0% found this document useful (0 votes)
36 views37 pages

2024 Ifc 266048 1

The document outlines the schedule of quantities and specifications for the development of unauthorized colonies in NCT of Delhi, focusing on road and side drain improvements. The estimated cost for the project is Rs 39,119,291, with an earnest money deposit of Rs 782,386 and a completion timeline of 270 days. The scope includes various construction tasks such as excavation, concrete work, and maintenance provisions, adhering to specified guidelines and conditions.

Uploaded by

Sandeep Sain
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
36 views37 pages

2024 Ifc 266048 1

The document outlines the schedule of quantities and specifications for the development of unauthorized colonies in NCT of Delhi, focusing on road and side drain improvements. The estimated cost for the project is Rs 39,119,291, with an earnest money deposit of Rs 782,386 and a completion timeline of 270 days. The scope includes various construction tasks such as excavation, concrete work, and maintenance provisions, adhering to specified guidelines and conditions.

Uploaded by

Sandeep Sain
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 37

Signature Not Verified

Digitally signed by JAJOLLA NARENDER


SAGAR
Date: 2024.12.07 12:23:33 IST
Location: NCD of Delhi-DL
SCHEDULE OF QUANTITY

Estimated Cost: Rs39119291.00


Earnest Money: Rs 782386.00
Time Allowed: 270 Days

Name of Work: Development of Unauthorized Colonies in NCT of Delhi.

Sub work: Improvement of road and side drain on Rama Park Road, Jain Road and Gurudwara Road for outfall of
unauthorized colonies E,F,G,H,I,J,K, F-1, F-2 & WE Block Mohan Garden(Regd. No. 1145) (Part-I), Bhagwati
Garden Extension (Regd. No.769), Laxmi Vihar (Regd. No.499) & Sidhatri Enclave (Regd. No.411), N-N-1, N-2,
N-3, N-Extension, A-Extension (Regd. No. 381) in Uttam Nagar Assembly Constituency AC-32.

HOA:4217 Plan (UC)

S.No Item of work Quantity Unit Rate Amount


Hire charges of JCB machine for demolishing steps, platform coming in the alingment of
1
side drain including making plain undulations as per direction of Engineer-in-Charge. 200.00 Hours 943.70 188740.00
Demolishing R.C.C. work manually/ by mechanical means including stacking of steel
2 bars and disposal of unserviceable material within 50 metres lead as per direction of Cubic
Engineer - in- charge. 742.00 Metre 1454.55 1079276.00
Excavation of Silt including malba, earth debries, rubbish polythene bed all floating
material etc. from the bed of the drain and disposal of excavted material at own sourse
3
of contractor by mechanical transport upto all leads & Liftscomplete as per direction of Cubic
Engineer-in-charge. 2322.00 Metre 290.60 674773.00
Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster Square
4
including disposal of rubbish to the dumping ground within 50 metres lead. 6966.00 Metre 22.40 156038.00
Earth work in excavation by mechanical means (Hydraulic excavator)/manual means
over areas (exceeding 30 cm in depth, 1.5 m in width as well as 10 sqm on plan)
5
including getting out and disposal of excavated earth lead upto 50 m and lift upto 1.5 m, Cubic
as directed by Engineer-in-charge. All kinds of soil 445.00 Metre 125.95 56048.00
Carriage of building rubbish / malba/similar unservicable, dismantled or waste material
by mechanical means including loading, unloading and transporting to C&D waste site/
6
processing plant Bakkarwala or as approved by Engineer in Charge including all lead,lift Cubic
involved and C&D waste charges. 3613.00 Metre 162.75 588016.00
Providing and laying in position cement concrete of specified grade excluding the cost of
7 centering and shuttering - All work up to plinth level :1:4:8 (1 Cement : 4 coarse sand Cubic
(zone-III) : 8 graded stone aggregate 40 mm nominal size) 49.00 Metre 4478.15 219429.00
Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate)
finished with a floating coat of neat cement, including cement slurry, but excluding the
8
cost of nosing of steps etc. complete. 40 mm thick with 20 mm nominal size stone Square
aggregate 129.00 Metre 362.60 46775.00
Brick work with common burnt clay F.P.S. (non modular) bricks of class designation 7.5
9 in foundation and plinth in: Cement mortar 1:6 (1 cement : 6 coarse sand) Cubic
529.00 Metre 4751.65 2513623.00
10 12 mm cement plaster of mix : 1:6 (1 cement: 6 coarse sand) Square
9770.00 Metre 168.25 1643803.00
11 Neat cement punning. Square
9770.00 Metre 42.60 416202.00
Providing and fixing in position pre-cast R.C.C. manhole cover and frame of required
12
shape and approved quality EHD - 35 Circular shape 560 mm internal dia 60.00 Each 1655.20 99312.00
Providing and laying cement concrete pavement of M-10 with ready mixed concrete
from batching plant of reputed cement manufacture and transported to the site of work
in transit mixer having continuous agitated mixer, manufactured as per mixed design of
M-10 grade of cement concrete work including pumping of R.M.C from transit mixer to
site. Placing in required camber compulsory with plate / screed vibrator, with wire brush
13
etc. and curing including cost admixture in recommended proportions as per I.S. 9103
to accelerate/ retard setting of concrete, improve workability without impairing strength
and durability as per specifications and direction of Engineer-in-charge Note : 1)
Excess/less cement used than specified in this item is payable/ recoverable separately.
M-10 grade plain cement concrete by using 220Kg of cement per cum of concrete. Cubic
998.00 Metre 6183.30 6170933.00
Providing and laying RMC of M-30 grade by using minimum 400kg of cement(43 garde,
OPC) per cum of concrete in roads/streets manufactured in automatic RMC plant using
coarse sand and graded stone aggregate of 20mm nominal size in appropriate
proportion as per approved design criteria including transportation to site in transit mixer,
including cost of admixture in recommended proportion as per IS9103 to
accelerate/retard setting of concrete to improve workability with out impairing strength
and durability as per specification including spreading and compacting mechanically by
14
using needle and surface vibrators, leveling to required slope & camber, finishing by
floating & brooming with wire brushes etc. and curing including making provision for
contraction/expansion, construction of cross/longitudinal joints of size 10mm wide 50mm
deep by groove cutting machine, providing and filing joints with approved joint filler and
sealants, etc. complete, as per direction of Engineer-in-charge. (Cost of joint filler &
sealants shall be paid for separately under relevant items) providing M-30 grade
concrete BMC/RMC. Cubic
2380.00 Metre 7117.00 16938460.00
Providing and laying in position bitumen hot sealing compound for expansion joints etc.
Using grade 'A' sealing compound. per cm
depth per
15 cm
width per
28420.00 m length 2.20 62524.00
Providing and placing in position 200mm thick factory made machine batched & machine
mixed precast RCC rectangular cover on drain of footpath of various size of M-30 grade
cement Concrete for RCC work, including cost of centering, shuttering reinforcement of
12 mm dia bottom and 12mm dia Top TMT bars of FE 500 grade @ maximum 100mm
16 c/c top and bottom neat cement punning on finished surface, properly enclosed on all
edges with 1.6mm thick 200 mm wide MS sheet duly/ painted over priming coat,
reinforcement to be welded at edge with MS sheet and providing 2 Nos. 12 mm dia bar
for hook etc. including cost of cartage all leads and lifts, handeling at site etc. all
Square
complete as per direction of Engineer-In-Charge.
265.00 Metre 3652.50 967913.00
Centering and shuttering including strutting, propping etc. and removal of form for : Square
17
Suspended floors, roofs, landings, balconies and access platform 4193.00 Metre 422.30 1770704.00
Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in
18 position and binding all complete upto plinth level. Thermo-Mechanically Treated bars of
grade Fe-500D or more. 69331.00 Killogram 56.60 3924135.00
Deploy 10 HP diesel pump operators labour for operating pumps and supply of diesel,
19
mobil oil, delivery with maintenance for pumping out water from drain 3096.00 Per Hour 392.87 1216326.00
Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing in
position and applying a priming coat of approved steel primer using structural steel etc.
20
as required. In gratings, frames, guard bar, ladder, railings, brackets, gates and similar
works. 1379.00 kilogram 85.95 118525.00
Painting with synthetic enamel paint of approved brand and manufacture to give an even Square
21
shade : Two or more coats on new work 42.00 Metre 78.40 3293.00

Manufacturing, supplying and fixing retro reflective overhead signage boards made up of
2 mm thick aluminium sheet, face to be fully covered with high intensity and
encapsulated lens type heat activated retro reflective sheeting conforming to type - III of
ASTM-D-4956-01 as approved by Engineer-in-charge, letters, borders etc. as per IRC :
67-2001 in silver white with blue colour back ground and with high intensity grade,
pasted on substrate by pressure sensitive adhesive backing which shall be activated by
applying pressure conforming to class II of ASTM-D-4956-01 and fixing the same to the
plate of structural frame work by means of suitable sized aluminium alloys, rivets or bolts
22 & nuts @ 300 mm centre to centre all along the periphery as well as in two vertical rows
along with theft resistant measures, including the cost of painting with two or more coats
of epoxy paint in grey colour on the back side of aluminium sheet including appropriate
priming coat. The rate includes the cost of rounding off the corners, lowering down the
structural frame work from the gantry, fixing and erecting the same in position all
complete as per drawings, specification and direction of the engineer-in-
charge.(Structural frame work including M.S. plate to be provided separately.
Rectangular area of the sheet only shall be measured for payment). Overhead
informatory road signage, Square
56.00 Metre 4722.20 264443.00
Total 39119291.00

ASSISTANT ENGINEER-II EXECUTIVE ENGINEER, CD-I


SPECIFICATIONS AND SPECIAL CONDITIONS

Name of work : Development of Unauthorized Colonies in NCT of Delhi


Sub Work: Improvement of road and side drain on Rama Park Road, Jain Road
and Gurudwara Road for outfall of unauthorized colonies
E,F,G,H,I,J,K, F-1, F-2 & WE Block Mohan Garden(Regd. No. 1145)
(Part-I), Bhagwati Garden Extension (Regd. No.769), Laxmi Vihar
(Regd. No.499) & Sidhatri Enclave (Regd. No.411), N-N-1, N-2, N-3,
N-Extension, A-Extension (Regd. No. 381) in Uttam Nagar Assembly
Constituency AC-32.

SCOPE OF WORK : The work under this contract shall generally consists of
“Improvement of road and side drain on Rama Park Road, Jain Road
and Gurudwara Road for outfall of unauthorized colonies
E,F,G,H,I,J,K, F-1, F-2 & WE Block Mohan Garden(Regd. No. 1145)
(Part-I), Bhagwati Garden Extension (Regd. No.769), Laxmi Vihar
(Regd. No.499) & Sidhatri Enclave (Regd. No.411), N-N-1, N-2, N-3,
N-Extension, A-Extension (Regd. No. 381) in Uttam Nagar Assembly
Constituency AC-32.” with the provision ofdemolishing of RCC/CC
work manually/ by mechanical means, excavation of silt including
malba, dismantling old plaster, earth work in excavation, carriage
of malba, P/L CC 1:4:8, CC flooring 1:2:4, brick work with
common burnt clay FPS bricks in cement mortar 1:6, 12 mm
cement plaster, neat cement punning, pre-cast R.C.C. manhole
cover, providing and laying RMC M-30 grade over RMC M-10
grade, 200mm thick factory made precast RCC rectangular cover,
RCC work, centering and shuttering, steel reinforcement,
provision for MS sign board and disposal of demolished C&D
waste to approved processing plant has also been included in the
estimate. The detailed drawings and design of the work can be
seen in the office of Executive Engineer-CD-I, I&FC Deptt.,
BasaidarapurOffice Complex near ESI Hospital on all working day
between 11.00AM to 4.00PM.The scope of work also includes
free maintenance of executed work for a period of 4 year by the
contractor after completion of initial defect liability period of one
year for which no extra payment shall be made to the contractor.
In order to keep the executed work in good condition for five year
an amount 2.5% converted from PG to security deposit, 13%
security deposit to be deducted from every running bills/ final
bills,2.5% security deposit will be deducted upto awarded amount.
The same shall be released year wise without any interest in
phases of maintenance period/ defect liability as per condition No.
47.

GENERAL SPECIFICATIONS:
1. Unless otherwise specified in the Special Terms and Conditions, the work shall be
carried out strictly in accordance with the printed C.P.W.D. Specifications 2009
Vol. I to II with relevant IRC code & B.I.S. specifications as applicable for works at
Delhi
with up to date correction slips issued till the date of opening of tenders and direction of
Engineer-in-Charge. In the event of any dispute the following shall be the order of
priority to decide the issue:-
(i) Nomenclature of items read with General Specifications & Special /Additional
terms and conditions of the contract
(ii) Drawings.
(iii) Latest CPWD Specifications with up to date correction slips issued till the date of
opening of tenders
(iv) B.I.S. Specifications / IRC Specifications.
(v) Instructions of Engineer-in-charge.
(vi) D.S.R. 2016 with up to date correction slips.
(vii) C.P.W.D. Works Manual -2019 with up to date correction slips.

GENERAL CONDITIONS

2. Before tendering the rates, the contractor shall inspect the site of work examine
the drawings, conditions of contract, specification of work and all other documents
comprising the tender and fully acquaint himself about the site conditions, with
regards to its difficult accessibility and space restrictions etc. for stacking/ storing
material, T&P labour etc. approaches available and its surroundings, lead
involved etc. for the execution of the work. No claim what so ever shall be
entertained by the Department /Govt. due to any such difficult site conditions over
and above the Percentage rates quoted by the contractor against different items of
work given in the Schedule of Quantities of the tender. The item quoted rates shall
be inclusive for all the working conditions like carriage of material to construction
site including its re-handling & nothing extra shall be paid on this account. The
contractor shall not be entitled for any additional rate beyond the Percentage
rates quoted by the contractor.
3. There may be possibility of re-handling of all materials used in the work due to
narrow lanes or obstructions by any reason in the streets. The Percentage rate
quoted by the contractor of respective item of schedule of quantity shall also
include this aspect of re-handling or any extra lead involved beyond 50m and
nothing extra shall be paid on account of re-handling or extra lead involved of any
materials beyond Percentage rates of the tender.
4. The contractor for successful execution of the work shall arrange adequate
diversion route for convenient of public movement. The contractor shall at all
times, provide and install sufficient warning signs, lighting arrangements
protective tin sheet fencing, notice boards, night watchman etc. to protect and
warn the public, about the work being executed to avoid any accident(s) at site,
nothing extra shall be paid on this account. However, if any mishap occurs, either
in absence or shortage of any such arrangement or for any other reason
whatsoever, the contractor shall be fully responsible for compensation of the
victims and to face all other legal consequences.
5. The contractor shall take all precautions to protect the executed work from natural
causes like floods or rains/ earthquake, riots or from accidents etc. Damages if
any occurs to the executed work prior to its recorded 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 his tools,
plants or material lost or damaged by floods, or rains or from any other causes viz.
riots etc.
6. The work executed under this contract shall be subjected to inspections carried
out by departmental officers, 3rd party quality assurance team and the Chief
Technical Examiner’s Organizations. Any defects regarding workmanship or
quality of material used as pointed out during or after completion of work by
Technical Examiner’s or by departmental officers, the same 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 recoveries pointed out by the C.T.E Organization
or by department officers during or after the completions of the work shall have to
be made from running account bills or any other amount standing due / payable
to the contractor against this work or any other work executed by him in
I&FCDeptt. or outside the Deptt. The decision of the Engineer – in- charge
regarding workmanship and recovery on account of defective work or below
specifications, shall be final and binding on the contractor. The contractor cannot
absolve himself of the responsibility during maintenance period after date of
completion by the competent authority, if any defect is noticed that has to be
rectified by the contractor at his own cost.
7. The work being under the technical control of Chief Engineer (I&F), Govt. of NCT
of Delhi and the word of C.P.W.D. or its officers wherever it occurs in the tender
form, 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 Percentage rates quoted by the contractor shall be inclusive of royalty, octroi,
taxes, Income Tax, green tax, carriage, leads and lifts and all inputs involved for
satisfactory execution of work including GST. No extra payment on this account of
any unforeseen contingency shall be payable beyond the rate quoted by him in
this tender 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
direction of Labour Department, Govt. of NCT of Delhi one percent (1%) labour
cess of the amount of the cost approved shall be deducted from the contractor bill
at the time of payment. Further necessary deductions shall be made of Income
Tax, GST or other taxes as notified by the Govt. from time to time. The contractor
shall have to abide by all labour laws / regulations stipulated from time to time by
the Govt. and no subsequent claim shall be entertained on this account including
E.S.I. Registration.
9. The contractor shall have to make his own arrangement for filtered and unfiltered
water both for labour and for execution of work at his own cost for which nothing
extra shall be payable beyond his tendered rates.
10. 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. No
extra payment shall be made on this account.
11. The contractor shall have to make approaches to the site of work if required and
keep them in good condition for transportation of labour and materials as well as
for inspection of work by the Engineer-in-charge. Nothing extra shall be paid on
this account.
12. The contractor shall at all time, carry out work in such a manner so as, not to create
interference in the flow of traffic as well as not to interfere or affect or disturb other
works being executed by other agency, if any. All arrangement for diversion of
traffic and maintenance thereof during the period of execution of work will be
done by the contractor. This shall be considered as incidental to the work as
contractor’s responsibility and nothing extra shall be payable to him on this
account.
13. 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 on this account as compensation. Contractor shall
also barricade the work site to prevent any unauthorized entry on to the site of
work. Any damage done by the contractor to any existing work shall be made
good by him at his own cost, and nothing extra shall be paid on this account.
14. While carrying out the excavation work below ground level and execution of work
above or below ground level, contractor shall take all kinds of precautionary
measures against accidents on account of work in foul condition, flowing water etc
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.
15. 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 latest CPWD specifications with upto date correction slips
issued till the date of opening of tenders.
16. All the mandatory tests shall be got carried out from time to time in conformity to
latest CPWD specifications with upto date correction slips issued till the date of
opening of tender for the materials to be used in the work. No steel, coarse sand,
stone aggregate, bricks 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. The test of
sample of steel reinforcement (all type), cement, concrete cubes/core etc. shall
be got tested from the departmental laboratory and if such facility is not available
their then it can be tested in any other Govt. laboratory or as decided by
Engineer-in-charge. 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.
17. No compensation shall be payable to the contractor for his staff and labour
remaining idle during any kind of hindrances in the work or stoppage of work or
delay caused during the progress of the work due to any reason whatsoever.
18. If any miss-happening occurs at site during execution of work, the contractor shall
be solely responsible for the same.
19. The contractor shall provide at his own cost all the instruments like weighing
scale, calibrated cylinder, standard sieves, thermometer, slump testing
equipment, measuring devices such as tape, verniercalliper, screw gauge,
rebound hammer, plumb bob, including surveying instruments etc. required for
the purpose of checking at the site of work, instruments for field test like set of
sieves for sieve analysis, and other instruments as directed by the Engineer-in-
charge.
20. The contractor shall carry out true and proper setting out of the work under the
supervision of the Engineer-in-charge or his authorized representative and shall
also be responsible for the correctness of the positions, levels, dimensions and
alignment of all parts of the structure. If at any time, during the progress of work,
any errors appears or arises in the positions, levels, dimensions or alignment of
any part of the work, the contractor on being asked to rectify the same by the
Engineer-in-charge, he shall rectify such errors to the entire satisfactions of the
Engineer-in-charge. The supervision and / or checking by the Engineer-in-
charge or his authorized representative shall not relieve the contractor of his
responsibility for the correctness of any setting out of line or level, dimensions
and quality of the work. The contractor shall carefully protect and preserve all
bench marks, pegs and pillars provided for the setting out of the works.
21. The contractor shall store all materials in proper manner so as to avoid
contamination and deterioration. The place where materials are stored by the
contractor if required, by the Engineer-in-charge for any other purposes shall
have to be cleared by the contractor within time period fixed by the Engineer-in-
charge.
22. If due to any change in the design and other stipulations or requirement at site
during execution of work, a particular sequence of overall constructional
operations has to be followed due to which certain interruptions to any one or
more items of work occur resulting in increase or decrease in the scope of work
then no claim of the contractor what so ever shall be entertained. The payment
shall be made as per clauses of the agreement. The Deptt. reserves the right to
change the quantum of work/ scope of work including design and drawing at any
stage of work, during execution.
No claim of the contractor due to above reasons or any part of the work remaining
unexecuted due to above interruptions / stipulations in the work shall be
entertained.
23. All kind of cement concrete and cement mortar shall be prepared by mechanical
mixer only. Cement concrete shall be laid as per direction of Engineer-in-charge.
24. 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.
25. The use of needle and surface vibrator/plate vibrator shall be mandatory in
RCC/CC work, as per suitability and site/work requirement.
26. The contractor has to ensure the homogeneous mixture and quality mix concrete
as per specification to ascertain the proper strength of mix in conformity to CPWD
specification.
27. 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.
28. In case the accumulation of sewage/sludge/rain water/surface water flowing in
the drain takes place in the working area, the contractor shall dewater the area for
keeping dry working conditions and rectify the defects caused due to these
reasons. No extra payment over and above the quoted unit rates of agreement
items shall be payable to the contractor. The work of construction of side drain
include work under existing/foul conditions, for which nothing extra shall be paid
other than the amount paid under relevant schedule items.
29. 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 power, if needed from
BSES/NDPL. Any expenditure incurred in this regard shall be the liability of the
contractor and the department shall neither reimburse or make any alternative
arrangement and the 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 Department, however, can recommend his
case for sanction for temporary connection. The contractor shall lay lines, cables
and other accessories as per specifications and as per requirement of BSES / NDPL
authority. In case of any non-payment of dues, if pointed out or referred by BSES /
NDPL to this department 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.
30. QUALITY CONTROL:- The contractor shall produce all the materials in advance
so that there is sufficient time for testing and approving the material and clearance
of the same before use in work. Samples of various materials required for testing
shall be provided free of charge by the contractor. The samples shall be tested in
laboratory as directed by the Engineer-in-charge from the Deptt. lab or from any
lab authorized by the deptt, regularly during execution of work as per codal
provision out of which at least two samples each of RMC, M-30 & M-10 shall be
got tested from Shri Ram Institute or any govt. lab as per the directions of
Engineer-in-Charge. 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 redone by the contractor. The
contractor shall have to setup site laboratory having 6 Nos. Cube Moulds, slump
cone apparatus, digital weighing balance, silt content measuring Jar, compressive
strength testing machine etc. as per the direction of Engineer-in-Charge, for
which no extra payment shall be made.

(B) If the overall quoted percentage by the agency is below (-) 30% of the estimated
cost put to tender, then at least 10% of the mandatory tests shall be carried out
from reputed Laboratories i.e. Shriram Institute for Industrial Research or any
other government laboratories as directed by Engineer-In-Charge. The cost of
testing shall be borne by the contractor and shall be deemed to be included in his
quoted rates.

31. Water:-
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 accessing
its suitability for use in the work. The test should be got done from the laboratory
approved by the department and the cost of the test shall be borne by the
contractor.

32. Bricks:
The F.P.S bricks to be used shall conform to CPWD specifications and the sample
of bricks shall be got approved from Engineer-in-charge before using at site of
work. The minimum average wet compressive strength of F.P.S. (non
modular)brick shall not be less than 75 kg/cm2when 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, wrappage and organic matters.
The bricks shall be solid and with frog on one of its flat side as per specification.
The bricks shall have smooth rectangular faces with sharp corners and shall be
uniform in shape and colour. Bricks shall be tested in I&FC Laboratory or any other
Govt. laboratory.

33. Cement:-
(i) The contractor shall procure 43 grade OPC cement M.T from primary cement
producing companies like ACC GRASIM GUJRAT AMBUJA, BIRLA (VIKRAM),
ULTRA TECH & J.K. Supply of cement shall be taken in 50Kg. bags bearing
manufacturer's name and ISI marking. Sample of cement arranged by the
contractor shall be taken by the Engineer-in-charge and got tested in accordance
with provision of relevant BIS codes from any approved laboratory as decided by
Engineer-in-charge. In case test result indicate that the cement arranged by the
contractor does not conform to the relevant BIS codes, whole lot brought at site
shall stand 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. Cement from Mini Plant shall not be allowed.
(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. the Engineer-in-Charge or his
authorized representative shall reserve the right to verify / cross check the
authenticity of the cement vouchers submitted by the contractor
(iii) The cement shall be got tested by Engineer-in- charge and shall be used in work
only after test result have been received. The contractor shall supply free of cost
the cement required for testing. The cost of tests shall be borne by the
contractor/department in the manner indicated below:-

(a) By the contractor, if the result shows that the cement does not confirm to relevant
BIS code.
(b) By the department, if the result shows that the cement confirm to relevant BIS
code.

(iv) Preferably one brand of cement shall be used by the contractor & he shall have to
produce all the original bills in support of purchase of cement for record, only
then the running payment shall be made to the contractor for the executed work.

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
cost of the contractor.

(v) 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.
(vi) 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 cost of the contractor.

34. 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 as specified in
C.P.W.D. specifications after casting.
35. All the mandatory tests shall be got carried out from time to time in conformity to CPWD
specifications 2019 Vol-I & II for the materials to be used in the work. No material shall be
used without conducting the required mandatory test. The material like coarse sand,
stone aggregate etc. to be used in the work shall be in accordance with the CPWD
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.
Rate of application of tack coat for both WBM surface and bituminous surface shall be
measured at prescribed frequency.

36. READY MIX CONCRETE (RMC) FROM RMC PLANT OF PRIMARY CEMENT
MANUFACTURER OF REPUTE
The contractor shall have to arrange Ready Mix concrete (RMC) from units of primary
cement producing plants of repute such as A.C.C., Ultratech, L&T etc. having their own
primary cement producing plant, subject to approval of Engineer-in-charge. The
contractor can also purchase RMC from plants approved in DMRC such as Enpeecon
(Ready Mix Concrete) and Ndcon Constructions (Ready Mix Concrete) etc. The RMC
plants operated by the class-I & II contractors enlisted in the I&FC Department in their
own name, having production capacity of 30 cubic meter per hour and registered in the
same firm name shall also be allowed to supply the RMC from their own plants subject to
the condition that the name of the firm and the name of the RMC plant should be the same
and shall be allowed for execution of work being executed by their own firm. For RMC
work only 43 grade OPC Cement procured from primary manufactures shall be allowed.
The RMC plant should have 60 cum per hour capacity for single plant and 30 cum per
hour for multiple plants. Further, the RMC Plant owner, approved by competent authority
time to time till date of tender was also allowed. The contractor shall submit the list of
eligible manufacturers of RMC for approval by the Engineer-in-charge:-
(i) If the overall quoted percentage by the agency is below (-) 30% of the estimated
cost put to tender the Contractor shall have to procure RMC only from the plant of
Primary Cement Manufacturer.
(ii) The RMC plant should have 60cum per hour capacity for single plant and 30 cum
per hour for multiple plants.
(iii) The contractor shall draw the MOU with approved RMC producer with approved
design mix and submit the same to Engineer-in-charge for approval before start of
the work. The contractor will not be allowed to use RMC without completion of
above stated formalities. While formulating the MOU the award letter of the work
and schedule of quantities and terms & conditions of the work (duly signed by the
RMC producer) along with the condition to furnish the detail of batch mix (batch
slip) corresponding to every computerized delivery challan in original generated
at the RMC plant clearly stating the contents of RMC to site staff of I&FC
Department should be made part of the MOU before commencement of work. No
work shall be accepted if MOU is not submitted to Engineer-in-charge.
(iv) A condition shall be made part of the MOU between the contractor and the RMC
Manufacturer, duly approved by the Engineer-in-charge that the RMC
Manufacturer shall be responsible to provide GST invoices of the RMC procured
for the particular work to CD-I, I&FC Department on the email address
ifccdi@gmail.com of the Engineer-in-Charge (Agreement No./Site of work is to be
mentioned on the GST invoice) before release of every running bill & final bill to
the contractor, payment to the contractor shall be released only after verification of
GST invoices.

(v) The cost of any variation in the gradation of aggregate in manufacturing of RMC
w.r.t. relevant item of RMC in schedule of quantities shall be borne by the
contractor i.e. nothing shall be payable to the contractor if RMC manufacturer uses
a different aggregate gradation than relevant item of RMC in schedule of quantities
for production of RMC.
(vi) The cement content considered in RMC M-30 is 400 kg. per cum. If any deviation in
the quantity of cement on lower side is a recovery for cement @ Rs.10 per kg. will
be deductable. RMC M-30 and M-10 with cement content less than 360 kg. per
cum. and 200 kg per cum. respectively shall be rejected. No extra payment shall
be made for excess cement as stipulated above.
(vii) Notwithstanding the approval granted by Engineer-in-charge in aforesaid manner
of provisions in CPWD Specification, the contractor shall be fully responsible for
quality of concrete including input control, transportation and placement etc.
(viii) For all purposes the contractor shall carry out fully, the responsibilities of the
placement contract’ and the ‘manufacturer of concrete
(ix) The site-in-charge reserves the right to exercise control over the

(a) Calibration check of the RMC plant.


(b) Weight and quantity check on the ingredients, water and admixtures added for
batch mixing.
(c) Time of mixing of concrete.
(d) Testing of fresh concrete, recording of results and declaring the mix fit or unfit for
use. This will include continuous control on the work ability during production and
taking corrective action, if required.
(e) For exercising such control, the site-in-charge shall periodically depute his
authorized representative at the RMC plant. It shall be responsibility of the
contractor to ensure that all necessary equipment, manpower & facilities are made
available to site-in-charge and or his authorized representative at RMC plant.
(f) All required relevant records of RMC shall be made available to the site-in-charge
or his authorized representative. Site-in-charge shall, as required, specify
guidelines & additional procedures for quality control & other parameters in
respect of material production & transportation of concrete mix which shall be
binding on the contractor & the RMC plant. Only concrete as approved in design
mix by Engineer-in-charge shall be produced in RMC plant and transported to the
site.
(g) The Percentage rates quoted by the contractor for RMC under the relevant item of
the schedule of quantities, shall be inclusive of the arrangements to be made for
transportation of RMC to the site of work including re-handling, pumping etc and
no claim of the contractor regarding narrow streets / difficult site conditions /
unapproachable sites shall be entertained.

(h) In case the work for laying of RMC is required to be executed during night hours as
per site condition or due to any other reasons what so ever in public interest
nothing extra shall be paid to the contractor for making any extra arrangement
such as lighting, barricading etc. and any other special arrangement required at
site for execution of the work in night hours.

(x) MODE OF PAYMENT OF RMC

The payment of RMC shall be released in following manner:-

(a) Running bill shall be paid up to 75% after receipt of satisfactory initial cube test
reports of 7 days & core cutting results.

(b) Balance 25% payment shall be released after getting satisfactory results of 28 days
compressive strength of cube/core thickness and or third party report etc.

(c) (i) Payment of RMC shall be made for lesser of the quantity arrived at from the GST
invoices and actual measurement co-related with core cutting reports.

(ii)The contractor shall not increase the thickness of RMC without written permission
of the competent authority. In such a case the thickness as per the provision taken
in the NIT shall be considered for payment.

(d) Balance Core cutting may be done by collecting at least 01 No. sample(consisting of
03 cores) in 2000 sqm or part thereof staggered or as decided by Engineer-in-
charge in such a manner so as to collect at least 01 core in each gali. Core cutting for
thickness and testing only and no request of the contractor to alter the same at the
later stage shall be entertained.

(XI) Testing of Concrete: - The contractor shall produce all the materials in advance so
that there is sufficient time for testing and approving the material and clearance of
the same before use in work. Samples of various materials required for testing shall
be provided free of charge by the contractor. The samples shall be tested during
the execution of work. The strength shall also be checked by adopting cube/core
cutting method for already executed work and Samples of cube/core cutting shall
be got tested from any Govt. Laboratory including Laboratory of I&FC Department
or Shri Ram Testing laboratory, as per direction of Engineer in-charge. All the
testing charges shall be borne by the contractor.

a) Third part consultant shall collect samples of the materials in presence of five
local persons of the village/vicinity of the project site.

XII. In case the work for laying of RMC is required to be executed during night hours as
per site condition or due to any other reasons what so ever in public interest nothing
extra shall be paid to the contractor for making any extra arrangement such as
lighting, barricading etc. & any other special arrangement required at site for
execution of the work in night hours.
XIII. The concrete shall be finished by floating &brooming with wire brush including
provision for contraction/ expansion joints longitudinal/ lateral (both ways) of 10 mm
x 50 mm depth of panels not exceeding 20 sqm area with groove cutting machine.

37. MEASUREMENTS OF WORK DONE AND COMPUTERIZED MEASUREMENT


BOOK
Computerized bill shall be submitted by the contractor. All measurements of all items
having financial value shall be entered by the contractor and compile in the shape of
computerized measurement book having pages of A4 size as per the format of the
department so that the complete record is obtained of all the items of work performed
under the contract.

Whenever bill is due for payment, the contractor would initially submit draft computerized
measurements sheets and these measurements would be got checked/test checked from
the Engineer-in-charge and/or his authorized representative, The contractor will there
after incorporate such changes as may be done during these checks/test checks in his
draft computerized measurements and submitted to the department a computerized
measurement book duly bound and with its pages machine numbered. The Engineer-in-
charge and/or his authorized representative would thereafter check the MB, and record
the necessary certificates for there checks/test check. The final fair computerized
measurement book given by the contractor duly bound, with its pages machine
numbered, should be 100% correct and no cutting or over writing in the measurements
would thereafter be allowed. If at all any error is noticed the contractor shall have to
submit a fresh computerized MB with its pages duly numbered and bound after getting the
earlier MB cancelled by the department. Thereafter, the MB shall be taken in the divisional
office records.

38. 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. In case of design mix the
source/quarry of the material shall not be changed during the execution of the work.
In case, such compelling situation arises, agency shall inform the Engineer-in-
charge well in advance, so that the job mix formula can be developed and
approved. Charges for developing job mix formula, providing material for test etc.
shall be borne by the contractor.
39. The road/streets shall be closed by erection of barriers at both ends to prevent
unauthorized entry at site of work, which shall be suitably lighted at night. During
day time a man with red and green flag must be deployed about ten metre in front of
each barriers, directing traffic. Night watchmen must also be provided to see the
work at night. Nothing extra shall be paid on this account.
40. Soon after the award of work, the contractor shall submit the programme of
execution of work in writing and get it approved from the Engineer-in-charge and
strictly adhere the same for the timely completion of the project. The programme
schedule for execution of work should have start and completion dates of various
stages/item of work.

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


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

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

43. 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.

44. 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. In case of design mix the
source/quarry of the material shall not be changed during the execution of the work.
In case, such compelling situation arises, agency shall inform the Engineer-in-
charge well in advance, so that the job mix formula can be developed and
approved. Charges for developing job mix formula, providing material for test etc.
shall be borne by the contractor.

45. Guarantee Clause:- The contractor shall be held responsible / liable full life span
minimum 60 (Sixty) month of capital asset created, whenever any deficiency / short
coming / break down is observed which shows that the work has not been executed
as per prescribed specifications / standard or it shows that quality / quantities of the
items or material used are deficient, the same shall be rectified by the contractor at
his own cost. The entire amount of security deposit will be released after 60 (sixty)
months from the date of completion of work.

46. Maintenance of the assets after construction :-


(i) All the executed work under this agreement shall have free maintenance
period/Defect Liability Period for 5 years from the date of completion of project. The
agency shall keep in view this aspect while quoting their rates for the tender. No claim
of the contractor whatsoever shall be entertained by the department on this account at
later stage during the entire maintenance period of five years.
(ii) The department may also issue notice for rectification of defects during above said
maintenance period of five year which shall have to be rectified by the agency within
the specified period.
(iii) In case the contractor fails to rectify the defects to the satisfaction of Engineer-in-
charge within the time frame specified by Engineer-in-charge the department shall
have the right to forfeit the entire amount of deposit available with or without giving
notice to the contractor. No claim of the contractor shall be entertained on this account
at a later stage. The defects shall be then got rectified by the department by engaging
some other agency and the amount involved on this account shall be met out from the
security deposit forfeited.
(iv) Clause 10C, 10 CC & 10CA of the GCC shall not be applicable for the defects liability
period/free maintenance period of five years.
(v) 2.50% Security Deposit shall also be deducted from each running bill as mentioned in
Schedule ‘E’ of PWD – 8.
(vi) RELEASE OF PERFORMANCE GUARANTEE
After the completion of work 50% of the Performance Guarantee hall be released and
50% of the P.G. amount shall be retained as security deposit. The validity period of the
P.G. shall be extended accordingly by the executing agency.
47. RELEASE OF SECURITY DEPOSIT
The security deposit i.e. 2.50% converted from P.G. to Security Deposit +13.00%
Security Deposit to be deducted from every Running Bills/Final Bill shall be refunded
year wise without any interest in phases of maintenance period/defect liability period
as described below:- Provided the same is not utilized by the department for the due
maintenance as prescribed.
After 1st year of Completion : Nil

After 2nd year of Completion : 15% of Security Deposit

After 3rd year of Completion : 15% of Security Deposit

After 4th year of Completion : 20% of Security Deposit

After 5th year of Completion : 50% of Security Deposit

48. Third Party quality Assurance.


(i) The work shall be started only after appointment of 3rd Party/Consultant
(ii) The 3rd party quality assurance is likely to be carried out by one of agencies i.e.
D.T.U., IIT Delhi, IIT Roorkee, NCCBM, CRRI, EIL, WAPCOS, Rites or any other
agency as decided by the Engineer-in-Charge. The decision of Engineer-in-
Charge in this regard shall be final and binding on the contractor. The 100% of the
work carried out by the contractor is subjected to check by any of the 3rd party
mentioned above apart from the I&FC officers. All necessary filed/Lab test(S) as
per CPWD / internal specifications shall be carried out by the consultants through
their in house labs or any other reputed lab for the correctness of the test result.
(iii) The samples shall be collected and sealed by the consultant for quality check in the
presence of contractor and departmental officers five local persons of the village/
vicinity/ RWA and shall be signed by them in the prescribed performa in token of
their acceptance. However the test to be carried out by the consultant/third party
from external laboratory, the contractor shall supply the material free of charge
including transporting to the laboratory.
(iv) The contractor shall provide all necessary support, co-operation assistance in
obtaining the samples and carrying out the field / laboratory test, as required by
third party from time to time. This may include provisions of labour, assistance in
packing and dispatching of materials etc. and any other assistance considered
necessary in connection with quality control in works.
(v) The Irrigation & Flood Control Department shall enter into a works contracts with
TPIA and the stipulations of the same shall be binding upon the contractor.
(vi) Final Bill payment to the contractor shall be released only after satisfactory report
of TPIA is received prior to every running bill.
(vii) In case of any complaint of the work from any source, TPIA shall inspect the site for
its evaluations and carry out due diligence to ensure that the work is as per
specifications laid down in the contract.
(viii) The contractor shall have no objection to the collection of samples by T.P.I.A. in
presence of five local persons of the same village / vicinity of the project site.
(ix) In case of any complaint of the work from any source. TPIA shall inspect the site for
its evaluations and carry out due diligence to ensure that the work is as per
specifications laid down in the contractor.

49. Photography/Videography

The agency shall submit photographs of size 5”x7” along with soft copy in CD/
Pen drive and videography of all streets at different stage of work at the time of
submission of each running bills and completion of work. The photographs shall
be in such a way that could be easily identified locations and cover full stretch of
street:-

The photographs and videography shall essentially of following stages/items at


specific locations/gallies.

i. Before start of work.


ii. During and after execution of base layer of M-10.
iii. During and after laying of top wearing layer of M-30.
iv. Photographs/ Videography of other items executed.

Nothing extra shall be payable to the contractor on this account.

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

51. The contractor shall engage site Engineer as per provision of clause 36 of the
agreement who and his authorized representative should always be available at
the site of work for taking instructions from the Department officers and ensure
proper execution of work. No work should be done in the absence of such
authorized representative. The site Engineer of the contractor shall also remain
available at site during the execution and also when the site is likely to be
inspected by the Engineer-in-Charge or senior officers. In case, the technical
staff as required is not engaged at site by the contractor, the recoveries as per
relevant clauses shall be made from the bills of the contractor.

52. All the unserviceable material obtained from dismantling/demolishing shall be


mechanically transported to IL&FS plant site designated by the Engineer-in-
charge or as directed by him. The cost of the procuring charges paid by
contractor to IL&FS shall be reimbursed to the contractor on actual basis without
application of any overheads, contractor profit, cost index, etc. For the purpose
of this payment the contractor shall have to submit original receipts/challans
obtained from the ILFS plant. Also Engineer-in-charge shall reserve the right to
get such receipts/challans verified from IL&FS before making a payment to the
contractor in this regard.

53. Liaisoning with concerned department


For execution of work, it may require liaising with other Govt. Department
regarding issue of NOC, shifting of service line, cutting of trees etc. Agency shall
have to liaison with those department in order to expedite the issue requisite
NOC/permission etc. The department will help on the request of agency as such
writing to the concerned department, calling meetings etc. Nothing extra shall be
paid in this regard.

54. Completion certificate on the work will be issued only after successful physical
completion in all respect and receipt of satisfactory report on all mandatory test,
report of third party quality/quantity assurance, report.

55. Prevention of Nuisance and Pollution Control.


The contractor shall take all necessary precautions to prevent any nuisance of
inconvenience to the owners, tenants or occupiers of adjacent properties and to
the public in general and to prevent any damage to such properties from
pollutants like smoke, dust noise. The contractor shall use such methodology and
equipment so as to cause minimum environmental pollution of any kind during
and minimum hindrance to road users and to occupants of the adjacent
properties or other services running adjacent/near vicinity. The contractor shall
make good at his cost and to the satisfaction of the Engineer-in-charge, any
damage to road, paths, cross drainage works or public or private property
whatsoever caused due to the execution of the work or by traffic brought thereon
by the contractor. All waste of superfluous material shall be carried away by the
contractor, without any reservation, entirely to the satisfaction of the Engineer-in-
charge.

Control of Air Pollution of dust from construction and demolition activities:-


Guidelines of National Green Tribunal and DPCC, Delhi issued time to time shall
be followed by the agency for which noting extra shall be paid.

56. The executing agency shall take all the measures during executing of work on
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. The department in no case reimburse penalty or be party for such
default.

57. 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 labour / employees under contract
labour( Regulation and Abolition) Act, 1970 and the contract labour ( Regulation &
Abolition) central rules, 1971 with upto date amendments. The contractors
participating in tendering process should also furnished ESI & EPF Registration
along with other required documents.

(iii) The contractor participating in tendering process should also upload ESI & EPF
Registration documents and physically submit the same along with EMD.
Work specific labour license shall be provided by the contractor after award of
work.
58.Extra Item/ Substitute Item:-

The rates quoted by the contractor shall be treated as market rates. During execution of
work, if any Extra Item/ Substitute Item occurs than the rate for the same will be paid
according to awarded Percentage rate of the tender base on applicable Delhi Schedule
of rates on which contractor has quoted his rates.
59 Utmost care shall taken to keep the noise level to the barest minimum so that no
disturbance as far as possible is caused to the nearby occupants/users of building(s), if
any.

60. The contractor shall be responsible to carry out the work by taking all precautionary
measures to ensure that no air pollution takes place due to the work carried out under
this agreement. Any negligence on the part of contractor shall be the responsibility of
the contractor and any penalty and consequences of such action, if any, shall be borne
by the contractor only.

61. Mosquito breeding: -It shall be the responsibility of the contractor to carry out the
work in such manner so as not to allow such stagnation of water at site which may cause
mosquito breeding. Any negligence on the part of contractor shall be the responsibility
of the contractor and any penalty and consequences of such action, if any, shall be
borne by the contractor only.

62. N.G.T.:-It shall be the responsibility of the contractor to carry out the work in such
manner so as to follow all the directions and guidelines of the Hon’ble N.G.T. Any
negligence on the part of contractor shall be the responsibility of the contractor and any
penalty and consequences of such action, if any, shall be borne by the contractor only.

63. The contractor shall has to be execute the work in the spirit of Rule 3(1) of Prohibition of
Employment as Manual Scavengers and their Rehabilitation Act, 2013 and in
consonance with Hon’ble Supreme Court Judgment in WP (C) 583/2003 apart from the
safety measures as stipulated under the Labour Laws/CPWD From 8. Any negligence
on the part of contractor shall be the responsibility of the contractor and any penalty
and consequences of such action, if any, shall be borne by the contractor only. If
necessary for the workers to go down into the drain in the context of this work, only
trained workers will be assigned this job by the contractor after taking all
precautionary safety measures.

Labour Laws: It shall be responsibility of the contractor to follow clause 19 and its sub-
clauses during the execution of the work under this contract at all times.

Safety Code:-It shall be responsibility of the contractor to follow Safety Code as per
General Condition of Contract and take all safety measures & precautions to prevent any
accident / mishap at site during the execution of work by providing all safety equipments to
the workmen. In case of any accident at site, the contractor shall be directly held the
responsible for the same.

64. In the work, if any supply of earth is taken the payment of quantities shall be computed on
the basis of cross-section which shall be taken at interval of 15cm or less as per site
condition, cross section shall be taken in presence of the contractor or his authorized
representative and the contractor shall sign the level book in token of his acceptance of the
measurement.

65. Extension of Time:-Time is the essence of the contract. There will be no extension of time
allowed unless prior / immediate intimation of start of hindrance is given (In writing) by the
agency with proper justification. In case of non prior approval of EOT, after the lapsing of
stipulated date of completion, 10% of the amount of every running bills and final bill shall
be deducted and kept withheld. Same shall be released / adjusted after the final grant
Extension of Time by the competent authority.

66. In case the contractor fails to start the work by the date of 1st milestone without any valid
and justified reason duly approved by the competent authority, the work shall be rescinded
immediately without issuing any notice.

67. It shall be the responsibility of the contractor to divert the water in the drains while
execution of work, if required. The cost of such diversion is deemed to be included in the
rate quoted by the contractor.

68. Contractor has to use C&D Recycled products like concrete bricks, recycled aggregate
(RA) and recycled concrete Agg.(RCA) in plain cement concrete as per direction of
Engineer-in-charge. It is in compliance of construction and demolition waste management
Rule 2016. No extra payment shall be made on account of use of recycled aggregate (RA)
and recycled concrete Agg.(RCA) in plain concrete . The quantity and proportion for use of
RA & RCA in a particular item shall be decided by Engineer-in-charge. The proof of
procurement of recycled material shall be provided by the agency to the Engineer-in-
charge.

69. If any defect or deficiency on the work, misleading information regarding quantity
measurement or quality defects pointed out even after completion of work the agency shall
be solely responsible for the same and action will be taken as deemed fit regarding
blacklisting the agency as well as other action as deemed fit.

70. In view of the enforcement of building & other construction workers welfare Cess Act 1996,
the cost should be levied @ 1% of the cost of the contract & shall be deducted from the bills
of the contractor at the time of the making payments. The unit quoted rates of the contractor
shall be inclusive of the Cess GST & other levies of Govt. & nothing extra shall be paid on
this account.
71. Deviation in agreement Items:
If required the deviation in the agreement item will be allowed only with prior permission of
the Engineer-in-charge. The payment of deviated quantity will be made at quoted rate until
the overall 1st lowest status is maintained including deviation of all other items. In case of 1st
lowest status of the contractor changes, then the amount to be paid to the contractor shall be
restricted to the amount at which the 1st lowest status of the contractor is maintained and
nothing beyond that shall be payable to the contractor.

Such restriction on the payable amount to maintain the 1st lowest status of contractor shall be
final and binding on the contractor and shall not be arbitrable.

72. The contractor shall ensure strict compliance of the order/instructions issued by
D.D.M.A or other government authority to contain any pandemic during
execution of work. Wearing face mask, maintaining social distancing and
periodical sanitization of work site as well as of individual working at work site
shall be mandatory in public interest.
73. Before/During execution of the work may require NOC, shifting of lines,
hindrances etc, concern to other government deptt. The executing agency shall
have responsibility to Liaison with those deptt to obtain NOC, shifting of lines,
hindrances etc. However, deptt. may write to or arrange meeting with those
deptt. on written request of agency.

74. SITE CLEARANCE.


After physical completion of the 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, at
his own cost. No extra payment shall be made to the contractor for clearance of
the site.

ASSISTANT ENGINEER-II EXECUTIVE ENGINEER (CD-I)

Signature Not Verified


Digitally signed by JAJOLLA NARENDER
SAGAR
Date: 2024.12.07 12:27:03 IST
Location: NCD of Delhi-DL

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy