained during the entire period of construction to prevent any damage to the anodic (Powder) coating to aluminium sections. The surface shall be cleaned and polished before handing over the works. Nothing extra shall be paid on this account. 6. Sliding-Shutters in partly open able windows shall be provided with heavy-duty nylon rollers with concealed bearings and aluminium stoppers and special locking arrangements as approved by the Engineer-in-Charge. The interlocking styles of sliding shutters shall be provided with PVC weather sealing gasket. To drain off rain water collected in between channels, cuts of 15mm width shall be provided at both ends of the bottom track as directed by the Engineer-in-Charge. Side-Hung-Shutters in fully open able windows shall be provided with best quality heavy-duty type anodic (Powder) coated aluminium hinges with stainless steel pins/bolts, anodized (Powder) coated aluminium peg stays and fasteners of suitable size and shape. 7. RATES: - Actual weight of extruded aluminium sections, angle cleats and snap beadings, excluding the weight of all fittings and fixtures, shall be measured for payment. The cost of all fittings and fixtures (i.e. stainless steel screws, nylon rollers, locking arrangements, gasket, making cuts, hinges, pins/ bolts, peg stays, fastners) and the wastage of extruded aluminium sections, shall be deemed to be included in the agreement rate and noting extra whatsoever shall be payable. Panelling and glazing shall be paid separately. Contractor Engineer-in-Charge

Assistant Engineer (C)

Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Page 21: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 21 of 34 Contractor

GUARANTEE TO BE EXECUTED BY CONTRACTORS FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT

OF WATER PROOFING WORKS

(Refer Original and Main Agreement No………………Dated……………………..)

The Agreement made this ……………. Day of ……………. Two thousand and ………………. between ……………………….. Son of ………………………………… of ………………………………………. (Hereinafter called the Guarantor of the one part) and the PRESIDENT OF INDIA (hereinafter called Government of the other part). WHEREAS this agreement in supplementary to a contract (hereinafter called the Contract), dated ………/……../…….. and made between the GUARANTOR of the one part and the Government of the other part, whereby the contractor, inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof. AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said structures will remain water and leak-proof for five years from the date of giving of water proofing treatment. NOW THE GUARANTOR hereby guarantees that water-proofing treatment given by him will render the structures completely leak-proof and the minimum life of such water proofing treatment shall be five years to be reckoned from the date after the maintenance period prescribed in the Contract. Provided that the guarantor will not be responsible for leakage caused by earth quake or structural defects or misuse of roof or alteration and for such purpose: a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of fire wood and things of the same nature which might cause damage to roof; b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby proofing treatment is removed in parts; c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final. During this period of guarantee, the guarantor shall make good or defects and in case of any defect being found, render the building water proof to the satisfaction of the Engineer-in-Charge at his cost and shall commence the work for such rectification within seven days from the date of issue of notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other contractor at the GUARANTOR‟S cost and risk. The decision of Engineer-in-Charge as to the cost, payable by the guarantor shall be final and binding. That if GUARANTOR fails to execute the water-proofing or commits breach there under then the guarantor will indemnify the principle and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and /or damage and/or cost incurred by the Government, the decision of the Engineer-in-Charge will be final and binding on the parties. IN WITNESS WHEREOF these presents have been executed by the obligor …………………… and by ………………………. and for and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written. Signed, sealed and delivered by OBLIGOR in the presence of: 1………………………………., 2. …………………………………… Signed for and on behalf of THE PRESIDENT OF INDIA by ……………………………… in the presence of: 1 ………………………………, 2. ……………………………………… Contractor Engineer-in-Charge

Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi

(Refer appendix-25 of CPWD Works Manual 2012)

Page 22: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 22 of 34 Contractor

ADDITIONAL CONDITIONS, ADDITIONAL SPECIFICATIONS & IMPOTANT NOTES

“A” ADDITIONAL CONDITIONS 1. The contractor shall at his own expense, provide all materials, required for work. 2. The Contractor shall maintain safe custody of materials brought to the site. The contractor shall

also employ necessary watch and ward establishment for the work and other purposes as required at his own cost.

3. For Cement and Steel and other materials, as prescribed, the quantities brought at site shall be

entered in the respective material at site accounts and shall be treated as issued for maintenance of

daily consumption. 4. The procurement of cement and Reinforcement Steel and their issue and consumption shall be

governed as per conditions laid down hereunder. 4.1 CEMENT 4.1.1 The contractor shall procure 43 grade (Conforming to I.S: 8112) Ordinary Portland Cement,

as required in the work, from reputed manufactures of cement, having a production-capacity of one million tones per annum or more. Such as A.C.C. L&T, Vikmam, Shri Cement and Cement Corporation of India etc. as approved by Ministry of Industry, Government of India, and holding license to use ISI Certification mark for their product. Supply of cement shall be taken in 50 kg bags bearing manufacturer‟s name and ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in accordance with provisions of the relevant BIS Codes. In case test results indicate that the cement arranged by the 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.

4.1.2 The cement shall be brought at site in bulk supply as decided by the Engineer-in-Charge. 4.1.3. The cement godown of the capacity to store about 2000 bags of cement or as decided by the

Engineer-in-Charge shall be constructed by the contractor at site of work for which no extra payment shall be made. Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain with the Engineer-in-Charge or his authorized representative and the key of other lock shall remain with the contractor. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-Charge at any time.

4.1.4 The contractor shall supply free of charge the cement required for testing. The cost of tests

shall be borne by the contractor/Department in the manner indicated below.

(i) By the contractor, if the results show that the cement does not conform to relevant BIS Codes.

(ii) By the Department, if the results show that the cement conforms to relevant BIS codes.

Page 23: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 23 of 34 Contractor

4.2 STEEL 4.2.1 The contractor shall procure steel reinforcement bars conforming to relevant BIS Codes form

main producers as approved by the Ministry of Steel and Secondary Producers or re-rollers having valid BIS licence. For TMT Bars conforming to relevant BIS codes, procurement shall be made from main producers and secondary producers having valid BIS Licence. The contractor shall have to obtain and furnish test certificates to the Engineer-in-Charge in respect of all supplies of steel brought by him to the site of work. Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard in the relevant BIS Codes. In case the test results indicate that the steel arranged by the contractor does not conform to BIS Codes, the same shall stand rejected and shall be removed from the site of work within a week‟s time from written order from the Engineer-in-Charge to do so.

4.2.2 The steel reinforcements shall be stored by the contractor at site of work in such a way as to

prevent distortion and corrosion and nothing extra shall be paid on this account. Bars of different sizes (diameters) and lengths shall be stored separately to facilitate easy counting and checking.

4.2.3 For checking nominal mass, tensile strength, bend test, re-bend test, elongation test, proof

stress etc. specimen of sufficient length shall be cut from each diameter of the bar at random at frequency not less than that specified below.

For Consignment ----------------------------------------------------------- Size(Diameter) of bar Below 100 tonnes Over 100 tonnes

Under to 10mm dia One sample for each One sample for each 40 25 tonnes or part thereof tonnes or part thereof

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

Over 16mm dia One sample for each One sample for each 50 45 tonnes or part thereof. Tonnes or part thereof

4.2.4 The contractor shall supply free of charge the steel bars required for testing. The cost of tests

shall be borne by the contractor/Department in the manner indicated below.

(i) By the contractor, if the results show that the steel does note conform to relevant BIS Codes. (ii) By the Department, if the results show that the steel conforms to relevant BIS

codes.

4.2.5 Coefficient of weight i.e., the weight per unit length of the steel procured by the contractor shall be ascertained at site before using it and certified by the Engineer-in-Charge. In case weight per unit length is beyond the rolling margin as laid down in the BIS: 1786, the steel will be rejected and shall be removed as per para 5.2.1 above from the site of work within a week‟s time from written order from the Engineer-in-Charge to do so. In case weight per unit length is more than the standard coefficient of weight for the diameter, but is within the rolling margin, then the payment shall be made as per the standard weight per unit length, and, where the weight per unit length is lesser than the standard coefficient of weight for the diameter, but is within the rolling margin, the payment shall be restricted with respect to the actual weight per unit length of the diameter.

Page 24: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 24 of 34 Contractor

4.3 The standard sectional weights referred to in standard table under para 5.3.3, CPWD Specifications for Cement Mortar, Cement Concrete and RCC works, are to be considered for conversion of length of various sizes of Steel Reinforcement bars into weight.

4.4 The actual issue and consumption of steel and cement on the work shall be regulated and

proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement and steel shall be worked out as per procedure prescribed in Clause 42 of the contract ad shall be governed by conditions laid therein.

4.5 Steel and Cement brought to site and remaining unused shall not be removed from site

without the written permission of the Engineer-in-Charge. 5. No payment shall be made to contractor for any damaged caused by rain, snowfall, floods or

any other natural cause what so ever during the execution of work because of cause(s) not covered under Clause 43 of the Contract. The damage to work will be made good by the contractor at his cost, and no claim on this account be entertained.

6. Some restrictions may be imposed by the security staff etc. on the working and/or movement

of labour, materials etc. and the contractor shall be bound to follow all such restrictions/instructions and nothing extra shall be payable on this account.

7. The Contractor shall comply with proper and legal orders and directions of the local or public

authority or municipality and abide by their rules and regulations and pay all fees and charges which he may be liable and nothing extra shall be payable on this account. The work shall be carried out without infringing on any of the local Municipal Bye-Laws.

8. The contractor shall engage licensed plumber for sanitary, water supply, drainage work and

also get all the materials and system (including the materials supplied if any, by the department) tested by the Municipal Authority, whenever required, at his own cost including testing fees, transport etc. according to Municipal by Laws. The contractor shall produce necessary certificate from the Municipal Authorities after completion of work. Nothing extra will be paid on this account.

9. The water supply sanitary installation and drainage work shall be carried out in a manner

complying in all respects with the requirement of relevant by laws of the local municipal authority of the place at no extra of the department.

10. The rate for every item of work to be done under this contract shall be for all heights, depths,

lengths and widths of the structure (except where specially mentioned in the item) and nothing extra will be paid on this account.

11. The contractor shall take all precautions to avoid all accidents by exhibiting necessary

caution boards such as day and night boards, speed limit boards and flags, red lights and providing barriers etc. He shall be responsible for all the damages and accidents caused due to negligence on his part. No hindrance shall be caused to traffic during the execution of work. Nothing extra will be paid on this account.

12. The contractor will work in close liaison, during the works, with other contractors of water

supply, sanitary, drainage arrangements, electrical installation and any other works and adjust his work plan accordingly.

13. The contractor shall be required to produce samples of all materials and fittings sufficiently in

advance for obtaining approval of the Engineer-in-Charge.

Page 25: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 25 of 34 Contractor

14. The contractor shall be responsible to arrange on his own cost all necessary tools and plants required for execution of work. The contractor shall provide at his own cost suitable weighing and measurement arrangements at site for checking weight/dimensions as may be necessary for the execution of the work. The contractor shall maintain all work in good condition during the execution and till completion of entire work allotted to him.

15. Any damage done by the contractor to any existing work during the course of execution of

work tendered for shall be made good by him at his own cost. 16. The rate for all items of work wherein cements is used inclusive of charges for curing. 17. Samples of various materials required for testing shall be provided free of charges by the

contractor. Testing charges, if any shall be borne by the Dept. If the test results are satisfactory and are in conformity to the relevant provisions of the specifications. All other expenditure required to be incurred for taking samples, conveyance, packing, octroi/Tax, if any, etc. shall be borne by the contractor himself.

18. The contractor shall keep the site clear thoroughly of rubbish unless scaffolding and materials

etc. from time to time as well as before the actual date of completion of the work as per directions of the Engineer-in-Charge.

19. The doors and windows frames & shutters shall not be painted, oiled or otherwise treated and

fixed in position before these are approved by the Engineer-in-Charge. 20 OTHER TAXES AND ROYALTIES 20.1 Works Contract Sales Tax as prevalent as per statutory orders of State/Central Government

and shall be charged on gross value of all the bills and shall be recovered from bill of the contractor as works contract sales tax should there be any increase in rate of works Contract Sales Tax during execution of the contract, the same shall also be payable by the contractor.

20.2 Royalty shall have to be paid by the contractor on all materials such as stone, bricks,

boulders, metal, shingle, bajri, stone aggregate, coarse sand and fine sand etc. or any other materials used for the execution of the work direct to the Revenue Authority of the District/ State Govt. concerned. The contractor shall obtain “No Demand” Certificate from the District/State Govt. authority concerned before the final bill is paid, failing which necessary recovery will be effected at the applicable rates in the final bill.

20.3 The contractor shall obtain labour clearance certificate from the designated Labour

Commissioner or other designated authority of the State/Central Government and submit same to the Engineer-in-Charge before payment of final bill.

21. PROGRAMME FOR EXECUTION OF WORK 21.1 The contractor shall submit a time and progress chart to the Engineer-in-Charge including the

duration of various construction activities for completion of work within 15 days from the date of award. The total time taken for various activities should not exceed the stipulated time of completion specified in the tender. The chart should be updated as per the progress in the work and shall be operated as per Clause 5 of the contract.

21.2 The work shall be executed as per programme approved by Engineer-in-Charge of the work.

No claim what so ever will be entertained on this account.

Page 26: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 26 of 34 Contractor

22 ARRANGEMENT OF WATER AND PAYMENT OF CHARGES ETC. IN CONNECTION WITH WATER USED FOR CONSTRUCTION PURPOSE

22.1 The contractor shall make his own arrangement for the water to be used for construction

purpose. The contractor will get the water tested before execution of work. The water used for construction shall conform to the relevant provisions as mentioned under para 3.1.1 on page 68 of revised CPWD specifications 2009 for cement mortar, cement concrete and RCC works.

22.2 Water required for the execution of work may be sup-plied to the contractor in case of

availability of water at discretion of the Engineer-in-Charge in accordance to Clause 31-A of contract documents.

22.3 The charge (if any) etc. incidental to water used for construction purpose shall be borne by

the contractor/agency under the following cases:- 22.3.1 In case of temporary water connection from municipal mains the water charges and

sewerage charges (including water used for construction purposes) have to be borne by the Contractor.

22.3.2 In case of water used from other sources, the prior permission for using the water for

construction purpose has to be obtained from municipal corporation/ Local Bodies by the Contractor. Water charges sewerage charges, or any other charges, for use of water from other sources for construction purposes have to be borne by the contractor.

“B” PARTICULAR SPECIFICATIONS 1. GENERAL 1.1 The work, shall in general, conform to the CPWD specifications shall mean CPWD

specifications 2009 Vol. I to II with up to date correction slips. 1.1.1 Should there be any difference between the specifications mentioned above and the

specifications given in the Schedule of quantities, the later shall prevail. 1.1.2 If the specifications for any item are not available in the CPWD specifications cited above,

relevant BIS Specifications should be followed. 1.1.3 In case BIS Specifications are also not available, the decision of Engineer-in-Charge given in

writing based on acceptable sound engineering practice and local usage shall be final and binding on the contractor.

1.2 The work will be carried out in accordance with the architectural drawings and structural

drawings. The Structural and architectural drawings shall have to be properly correlated before executing the work.

1.2.1 In case of any difference noticed between Architectural and Structural drawings, the

contractor shall obtain decision in writing of the Engineer-in-Charge.

1.2.2 In case of discrepancy in the item given in the schedule of quantities appended with the tender and architectural drawings relating to the relevant item, former shall prevail unless otherwise given in writing by the Engineer-in-Charge.

Page 27: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 27 of 34 Contractor

2. The following modifications to the above specifications shall, however, apply. 2.1 EARTH WORK 2.1.1 During excavation and trenching work etc. the contractors shall ensure compliance to the

guidelines in such matters laid down by the local body/bodies to ensure that there is minimum hazard to the operating personals and users, minimum inconvenience to the users, minimized damage to the underground plan/ services of other utilities in a coordinated way, in the interest of public convenience and overall safety.

2.1.2 Any trenching and digging for laying sewer lines/ water lines/ cables etc. shall be commenced

by the contractor only when all men, machinery‟s and materials have been arranged and closing of the trench(s) thereafter shall be ensured within the least possible time.

2.1.3 Surplus excavated earth which is beyond the requirement of D.O.P. shall have to be

disposed of by the contractor at his own cost beyond the municipal limits or at places identified by the local bodies or as directed by the Engineer-in-Charge after obtaining written permission of the Engineer-in-Charge and no payment will be made by the Department for such disposal of this surplus excavated earth.

2.1.4 The contractor shall, at his own expense and without extra charges, make provision for all

shoring, pumping, dredging or bailing out water, if necessary, irrespective of the source of water. The foundation trenches shall be kept free from water while all the works below Ground level are in progress, without any extra payment.

2.2 Reinforced Cement Concrete Work & Plain Cement Concrete

General 2.2.1 Where only one variety of sand is available, the sand will be sieved for use in finishing work to

achieve the required particle size distribution as per CPWD specifications in order to obtain smooth surface and nothing extra shall be paid to the contractor on this account.

2.2.2 Sand to be used shall not have any chloride/sulphate or any other impurities beyond permissible limit given in the CPWD specification.

2.2.3 Water:-

It shall conform to requirements laid down in IS: 456-2000 and CPWD Specification. 2.3 R.C.C. work (Nominal mix concrete)-Water-Cement Ratio:-

For RCC Works, wherever nominal mix of concrete is stipulated in the items for work, for maintaining proper quality and durability requirements of the structure, maximum water-cement ratio shall be restricted to 0.55. If in normal course of work, the required workability is not achieved; suitable plasticizers/admixtures may be used for improving the workability of concrete with the approval of Engineer-in-Charge for which nothing extra shall be paid.

2.3.1 For concreting work, mixer with lifting hopper shall have to be used for mixing concrete. 2.4 Cement Slurry, if any, Added over base, surface(or) for continuation of concreting for better

bond is deemed to have been in built in the terms (Unless otherwise explicitly stated and nothing extra shall be payable (or) extra cement considered in consumption on this account.

Page 28: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 28 of 34 Contractor

2.5 Centering and Shuttering for R.C.C. work:-

The concrete surface shall be free from honey combing, offsets, superfluous mortar, Cement slurry and foreign matter. The form work shall be assembled in such a way as to facilitate removal of their parts in proper sequence without any damage to the exposed cement concrete surfaces and corners etc. The contractor shall keep skilled staff for special care and supervision to check the form work and concreting so that every member is made true to its size, shape, level and alignment so that it does not result in any deformation, snug, buldges etc. The contractor shall also take suitable precautionary measure to prevent breaking and chipping of corners and edges of completed work until the building is handed over. The size of shuttering plates for slabs shall not be less than 0.6m x 0.9m in general. However, Contractor has to provide tape to seal the joint properly to get smooth surface. Further shuttering shall be of such quality that there are no undulations and surfaces will be fairly even and no extra thick ceiling plaster shall be permitted to make the surface even.

2.6 STEEL WORK:- All Steel doors, steel windows, steel ventilators, wire gauge, steel glazing, steel grill shall be

according to the Architect‟s detailed drawings. These shall conform to the CPWD specification.

2.6.1 In the case of composite steel windows the rates shall include the cost of coupling mullion

and transom etc. where windows with inside openable shutters are fixed along with windows with shutters openable outside, such inside openable windows shall be fitted with suitable friction hinges and openable outside with box type hinges, lever handles or otherwise as approved by the Engineer-in-Charge of the work. For such windows, cement concrete block of size 15cm x 10cm x 10cm shall be provided. Nothing extra shall be paid on this account.

2.6.2 In the case of steel windows and doors, steel glazing, wire gauge steel ventilators, rolling

shutters, grills etc. an approved quality-priming coat of zinc chromate shall be applied over and above shop coat of primer. Nothing extra shall be payable for providing shop-coat primer.

3. IMPORTANT NOTES;- 3.1 Mandatory tests as provided for in the CPWD specification or other specification referred to

above shall be got done as prescribed. 3.2 Any infringement and/or breach of the above specification and condition (s) etc. shall render

the contractor liable to action(s) under various Clauses of the contract and such action stipulated in conditions therein.

3.3 The quoted rates for various items in the tender shall be inclusive of all the additional

conditions and specification and for adherence to all these conditions and specifications, no extra payment shall be made to the Contractor.

Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Page 29: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 29 of 34 Contractor

SPECIAL CONDITIONS FOR ISI MARKED ITEMS

1. Copies of vouchers of ISI mark items shall be submitted, then only the payment shall be

made.

2. If the contractor fails to provide copies of vouchers, then materials shall be test from

Laboratory viz. Nation Test House, Calcutta/Delhi and Sriram Test House, New Delhi and

expenses shall be borne by the contractor.

3. If any material other then specified in the nomenclature of the item is provided, the

deduction will be made as per the actual market rate difference between them.

SPECIAL CONDITIONS FOR PAINT WORK 1. For paint work, the theoretical quantity as per manufacturers specifications shall be brought

to the site in a single lot and not in batches and shall be got approved by the Engineer-in-

Charge.

SPECIAL CONDITIONS FOR VITRIFIED TILES, CERAMIC TILES AND FLOOR TILES

1 Original vouchers shall be produced at the time of execution of work and the same shall be

enclosed with the bill for record.

2 Shade, colour, manufacturer shall be got approved from the Engineer-in-Charge before

execution.

Contractor Engineer-in-Charge

Assistant Engineer (C) Postal Civil Sub Division-V Sarojini Nagar, New Delhi

Page 30: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 30 of 34 Contractor

SCHEDULE ‘D’

Special Conditions/ Specific requirements for the work:-

1. The Products shall qualify the tests as per BIFMA standards. The Product/ Company

should have ISO:9001:2000 and ISO 14001:2004 certificates.

2. The work shall be carried out as per the detailed drawings made available by the

Engineer-in- Charge.

3. The contractor shall submit the details of the item prior to its purchase.

4. The Engineer-in-charge/ Officer from DOP shall be allowed to inspect the material in

the factory/ showroom of the manufacturer of the item, prior to convey the final

approval to the contractor for its procurement.

5. The contractor shall be liable to bring the material at site in good condition.

6. The Engineer-in-charge may ask for the proof of purchase from the approved

manufacturer of the item, in the form of invoice/ bill from the contractor to support that

the material has been procured from the same manufacturer as approved in Sr. No. 3

above.

7. The rates quoted by the contractor shall be inclusive of all taxes viz. VAT, Tax/ Cess

charged by the Local bodies.

8. The rates shall include all carriage, packing, unpacking and FOR Delivery at site.

9. The contractor shall insure 6 month’s warranty in addition to defect liability period as

mentioned in standard CPWD-8 for all the items. (This will be in form of a Guarantee

Bond. No money will be withheld from the bill on this account).

10. The contractor shall be liable for any damage made to the existing property of the Govt.

during installation work; the contractor at his own cost should rectify the same.

11. The Department shall recover the IT with cess as applicable from the bills paid for the

work.

12. The Department shall recover the Sales Tax as applicable for Civil Contracts by State

Government from the bills paid for work.

Contractor Engineer-in-Charge

Page 31: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 31 of 34 Contractor

SPECIAL SCHEDULE-D

The contractor shall submit a detailed report within ten days of start of the work, as stipulated

in the agreement, after surveying the all quarter prior to taking up of the work.

The details shall be collected as per proforma ‘A’ enclosed herewith and duly signed by the

Contractor and Assistant engineer (Civil) Postal Civil Sub-Dn. No. I/II, and the bill shall be

finalized only after receipt of proforma ‘A’ duly signed by the occupant.

The contractor shall submit the credential of Principal Technical Representative, viz.

Certificate of experience, qualification, address and mobile number along with three number of

passport size photographs. The Engineer-in-charge shall issue a temporary Identity Card for

particular work and for contract period. The Identity Card shall be returned to Engineer-in-

charge after completion of the work.

The cement used for the work shall conform to following specification/ brand (Only for petty

and maintenance work).

Type of Cement. IS Code: Brand.

OPC grade 33/43 IS: 269/ IS: 8112 ACC/JP/Lafarge

Portland slag cement 33/43 grade IS: 455 Ultratech/Birla

Portland Pozzolana cement IS: 1489 (I/II)

(Note: For structure work/ RCC work only OPC shall be used)

All reinforcement as TMT bars shall conform to IS 1786 and shall qualify the mandatory test

viz (i) tensile test as per IS: 1599 (ii) RE test as per IS 1786 (iii) Rebend test as per IS

1786 and shall as specified in CPWD specification addendum No. SE/S&S/SPEC-

96/554-794) dated 23.06.1998.

The contractor shall get the plumbing work done by the licensed plumber. The credential shall

be submitted to the Engineer-in-charge prior to carrying out the work.

The item equivalent to the original items taken in the schedule shall be of equal in cost as well

as specification and must be used only in the case if Engineer-in-charge approves it in writing.

The difference of market rate for original item as per schedule and the equivalent items shall be

paid accordingly.

The slope in bathroom, verandah shall be proper otherwise same shall not be paid and got

re-done as per contract clauses.

Assistant Engineer (C)

Postal Civil Sub Division-V

Sarojini Nagar, New Delhi

Page 32: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 32 of 34 Contractor

SPECIAL CONDITIONS

1) Contractor has to employ labour as per schedule of quantity during working hours from

9.00 A.M. to 5.00 P.M. with lunch time from 1.30 P.M. to 2.00 P.M.

2) Complaints have to be attended within 5 hours of its receipt in enquiry office along

with material failing which is recovery of Rs.500/- per day complaint shall be levied

with permission of E.E. ©.

3) Contractor should inspect the site and condition of quarters and P.O. buildings before

tendering and nothing extra shall be paid to attend the complaint under the Postal Civil

Enquiry.

4) Welding service shall be provided within 24 Hrs. of receiving written order from

Engineer-in-charge failing which a recovery of rs.500/- per day shall levied for the first

three days. After that work shall be get done, at the risk and cost of the contractor with

the permission of E.E. ©.

5) All necessary tools and plants, long ladder, safety ropes, jhulla bamboo etc. shall be

arranged by the contractor at his own cost and nothing extra shall be paid on this

account.

6) Taxes as per rules and water charges shall be deducted at sources.

7) The agency shall have to arrange generator/electricity for welding works.

8) Every sewer complaint has to be attended within five hours of its receipt of enquiry

office.

9) Complaints shall be noted down by the contractor from the enquiry office at 9.00 A.M.

to 5.00 P.M. At the time of urgency the contractor should immediately employ the

labourers on receipt of the complaints.

10) The contractor should pay the labourers as per statutory minimum wages.

11) All labours will attend the duty in specified uniform.

(a) Uniform shall be supplied by the contractor at his own cost.

Assistant Engineer (C)

Postal Civil Sub Division-V

Sarojini Nagar, New Delhi

Page 33: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 33 of 34 Contractor

PROFORMA—A

Details of work/ complaint on the joint survey of quarter by the Principal Technical

Representative and AEs(Civil) prior to taking up of the work.

Name of Occupant………………………….. Quarter Number:

S.l.

No.

Defect Remarks

1

2

3

4

5

6

7

8

9

10

(Name of Principal Technical Representative) (Name of the Occupant)

Signature of Principal Technical Representative Signature of the occupant

(For Contractor) (Relation to the allottee

Physically verified by me.

(Name……………………)

Signature of AE (Civil)

________________________________________________________________________

(To be filled up after completion of the work)

All the complaints/ defects as stated above has been attended satisfactorily

Name of PTR Signature of occupant after

(Principal Tech. Representative) completion of work.

Verified by me.

Name of AE (Civil)…………………

Signature of AE (Civil)

Page 34: O/ O THE ASSISTANT ENGINEER (CIVIL), POSTAL CIVIL SUB ...4.imimg.com/data4/EA/BU/HTT-1898/1898_2017-01-17-16-22-32_1484650354.pdfJan 17, 2017  · POSTAL CIVIL SUB DIVISION - V, SAROJINI

AE (C) Page 34 of 34 Contractor

Assistant Engineer (C)

Postal Civil Sub Division-V

Sarojini Nagar, New Delhi

SLNo Description Qty Unit Rate Amount

1 Providing and laying in position cement concrete of specified grade

excluding the cost of centering and shuttering - All work up to plinth

level :

a) 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm

nominal size)

3.00 Cum

2 Providing and fixing G.I. pipes complete with G.I. fittings and

clamps, i/c cutting and making good the walls etc. : Internal work –

Exposed on wall.

a) 20 mm dia. nominal bore 180.00 metre

3 Providing and fixing ball valve (brass) of approved quality, High or

low pressure, with plastic floats complete :

a) 20 mm nominal bore 2.00 each

4 Painting G.I. pipes and fittings with two coats of anti-corrosive

bitumastic paint of approved quality :

a) 20 mm diameter pipe 180.00 metre

5 Providing and fixing G.I. Union in G.I. pipe including cutting and

threading the pipe and making long screws etc. complete (New

work)

a) 20 mm nominal bore 8.00 each Total

Name of work:- Provision of New Water Supply Pipe Line at PO Bldg, Chankyapuri, New Delhi

SCHEDULE OF QUANTITY


Recommended