Painting of Kerb Stone DC Sharma
Painting of Kerb Stone DC Sharma
INDEX
Name of work: -A/R & M/O various roads under Shahdara Road Division (M-211)
during 2022-23 (SH: Painting of Kerb Stones, Railing, Road marking & fixtures of
Roads under Sub-Division M-2111).
This NIT amounting to Rs. 97,28,390/- (Rupees Ninety Seven Lakh Twenty Eight
Thousand Three Hundred and Ninety Only) contains pages 1 to 72.
Executive Engineer
Shahdara Road Division
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 2 of 72
NOTICE INVITING TENDER
PUBLIC WORKS DEPARTMENT
Name of work: A/R & M/O various roads under Shahdara Road Division (M-211)
during 2022-23. (SH: Painting of Kerb Stones, Railing, Road
marking & fixtures of Roads under Sub-Division M-2111).
This NIT amounting to Rs. 97,28,390/- (Rupees Ninety Seven Lakh Twenty Eight
Thousand Three Hundred and Ninety Only) is hereby approved.
Executive Engineer
Shahdara Road Division
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 3 of 72
CHECK LIST FOR CONTRACTORS FOR SUBMISSION OF BIDS
1. The tenderers should read all the instructions, terms & Conditions, contract clauses,
nomenclature of items, specifications etc. contained in the tender documents very carefully,
before quoting the rates. The tenderer should also read the “General Conditions of
Contract MaintenanceWork 2020” for CPWDwith the amendments upto last date of
submission of tender.
2. The agency shall quote the percentage (%) above/below the estimated cost put to
tender in both words and figures.
3. The contractor shall quote his rates keeping in mind the salient features,
specifications, terms & Conditions, additional Conditions, and special Conditions etc.
and nothing shall be payable extra whatsoever unless otherwise specified.
4. The contractor shall also furnish Performance Guarantee of 3% of the tendered amountin
addition to the other deposits mentioned elsewhere in the contract for proper performance of
the agreement. The Performance Guarantee shall be in the shape of FDR or Bank
guarantee as per Performa given.
5. In the event of the tender being submitted by a firm, it must be signed separately by each
partner thereof or in the even of the absence of any partner, it must be signed on his behalf
by a person holding a power of attorney authorizing him to do so, such power of attorney
should be produced with the tender and it must be disclosed that the firm is duly registered
under the Indian partnership act, 1952.
6. GST, LabourCess etc. as applicable shall be paid by the contractor himself. The department
shall deduct from the bills, the TDS as applicable. The contractor shall quote his rates
considering all such Taxes.
7. The agencies shall get registered for GST and submit valid registration certificate of GST
Department at the time of tendering.
8. The tender which is conditional shall be treated as non-responsive and shall be summarily
rejected.
9. Any person who submits a tender shall fill up the usual printed form, stating at what rate he
is willing to undertake the work. Tenders, with any alteration in the work specified in the said
form of invitation to tenders, or in the time allowed for carrying out the work, or which contain
any other condition of any sort including conditional rebates, will be summarily rejected.
10. All expenditure to be incurred for testing of samples e.g. packaging, sealing,
transportation, loading, unloading etc. including testing charges shall be borne by the
contractor.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 4 of 72
The Executive Engineer, Shahdara Road Maintenance Division (M-211), PWD, 2nd
Nizamuddin Bridge NH-24, New Delhi (Tel. No.- 011-21210327, Email-
eepwddelhim211@gmail.com)on behalf of the President of India invites online bids from
approved and eligible contractors of CPWD and other experienced contractors meeting the
eligibility criteria in respect of execution of similar works for the following work:
For this purpose, cost of work shall mean gross value of the completed work including
cost of material supplied by the Government/Client but excluding those supplied free of
cost. This should be certified by an officer not below the rank of Executive Engineer or
equivalent.
Components of work executed other than those included in definition of similar work shall
be deducted while calculating cost of similar work. Bidder shall submit abstract of cost of
work in support of this.
The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum, calculated from the date of
completion to previous day of last day of submission of bids.
4. Joint Venture: Bids from Joint Ventures shall not be entertained. However, the
bidder may associate CPWD registered contractors of appropriate category for the
works of, mechanized drain cleaning and other civil component as per cost of
component of work. Alternatively, specialized agencies in the aforesaid packages
may also be engaged provided these agencies fulfil the minimum eligibility criteria
as specified in the bidding documents in proportion to the individual component of
work. Name of the agency(s) to be associated shall be approved by Engineer-in-
charge of component work.
5. Information and Instructions for bidders posted on website shall form part of bid
document.
7. The time allowed for carrying out the work will be 365 days from the date of start as
defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later,
indicated in the bid documents.
8. But the bid can only be submitted after deposition of original EMD either in the office of
Executive Engineer inviting bids or division office of any Executive Engineer, CPWD
within the period of bid submission and uploading the mandatory scanned documents
such as Insurance Surety Bonds, Account Payee Demand draft or Bankers Cheque or
Fixed Deposit Receipts or/ and Bank Guarantee (for balance amount as prescribed) from
any of the Commercial Bank towards EMD in favour of Executive Engineer as mentioned
in NIT, receipt for deposition of original EMD to division office of any Executive Engineer
(including NIT issuing EE/ AE), CPWD and other documents as specified.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 6 of 72
9. Those contractors who are not registered or have not updated their profile on the website
mentioned above, are required to get registered/update their profile beforehand. The
necessary training materials including the videos with step-to-step process are available
on download section of https://govtprocurement.delhi.gov.in
10. The intending bidder must have valid class-III digital signature certificate with encryption
key (combo type) to perform any operations/transactions on the e-tendering
portal/website and the bidder should download and install the eMsigner on their system
as per instruction available on download section of
https://govtprocurement.delhi.gov.in.
11. On opening date, the contractor can login and see the bid opening process. After
opening of bids he will receive the competitor bid sheets.
12. Contractor can upload documents in the form of JPG format and PDF format.
13. Pre-Bid conference shall be held in the chamber of Executive Engineer, Divn. M-
211,PWD Nizamuddin Bridge, Delhi at 11:00 AM on 01/03/2023 to clear the doubt of
intending bidders, if any.
14. Contractor must ensure to quote percentage rate on estimated cost of work in figures and
words.
In addition to this, while selecting any of the cells a warning appears that if any cell is left
blank the same shall be treated as “0” (Zero).
Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such item
shall be treated as “0” (ZERO).
However, if a tenderer does not quote any percentage above/below on the total amount
of the tender or any section/sub-head in percentage rate tender, the tender shall be
treated as invalid and will not be considered as lowest tenderer.
15. After submission of the bid the agency can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.
16. The department reserves the right to reject any prospective application without assigning
any reason and to restrict the list of qualified contractors to any number deemed suitable
by it, if too many bids are receivedsatisfying the laid down criterion.
17. The documents required for eligibility shall be opened first on due date & time mentioned
above. The time & date of opening of price bid of contractors meeting the eligibility
criteria shall be communicated to them at a later day.
Note:However, Self-certified copy of all the scanned and uploaded documents shall
have to be submitted physically by the lowest bidder within a week of the
opening of tender in the office of the Executive Engineer, Shahdara Road
Maintenance Division (M-211), PWD, 2ndNizamuddin Bridge NH-24, New Delhi
(Tel. No.- 011-21210327, Email- eepwddelhim211@gmail.com.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 7 of 72
1. Copy of receipt for deposition of original EMD to division office of any EE, CPWD/PWD
2. Treasury Challan/ Demand Draft /Pay Order or Banker’s Cheque/ Deposit at Call
Receipt/ Bank Guarantee of any Scheduled Bank against EMD.
6. GST registration Certificate of the State in which the work is to be taken up, if
already obtained by the bidder.
If the bidder has not obtained GST registration in the State in which the work is to be
taken up, or as required by GST authorities then in such a case the bidder shall scan
and upload following undertaking along with other bid documents.
“lf work is awarded to me, I/we shall obtain GST registration Certificate of the State, in
which work is to be taken up within one month from the date of receipt of award letter
or before release of any payment by CPWD/PWD, whichever is earlier, failing which
I/We shall be responsible for any delay in payments which will be due towards
me/us on a/c of the work executed and/or for any action taken by CPWD/PWD or
GST department in this regard.
Note: The S.No. 3 to 5 are not applicable for CPWD enlisted contractors of appropriate
class in Building & Roads category and S.No.9not applicable for other-experienced
contractor.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 8 of 72
1. Percentage rate bids are invited on behalf of President of India from approved and
eligible contractors of CPWD and other experienced contractors meeting the eligibility
criteria in respect of the execution of similar nature of works for the following work of
“A/R & M/O various roads under Shahdara Road Division (M-211) during 2022-23.
(SH: Painting of Kerb Stones, Railing, Road marking & fixtures of Roads under Sub-
Division M-2111)”.
The enlistment of the contractors should be valid on the last date of submission of bids.
In case the last date of submission of bid is extended, the enlistment of contractor should
be valid on the original date of submission of bids.
1.1 The work is Estimated Cost Rs. 97,28,390/-.This estimate, however, is given
merely as a rough guide.
1.1.1 The authority competent to approve NIT for the combined cost and belonging to
the major discipline will consolidate NITs for calling the bids. He will also nominate
Division which will deal with all matters relating to the invitation of bids. For
composite bid, besides indicating the combined estimated cost put to bid, should
clearly indicate the estimated cost of each component separately. The eligibility of
bidders will correspond to the combined estimated cost of different components
put to bid.
1.2 Intending bidders is eligible to submit the bid provided he has definite proof from
the appropriate authority, which shall be to the satisfaction of the competent
authority, of having satisfactorily completed similar works of magnitude specified
below:-
(b)To become eligible for issue of bid, the bidders shall have to furnish an
affidavit as under: -
I/We undertake and confirm that eligible similar works(s) has/have not been got
executed through another contractor on back-to-back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for
bidding in CPWD 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.
(Scanned copy to be uploaded at the time of submission of bid).
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 9 of 72
1.2.2 For other experienced contractors meeting the criteria 1.2.1(a) above, it will be
mandatory for such contractors to upload the work experience certificate(s) and
the affidavit as per the provisions of clause 1.2.1(b).
2. Agreement shall be drawn with the successful bidders on prescribed Form No. PWD-7 (or
other Standard Form as mentioned) which is available as a Govt. of India Publication and
also available on website www.cpwd.gov.in. Bidders shall quote his rates as per various
terms and conditions of the said form which will form part of the agreement.
3. The time allowed for carrying out the work will be 365 days from the date of start as defined
in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in
accordance with the phasing, if any, indicated in the bid documents.
5. The bid document consisting of plans, specifications, the schedule of quantities of various
types of items to be executed and the set of terms and conditions of the contract to be
complied with and other necessary documents except Standard General Conditions of
Contract Form can be seen on website https://govtprocurement.delhi.gov.in free of cost.
6. After submission of the bid the contractor can re-submit revised bid any number of times but
before last time and date of submission of bid as notified.
7. While submitting the revised bid, contractor can revise the rate of one or more item(s) any
number of times (he need not re-enter rate of all the items) but before last time and date of
submission of bid as notified.
8. When bids are invited in three stage system and if it is desired to submit revised financial
bid then it shall be mandatory to submit revised financial bid. If not submitted then the bid
submitted earlier shall become invalid.
9. Earnest Money in the form of Insurance Surety Bond, Account Pay Demand Draft, Fixed
Deposit Receipt, Banker’s Cheque or Bank Guarantee (for balance amount as
prescribed)from any commercial Bank (drawn in favour of Executive Engineer, Division
M-211, PWD Nizamuddin Bridge, Delhi) shall be scanned and uploaded to the e-
Tendering website within the period of bid submission. The original EMD should be
deposited either in the office of Executive Engineer inviting bids or division office of any
Executive Engineer, CPWD within the period of bid submission. The EMD receiving
Executive Engineer (including NIT issuing EE/AE) shall issue a receipt of deposition of
earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by tender
inviting EE in the NIT.
A part of earnest money is acceptable in the form of bank guarantee also. In such case,
minimum 50% of earnest money or Rs.20 lac, whichever is less, shall have to be deposited
in shape prescribed above, and balance may be deposited in shape of Bank Guarantee of
any commercial bank having validity for 90 days for single bid works and 180 days for two
bid system or more from the last date of receipt of bids which is to be scanned and
uploaded by the intending bidders.
The earnest money given by all the tendered except the lowest tenderer shall be refunded
immediately after the expiry of stipulated bid validity period or immediately after acceptance
of successful bidder, whichever is earlier. However, in case of two/ three bid system,
earnest money deposit of bidders unsuccessful during technical bid evaluation etc. should
be returned within 30 days of declaration of result of technical bid evaluation.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 10 of 72
Copy of Enlistment Order and certificate of work experience and other documents as
specified in the press notice shall be scanned and uploaded to the e-Tendering website
within the period of bid submission. However, certified copy of all the scanned and uploaded
documents as specified in press notice shall have to be submitted by the lowest bidder only
along with physical EMD of the scanned copy of EMD uploaded within a week physically in
the office of tender opening authority.
Online bid documents submitted by intending bidders shall be opened only of those bidders,
whose original EMD deposited with any division of CPWD and other documents scanned
and uploaded are found in order.
The bid submitted shall be opened at 03:30 PM on 04/03/2023
All taxes including GST or any other tax on material /work as applicable shall be paid by the
agency himself. The agency shall quote his rates considering all such taxes.
The date of opening of Financial Bid shall be informed through web site and office order by
Executive Engineer, Shahdara Road Civil Division (M-211), PWD, 2nd Nizamuddin
Bridge NH-24, Delhi.
10. The bid submitted shall become invalid and e-Tender processing fee (if applicable) shall not
be refunded if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload scanned copies of all the documents stipulated in
the bid document.
(iii) If any discrepancy is noticed between the documents as uploaded at the time
of submission of bid and hard copies as submitted physically by the lowest
bidder in the office of bid opening authority
(iv) If tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/below on the total amount of the tender or any
section / sub head in percentage rate tender, the tender shall be treated as
invalid and will not be considered as lowest tenderer.
11. The contractor whose bid is accepted will be required to furnish performance guarantee of
3% (Three Percent) of the bid amount within the period specified in Schedule-F. This
guarantee shall be in the form of cash (in case guarantee amount is less than Rs.10000/-)
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 of any
scheduled bank (in case guarantee amount is less than Rs.1,00,000/-) or Government
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. The earnest money
deposited along with bid shall be returned after receiving the aforesaid performance
guarantee. The contractor whose bid is accepted will also be required to furnish either copy
of applicable licenses/ registrations or proof of applying for obtaining labour licenses,
registration with EPFO, ESIC and BOCW Welfare Board including Provident Fund Code
No. If applicable and also ensure the compliance of aforesaid provisions by the sub-
contractors, if any engaged by the contractor for the said work within the period specified in
Schedule F.
Intending Bidders are advised to inspect and examine the site and its surroundings and
satisfy themselves before submitting their bids 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 bid. A bidders shall be deemed to have full knowledge of the site whether he
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 11 of 72
inspects it or not and no extra charge consequent on any misunderstanding or otherwise
shall be allowed. The bidders 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 bid by a bidder 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.
13. The competent authority on behalf of the President of India does not bind itself to accept the
lowest or any other bid and reserves to itself the authority to reject any or all the bids
received without the assignment of any reason. All bids in which any of the prescribed
condition is not fulfilled or any condition including that of conditional rebate is put forth by
the bidders shall be summarily rejected.
14. Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited
and the bids submitted by the contractors who resort to canvassing will be liable for
rejection.
15. The competent authority on behalf of President of India reserves to himself the right of
accepting the whole or any part of the bid and the bidders shall be bound to perform the
same at the rate quoted.
16. The contractor shall not be permitted to bid for works in the CPWD Circle (Division in case
of contractors of Horticulture/Nursery category) responsible for award and execution of
contracts, in which his near relative is posted a Divisional Accountant or as an officer in any
capacity between the grades of Superintending Engineer and Junior Engineer (both
inclusive). He shall also intimate the names of persons who are working with him in any
capacity or are subsequently employed by him and who are near relatives to any gazetted
officer in the Central Public Works Department or in the Ministry of Urban Development.
Any breach of this condition by the contractor would render him liable to be removed from
the approved list of contractors of this Department.
18. The bid for the works shall remain open for acceptance for a period of Thirty (30) days
from the date of opening of financial bid.
If any tendered withdraws his tender or makes any modification in the terms & conditions of
the tender which is not acceptable to the department within 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or
remedy, be at liberty to forfeit 50% of the earnest money absolutely irrespective of letter of
acceptance for the work is issued or not.
If any tenderer withdraws his tender or makes any modification in the terms & condition of
the tender which is not acceptable to the department after expiry of 7 days after last date of
submission of bids, then the Government shall without prejudice to any other right or
remedy, be at liberty to forfeit 100% of the earnest money absolutely irrespective of letter of
acceptance for the work is issued or not.
In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the bidders
shall not be allowed to participate in the rebidding process of the same work.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 12 of 72
19. This notice inviting Bid shall form a part of the contract document. The successful
bidder/contractor, on acceptance of his bid 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 Bid, all the documents including additional conditions, specifications
and drawings, if any, forming part of the bid as uploaded at the time of invitation of bid
and the rates quoted online at the time of submission of bid and acceptance thereof
together with any correspondence leading thereto.
(b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.
20. For Composite Bids
20.1.1 The Executive Engineer in charge of the major component will call bids for the
composite work. The cost of bid document and Earnest Money will be fixed with
respect to the combined estimated cost put to tender for the composite bid.
20.1.2 The bid document will include following three components:
Part A:- CPWD-6, CPWD-7 including schedule A to F for the major component of
the work, Standard General Conditions of Contract for CPWD 2020 (Construction
work) as amended/ modified up to last date of submission of bids.
Part B:- General / specific conditions, specifications and schedule of quantities
applicable to major component of the work.
Part C:- Schedule A to F for minor component of the work (competent authority
under clause 2 and clause 5 shall be same authority as mentioned in schedule A
to F for major components), General/specific conditions, specifications and
schedule of quantities applicable to minor component(s) of the work.
20.1.3 The bidders must associate himself, with agencies as per NIT conditions
20.1.4 The eligible bidders shall quote rates for all items of major component as well as
for all items of minor components of work.
20.1.5 After acceptance of the bid by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of
India. After the work is awarded, the main contractor will have to enter into one
agreement with EE in-charge of major component and has also to sign two or
more copies of agreement depending upon number of EE’s/DDH in-charge of
minor components. One such signed set of agreement shall be handed over to
EE/DDH in-charge of minor component(s). EE of major component will operate
Part A and Part B of the agreement. EE/DDH in-charge of minor component(s)
shall operate Part C along with Part A of the agreement.
20.1.6 Entire work under the scope of composite bid including major and all minor
components shall be executed under one agreement.
20.1.7 Security Deposit will be worked out separately for each component corresponding
to the estimated cost of the respective component of works.
20.1.8 The main contractor has to associate agencies for specialized component(s)
conforming to eligibility criteria as defined in the bid document and has to submit
detail of such agency(s) to Engineer-in-charge of relevant component(s).within
prescribed time. Name of the agency(s) to be associated shall be approved by
Engineer-in-charge of relevant component(s).
20.1.9 In case the main contractor intends to change any of the above agency/agencies
during the operation of the contract, he shall obtain prior approval of Engineer-in-
charge of relevant specialized component(s).
The new agency/agencies shall also have to satisfy the laid down eligibility
criteria. In case Engineer-in-charge is not satisfied with the performance of any
agency, he can direct the contractor to change the agency executing such items
of work and this shall be binding on the contractor.
20.1.10 The main contractor has to enter into MoU with agency(s) associated by him.
Copy of such MoU shall be submitted to EE/ DDH in charge of each relevant
component as well as to EE in-charge of major component. In case of change of
associate contractor, the main agency(s) has to enter into MoU/agreement with
the new contractor associated by him.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 13 of 72
20.1.11Running payment for the major component shall be made by EE of major
discipline to the main contractor. Running payment for minor components shall be
made by the Engineer-in-charge of the discipline of minor component directly to
the main contractor.
20.1.12A.The composite work shall be treated as complete when all the components of
the work are complete. The completion certificate of the composite work shall be
recorded by Engineer-in-charge of major component after record of completion
certificate of all other components.
20.1.12B.Final bill of whole work shall be finalized and paid by the EE of major
component. Engineer(s) in charge of minor component(s) will prepare and pass
the final bill for their component of work and pass on the same to the EE of major
component for including in the final bill for composite contract.
21. The intending bidders are required to update their profile in CPWD e- tender portal and to
upload their bids well in advance of last date of submission of tender. Any issue related to
updating profile/uploading tender can be resolved through the concerned Executive
Engineer, Shahdara Road Division, PWD (Phone no. 011-21210322, e-mail Id
eepwddelhim211@gmail.com. The e- tendering bidders are also advised not to wait to
raise any issues till the last date of submission of bid in their own interest.
22. In the tender documents the word ‘CPWD’ shall include ‘PWD (GNCTD)’ wherever exists.
23. The contractor shall submit his final bill to the Executive Engineer within 15 days of
completion of work. In case he fails to submit the final bill by this time, the bill shall be
accepted by the Executive Engineer only if it is approved by competent authority as per
details below depending upon the quantum of delay in submission of the final bill:
Competent authority to condone Time taken in the submission of final bill
Sl.
the delay in submission of the after completion of work that can be
No.
final bill condoned by the authority.
1 SE 16-30 Days
2 CE 31-45 Days
3 Pr. CE 46-365 Days
4 E-in-C 61-75 Days
5 Secretary, PWD 76-365 Days
The contractor shall forfeit his claim in case he fails to submit his bill within 365
Days after completion of this work.
Executive Engineer( C)
Shahdara Road Divn., PWD
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 14 of 72
FORM ‘A’
S. Name of Owner or Final cost Date of Stipulated Actual Litigation/arbitration Name and Whether
No work/project sponsoring of commencement date of date of cases pending/in address/telephone the work
and location organization completed as per contract completion completion progress with No. of officer to was
work done details* whom reference done on
in lakh may be made back to
back
basis
Yes/No
1 2 3 4 5 6 7 8 9 10
Signature of Bidder(s)
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 15 of 72
FORM ‘B’
2. Agreement no.
3. Estimated cost
4. Tendered cost
6. Date of start
7. Date of completion
8. (a) Whether case of levy of compensation for delay has been decided or not - Yes/No
9. Performance Report
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 16 of 72
ANNEXURE- I
AFFIDAVIT
I/We undertake and confirm that eligible similar work(s) has/have not been got executed
through another contractor on back-to-back basis or subletting basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for bidding in CPWD 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.
(Scanned copy to be uploaded at the time of submission of bid).
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 17 of 72
ANNEXURE- II
CONSENT LETTER
I/we, hereby give my/our consent to work as Civil/Electrical/Horticulture contractor till the
completion of work and I/we will be responsible for necessary action to hand over the work and
for rectification of defects and repair during the maintenance period. I/we will execute the work
I/we will also engage suitable engineer for the work as per condition of the work.
Contractor Signature
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 18 of 72
ANNEXURE-III
forbearance, act of omission on the part of the Government or any indulgence by the
Government to the said Contractor or by any such matter or thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so relieving
us.
6. We, ………….…. (indicate the name of bank) …………….., further agree that the Government
at its option shall be entitled to enforce this Guarantee against the Bank as a principal
debtor at the first instance without proceeding against the Contractor and
notwithstanding any security or other guarantee the Government may have in relation to
the Contractor’s liabilities.
7. This guarantee will not be discharged due to the change in the constitution of the Bank
or the Contractor.
8. We, ………….…. (indicate the name of bank) …………….., undertake not to revoke this
guarantee except with the consent of the Government in writing.
9. This Bank Guarantee shall be valid up to ……………………. Unless extended on demand by
the Government. Notwithstanding anything mentioned above, our liability against this
guarantee is restricted to Rs. …………………….. (Rupees …………………. only) and unless a
claim in writing is lodged with us within the date of expiry or extended date of expiry of
this guarantee, all our liabilities under this guarantee shall stand discharged.
Date…………………………
Witnesses:
1. Signature ............................... Authorized signatory
Name and address Name :
Designation :
Staff code No.
Bank seal :
2. Signature ...............................
Name and address
*Date to be worked out on the basis of validity period of 30 days where only financial bids are
invited and 75 days for two/three bid system from the date of submission of tender.
**In paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for performance guarantee/security deposit/mobilization advance, as the case
may be.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 20 of 72
1. The Authority receiving EMD in original form shall examine the EMD deposited by the
bidder and shall issue a receipt of deposition of earnest money to the agency in a given
format uploaded by tender inviting Authority. The receipt can also be issued by any
subordinate gazette authority as authorized by Engineer-in-Charge/DDH.
2. The Authority receiving original EMD shall also intimate tender inviting Authority about
deposition of EMD by the agency by e-mail/fax/telephonically.
3. The original EMD receiving Authority shall release the EMD to unsuccessful bidders after
the expiry of stipulated bid validity period of immediately after acceptance of the
successful bidders whichever is earlier after verification from the e-tendering portal
website(https://govtprocurement.delhi.gov.in)that the particular contractor is not L-
1 tenderer and work is awarded.
4. The tender inviting Executive Engineer will call for original EMD of the L-1 tenderer from
EMD receiving Executive Engineer immediately.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 21 of 72
CPWD-7
GOVERNMENT OF DELHI
PUBLIC WORKS DEPARTMENT
Percentage Rate Tender & Contract for Works
A. Tender for the work: - A/R & M/O various roads under Shahdara Road Division (M-211)
during 2022-23. (SH: Painting of Kerb Stones, Railing, Road marking & fixtures
of Roads under Sub-Division M-2111).
(i) To be submitted / uploaded on website https://govtprocurement.delhi.gov.inby 15.00
hours on *04/03/2023**
(ii) To be opened online in the office of Executive Engineer, Shahdara RoadDivn., PWD.
TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F.
specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract,
2020 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 by the President of India within the
time specified in Schedule ‘F’, Viz., schedule of quantities and in accordance with all respect with the
specification, design, drawings and instructions in writing referred to in Rule –I of General Rules and
Directions and in Clause-11 of the Conditions of Contract and with such materials as are provided for
by, and in respects in accordance with, such Conditions so far as applicable.
We agree to keep the tender open forthirty (30)days from the date of opening ofFinancial
Bidsand not to make any modifications in its terms and Conditions.
A sum of Rs. ₹1,94,568/- is hereby forwarded in cash/receipt treasury challan/deposit at call
receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled
bank/bank guarantee issued by a scheduled bank as earnest money. A copy of earnest money in
receipt treasury challan/deposit at call receipt of a scheduled bank/fixed deposit receipt of scheduled
bank/demand draft of a scheduled bank/bank guarantee issued by a scheduled bank is scanned and
uploaded (strike out as the case may be).
If, I / We fail to furnish the prescribed Performance Guarantee within prescribed period. Further,
if I/we fail to commence work specified I/We agree that President of India or his successors in office
shall without prejudice to any other right or remedy 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
deviation as may be ordered, upto maximum of the Item mentioned in Schedule ‘F’ and those in
excess of that limit at the rates to be determined in accordance with the provision contained in Clause
12.2, 12.3 and 12.5 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 on 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 PWD, GNCTD 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 Document 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 are authorized to
communicate the same or use the information in any manner prejudicial to the safety of the State.
Dated: - ____________ Signature of contractor
Postal Address
Telephone No
E-Mail
Witness: -
Address: -
Occupation: -
*** - To be filled by EE
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 22 of 72
ACCEPTANCE
Name of work: - A/R & M/O various roads under Shahdara Road Division (M-211)
during 2022-23. (SH: Painting of Kerb Stones, Railing, Road marking & fixtures of Roads
under Sub-Division M-2111).
The above tender (as modified by you as provided in the letters mentioned hereunder) is
Rs.……………………………..……..**
(Rupees…………………………………………………………………).
The letters referred to below shall form part of this contract agreement: - **
(a)
(b)
(c)
** To be filled by concerned EE
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 23 of 72
PROFORMA OF SCHEDULES (A to F)
SCHEDULE ‘A’
Schedule of quantities attached as Page No. 71 to 72
SCHEDULE ‘D’
Extra schedule for specific NIL
requirement/document for the work, if any.
SCHEDULE ‘E’
Reference to General Conditions of : General Conditions of Contract for CPWD works-
contract 2020“Maintenance Work”read alongwith
correction slips/amendments issued upto last
date of submission of Tender i/c extension if any
issued from the office of D.G., CPWD and can be
downloaded from www.cpwd.gov.in.
Name of Work : A/R & M/O various roads under Shahdara Road
Division (M-211) during 2022-23. (SH: Painting of
Kerb Stones, Railing, Road marking & fixtures of
Roads under Sub-Division M-2111).
Estimated cost of work: : Rs. 97,28,390/-
Definitions:
2(v) Engineer-in-Charge : The Executive Engineer, Shahdara Road
Maintenance Division (M-211), PWD, 2nd
Nizamuddin Bridge NH-24, New Delhi (Tel.
No.-011-21210327,Email-
eepwddelhim211@gmail.com)
9(ii) Standard CPWD contract form : CPWD form 7& GCC-2020 “Maintenance
Work” read alongwith correction slip/
amendments issued upto last date of
submission of Tender.
Clause 1
(i) Time allowed for submission of Performance : 7 days
Guarantee, Programme Chart (Time and Progress)
and applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board or proof
of applying thereof from the date of issue of letter
of acceptance in days
(ii) Maximum allowable extension with late fee @ 0.1 % : 3days
per day of Performance Guarantee amount beyond
the period provided in (i) above,
Clause 2
Authority for fixing compensation under : Superintending Engineer, Shahdara Circle,
clause 2: PWD
Clause 2A
Whether Clause 2A shall be applicable : Not Applicable
Clause 5
Number of days from the date of issue of letter of acceptance for reckoning : 10 days
date of start ofMilestone(s) as per the table given below:
TABLE OF MILESTONE (S)
Amount to be with-held in
Sl. No. Financial Progress Time allowed case of non-achievement
(From date of start)
of milestone.
1. 1/8th (of the civil work) 1/4th (of the whole time) In the event of non-
2. 3/8th (of the civil work) 1/2th (of the whole time) achieving the necessary
3/4th (of the whole time) progress as assessed from
3. 3/4th (of the civil work)
the running payments, 1%
of the tendered value of
4. Full Full work will be withheld for
failure of each milestone.
Authority to decide:
(i) Extension of Time : The Executive Engineer, Shahdara Road
Division (M-211), PWD
(ii) Rescheduling of mile stones : N/A
(iii) Shifting of Date of start in case of delay in The Executive Engineer, Shahdara Road
:
handing over of site Division (M-211), PWD
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 25 of 72
PROFORMA OF SCHEDULES Clause 5 Schedule of handing over of site:
Clause 5
Applicable clause 5/ Clause 5A : Clause 5
Clause 6, 6A
Clause applicable - (6 or 6A) : 6A Applicable
Clause 7
Gross work to be done together with net payment : Rs. 10.00Lacs
/adjustment of advances for material collected, if any,
since the last such payment for being eligible to interim
payment:
Clause -7A Applicable(No Running Account Bill shall be paid for the
work till the applicable labour licenses, registration with
EPFO, ESIC and BOCW Welfare Board, whatever applicable
are submitted by the contractor to the Engineer-in-Charge.)
Clause 10A
List of testing equipment to be provided by : As per requirement at site
the contractor at site lab
Clause 11
Specifications to be followed for : The General Technical Specifications shall be the “CPWD
execution of work specification 2019 with up-to-date correction slips”. In the
absence of any definite provisions on a particular issue in
aforesaid specifications reference may be made to
“SPECIFICATIONS FOR ROAD AND BRIDGE WORKS”
(FIFTH REVISION, August 2013) issued by the Ministry of
Road Transport & Highways, Government of India and
published by the Indian Roads Congress, hereinafter
referred to as MORTH Specifications.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 26 of 72
Clause 12
Authority to decide deviation:
1. Engineer-In-Charge
1. Deviation upto 1.25 times of contract 2. Superintending Engineer, NE
amount Circle-M, PWD Delhi, Delhi or
2. Deviation beyond 1.25 times upto 1.50 his successor.
times of contract amount 3. ADG/SDG Concerned or his
successor
3. Deviation beyond 1.50 times upto 2.0
times of contract amount
Note: The completion cost of any maintenance
work shall not be exceed 2.0 times the
tendered amount and 10% of the sanctioned
cost for budgeted works.
Clause 16
Competent Authority for deciding reduced : Superintending Engineer, Shahdara
rates for Civil Work Circle, PWD
Clause 18
List of mandatory machinery, tools & plants to be deployed by
the contractor at site :As per requirement at site
Clause 19C
Authority to decide penalty for each default : The Executive Engineer, ShahdaraRoad
Division(M-211), PWD
Clause 19D
Authority to decide penalty for each default : The Executive Engineer, Shahdara Road
Division (M-211), PWD
Clause 19G
Authority to decide penalty for each default : The Executive Engineer, Shahdara Road
Division (M-211), PWD
Clause 19K
Authority to decide penalty for each default : The Executive Engineer, Shahdara Road
Division (M-211), PWD
Clause 25:DRC
a) For all claims.
(i) Conciliator :SDG or ADG concerned with this work
(ii) Arbitrator appointing authority: Chief Engineer, East Zone (M), PWD (GNCTD)
(iii) Place of arbitration: Delhi/New Delhi
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 27 of 72
Clause 32
Requirement of Technical Staff(s) & Recovery Rate:
Rate at which recovery
Minimu
Minimum Nu
shall be made from the
Disci m
S.No. qualification of Designation mb
contractor inthe event of
pline experie
technical staff er
not fulfilling provision of
nce
Clause 32
Figures Words
Project Rs.
Graduate
Manager cum 2 or 5 15,000/- Rs.Fifteen
Engineer
1 Civil planning respecti 1 (Per Thousand per
or
/quality/Site vely month per month
Diploma Engineer
/billing Engineer person)
- Assistant Engineers retired from Government services that are holding Diploma will
be treated at par with Graduate Engineers.
Clause 38:
Executive Engineer
Shahdara Road Divn., PWD
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 28 of 72
Name of Work: - A/R & M/O various roads under Shahdara Road Division (M-211)
during 2022-23. (SH: Painting of Kerb Stones, Railing, Road marking
& fixtures of Roads under Sub-Division M-2111).
The contractor shall submit a detailed programme of execution of work showing activities
distinctly along with Bar-Chart and PERT chart within two weeks from the date of award of
work. Monthly Progress report shall be submitted at the end of every month failing of which a
recovery of Rs. 20,000/- per month will be made on the bill.
1. The contractor (s) shall make his own arrangement for electricity and water required for the
execution of work and nothing extra shall be paid for the same. However, the Engineer-in-
Charge shall recommend the application to the BSES Yamuna Paver for electric connection,
if desired. Necessary payment shall be made by the contractor directly to the department
concerned. In case BSES Yamuna Paver fails to sanction the electric connection or delays
the sanction for electric connection; the contractor shall make his own arrangement by
providing diesel generators of adequate capacity at his own cost.
2. For water supply, contractor shall make his own arrangements including boring of tube well,
if necessary and nothing extra shall be paid by the Department for arrangement of water or
on its treatment as per IS:456/2000, para 5.4 of CPWD specifications 2019 volume-I & II
with upto date correction slips.
3. All the materials including cement and steel (T.M.T Bars) will be arrangement by the
contractor himself and nothing extra shall be paid for cartage of material to site of work.
4. Contractor has to arrange ready mix concrete and nothing extra on account of cartage shall
be paid
5. The contractor shall pump the concrete wherever necessary to expedite the progress of
work. Nothing extra shall be paid on this account.
6. For lifting of concrete to various levels, tower cranes/ mechanical hoist of appropriate size/
capacity shall be deployed by the contractor. Nothing extra shall be paid on this account.
7. Quality Assurance
7.1 The contractor shall ensure quality control measures on different aspects of construction
including materials, workmanship and correct construction methodologies to be adopted.He
shall have to submit quality assurance programme within two weeks of the award of work.
The quality assurance programme should include method statement for various items of
work to be executed alongwith check lists to enforce quality control.
7.2 The contractor shall get the source of various raw materials namely aggregate, cement,
sand, steel, water etc. to be used on the work, approved from the Engineer-in-Charge and
trial mixes for controlled concrete shall be done using the approved materials. The
contractor shall stick to the approved source unless it is absolutely unavoidable. Any change
shall be done with the prior approval of the Engineer-in-Charge for which tests etc. shall be
done by the contractor at his own cost.
7.3 Similarly, the contractor shall submit brand/ make of various materials to be used for the
approval of the S.E. Shahdara Circle M alongwith samples and once approved, he shall
stick to it.
7.4 The contractor shall submit shop drawings of staging and shuttering arrangement,
aluminium work etc. for approval of Engineer-in-Charge before execution.
8 Safety Precautions: Contractor shall within two weeks of award of work, submit to the
Engineer-in-Charge for his approval, list of measures for maintaining safety of manpower
deployed for construction and studying school children and avoidance of accidents.
9 Scaffolding: The execution site shall be covered with view cutter cloth after having fixed
over double steel scaffolding having two sets of vertical supports. The supports shall be
sound and strong, tied together with horizontal piece over which scaffolding planks shall be
fixed. No payment shall be made for all operations, mentioned above.
10 Sub- letting: Un- authorized sub- letting of work shall not be permitted.
11 All expenditure to be incurred for testing of samples e.g., packaging, sealing,
transportation, loading, unloading etc. including testing charges shall be borne by the
contractor.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 29 of 72
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 31 of 72
(1) The CPWD/Contractor shall procure IS marked TMT bars of various grades from the steel
manufactures or their authorized dealers (as per following selection criteria) have valid BIS
license for IS:1786-2008 (Amendment -1 November 2012). The procured steel should
have following qualities: -
i. Excellent ductility, bend ability and elongation of finished product due to possible
refining technology.
ii. Consumption of steel should be accurate as per design.
iii. Steel should have no brittleness problem in finished product.
iv. Steel should carry the quality of corrosion and earthquake resistance.
v. Quality steel with achievement of proper level of sulphur and phosphorus as per IS:
1786-2008.
2. 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.
3. Samples shall also be taken and got tested by the Engineer-in-charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that the
steel arranged by the contractor does not conform to the specifications, the same shall
stand rejected, and it shall be removed from the site of work by the contractor at his cost
within a week time on written orders from the Engineer-in-charge to do so.
4. The steel reinforcement bars shall be brought to the site in bulk supply of 10 tonnes or
more, as decided by the Engineer-in-charge.
5. The steel reinforcement bars shall be stored by the contractor at site of work in such a way
as to prevent their distortion and corrosion, and nothing extra shall be paid on this account.
Bars of different sizes and lengths shall be stored separately to facilitate easy counting and
checking.
6. For checking nominal mass, tensile strength, bend test, re-bend test etc. specimens of
sufficient length shall be cut from each size of the bar at random, ant at frequency not less
than that specified below:
Size of bar For consignment below 100 For consignment above
tonnes 100 tonnes
Under 10 mm dia bars One sample for each 25tonnes One sample for each 40
or part there of tonnes or part there of
10 mm to 16 mm dia One sample for each 35 One sample for each 45
bars tonnes or part there of tonnes or part there of
Over 16 mm dia bars One sample for each 45 One sample for each 60
tonnes or part there of tonnes or part there of
7. The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the contractor.
8. The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of steel
shall be worked out as per procedure prescribed in clause 42 of the contract and shall be
governed by conditions laid therein. In case the consumption is less than theoretical
consumption including permissible variations recovery at the rate so prescribed shall be
made. In case of excess consumption, no adjustment needs to be made.
9. The steel brought to site and the steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-charge.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 32 of 72
SCOPE OF WORK
1.1 The major activities included in the scope of the work are mentioned at invitation
of bids for e-tendering at page No. 4 & 5.
1.2 The detailed scope of work is as under: -
1.2.1 Civil Road Maintenance
(A) Routine (Day-to-Day) maintenance to road elements
• Repair to road furniture / Signage: Re-setting/replacement of damaged/worn out road
furniture/signage.
• Repairs to Road Marking: Wherever the road marking with thermoplastic paint is missing
due to worn out, patch/pothole repair, it should be rectified immediately.
(B) Periodical Maintenance
• Painting of kerb stones, planters, railings, sign boards parts etc.
• Painting and writing names of roads in the specified languages.
• Road marking with thermoplastic road marking paint at specified frequency as mentioned
in the bid document.
1.2.2 Other miscellaneous works
• Road Inventory Management: As soon as the tender in favour of the contractor is
accepted, before commencement of the work, the contractor will carry out a survey of the
ROW of entire stretch of road under maintenance, prepare the inventory of road
elements, road furniture, road signage etc., prepare standard measurement books for all
repetitive nature of item of works.
• The inventory and standard measurement book will be updated after any
addition/deletion in the road elements, road furniture, road signage etc. The updated
inventory will be submitted in one month after the period of one year of the contract
duration or in case of major change in the inventory within one month of such changes.
• The theft/loss of the inventory will be reported to the local police immediately. Theft/loss
reports shall be submitted to the department immediately after every incident and
compiled monthly report along with findings of police shall be submitted to the Engineer-
in-Charge.
• The above objects will be ensured, apart from other means, by regular inspection of
roads covering the entire stretch.
• Inspections: Daily, weekly and monthly inspections of road elements shall be carried out
as specified / as per requirement, as per the plan of execution of various maintenance
works.
1.3 Routine Inspection
1.3.1 The Contractor shall get inspected the damages occurred to the road elements due to
wear & tear, accidents etc. The inspecting personnel shall have adequate technical
knowledge and be adequately trained by the Contractor to the satisfaction of the
Engineer-in-Charge in traffic management and road safety.
1.3.2 The report of daily inspection is to be submitted to the department alongwith GPS and
video recording in the format attached as per Performa-I on Page No. 33&Performa-II
on Page No. 34. The approval of Performa-II on Page No. 34 is to be obtained from the
AE-In-Charge on daily basis.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 33 of 72
PERFORMA -I
DAILY INSPECTION REPORT
For items having lump sum payments. (This is for the information and record of the
department to be furnished by the agency and checked by the JE concerned.)
1. Name of Road.
2. Start & End point.
3. Total length.
4. Date & Time of inspection.
5. Deficiencies noticed along with locations & measurements.
2. Overhead signage’s to be
cleaned.
3. Unauthorized banners,
hoardings etc. noticed.
4. Median Marker
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 34 of 72
PERFORMA-II
DAILY INSPECTION REPORT
For the items of which payment is to be based on measurements. The prior measurement
is required for approval. (This is for the information and record of the department to be
furnished by the agency and checked by the JE concerned and approved by the AE.)
1. Name of Road.
2. Start & End point.
3. Total length.
4. Date & Time of inspection.
5. Deficiencies noticed along with locations & measurements.
1 2 3 4 5
1. Painting required
2. Washing of board, railings etc.
3. Road marking strips.
4. RMC work.
7. Epoxy Paint
9. Requirement of signboards /
directional signboards
Note: In addition to the above list, similar action is required for other items also.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 35 of 72
1. The time frame (working hours or days) of attending minor, major, and periodical complaints
shall be as under;
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 36 of 72
LEVY OF COMPENSATION FOR NON-COMPLIANCE OF VARIOUS ACTIVITIES TO BE
PERFORMED AS PER SCOPE OF THE WORK
1. In case the contractor did not execute the work, as per the time given at page no. 35, the
compensation shall be applicable as per the table given below.
Note: - The item will not be measured, in case item is not executed due to any reasons.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 37 of 72
TECHNICAL SPECIFICATIONS
1.1PREAMBLE:
The Technical Specifications contained herein shall be read in conjunction with the other
Bidding Documents as specified.
1.2GENERAL REQUIREMENTS
1.2.1 The Technical Specifications in accordance with which the entire work described
hereinafter shall be executed and completed by the Contractor shall comprise of the
following:
GENERAL TECHNICAL SPECIFICATIONS: The General Technical Specifications shall
be the “CPWD specification 2019 with up-to-date correction slips”. In the absence of any
definite provisions on a particular issue in aforesaid specifications reference may be made
to “SPECIFICATIONS FOR ROAD AND BRIDGE WORKS” (FIFTH REVISION, August
2013) issued by the Ministry of Road Transport & Highways, Government of India and
published by the Indian Roads Congress, hereinafter referred to as MORTH Specifications.
1.1 Routine Maintenance of Road Signs and Delineators
1.1.1Scope:The work shall consist of cleaning and washing of road signs and delineators;
removal of posters etc. on a regular maintenance cycle on the signboard & supporting
structures.
1.1.1Methods, Tools & Equipment
i. Safety devices and signs shall be placed as per MORTH clause no.112.
ii. The road signs with supporting structures and delineators should be thoroughly
cleaned & washed using detergent solution followed by a lean rinse and whole face of
the sign shall be wiped & dried, all complete. Water jet having sufficient discharge and
pressure shall be preferred instead of manual washing.
1.1.3 Measurements for Payment: The work shall be measured per km as per the item of
work.
1.1.4 Rate: The contract unit rate for carrying out cleaning and washing of road signs,
delineators shall mean payment in full for carrying out all the required operations
explained above, complete in all respect including full compensation for:
a. Providing all materials to be incorporate in the work with all leads and lifts.
b. All labour, materials, tools equipment, safety measures, testing and incidentals
necessary to complete the work to specifications.
1.2 Routine Maintenance of all types of Overhead Road Signs.
1.2.1 Scope: The work shall consist of periodical cleaning & washing of entire surface of
overhead road signs, removal of posters etc., and making the board truly vertical
periodically from the signboard & supporting structures.
1.2.2 Methods, Tools & Equipment
i. Safety devices and signs shall be placed as per MORTH clause no.112.
ii. The overhead road signs and supporting structures shall be thoroughly cleaned &
washed using a detergent solution & water jet followed by a lean rinse and whole face
of the sign shall be wiped & dried, all complete.
iii. To carryout work on running condition of road, use of tower wagon and/or any other
alternative equipment for this work is mandatory. Utmost care shall be taken that
splashes of water & operation of machines shall not affect movement of traffic and shall
not deface / damage any of the road structure.
1.2.3 Measurements for Payment: The work shall be measured in Nos as per the item of work.
1.2.4 Rate: The contract unit rate for carrying out cleaning & washing of overhead road signs &
supporting structures shall mean payment in full for carrying out all the required operations
explained above, complete in all respect including full compensation for:
a. Providing all materials to be incorporate in the work with all leads and lifts.
b. All labour, materials, tools, equipment, safety measures and incidentals necessary to
complete the work to specifications.
1.3 Cleaning of Incidental, Malba by tipper or equivalent machine
1.3.1 Scope: The work shall consist collection of incidental garbage/malba (not covered under
scheduled items in Schedule of Quantity) such as debris resulting from removal of
encroachment, articles/materials fallen on road surface due to breakdown of vehicles,
malba advertently thrown by road users and any other kind of rubbish or material found in
ROW, dead animals and unwanted materials found in the ROW; disposal of this malba
and/or dead animals, by deploying specified vehicle and labour to the dumping yard/safe
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 38 of 72
location, burial etc. for all leads and lifts and cleaning the road surface etc. as per direction
of Engineer-In-Charge.
1.3.2 Methods, Tools and Equipment
i. Safety devices and signs shall be placed as per MORTH clause no.112
ii. The Contractor shall respond by way of providing a TATA 407, TATA 410 or equivalent
vehicle with driver, minimum four numbers of labour equipped with T&P for the purpose,
fuel, oil etc. all complete within specified period on receipt of instructions from Engineer-in-
Charge, in order to perform the work as defined in the scope.
iii. Since the work may be scattered at number of locations, quantity of malba and dead
animals removed may vary from time to time depending upon the complexity of traffic,
spread of rubbish, distance from dumping yard and other local conditions. Hence, the job
assignment shall be fixed assessing of possible effort of 4 labourers with a vehicle in 8
hours period.
1.3.3 Measurements for Payment: The work shall be measured per cum as per the item of work.
1.3.4 Rate: The contract unit rate for all the required operations explained above, complete in all
respect including compensation for:
a. Providing safety devices and signs placed in work area as per MORTH clause no.112.
b. Providing all materials required to carryout above operations complete in all respect.
c. All labour, materials, tools, equipment, safety measures and incidentals necessary to
complete the work to specifications.
1.4 Removal of banners, posters, hoardings, wall writings etc. (Misc. items)
1.4.1 Scope:The work shall consist of removing, scrapping off pasted posters on any of the
structure with in ROW and from boundary wall of ROW, Scraping off wall writings and
redoing the defaced wall with white wash/colour wash, water proofing cement paint &
synthetic enamel paint etc. with existing shade. It also covers removal of banners &
hoardings including strings from poles/posts trees or any other structure with in ROW
including disposal of rubbish so created.
1.4.2 Method Tools & Equipment:
i) Safety devices and signs shall be as per MORTH clause No.112.
ii) The structures from where the posters are scraped off, be thoroughly washed using a
detergent solution and shall be wiped & dried.
iii) To make necessary arrangements to reach at various heights by means of tower wagon
ladders etc. to remove banners & posters.
iv) Deployment of Tempos and sufficient labour clean and clear the existing defacement in
entire road length at least once in a week.
1.4.3 Measurements for payment: Included in the item of maintenance van.
1.4.4 Rate:The contract unit rate for this item of work shall mean payment in full for carrying out
all the required operations explained above complete in all respect i/c compensation for:
a) Providing all materials to be incorporated in the work including transportation of the
materials like ladders, paints, water etc.
b) All labours, tools, equipments, safety measures and incidentals necessary to complete the
work as per direction of Engineer-in-Charge.
1.5. Miscellaneous
1.5.1 The bidder shall also ensure the following activities
i) To identify and liaison with relevant authorities on behalf of PWD NCT of Delhi for any of
the above explained works.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 39 of 72
GENERAL CONDITIONS
1. Clearing of site for construction of the work and all activities connected therewith before
commencement of work to the satisfaction of the Engineer-in-Charge.
2. Clearing of site (to the satisfaction of the Engineer-in-Charge) after completion of entire work
and handing over the same to the department.
3. Protection and maintenance of existing services.
4. Provision for all safety measures for traffic, pedestrian, workmen, machinery etc. as
considered necessary by the Engineer-in-charge.
5. It may be noted that all the safety requirements as per CPWD safety code and as may be
felt necessary by the Engineer- in-Charge, shall have to be provided for allowing the traffic
to pass underneath the superstructure at all times during the construction period.
6. All ancillary and incidental facilities required for execution of the work i.e.labour camps,
stores, offices for contractors, work shop facilities, watch and ward, temporary structure for
plants and machinery, well equipped. site laboratory as mentioned in the tender; document,
water storage structure, tube wells, electric /telephone installation andcharges, liaison work,
protection work during execution and not included in the main items, any other item /activity
contained elsewhere in the tender documents which is necessary for execution of work in
the opinion of the Engineer-in-Charge shall be arranged by the contractor on his own cost
and nothing extra shall be paid on this account.
7. It is also made clear that intending tenderer should visit the sites of work and physically
assess the activities which are involved for completing the work, including the quantum of
work besides the information supplied in the tender document. No claim whatsoever shall be
entertained on this account.
8. The contractor shall have to execute the work in day/night in many shift and also at nos. of
locations with required nos. of machinery at each location to maintain required progress of
work to complete it in time and for this nothing extra shall be paid.
9. Unless otherwise specified in the schedule of quantities, the rates tendered by the
contractor shall be all inclusive and shall apply to all lifts & all heights, floors including
terrace, leads and depths and nothing extra shall be payable on this account.
10. The contractor(s) shall quote all-inclusive rates against the items in the schedule of
quantities and nothing extra shall be payable for any of the conditions and
specifications mentioned in the tender documents unless specifically specified otherwise.
11. Any legal or financial implications resulting out of disposal of Rubbish shall be sole
responsibility of the contractor. Nothing extra shall be paid on this account.
12. The contractor shall indemnify the Govt. against any claims or obligations arising out of any
damage to adjacent property, structure or to building work done by him.
13. Many other agencies would be executing work simultaneously at site. The contractor shall
maintain proper co-ordination with other agencies in maintaining progress of work. In case
of any dispute, the decision of the Engineer-in-Charge shall be final and binding.
14. The contractor shall have to make his own arrangement for housing facility for staff and
labour away from construction site and shall have to transport the labour to and from
between construction site and labour camp at site own cost. No labour huts will be allowed
to be constructed at the site.
15. LabourCess @1% of the gross value of the work done will be deducted from each running &
final bill as per Govt. of Delhi notification.
16. The work shall be carried out in the manner complying in all respects with the requirement of
relevant Rules, regulations and byelaws of the local bodies under the jurisdiction of which
the work is to be executed and nothing extra shall be paid on this account.
17. The Contractor or his authorized representative should always be available at the site of
work to take instructions from departmental officers, and ensure proper execution of work.
No work should be done in the absence of such authorized representative.
18. In the tender paper the word “CPWD” shall include PWD (GNCTD) wherever exists.
19. The area shall be kept dry when the work is in progress even below water table. Nothing
extra shall be paid for removal of slush / sludge, bailing out water due to sub-soil condition,
rains, spring etc.
20. For taking the permission to execute the work, if any required from any Government
Department like Delhi Traffic Police, DJB etc. the contractor will associate themselves
with the department.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 40 of 72
21. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution
boards day and night, speed limit boards, red flags, red lights and providing barriers. He
shall be responsible for all damages and accidents caused to existing / new work due to
negligence on his part. No hindrances shall be caused to traffic, running of hospital services
during the execution of the work.
22. No payment shall be made to the contractor for any damage caused by rain, floods,
earthquake or any other natural causes whatsoever during execution of work. The
contractor at his own cost will make the damages to the work good and no claim on this
account shall be entertained.
23. Any damage done by the contractor to any existing work or work being executed by other
agencies shall be made good by him at his own cost.
24. On account of Security consideration, there would be some restrictions on the working
hours, movement of vehicles for transportation of material and location of labour camp. The
contractor shall be bound to follow all such restrictions and adjust the programme for
execution of work.
25. In case, there is any discrepancy between English version and corresponding Hindi version,
if provided, then the provisions in English Version will prevail.
26. The contractor shall be bound to follow the instruction and restrictions imposed by the
Administration/Police authorities on the working and/or movement of labour, materials etc.
and nothing extra shall be payable on this account or due to less/restricted working hours or
suspension of work or any detours in movement of vehicles due to stated instructions and
restrictions.
27. The contractor shall also be required to follow the rules & restrictions imposed on working
/movement/stacking of materials by the local competent authority at all times. Nothing extra
shall be payable on this account.
28. The contractor shall pay to the municipal, police or other authorities all the fees etc. if
required for execution of work, obtain requisite licenses for temporary constructions,
enclosures, and pay all fees, taxes and charges which shall be livable on account of their
observations in executions of the contract. No extra claim will be entertained on this
account. However, department shall provide necessary assistance by way of forwarding the
applications of the contractor.
29. All license fees, royalty charges shall be paid by the contractor direct to the authorities
concerned. No extra claim will be entertained on this account.
30. The work shall be carried out in such a manner so as not to interfere or affect or disturb
other works, being executed by other agencies, if any.
31. The contractor shall make his own arrangement for obtaining electric connection (s) if
required, and make necessary payment directly to the department concerned. The
department will however make all reasonable recommendations to the authority concerned
in this regard.
32. The structural and other drawings for the work shall at all times, be properly correlated
before executing any work and no claim whatsoever shall be entertained in this respect.
33. The contractor shall maintain in good condition, all works executed till the completion of
entire work allotted to the contractor.
34. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by
the contractor on all the, metal shingle, earth sand, bajri etc. collected by him for the
execution of the work direct to the concerned Revenue Authority of the State or Central
Govt. his rates are deemed to include all such expenditure and nothing extra shall be paid.
35. All work and materials brought and left upon the ground by the contractor or by his order for
the purpose of forming part of the works, are to be considered to be the property of the
President of India and the same are not to be removed or taken away by the contractor or
any other person without special license and consent in writing of the Engineer-in-Charge,
but the President of India is not to be in any way responsible for any loss or damage which
may happen to or in respect of any such work or materials either by the same being lost or
damaged by weather or otherwise.
36. The contractor should quote the rate in Schedule of Quantity in figures as well as in words.
In case of discrepancy in the amount in figures and words the amount in words shall be
taken as quoted amount. If he does not quote his rate for any item (s), leaving the space
blank whatsoever, it will be presumed that he has loaded the cost of this / these items (s) on
the other items and he will execute this / these item (s) at zero cost and the tender will be
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 41 of 72
evaluated accordingly. Special care should be taken to write the quoted rates in figures as
well as in words, in such a way that interpolation is not possible. In case of figures the word
'Rs ' should be written before the figures of rupees and words 'P' after the decimal figures
e.g. Rs.6.45 p and in case of words, the word 'Rupees' should precede and the words 'paise'
should be written at the end, Unless the rate is in whole rupees and followed by the words
"only" it should invariably be up to two decimal place. While quoting the rates in Schedule of
Quantity the word 'only' should be written closely following the amount and it should not be
written in the next line.
37. Unless otherwise provided in the schedule of quantities the rates, tendered by the contractor
shall be all-inclusive and shall apply to all heights, depths, leads and lifts.
38. The contractor shall construct suitable godown at the contractor’s compound for storing the
materials safe against damage due to sun, rain dampness, fire, theft etc. He shall also
employ necessary watch and ward establishment for the purpose and no extra claim
whatsoever shall be entertained on this account.
39. Material shall be kept in joint custody of the contractor and the representative of the
Engineer-in- charge. The empty containers shall not be removed from the site of work till the
relevant item of work has been completed and permission obtained from the Engineer-in-
Charge.
40. The area shall be kept dry when the work is in progress even below water table. Nothing
extra shall be paid for removal of slush / sludge, bailing out water due to sub-soil condition,
rains, spring etc.
41. If required the contractor shall have to work during nights also. He shall make the necessary
arrangements for lights etc. for nights or even if lights are required due to any other reason.
Nothing extra shall be paid on this account. The rates shall include the above elements.
42. The contractor shall be required to take up the work on both sides simultaneously and the
stretch of drain shall be taken up as per programme approved by the Engineer-in-Charge.
43. The drain which will be dismantled for remodeling shall be remodeled by the contractor
before taking up further stretches for the work with the approval of Engineer-in-Charge.
44. A complete testing lab shall be setup at the site by the contractor.
45. The contractor shall provide a total station Instrument for recording all initial and final levels
of entire earth work, and marking levels for all other related items to ensure proper
supervision at his own cost & as per direction of Engineer-in-Charge.
46. Barricading to be removed from the site after approval of Engineer-in-Charge.
47. Barricading will be the property of contractor after work completed.
48. The contractor shall make arrangement to provide adequate watch & ward to prevent
dumping of malba at site by outsiders. Any such malba shall be removed & disposed off by
the contractor at the approved waste processing facility of MCD and nothing extra shall be
payable to contractor on this account.
49. Work is to be done on roads having continuous movement of traffic. The contractor shall
have to execute work considering the convenience of traffic and nothing extra shall be paid
on this account.
50. A minimum number of technical key personnel and Plants & Equipment shall be as given in
Clause 36 (i) and 18 of Schedule “F” respectively. However, agency may have to deploy
more manpower or equipment as per requirement for which nothing extra will be paid.
51. The manufacturing date and batch No. inscribed or printed on packs/containers by
manufacturers are only acceptable for all the above said materials. No material shall be
used after expiry date of useable life.
52. After use, the empty container shall have to be returned to the Department and shall be
preserved by JE In charge and will be disposed off after getting of written approval of
Engineer-in-Charge of respective discipline.
53. The site for the collection and stacking of the material shall be got approved from the
Engineer- In-charge.
54. In order that the contractor may take daily instructions regarding all complaints / works
except day to day maintenance, a site order book will be maintained at the Enquiry Office.
The JE will note down the work on various roads to be attended to and the dates on which
the work on these roads is to be started.
55. The theoretical consumption of materials like, satna lime, distemper, paint, water proof
cement paint etc. shall be computed, as per the consumption given in the schedule of
Theoretical consumption of materials. If there is variation between the actual and the
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 42 of 72
theoretical calculations action shall be taken as below:- In case the materials used are less
than theoretical requirements the cost for the materials used less shall be recovered form
the contractor at the basic rate as given in D.S.R. 2016/ Market Rate for items not available
in DSR. plus carriage plus 1% W.C. plus 15% contractor profit and over heads plus
contractors enhancement / abatement as per the clause 12 of the Agreement. For all excess
use of materials over the theoretical consumption no extra payment shall be made to the
contractor.
56. The sample of all the items shall have to be got approved by the Contractor from the
Engineer-in-charge before the supply commences and shall be without prejudice to the right
of Engineer-in-Charge to get random samples tested out of the actual lot received.
57. The Engineer-in-Charge shall be at liberty to take respective sample(s) of each item of
schedule of quantity in any approved laboratory as decided by him. The sample for testing
shall be provided by the contractor. All expenditure required to be incurred for taking
sample, conveyance and packing & testing charges etc. shall be borne by the contractor
himself. In case any sample particular lot fails in testing the contractor shall be bound to
replace the entire lot with fresh material of prescribed specification and the rejected lot shall
be retuned to the contractor only after fresh lot is supplied. Testing charges in respect of
failed sample will be borne by the contractor himself.
58. Rejected materials shall have to be removed by the contractor at his own cost immediately
on the instructions of doing so.
59. In case of any dispute regarding rejection of quality of materials the decision of the
Engineer-in-Charge shall be final and binding upon the contractor.
60. Royalty Octroi terminal, tax etc. at prevalent rates shall have to paid by the contractor
himself and the rates quoted by him shall include these duties and nothing extra on, this
account shall be payable.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 43 of 72
ADDITIONAL CONDITIONS
Name of Work:A/R & M/O various roads under Shahdara Road Division (M-211) during
2022-23. (SH: Painting of Kerb Stones, Railing, Road marking & fixtures
of Roads under Sub-Division M-2111).
1. Work site includes the following roads under Sub-Division- M-2111 / Shahdara Road
Division, GNCTD:
------------As per sheet attached on Page No. 60-------
The total Road Inventory provided above are indicative and may vary. Payment will be made
as per actual measurements as per the Schedule of Quantities. All the employees, workers,
officials and staff deployed both in field and office/control room shall at all times during duty
hours wear a uniform prominently showing “PWD” and PWD Logo, the design for which
shall be got approved by the bidder from Engineer-in-charge.
2. The Contractor shall employ their regular staff in the works and credentials of employees
shall have to be given by the contractor. No claim of contractors employees/ staff employed
for subject work in any form shall be entertained by the department. Police verification of
every staff deployed by the contractor shall be got done by the contractor compulsorily and
a copy of police verification shall be provided to Engineer-in-Charge after which an identity
card duly countersigned by Engineer-in-Charge or his representative shall be issued to each
employee of the contractor for proper identification.
3. The contractor shall provide uniform along with Badge and shoes within 15 days of start of
work. In the event of non compliance a recovery of Rs. 25/- per day per employee shall
be made. The employee and labours engaged by the contractor under this contract shall
wear neat and clean uniforms alongwith name badges as approved by Engineer-in-Charge.
4. All T&P including ladder’s, scaffolding, Rassi, broom, Brush, plumbing, carpentering
necessary tool, wire drawing equipment, chase cutting equipment, drilling machine megger
insulation, earth resistance testing equipment etc. required for the work shall have to be
arranged by the contractor. No T&P shall be issued by the Department.
5. Unless otherwise specified, the agreement rates for all items of work of the schedule of
quantities are for all heights, depths, leads and lifts involved in the execution of work.
6. The contractor shall comply with proper and legal orders and directions of the local or public
authority or Municipality or Delhi Traffic Police or Delhi Police and abide by their rules and
regulations and pay all fees and charges of which he may be liable.
7. The contractor shall take all precautions to avoid accidents by exhibiting caution boards, red
flags, red lights and providing necessary barriers and all other measures required from time
to time. The contractor shall be responsible for all damages and accidents due to negligence
on his part.
8. The contractor shall give due notices to Municipality, Delhi Traffic Police, Delhi Police and/
or other authorities that may be required under the law/ rules under force and obtain all
requisite licenses for temporary obstructions/ enclosures and pay all charges which may be
leviable on account of his execution of the work under the agreement. Nothing extra shall be
payable on this account.
9. Other agencies may also be simultaneously executing some other work entrusted to them
by the Engineer-in-charge and the contractor shall offer necessary co-operation wherever
required to these agencies so as not to interfere with or hinder the progress or completion of
the work being performed by other contractor (s). He shall as far as possible arrange his
work and shall place and dispose off the materials being used or removed, so as not to
interfere with the operations of other contractors, or he shall arrange his work with that of the
others in an acceptable and coordinated manner and shall perform it in proper sequence to
the complete satisfaction of Engineer-in-charge.
10. On account of security consideration and timing of opening of schools, there could be some
restrictions on the working hours, movement of vehicles for transportation of materials, the
contactor shall be bound to follow all such restrictions and adjust the programme for
execution accordingly.
11. The work shall be carried out in a manner complying in all respects with the requirements of
relevant bye laws of the local bodies, labour laws, minimum wages act, workmen
compensation act and other statutory laws enacted by Central Govt. as well as State Govt.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 44 of 72
12. No residential accommodation shall be provided to any of the staff / labour engaged by the
contractor.
13. The contractor shall depute required technical key personnel as per Clause 32 of Schedule
F who shall remain present at PWD Service Centres from 9:00 A.M. to 5:00 P.M. on all days
excluding Sunday and National Holidays. On Sunday and holidays, Supervisor shall be
present at service centres.
14. The contractor shall take immediate action to attend any complaint downloaded by E-
mailed, SMS, telephone or assigned to him through site order book/verbal instructions from
Engineer-in-charge. Record of log-book, GPS Mapping etc. and other records will have to
be produced either daily, according to the requirement or when asked to do so by the
Engineer-in-charge or his authorized representative.
15. Record of log-book, GPS Mapping etc. and other records will have to be produced either
daily, according to the requirement or when asked to do so by the Engineer-in-charge or his
authorized representative.
16. All required register will be issued by Engineer-in-charge duly marked in chronological order
but the contractor will have to arrange all such registers/stationery etc. Nothing extra shall
be paid on this account.
17. The contractor will have to arrange all the required Computer, furniture etc. at his own cost
pertaining to his job and he will take all these things back only after the expiry of the
agreement for which nothing extra shall be paid.
18. All the key technical personnel deployed by the contractor shall carry mobile telephone(s) to
enable the Engineer-in-charge to have easy and quick communication. Nothing extra shall
be paid to the contractor on this account and his quoted rates for various items under this
contract will be inclusive of this obligation.
19. Staff employed by the contractor should be well behaved, polite & courteous. Any complaint
against staff on behaviour shall be taken very seriously and such staff should be removed
by the contractor immediately from the site and arrange replacement for the same failing
which the Engineer-in-Charge has to recover as per corresponding condition.
20. Safety of the staff employed will be the responsibility of the contractor, PWD will not be
responsible for any mishap, injury/accident or death of the staff. No claim in this regard shall
be entertained/ accepted by the department.
21. Contractor shall be fully responsible for any damages caused to govt. property by his or his
labour in carrying out the work and shall be rectified by the contractor at his own cost.
22. The contractor shall maintain sufficient quantity of material and back up of spare parts
required for the machinery to operate uninterrupted for a period of 01 years.
23. Contractor shall have to take instruction from the concerned Executive Engineers/Assistant
Engineers/Junior Engineers of the concerned area.
24. Operations in which assistance shall be provided by the agency to the PWD: -
(a) Informing to the PWD engineers regarding the failure in any service being provided by other
departments, in so far as they affect the assets being maintained under this contract, so that
they can be taken up with the concerned local body / department for rectification.
25. The contractor shall have to carry out the work other than day to day maintenance according
to programme given by the Executive Engineer / Assistant Engineer / Junior Engineer-in-
charge. The contractor shall have to adhere to this programme failing which he shall be
wholly responsible if or any inconvenience caused to the occupants. No claim for idle labour
on any account shall be entertained. The contractor shall depute his representative daily to
the site of work. His name and Signature shall be attested by the contractor for record in the
department.
26. The schedule of quantity of work to be executed during a month for which payment is to be
based on detailed measurements shall be got approved by the Executive Engineer before
start of the month
27. The bidder has to follow NGT norms issued from time to time in respect of C&D waste and
other issues.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 45 of 72
SPECIAL CONDITIONS
1.1 Introduction
1.1.1 Maintenance work of PWD Roads under Sub-Division M-2111 / Shahdara Road
Division through one agency is the work of typical nature, which shall continue up to
the expiry of the contract period. These works need attention, efficiency, continuous
monitoring and responsive management. Implementation manual spells detailed guide
lines for implementing the maintenance contract programme successfully, defining the
various activities to be accomplished by the Contractor and Engineer-in-charge.
1.2 Salient features of contract
1.2.1 Scope of Work and Road Inventory:
The scope of work, in general, which is detailed through various items of work in
Schedule of Quantities, is illustrated in scope of work. The work is to be executed on
various roads is illustrated in Annexure-A. The road inventory is tentative and the details
of inventory such as length, lanes, Right of Way are to be verified, during the survey,
inventory verification and subsequent chainage marking of each road, after award of the
work. If any discrepancy is found, it will be reconciled and shall be corrected. This
corrected inventory shall form the basis for execution of the work and payment for the
work done. Some stretches of the roads mentioned in the inventory can be withdrawn
during the period of the contract for a brief period or for the whole of contract period for
improvement works by PWD or by any other agency authorised by the PWD or for any
other reason whatsoever may be. Similarly, some new roads can be included in the
contract. The contractor shall have no claim in both the cases of withdrawal and
inclusion. They have to carry out the various items of work in Schedule of Quantity at
their quoted rates only.
1.2.2 Equipment /Machinery: The PWD has a vision of maintaining the PWD Roads to World
Class Standards. Accordingly, mechanisation of maintenance to the maximum extent is
contemplated. Only those activities/part of the activities which are not possible to be
done through mechanisation shall be allowed to be carried out manually. The contractor
shall quote his rates accordingly. The agency is also encouraged to deploy better and
additional machineries for efficient delivery of services. However, carrying out of
operations less than minimum periodicity and/or deployment of machinery less than
specified shall attract penalties as indicated.
1.3 PERFORMANCE STANDARDS
1.3.1 PERFORMANCE STANDARDS FOR MAINTENANCE: The performance standards
define the level at which the proposed facility is to be maintained and operated.
Performance standard for mechanised cleaning of roads is already mentioned
elsewhere in this documents.
1.3.2 Performance Standards for Drainage System
The inspection and maintenance shall follow the guidelines specified in IRC: SP35-1990
or any modification to it by Indian Roads Congress.
• Pre-monsoon inspection and repairs shall include: detailed condition inspection of
all bridges, flyovers, culverts and the longitudinal drainage system. This shall be
followed by repairs as required by Engineer-in-charge as per inventory.
Clearance of waterways of cross-drainage (CD) works and bridge waterways
(vegetation, silt) within the Right-of-Way, clearing the longitudinal and surface
drains, repairs to flooring and pitching and face walls which should be brought to
intact condition and painting of bridge markings shall be carried out.
• During the monsoon, any blocked vent-ways shall be cleared immediately.
• After monsoon a summary inspection shall be done to identify any severe
damage. One month after the cessation of rain, the structures shall be given one
coat of white wash or colour wash as a protective measure.
1.4 Maintenance Procedures: The complete maintenance programme shall be spread over
the period of 12 months.
There are eight significant procedural areas:
• Maintenance Programme Planning
• Identification of Priorities
• Work Scheduling
• Work Management
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 46 of 72
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 47 of 72
1.7.2 The maintenance activities by order of importance shall be reckoned in the following
order or as deemed proper to Engineer-in-charge:
a. Urgent Works: Emergency repairs, removal of road blockade due to accidents,
removal of water logging and dead animals, repair to potholes and bleeding of
bituminous surface, restoration/replacement of stolen/damaged drain covers on
footpath, replacement of fused electric bulbs/tubes and ensuring working of
emergency lights in subways/FOBs/underpasses & below flyovers etc.
b. Periodic Works: Washing & painting of kerb stones, railings, crash barriers of
flyovers, road signages, road furniture, subways, FOBs, road surface markings,
cleaning of drains etc.
c. Improvement works: Crack sealing and patch repairs to bituminous carriageway,
repair and renewal of footpath, central verge, kerb channel, railing, drains, etc.
d. Restoration of Road Cuts: Restoration of main carriageway, service road , footpath,
planters, etc. to their original position.
1.7.3 The activities mentioned under Routine Maintenance shall be carried out on continuous
basis it as does not fall in order of priority.
1.7.4 Seasonal variation in the year shall also be influencing factor to decide order of priority
of maintenance works.
1.8 Work Scheduling
1.8.1 As the maintenance of road is of unpredictable nature, the quantities shown against
each item or work are only tentative. It is expected that they would be consumed during
the entire contract period of works but Engineer-in-charge would not be responsible to
pay any compensation etc. in case there is variation to any extent in quantity of actual
execution of particular item of work with respect to tentative quantity shown in BOQ for
that particular work.
1.8.2 On the basis of regular inspections of the roads under the contract conducted by the
contractor and the department, complaints recorded through control room and from
other sources, the contractor shall work out the work proposals and prioritise them. The
maintenance activities for which no indents are required to be issued, shall be taken up
by the contractor right earnestly as per prioritisation and complete them as per the given
schedule and as per the directions of the Engineer-in-Charge. For the maintenance
activities, which are indentable, the contractor shall prepare programme, assign the
priority and scrutinized work proposals shall be discussed by with the Engineer-in-
charge to complete those particular activities. There upon, the Engineer-in-charge or his
representative shall issue the Indents to the contractor as and when required. These
indents shall identify, quantify the various works which contractor is expected to execute
on the unit rates quoted by him at specified locations within the time period assigned in
the indents. Each indent shall be treated as part of the work for which contractor has
submitted Bids. The terms & conditions applicable in bid document shall also be
applicable to these indented works.
1.8.3 The rate / price of any such work which is not covered under items mentioned in
Schedule of Quantity, shall be worked out as stipulated in the Conditions of Contract.
1.9 Work Management
1.9.1 The success of Contract maintenance system lies with good work management. The
contractor shall draw activities, which shall be accomplished, by in house crew and
portion of the work to be accomplished with sub contractors.
1.9.2 For execution of maintenance works at scattered locations, contractor shall adopt
concept of “MAINTENANCE VAN”. The basic ingredients of maintenance van have
been explained as per particular specifications.
1.9.3 For execution of maintenance work the list of equipments and key technical personnel
as per clause-18 and 36 (I) respectively, given in the Schedule A to F.
1.9.4 The system of daily/weekly/monthly inspections and submission of progress reports
such as quality control reports and status of base maintenance programme (planned
versus actual) has to be generated in order to evaluate working of contract maintenance
system and to work out up-gradation / modification required in the programme. The
modification to finalised maintenance programme can be made with mutual consent of
both the contractor and Engineer-in-charge to derive best results.
1.9.5 The contractor shall also introduce mobile communication system for all the technical
persons up to the level of supervisors for better and efficient management of the works.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 48 of 72
1.10 Work Control & Quality Assurance
1.10.1 The Engineer-in-charge shall adopt random sampling procedures to ensure quality
control. Engineer-in-charge shall carry out in process inspections and end product
inspections to collect samples and shall carry out testing in order to determine the
degree of adherence to the maintenance standards of delivered or constructed material.
Any testing / checking of works by Engineer-in-charge shall not absolve the contractor
from his responsibility to execute works strictly in accordance of MORTH / IRC / IS
specifications or laid down standards in bid document.
1.10.2 The contractor shall make arrangements & facilitate the Engineer-in-charge to get the
required tests done. No separate payment shall be made for the testing. The QC lab
shall also be made available to Engineer-in-charge for conducting tests of his own. It is
preferable that the contractor should establish a Quality Control Laboratory with
essential equipment. However, considering the nature of work being Maintenance not
involving much of the construction the Engineer-in-charge may permit the contractor to
get the Tests done in an approved/recognized Laboratory, without establishing his own
lab.
1.10.3 In process inspections shall be carried out by the Engineer-in-charge to witness and / or
to verify the quality / quantity of work, when activity is in process with aim to judge
justification of payment. Engineer-in-charge shall carry out end product inspections
after completion of the activity to provide satisfactory evidence about acceptability of the
contractors work.
1.10.4 The results of in process inspections, end product inspections and quality control tests
shall form basis of acceptance of completed works and issuance of non – conformance
Report. Items of Works or unit of material or the end product do not meet the
specifications / standards shall be identified by “Non-Conformance-Report” and can
become basis of rejection of work on establishing the authorised disposition.
1.10.5 Action in case work not done as per specifications: All works under or in course of
execution or executed in pursuance of the contract shall at all times be open and
accessible to the inspection and supervision of the Engineer-In-charge, his authorised
subordinates in charge of the work and all the superior officers, officer of the Quality
Control Organisation of the Department and of the Chief Technical Examiner's Office,
and the contractor shall, at all times, during the usual working hours and at all other
times at which reasonable notice of the visit of such officers has been given to the
contractor, either himself be present to receive orders and Instructions or have a
responsible agent duly accredited in writing, present for that purpose. Orders given to
the Contractor's agent shall be considered to have the same force as if they had been
given to the contractor himself. If It shall appear to the Engineer-in-Charge or his
authorised subordinates in charge of the work or to the Chief Engineer-in-Charge of
Quality Control or his subordinate officers or to the Chief Technical Examiner or his
subordinate officers, that any work has been executed with unsound, imperfect, or
unskillful workmanship, or with materials or articles provided by him for the execution of
the work which are unsound or of a quality inferior to that contracted or otherwise not in
accordance with the contract the contractor shall, or demand in writing which shall be
made within six months of the completion of the work from the Engineer-in-Charge
specifying the work, materials or articles complained of notwithstanding that the same
may have been passed, certified and paid for forthwith rectify, or remove and
reconstruct the work so specified in whole or in part, as the case may require or as the
case may be, remove the materials or articles so specified and provide other proper and
suitable materials or articles at his own charge and cost. In the event of the failing to do
so within a period specified by the Engineer-in-Charge in is demand aforesaid, then the
contractor shall be liable to pay compensation at the same rate as under clause 38 of
the GCC (for non-completion of the work in time) for this default. In such case the
Engineer-in-Charge may not accept the item of work at the rates applicable under the
contract but may accept such items at reduced rates as the competent authority may
consider reasonable during the preparation of on account bills or final bill if the item is
so acceptable without detriment to the safety and utility of the item and the structure or
he may reject the work outright without any payment and/or get it and other connected
and incidental items rectified, or removed and re-executed at the risk and cost of the
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 49 of 72
contractor. Decision of the Engineer-in-Charge to be conveyed in writing in respect of
the same will be final and binding on the contractor
1.11 Records and documentation
1.11.1 The results of all inspections shall be documented. The test results containing
documentary evidence of activities and data relevant to the quality of the work and
performance of the contractor shall also be documented.
The field diary to be filled by Site Engineer-in-Charge of the contractor shall be a basic
form of documentation. The contractor shall prepare and maintain following records: -
a. Daily Report – This shall specify the days activities, number and type of crew on
job, equipment on job, weather etc.
b. Daily issues of material used on the work.
c. Measurements of work done on daily basis.
d. A complaint register wherein entries shall be made by contractor regarding
complaints received from road user or from PWD officials. This register shall be
reviewed on daily basis.
e. Daily, weekly and monthly inspection reports.
f. A record of hindrances faced in hindrance register.
g. Material test register.
h. A record of material testing in lab.
i. Samples and sample approval register.
j. Inspection register (Entries to be made by the Executive Engineer’s,
Superintending Engineer’s, Chief Engineer’s only).
k. The day to day video photographs taken for recoding evidences.
l. The correspondence made with different departments.
m. All upto date relevant data’s of the property maintained by the contractor.
n. All the records regarding dismantled material received from site of work.
o. The original vouchers of the purchases made by contractor or his Sub Contractor.
p. The records of the disposal of malba made during the course of the work.
1.12 Traffic Management: -
1.12.1 The basic objective of the following guidelines is to lay down procedures to be adopted
by contractor to ensure the safe and efficient movement of traffic and also to ensure the
safety of workmen at construction sites. All construction workers should be provided
with high visibility jackets with reflective tapes as most of construction activities shall be
done within right-of-way of the roads. The conspicuity of workmen at all times shall be
increased so as to protect from speeding vehicular traffic.
The guiding principles to be adopted for safety in construction zone are to
i) Warn the road user clearly and sufficiently in advance.
ii) Provide safe and clearly marked lanes for guiding road users.
iii) Provide safe and clearly marked buffer and work zones.
iv) Provide adequate measures that control driving behavior through construction
zones.
1.13 Permission for competent authorities:-
1.13.1 Wherever operations undertaken are likely to interface with public traffic, specific traffic
management plans shall be drawn up and implemented by the contractor in consultation
with the approval of local police authorities, and /or the concerned metropolitan/civil
authorities as the case may be.
1.13.2 Such traffic management plans shall include provision for traffic diversion and selection
of alternative routes. If necessary, the contractor shall carry out road widening before
commencement of works to accommodate the extra load. The contractor shall be
responsible for getting the “Traffic Management Plan” approved from Traffic Police
before taking up any construction activity on the road.
1.13.3 The rates quoted by the contractor shall be deemed to be inclusive of all the related
cost except the cost of road widening.
1.13.4 The primary traffic control devices used in work zones shall include signs, delineators.
barricades, cones, pylons, pavement markings and flashing lights, deployment of
sufficient number of Marshalls on diversion roads and nothing shall be paid on this
account.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 50 of 72
1.13.5 The road construction and maintenance signs which fall into the same three major
categories as do other traffic signs, that are Regulatory Signs. Warning Signs and
Direction (or guidelines) Signs shall only be used. The IRC:67 (Code of Practice for
Road Signs) provide a list of traffic signs. The size, colours and placement of sign shall
confirm to IRC:67. Nothing shall be paid on this account.
1.14 Regulatory signs Regulatory signs impose legal restriction on all traffic. It is essential,
therefore, that they are used only after consulting the local police and traffic authorities
and nothing shall be paid on this account.
1.15 Warning signs Warning signs in the traffic control zone shall be utilised to warn the
drivers of specific hazards that may be encountered.
The contractor shall place detour signage at strategic locations and install appropriate
warning signs. In order to minimize disruption of access to residences and business, the
contractor shall maintain at least one entrance to a property where multiple entrance
exist.
A warning sign shall be installed on all secondary roads which merges with the primary
road where the construction work is in progress at sufficient distance before it merges
with the primary road so as o alert the road users regarding the “Construction Work in
Progress”.
Materials hanging over / protruded from the chassis / body of any vehicle especially
during material handling shall be indicated by red indicator (red light/flag) to indicate the
caution to the road users.
The compliance of above provisions are deemed to be included in the quoted amount of
the contractor and no claim / payment whatsoever shall be entertained on this account
1.16 Delineators: The delineators are the elements of a total system of traffic control and
have two distinct purposes:
i. To delineate and guide the driver to and along a safe path
ii.As a taper to move traffic from one lane to another.
These channelizing devices such as cones, traffic cylinders, tapes and drums shall be
placed in or adjacent to the roadway to control the flow of traffic, These should normally
be retro-reflectors complying to IRC:79. Recommended Practice for Road Delineators.
1.17 Traffic cones and cylinders Traffic cones of 500mm, 750mm and 1000mm height and
300mm to 500mm in diameter or in square shape at base and are often made of plastic
or rubber and normally have retro-reflectorized red and white band shall be used
wherever required.
1.18 Drums: Drums about 800mm to 1000mm high and 300mm in diameter can be used
either as channelising or warning devices. These are highly visible, give the appearance
of being formidable objects and therefore command the respect of drivers.
1.19 Barricades
1.19.1 The contractor shall make adequate arrangement for temporary barricading and as
directed by the Engineer-in-Charge to cover the entire construction site including all
T&P and materials in order to prevent the working area from the risk of accidents due to
speedy vehicular movement. Same way barricades protect the road users from the
danger due to construction equipment and other temporary structures. No extra
payment shall be made for providing barricading of required size/specification as the
cost of barricading is deemed to be included in the quoted rates of different items by the
contractor. The structural dimensions of the barricade boards, material and composition,
its colour scheme, PWD logo and other details shall be in accordance with the drawing
attached with the tender document and direction of the Engineer-in-charge.
1.19.2 The requirement of providing and fixing barricading at site shall be decided as per the
direction and approval of Engineer-in-Charge. The barricading shall be provided
continuously during the execution of the entire work till completion and shall not be
removed at any stage without prior approval of the Engineer-in-Charge. All barricades
shall be conspicuously seen in the dark/night time by the road users so that no vehicle
hits the barricade. Conspicuity shall be ensured by affixing retro reflective stripes of
required size and shape at appropriate angle at the bottom and middle portion of the
barricade at a minimum gap of 1000mm. In addition minimum one red light or red light
blinker should be placed at the top of each barricade The barricading shall include the
following without any extra cost:
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 51 of 72
a. Traffic signals during construction at site for day and night, reflective signs,
direction boards, marking, glow lamps, marking, caution tape, traffic signage as per
requirement, flags, Traffic Marshals etc. as directed by the Engineer-in-Charge.
However, traffic police signals shall not be the responsibility of the contractor.
b. Cleaning of barricading every fifteen days with water and detergent so as to ensure
that there is no dirt of splashes on the barricading. The dust accumulated along the
barricades on the carriageway shall be removed every week.
c. Installation of temporary warning signs/lamps on all barricades during the hours of
darkness and kept it lit there at all times during these hours.
d. Shifting and re fixing in position as per the direction of Engineer-in-Charge and all
incidentals to execute the job as many times as directed by Engineer-in-Charge.
e. Repainting of the barricading after regular interval as directed by Engineer-in-
Charge.
f. Proper maintenance of the barricading till completion of the work by
repairing/replacing the damaged barricade.
g. The barricades shall be maintained in one line and level.
1.19.3 The barricading provided shall be retained in position at site continuously i/c shifting of
barricading from one location to another location as many times as required during the
execution of the entire work till its completion and shall not be removed at any stage
without prior approval of the Engineer-in-Charge. A barricade register shall be maintained
by the contractor.
1.19.4 The contractor has to provide at least 50 m of barricade boards (of size and specification
as per drawing available in office of AE, at site within 15 days of award of work.
Depending upon site requirement, the Engineer in-Charge may also further direct the
contractor to bring more barricading boards within a prescribed time period.
1.19.5 The contractor shall ensure that all his construction vehicles plying on public roads (like
dump trucks, trailers, etc.) have proper license to ply on public roads from the state
Transport Authority. Drivers holding proper valid license as per the requirements of Motor
Vehicles Act shall drive these vehicles.
1.19.6 The contractor shall not undertake loading and unloading at carriageways obstructing the
free flow of vehicular traffic. Any encroachment of existing roads by the contractor
applying the excuse of work execution shall not be allowed.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 52 of 72
1.1 Quality of Materials and Workmanship: The Contractor shall ensure that the
Construction, Plants, Goods &Materials and workmanship ar e in accordance with the
requirements specified in this Contract, Specifications and Standards and Good
Industry Practice.Sources of Materials being supplied shall be intimated to the
Engineer-in-charge and are subject to his approval. Materials t h at are not specified
in the Contract document shall conform otherrelevant Indian Standards or in their
absence conform to any International Standard approved by the Engineer-in-charge
1.1.1 Minimum Quality Assurance Programme: Minimum Quality Assurance
Programme(MQAP) shall be in line with relevant specification for works as per CPWD
specifications/ as given in this document. The contractor shall develop detailed Quality
Assurance Plan on the basis of Minimum MQAP in consultation with Engineer-in-
charge. The Contractor shall establish a quality assurance mechanism to ensure
compliance with the provisions of this Contract.
1.2 QualityAssuranceSystem
1.2.1 In order to achieve a high standard of quality, it shall be required to go for Third
Party Quality Assurance. PWDshallappoint anIndependent Third-Party Quality
Assurance agency for supervision of the works. Third Party Quality Assurance
agencyshall carry out independent testing of materials and shall check and ensure
overall quality proceduresTPQA shall arrange for periodical &stage
wiseinspection of the work. The contractor shall be required to fully cooperate
with agency and facilitate them in taking samples, transportation and examination
of various activities including documentation at no extra time and cost to the
Engineer-in-charge. In case of any adverse findings by the agency, the contractor
shall do the needful rectifications at no extra time and cost to the Engineer -in-
charge.
1.2.2 The contractor shallwithin 20 (Twenty) days of the commencement date, submit tothe
Engineer-in-charge its Quality Assurance Plan which shall include the following:
a. Organization, duties and responsibilities, procedures, inspections and documentation;
b. Quality assurance mechanism including sampling and testing of Materials, test &
frequencies, standards, acceptance criteria, testing facilities, reporting, recording
and interpretation of test results, approvals, check list for site activities, and proforma
for testing and calibration in accordance with the laid Specifications & Standards and
Good Industry Practice; and
c. The Engineer-in-charge shall convey its comments to the Contractor within a period of
14 (fourteen) days of receipt of the QAP stating the modifications, if any, required, and
the Contractor shall incorporate those in the QAP. The decision of the Engineer-in-
charge in this regard shall be final and binding on the Contractor and any dispute with
regard to this shall not be referred to arbitration.
1.2.3. The Contractor shall procure all documents, apparatus and instruments, fuel,
consumables, water, electricity, labour, Materials, samples, and qualified personnel as
are necessary for examining and testing the Project Assets and workmanship in
accordance with the Quality Assurance Plan at his cost.The cost of testing of
Construction, Materials and workmanship under this Article 18 shall be borne by the
Contractor.
1.3 Methodology:The Contractor shall, atleast 14 (fourteen) days prior to the
commencement of the construction, submit to the Engineer-in-charge for review the
methodology proposed to be adopted (as per specification mentioned in this contract
document or as per relevant Indian Standards or in absence of these as per good
industry practice) for executing the Works, giving details of equipment to be deployed,
traffic management and measures for ensuring safety. The Engineer-in-charge shall
complete the review and convey its comments to the Contractor within a period of
1 4 ( fourteen) days from the date of receipt of the proposed methodology from the
Contractor.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 53 of 72
1.4 Inspection and Technical Audit by the Engineer-in-charge: The Engineer-in-charge
or any representative authorized by the Engineer-in-charge in this behalf may inspect
and review the progress and quality of the construction of Project and issue appropriate
directions to the contractor for taking remedial action in the event the Works are not in
accordance with the provisions of this Contract.
1.5 External Technical Audit: At any time during construction, the Engineer-in-charge
may appoint an external technical auditor to conduct an audit of the quality of the
Works. The findings of the audit, to the extent accepted by the Engineer-in-charge,
shall be notified to the Contractor and the Engineer-in-charge for taking remedial
action in accordance with this Contract. The Contractor shall provide all assistance as
may be required by the auditor in the conduct of its audit hereunder. Notwithstanding
anything contained in this Clause 18.5, the external technical audit shall not affect any
obligations of the Contractor or the Engineer-in-charge under this Contract.
1.6 InspectionbyChiefTechnicalExaminer/AuditbyCAG: Work may be inspected by
Chief Technical Examiner under Central Vigilance Commission, Govt. of India/ Audit
team under Comptroller and Accountant General of India. Contractor shall provide all
assistance and full access to site to carry out inspection and perform tests at site, to
provide samples for testing in outside laboratories and to show site records and their
records as asked for by the inspecting teams. Findings of such inspection shall be
notified to contractor and contractor shall be bound to take remedial measures to the
satisfaction of Engineer-in-charge.
1.7 Inspection
1.7.1 The Engineer-in-charge and its authorized representative shall at all reasonable times:
a. Have full access to all parts of the site and to all places from which natural materials
are being obtained for use in the works; and
b. During production, manufacture and construction at the site and at the place of
production, been titled to examine, inspect, measure and test the materials and
workmanship and to check the progress of manufacture of materials.
1.7.2 The Contractor shall give the Engineer-in-charge an d it’s authorizedrepresentative
success, facilities and safety equipment for carrying out their obligations under this
Contract.
1.8 All expenditure on account of 1.7.2 shall be completely borne by contractor.
1.9 Samples: All materials shall be of best available quality and shall be in conformity with
the specifications laid down in the contract document. It shall be the responsibility of the
contractor to procure all the materials required for construction and completion of the
contract. The contractor shall indicate in writing the source of materials well in advance to
the Engineer-in-charge, after the award of the work and before commencing the work. If
the material from any source is found to be unacceptable at any time, it shall be rejected
by the Engineer-in-charge and the contractor shall forthwith remove the material
immediately from the site as directed by the Engineer-in-charge.The Contractor shall
submit the following samples of Materials and relevant information to the Engineer-in-
charge for pre-construction review & approval:
(a) Manufacturer's test reports and standard samples of manufactured Materials; and
(b) Samples of such other Materials as the Engineer-in-charge may require.
1.10 Cost of Samples and Testing
(a) Samples for testing, as per approved Quality Assurance Plan, shall be provided by
contractor at his cost. The Engineer-in-charge may require additional samples for
testing at contractor’s cost.
(b) Cost of assistance, labour, electricity, fuel, stores, apparatus and instruments,
consumables a n d tests performed at site shall be borne by contractor.
(c) Cost of packing and forwarding and testing charges for the tests those cannotbe
performed at site and to be performed in outside laboratories shall be borne by the
Contractor.
(d) All costs involved in carrying out the tests and other incidental expense thereto
shall be borne by the contractor regardless of the result of the tests unless
otherwise specified in this document.
(e) All expenditure to be incurred for testing of samples e.g., packaging, sealing,
transportation, loading, unloading etc. including testing charges shall be borne
by the contractor.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 54 of 72
1.11 Tests
1.11.1 This sub clause shall apply to all tests specified in the Contract, other than the Tests after
Completion. The Contractor shall provide all documents and other information necessary for
all types of testing and such assistance, labour, materials, electricity, fuel, stores, apparatus
and instruments as are necessary to carry out such tests efficiently. The Contractor shall
agree, with the Engineer-in-charge, the time and place for the testing of any Plant, goods,
Materials and other parts of the Works as specified in the Contract. The Engineer-in-charge
shall give the Contractor not less than 24 hours’ notice of his intention to attend the tests. If
the Engineer-in-charge does not attend at the time and place agreed, or if the Contractor
and the Engineer-in-charge agree that the Engineer-in-charge shall not attend, the
Contractor may proceed with the tests, unless the Engineer-in-charge instructs the
Contractor otherwise. Such tests shall be deemed to have been made in the Engineer-in-
charge's presence. All cost related to test including (travelling expenses, accommodation,
logistics, etc.) shall be paid by contractor. No such testing shall relieve the Contractor from
any obligation or responsibility.
1.11.2 For determining that the Works conform to the Specifications and Standards, the
Engineer-in-charge shall require the Contractor to carry out or cause to be carried out
tests, at such time and frequency and in such manner as specified in this Contract and
under QAP (including MAQP) as approved by Engineer-in-charge and in accordance
with Good Industry Practice for quality assurance.
1.11.3 In the event that results of any tests conducted under this Clause 18 establish any
Defects or Deficiencies in the Works, the Contractor shall carry out remedial measures
and furnish a report to the Engineer-in-charge in this behalf. The Engineer-in-charge
shall require the Contractor to carry out or cause to be carried out tests to determine
that such remedial measures have brought the Works into compliance with the
Specifications and Standards, and the procedure shall be repeated until such Works
conform to the Specifications and Standards. For the avoidance of doubt, the cost of
such tests and remedial measures in pursuance thereof shall be solely borne by the
Contractor.
1.11.4 All tests to be performed outside the field lab shall only be carried out in laboratories
approved by the Engineer-in-charge. It is also a term of the agreement that out of tests
which can be carried out in field laboratory, minimum 20% of important tests e.g.,
concrete cube tests, test for cement, bitumen, bitumen mix, (BM, DBM, DBC) etc., or
the tests as directed by Engineer-in-charge, shall be got done through laboratories
approved by Engineer-in-charge. For the all tests, the contractor shall supply free of
charge all the materials required for testing and the testing charges shall be borne by
the contractor. No extra claims whatsoever on this account shall be admissible.
1.11.5 Non-destructive test methods such as core test and ultrasonic pulse velocity test shall
be carried out by the contractor at his own expense if so desired by the Engineer-in-
charge. Such tests shall be carried out by an agency approved by the Engineer-in-
charge and shall be done using only recommended testing equipment. The acceptance
criteria for these tests shall be as specified by the testing agency or good engineering
practice and as approved by the Engineer-in-charge.
1.12 ExaminationofWorkbeforeCoveringup: In respect of the work which the Engineer-in-
charge is entitled to examine, inspect, measure and/or test before it is covered up or
putout of view or any part of the work is placed thereon, the Contractor shall give notice
to the Engineer-in-charge whenever anysuchwork is ready and before it is covered up.
The Engineer-in-charge shall the neither carryout the examination, inspection or
testing without unreasonable delay, or promptly give notice to the Contractor that the
Engineer-in-charge does not require to do so. Provided, however, that if any work is of
a continuous nature where it is not possible or prudent to keep it uncovered or
incomplete, the Contractor shall notify the schedule of carrying o u t such work to
give sufficient opportunity to the Engineer-in-charge to conduct its inspection,
measurement or test while the work is continuing. Provided further that in the event the
Contractor receives no response from the Engineer-in-charge within a period of 7
(seven) days from the date on which the Contractor's notice hereunder is delivered to
the Engineer-in-charge, the Contractor shall been titled to assume that the Engineer-
in-charge would not undertake the said inspection.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 55 of 72
1.13 Rejection
(a) If, as a result of an examination, inspection, measurement or testing, any Plant,
Materials, design or workmanship is found to be defective or otherwise not in
accordance with the provisions of this Contract, the Engineer-in-charge shall reject
the Plant, Materials, design or workman ship by giving notice to the Contractor, with
reasons. The Contractor shall then promptly make good the Defect and ensure that the
rejected item complies with the requirements of this Contract.
(b) If the Engineer-in-charge requires the Plant, Materials, design or "workmanship to be
retested, the tests shall be repeated under the same terms and conditions as
applicable in each case. If the rejection and retesting cause the Engineer-in-
charge to incur any additional costs, such cost shall be recoverable by the Engineer-in-
charge from the Contractor; and may be deducted by the Engineer-in-charge from any
money due to be paid to the Contractor.
1.14 RemedialWork
1.14.1 Notwithstandinganyprevioustestorcertification,theEngineer-in-chargemayinstructthe
Contractorto:
a) Remove from the Site and replace any Plant or Materials which are not in accordance
with the provisions of this Contract;
b) Remove and re-execute any other work which is not in accordance with the provisions
of this Contract and the Specification and Standards; and
c) Execute any work which is urgently required for the safety of the Project, whether
because of an accident, unforeseeable event or otherwise.
1.15 The Contractor fails to comply with the instructions issued by the Engineer-in-charge
or fails to correct a defect within the time specified in the Engineer-in-charge's notice
or as mutually agreed, the Engineer-in-charge may assess the cost of having the
Defect repaired and have the said repair work carried out by another agency. The cost
so incurred by the Engineer-in-charge for the repair work shall be recoverable from
the Contractor and shall be deducted by the Engineer-in-charge from any payment
due to bepaid to the Contractor.
1.16 Quality control records and Documents: The Contractor shall hand over to the Engineer-
in-charge a copy of all its quality control records and documents before the Completion
Certificate.
Material and Quality Assurance:
a. The contractor shall ensure quality control measures on different aspects of
construction including materials, workmanship and correct construction methodologies
to be adopted. The quality assurance programme should include method statement for
various items of work to be executed along with check lists to enforce quality control.
b. The contractor shall submit brand/ make of various items, not specified in the
agreement to be used for the approval of the Engineer-in-Charge along with samples.
Once approved, he shall stick to it.
c. The contractor shall submit shop drawings of as per requirement of items/schemes
mentioned there for installations work and other fixtures item for approval before
execution.
d. Frequency and type of tests of various Materials/items/ article shall be conducted as per
specifications and relevant BIS-Codes. The test results confirm to the
specification/codes.
e. Test Laboratories:
(i) Laboratory at site:The contractor shall establish a testing lab at each of the three sites
and provide testing equipments and materials for the field tests of material as per list of
mandatory tests given in CPWD specifications. Nothing extra shall be payable on this
account.The representatives of the department shall be at liberty to inspect the testing
facilities at site and conduct testing at random in consultation with Engineer in charge.
The contractor shall provide all necessary facilities for the purpose.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 56 of 72
(ii) External Laboratories:The contractor shall arrange carrying out all tests required
under the agreement through the laboratory as approved by the Chief Engineer (East)
and contractor shall bear all charges in connection therewith including charges for
testing for all materials to be paid to the test lab. Chief Engineer (East)shall approve
external laboratories from where contractor has to carry out tests.
(iii) All expenditure to be incurred for testing of samples e.g., packaging, sealing,
transportation, loading, unloading etc. including testing charges shall be borne
by the contractor.
f. Materials and sampling:
(i) Sample of E&M materials, fittings and other fixtures required for installation of work shall
be got approved from the Engineer-in-Charge. Articles manufactured by companies of
repute and approved by the Engineer-in-Charge shall only be used. Articles bearing BIS
certification mark shall be used. All materials and articles brought by the contractor to
the site for use shall conform to the samples approved by the Engineer-in-Charge which
shall be preserved till the completion of the work.
(ii) The contractor shall ensure quality construction in a planned and time bound manner.
Any sub-standard material/work beyond set out tolerance limit shall be summarily
rejected by the Engineer-in-Charge and shall not be allowed to use on work.
(iii) BIS marked materials except otherwise specified shall be subjected to quality test at the
discretion of the Engineer-in-Charge besides testing of other materials as per the
specifications described for the item/materials. Wherever BIS marked materials are
brought to the site of work, the contractor shall furnish manufacturers test certificate to
establish that the material procured by the contractor for use in the work satisfies the
provisions of BIS codes relevant to the material and/or the work done.
(iv) The contractor shall procure all the materials in advance so that there is sufficient time
to testing and approving of the materials and clearance of the same before use in work.
(v) All materials brought by the contractor for use in the work shall be got checked from the
Engineer-in-Charge or his authorized representative of the work on receipt of the same
at site before use.
(vi) The contractor shall be fully responsible for the safe custody of the materials issued to
him even if the materials are in double lock and key system.
(vii) The Stone aggregate/stone, sand shall be brought from any quarries subject to
condition that the said materials confirm CPWD specifications.
(viii) The contractor shall be fully responsible for the safe custody of materials brought by him
issued to him even though the materials are under double lock key system.
g. In case there is any discrepancy in frequency of testing as given in the list of mandatory
tests and that in the individual sub-head of work as per CPWD specifications or as per
relevant BIS Code the higher of the two frequencies of testing shall be adopted.
h. Regarding testing of electrical materials, the testing of material shall be
conducted in Govt. Laboratory/ Govt. colleges/ IITs NIT or from the laboratory
approved by the competent authority. The charges of testing of materials in
approved laboratory shall be borne by the agency.
i. Agency shall submit minimum “Quality assurance” Plan within 45 days after award of
work which shall be consisting of:
j. Lot size, number of required tests and frequency of testing, while deciding these criteria
CPWD specifications and provisions of BIS code and Standard Practices may be
referred. Volume of work, practical, difficulties and site conditions etc.maybe also be
kept in view. The lot size, number of tests and frequencies of testing can be altered or
modified by the Engineer-in-charge from the prescribed limits.
k. Maintenance of Registers:
a. All the registers for tests of material to be carried out at construction site and in outside
laboratories shall be maintained by the contractor. These registers shall be issued to the
contractor by Engineer-in-Charge in the same manner as being issued to CPWD field
staff.
i. Materials at site account register (MAS).
ii. Master test registers.
iii. Cube test register
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 57 of 72
b. The test registers shall be maintained by the agency/contractor.
c. All the entries in the register will be made by the designated engineering staff of the
contractor and same should be regularly reviewed by JE/AE/EE.
d. Contractor shall be responsible for safe custody of all the test registers.
e. Submission of copy of all test registers, material at site register along with each
alternate running account bill and final bill shall be mandatory. These registers should
be duly checked by AE(P) in division office at the time of checking of Running Account
bills.
f. All Material received at site shall be entered in MAS Register and copy of supply order,
MTC and bill-invoice shall be maintained in order. The MAS registers shall be
maintained by a qualified staff of agency which may be inspected by Engineer-in-charge
or his/her designee at any time. The daily report of receipt of material shall be sent to
Engineer-in- charge or his/her designee
g. Submission of copy of all test registers. Material at site Register and hindrance register
along with each alternate running account bill and final bill shall be mandatory.
2.12 It should clearly indicate the machinery and other tool and plants required to be
deployed at site by the agency. Entire machinery and T & P may not be required at the
start of work, therefore, a proper time schedule by which each Machinery & T&P is to be
brought at site should also be indicated.
2.12.1 Requirement of material for testing them of & record results in maintenance of Register.
2.12.2 All the registers of tests carried out at Construction site or in outside laboratories shall
be maintained by the agency. Which may be inspected by Engineer-in-charge of his/her
designee at any point of time.
2.13 The agency shall allow access of Third-party quality assurance agency (TPQAA)
to have a control on quality and methodology of execution. All arrangements for
transporting and getting them tested shall be made by the agency.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 58 of 72
The payment of disposal of malba shall be made against the quantities of malba as per
receipt issued by EDMC authority at the dumping ground at Ghazipur or other nearby
2 specified dumping ground of EDMC.
3 The malba shall be disposed off/removed from the site within 72 hours from the time of
intimation from the Engineer-in-Charge.
4 For the purpose of removal of malba contractor shall have to make his own
arrangement of adequate no. of vehicles required at the EDMC authorized dumping
ground including necessary registration of vehicles for this purpose. Nothing extra shall
be paid on this account.
5 The contractor shall intimate contact number/ mobile number of himself as well as of
the supervisory staff who have to carry out this job of disposal of malba.
6 Contractor shall pay initially the actual EDMC dumping ground tax (including advance
amount if required by EDMC to be deposited with them) to the EDMC authorities/in-
charge at dumping ground (Ghazipur) or other nearby specified dumping ground of
EDMC and the same shall be reimbursed from time to time to the contractor by
department on production of receipt of such charges.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 59 of 72
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 60 of 72
ANNEXURE – A
Length of
Total
Right Service Road
La Lane-
Sl. of Way Starting Length on Both
Road Name and No. End Point ne Length
No. (in Point (inkm) sides of main
s (in km-
metrs.) carriageway
Lane)
(In km)
1 Road No 56 200 Gazipur Anand Vihar 2.53 6 33.60 -----
ISBT
4 Road No. 56 A 150.00 Road No. Gazipur Mandi 1.00 4 4.00 -----
56
T-Junction
5 G.T Road Along Slip 150 Shyam Lal Apsara Border 4.25 6 25.50 -----
Road of Shahdara College Flyover
Flyover)
9 Gandhi Nagar Road 200 Main Mother Dairy 1.50 6 1.28 -----
Gandhi
Nagar
Road,
KashyapM
aholla
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 61 of 72
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 62 of 72
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 63 of 72
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 65 of 72
PREMIUM ACRYLIC SMOOTH EXTERIOR BERGER, ASIAN, SUNANDA SPECIALITY
64
PAINT EMULSION COATINGS, NEROLAC, ICI LTD
65 STEEL/ WOOD PRIMER ASIAN, ICI LTD, BERGER, NEROLAC,
ASIAN, ICI LTD, BERGER, NEROLAC,
66 EPOXY PAINT SNOWCEM INDIA LTD, SUNANDA SPECIALITY
COATINGS, RachTR CHEMICALS
ASIAN, ICI LTD, BERGER, NEROLAC, PIDILITE,
67 WOOD FINISH (MELAMINE & PU POLISH)
WEMBLEY, STP LTD.
ASIAN PAINTS, BERGER, RELIANCE
68 THERMOPLASTIC PAINTS THERMOPLAST, S.N. IND. OSCAR, AUTOMARK
(INDIA) INDUSTRIES LTD, STP LTD, SUNRISE
NEROLAC, ASIAN, SHALIMAR, BERGER, STP
69 ROAD MARKING PAINT
LTD.
GREEN PLY, DURO, CENTURY, ARCHID,
70 PLY BOARD, PLYWOOD
MERINO, NATIONAL, KITLAM
ARCHID, MERINO, GREEN, CENTURY, KITLAM,
71 LAMINATE
FORMICA, NATIONAL
MERINO, GREEN LAM, DURO, CENTURY,
72 VENEER PLY, NATURAL WOOD VENEERS SONEAR, TRU-WOOD, MAYUR, ARCHID,
KITLAM
CENTURY, KITLAM, MERINO, ACTION TESA,
73 PRELAMINATED PARTICLE BOARD ARCHID, NATIONAL, ECOBOARD, ANCHOR,
BHUTAN BOARD, GREEN LAM
CENTURY, ARCHID, MERINO, KITLAM,
74 FLUSH DOOR NATIONAL, SWASTIK, CORBETT, KUTTY
FLUSHDOOR, DURO, GREEN
INDIA GYPSUM, LAFARGE, SAINT GOBAIN,
75 GYPSUM BOARD
USG BORAL, AMF
GODREJ, HARRISON, PLAZA, YALE, HETTICH,
76 LOCKS, LETCH
HARDWYN, DORMA
FRICTION STAY HINGES, BALL BEARING EARL-BIHARI, EBCO, GODREJ, DORMA,
77
HINGES & SPRING HINGES HAFELE, GEZE
78 NUTS, BOLTS & SCREWS GKW, KUNDAN, PRIYA, ATUL, PUJA
79 DASH, ANCHORING FASTENERS & CRAMP HILTI, FISCHER, AXEL, CANON, BOSCH
80 MDF BOARD NIJWOOD, DURATUFE BAJAJ
81 FRAME SYSTEM FOR INTERAL PARTITION SAINT GOBAIN, GYPROC, USG BORAL, AMF
82 WALL PAPER ROSELLE, EGOWALL PAPERE VESCOM
ACOUSTIC MINERAL FIBRE CEILING AND
83 USG BORAL, AMF, ARMSTRONG
GRID SYSTEM
STAINLESS STEEL HARDWARE FITTINGS DORMA, OZONE, GODREJ, GEZE, HAFELE,
84
(HEAVY DUTY) BLUM, DORSET, PERGO
ALUMINIUM SECTIONS FOR DOORS, JINDAL, HINDALCO, INDALCO, NALCO,
85
WINDOWS & PARTITIONS ETC. BHORUKA, INDAL
ANODISED ALUMINIUM HARDWARE
86 NU-LITE, SARGENT, EVERITE, ALKA, JINDAL
(HEAVY DUTY)
MODI, SAINT GOBAIN, ASAHI, PILKINGTON,
87 CLEAR/FLOAT/ FROSTED GLASS
GOLD PLUS, GLAVERBEL (BELGIUM)
ALSTRONG, REYNOBOND, ALPOLIC,
FIRE RETARDANT ALUMINIUM
88 ALUDECOR, ALUCOBOND, ALSTONE, CROSS
COMPOSITE PANEL
BOND, ALUBOND DACS
JINDAL, KICH, ESSAR, NSTYLE-D-LINE,
89 STAINLESS STEEL SECTION
FABRINOX, SALES STEEL
HIGH PERFORMANCE SOLAR
90 SAINT GOBAIN, ASAHI, PILKINGTON
TOUGHENED GLASS
SAINT GOBAIN, ASAHI, PILKINGTON,
91 REFLECTIVE GLASS/LACQUE RED GLASS
GLAVERBEL (BELGIUM), MODIGUARD, ATUL
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 66 of 72
SAINT GOBAIN, LAFARGE, INDIA GYPSUM,
92 FALSE CEILING- GYPSUM
GYROC / BORAL
FALSE CEILING- METAL WITH SAINT GOBAIN, ARMSTRONG, DEXUNE, USG
93
SUPPORTING GRID BORAL, ECOPHONE, DECOSONIC, UNI-MAT
94 FIRE RATED GLASS ST. GOBAIN, PILKINGTON, SCHOTT
FENESTA, REHAU, ALUPLAST, DUROPLAST,
95 UPVC WINOW/DOORS
WINTECH, VEKA INDIA, KOMMERLING
96 FIRE DOOR GODREJ, SHAKTI, NAVAIR
RAJSHREE, FINOLEX PLASTICS, E-PLANTA,
97 PVC DOORS
POLYLINE
FIBREWAYS, ASHOO MODEL ARTS, NAVIER,
98 FRP DOOR
SUKARI PROMAT, KUTTY, JINDAL STAINLESS
(i) M/s UNITED ENGG. WORKS, RAM NAGAR,
(ii) M/s METAL WINDOW CORP. ROHTAK,
99 FACTORY MADE SECTION WINDOW (iii) M/s SKS STEEL INDUSTRIES PIRGARHI, (iv)
ANY OTHER ISI MARKED FACTORY MADE, (v)
JANGID ENGINEERING WORKS (JAIPUR)
LIOYD INSULATION/ JINDAL/METECNO/
100 PUFF INSULATED PANEL
SYNERGY
FORMICA, MERINO, ANALCO, CENTURY,
101 ANTI STATIC HIGH-PRESSURE LAMINATE
BAKELITE HYLAM, DECOLAM, SUNMICA (AICA)
SAINT GOBAIN, MODIGUARD, AIS, ATUL,
102 MIRROR
GOLDEN, PILKINGTON
TWIGAFIBER, LLYOD INSULATION, SUPREME,
103 ROCKWOOL/GLASSWOOL INSULATION
SIPLA, UNIFEB
104 FRAME SYSTEM SAINT GOBAIN GYPROC, BOROL, AMS
HAVER STANDARD, GRAND METAL,
105 WIRE MESH
STRELING, TRIMURTY WELDED MESH, TIGER
HARDWYN, GODREJ, YALE, EVERITE,
HYDRAULIC DOOR CLOSURE/ FLOOR
106 DOORKING, KELWIN, DORMA HAFELE, GEZE,
SPRING
DORSET,
JINDAL, ESSAL, DORMA, CONNECT ARCHT.,
107 S.S. RAILING
FABRINOX, STEEL N STYLE
108 G.I. SHEET SAIL, TATA, ISPAT
SIMCRYL(SIMBA), FIBREWAYS, ADVANCE
109 FIBRE GLASS SHEET
FIBRE
RAMA ROLLING SHUTTER, JYOTI ROLLING
110 ROLLING SHUTER SHUTTER, ANAND INDST. SHRI RAM ROLLING
SHUTTER
111 M.S. DOOR, FITTINGS ASHISH, OFFORD, GRAG, ADARSH
112 FIRE CHECK DOOR ROMAT, KUTTY DOOR, NAVIER
113 SMOKE SEAL STRIP IMPORTED PROMAT, ASTRO FLAME
114 DOOR CLOSE LOCK INGEROLL RAND, DORMA, DORSET,
115 PANIC EXIT DEVICE MONARCH
116 DOOR COORDINATOR UL-LISTED, MONARCH
MODIFLOAT, SAINT GOBAIN, ASAHI,
117 TEMPERED GLASS
GLAVERBEL
EVERITE, GODREJ, HARDIMA, HARDWARE,
118 DOORS & WINDOW FIXTURE
KLASSIC, ALKA, JINDAL
119 METAL FIRE CHECK DOORS NAVAIR, SHAKTI-MET GODREJ
(i) M/s UNITED ENGG. WORKS, RAM NAGAR,
(ii) M/s METAL WINDOW CORP. ROHTAK,
120 STEEL WINDOW (iii) M/s SKS STEEL INDUSTRIES PIRGARHI, (iv)
ANY OTHER ISI MARKED FACTORY MADE, (v)
JANGID ENGINEERING WORKS (JAIPUR)
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 67 of 72
TATA, BLUESCOPE/INTERRARCH
121 MS PRECOATED ROOFING SHEET MULTICOLOR STEEL, LLYOD STEEL, ISPAT
STEEL
HYDERABAD INDUSTRY LTD., VISHAKHA,
122 FIBRE CEMENT BOARD (FLEX-O-BOARD) EVEREST INDUSTRY LTD., JAMES HARDIE,
SHERA
TATA BLUE SCOPE, J.S.W, ESSAR, ISPAT
123 FRAME
STEEL
FABRICATORS FOR ALUMINIUM GLAZING,
ALUMAX, WINDORZ INDIA PVT. LTD, JANGID
124 STRUCTURAL GLAZING, ALUMINIUM
ENGINEERING WORKS (JAIPUR)
DOOR & WINDOWS, ACP WORK.
VETERAN INDUSTRIES (INDIA), KANZ, D LINE,
125 STAINLESS STEEL FABRICATORS
EARL BEHARI, ANAND
126 GALVANISING JENCO/STEEL LINE, LITE, KARAMTARA
ARMSTRONG, PERGO, FLORENCE, ACTION
127 LAMINATE FLOORING
TESA
128 PVC FLOORING & VINYL WALL ARMSTRONG, FORBO, GERELOR, INPROCORP
RAAJRATNA ELECTRODES, ESAB INDIA,
129 WELDING ELECTRODE
ADORE WELD LTD, HONAVAR ELECTRODE
DORSET, OZONE, HARDWYN, DORMA,
130 GLASS DOOR FITTINGS
HETTICH
131 FIRECLAY SINKS & DRAIN BOARDS PARRY, SANFIRE
132 G.I. FITTING (MALLAEBLE CAST IRON) UNIK, ICS, AMCO, KS, NVR
C.I. DOUBLE FLANGED NON-RETURN
133 KIRLOSKAR, SANT, KARTAR
VALVES
134 PTMT FITTINGS PRYAG, POLYTUF, SHAKTI
SINTEX, TIRUPATI, KMS, PLANET, SRI
135 KITCHEN LOFT TANK
KAMAKSHI, SREYAH NOVEL
HINDWARE, CERA, PARRYWARE, SHAKTI,
136 PLASTIC SEAT COVER
KOHLER, NYCER, JOHNSON PEDDAR
HINDWARE, CERA, PARRYWARE, KOHLER,
137 PVC CISTERN
NYCER, SHAKTI, JOHNSON PEDDAR
BIC, KAPILANSH DHATU UDHYOG, NEECO,
138 C.I. MANHOLES COVERS
RIF, BCM, SKF, HIF
139 BRASS STOP & BIB COCK ZOLOT, SANT, SHAKTI, L&K
140 BRASS BALL VALVE WITH FLOATS ZOLOTO, LEADER, SANT
141 SS HINGED GRATING GMGR, NEER, CHILLY
JAGUAR, KIMBERLY, CLARKE, DLINE,
EURONICS, CARL-F, KOHLER SNEARLING,
142 SANITARY ACCESSORIES
KEROVIT, PARKO, KINGSTON, PARK, SHAKTI,
PRAYAG, HINDWARE
143 BACK UP ROD SUPREME INDUSTRIES
144 MASKING TAPES SUNCONTROL, WONDER POLYMER
GALVANISED BRACKETS AS PER IS :4759-
145 TREATMENT ON MS BRACKETS
1996, 610
PVC CONTINUOUS FILLET FOR
146 PERIPHERY PACKING OF GLAZING ROOP, ANAND, FOREX PLASTIC
CURTAIN WALL
GEM, PARKO, KINGSTON, SHAKTI, HINDWARE,
147 C.P. ACCESSORIES
CERA
148 MOISTURE RESISTANT BOARD ST-GOBAIN, GYPROC, USG BORAL,
149 STAINLESS STEEL MESH GKD/WMW
150 FLOOR TRAP JAINA, CHILLY, NIRALE
VITREOUS CHINA SANITARYWARE AND
FITTINGS HINDWARE, CERA, PARRYWARE, KOHLER,
151
NYCER, JOHNSON PEDDAR, SOMANY
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 68 of 72
NEELKANTH, JAYNA, FRANKE, ANUPAM,
152 STAINLESS STEEL SINKS NIRALI, COBRA, ALEX, SHAKTI, SJAYNA, AMC,
PRAYAG, CERA
JAQUAR, SOMANY, PARRYWARE, GROHE,
153 C.P. BRASS FITTINGS KOHLER, GEM, PARKO, KINGSTON, PARK,
PRAYAG, SHAKTI, HINDWARE, JOHNSON
CENTRIFUGALLY CAST (SPUN) IRON NECO, RIF, SKF, ACL, HEPCO, MARC, GEM,
154
PIPES & FITTINGS BIC, HIF, JAISWAL, BC
CENTRIFUGALLY CAST (SPUN) IRON
155 RIF, NECO, SKF, ACL, HIF
PIPES (CLASS LA)
ASTRAL, PRINCE, SUPREME, FINOLEX,
156 CPVC PIPES & FITTINGS PRAKASH, AJAY, ASHIRWAD, BIRLA
AEROCON, KISAN, APL APOLLO
TATA, JINDAL, ZENITH, SURYA, G.S.T.,
157 G. I. PIPES
KALINGA, PRAKASH, HISSAR
UNIK, ZOLOTO, KS, ICS, R, K.S, NVR, JINDAL, R
158 G. I. FITTINGS
BRAND, AMCO
ASTRAL, PRINCE, SUPREME, FINOLEX,
159 UPVC PIPES & FITTINGS PRAKASH, AJAY, ASHIRWAD, BIRLA
AEROCON, KISAN, APL APOLLO
LEADER, SANT, ZOLOTO, KIRLOSKAR,
160 GUNMETAL VALVES
CASTLE, KARTAR, KILBURN
161 BALL VALVES LEADER, SANT, ZOLOTO, CASTLE, IBP, ARCO
162 BUTTERFLY VALVES LEADER, SANT, ZOLOTO
163 C.I. SLUICE VALVES KIRLOSKAR, IVC, BURN
KK, JAIN, PRAGATI, BIC, KAPILANSH DHATU
164 SFRC MANHOLE COVER
UDHYOG, NECO, RIF, BCM, S.S. & CO.
JAIN, PRAGATI, KK, LAKSHMI, SOOD & SOOD,
165 RCC PIPES
JAIN & CO., USHA, DIWAN SPUN PIPE,
RIF, NEECO, ELECTRO STEEL, IISCO, NEECO,
166 LA (CI) PIPES
KAPLANSH
SFMC, SAFE, PIONEER INDST., SUPREME,
167 PPR PIPES
RELIANCE
ELECRO STEEL, KESSO, KDUPL, ELECTRO
168 DUCTILE IRON PIPE (WATER SUPPLY)
SPUN
169 SEWERAGE & DRAINAGE PUMPS KIRLOSKAR, KSB, CROMPTON GREARES
170 HDPE PIPES & FITTINGS JAIN, ORIPLAST, KISAN
171 G.I. PIPE JOINTING MATERIALS LOCTITE 55/DR. FIXIT, MC BAUCHEMIE
PERFECT, BURN, ANAND, PARRY, SKINS
172 STONWARE PIPES AND GULLY TRAPS
GROHE, HIND
173 WATER PUMPS KIRLOSKAR, KSB, HARRISON
174 ELECTRICAL MOTORS SIEMENS, KIRLOSKAR, NGEF
SFMC/SINTEX/SPL, UNITEK, SHEETAL,
175 PVC WATER TANK
POLYCON ELECTRO PLAST, STAR, LOTUS
ASTRAL, PRINCE, SUPREME, FINOLEX,
176 SEWAGE WATER/RAIN WATER PIPES PRAKASH, AJAY, ASHIRWAD, BIRLA
AEROCON, KISAN
177 FIRE FIGHTING PIPES JINDAL, TATA, APL APOLLO, PRAKASH SURYA
CLAMP SYSTEM FOR DRYSTONE
178 HILTI, FISCHER, BOSCH
CLADDING
FRP CHAJJA, SHEET & DOORS, FRP FIBREWAYS, ASHOO MODEL ARTS, NAVIER,
179
SHUTTERS, RAILINGS SUKARI PROMAT, KUTTY, JINDAL STAINLESS
GRC/FRP SCREENS/RAILING/JALI/
180 TERRA FIRMA, JINDAL STAINLESS
CORNICES/STATUES/PANELS/MOULDINGS
181 SIGNAGES PROLITE, GLOLITE, SHAKTI, VISTA
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 69 of 72
182 POLYCARBONATE MULTIWALL SHEETS POLYGAL, GE
DARK EYE, AAKRRITI SOLAR PVT. LTD.,
183 GLOW ROAD STUDS SHAKTI, ROAD MARK INDIA, BLAZEPROOF
SYSTEMS (P) LTD.
DARK EYE, AAKRRITI SOLAR PVT. LTD.,
184 DELLINEATORS SHAKTI, ROAD MARK INDIA, BLAZEPROOF
SYSTEMS (P) LTD.
185 BITUMEN EMULSION: RS, MS, SS IOCL, HPCL, BPCL, IBP
NOTE: -All other items not mentioned in the above list shall be of ISI mark asapprovedby
the Engineer-in-Charge.
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 70 of 72
PROFORMA FOR THE CEMENT REGISTER
PARTICULARS OF PARTICULARS OF
REMARK
RECEIPT ISSUE
Date Quantit Prog Date Qua Item Quantit Total Daily Cont J.E’s Asstt. A.E. Origin
of y ressi of ntity of y issu Balan racto initials Engg. E.E al
recei receive ve issue issu work returne ed ce in rs initials initial check.
pt d Total ed for d at the hand initial s
end of
the day
1 2 3 4 5 6 7 8 9 10 11 12 13 14
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 71 of 72
Schedule of Quantity
Name of Work:A/R & M/O various roads under Shahdara Road Division (M-211) during 2022-
23. (SH: Painting of Kerb Stones, Railing, Road marking & fixtures of
Roads under Sub-Division M-2111).
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….
Page 72 of 72
5 Providing and fixing post delineators made
of ABS round body fittedwith 2 nos 100 mm
dia high reflective reflectors and mounted
on MSpipe of 65 mm dia duly powder
coated anti-rust and anti theft steel to be
installed as per direction of Engineer-in-
charge. 200.00 each 554.50 1,10,900.00
Total 81,88,925.00
Add Cost Index @ 31.27% 25,60,677.00
Total 1,07,49,602.00
Less 9.5% as per Delhi Govt. Order -10,21,212.00
Total 97,28,390.00
Executive Engineer
Shahdara Road Division
Correction ………..……Nil…………………
Deletion………………..Nil………………….
AE (P) Insertion………………..Nil………………….