1. Unless otherwise specified, CPWD Specifications 1996 volume I

advertisement

Name of work: - C/o Integrated Institute of Technology for disabled person at Sec-9,

Dwarka, New Delhi. (SH:- Rectification of minor defects R/F M/s

Aries Construction Co.)

INDEX

1.

INDEX……………………….………………………………………………………….1

2.

NOTICE INVITING TENDER…………………………………………………………2

3.

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OTENDERS………….…..3

4.

CPWD 6………………………………………………………………………………4-6

5.

CPWD 7……………………………………………………………..………………...7-9

6.

SCHEDULE ‘A’ TO ‘ F ’……………………………………………..…………. … 10

7.

CLAUSES………………………………………….…………………………… …..11-13

8.

GENERAL CONDITION ……………………………………………………………14-17

9.

ADDITIONAL CONDITIONS …………………………………………………… 18-19

10.

ADDITIONAL CONDITIONS FOR CEMENT & STEEEL ……………………… 20-21

11.

LIST OF APPROVED LIST ………………………………………………………... 22

12.

FORM OF BANK GURANTEE BOND FOR EARNEST MONEY…………..……23-24

13.

FORM OF PERFORMANCE GUARANTEE……………………………… …… 25-26

14.

FORM OF BANK GURANTEE BOND FOR SECURITY DEPOSIT……………..27-28

15.

SCHEDULE OF QUANTITIES…………………………………………………….29

Certified that this NIT contain 29(Twenty Nine) pages only.

NIT Approved for Rs. 67188/-(Rupees Sixty Seven Thousand One hundred and Eighty

Eight Only )

Assistant Engineer

PWD Sub Division B-2323

1

NOTICE INVITING TENDER

Name of work: - C/o Integrated Institute of Technology for disabled person at

Sec-9, Dwarka, New Delhi. (SH:- Rectification of minor defects R/F M/s Aries Construction Co.)

Estimated Cost - 67188/- work.

Earnest Money

Security Deposit

Performance Security -

Time Allowed

- 1344/-

- 5% of the tendered value of the works for above

5% tendered value

- (One) Month.

Certified that this NIT contains pages marked as 1 to 29 only including Index and this page amounting to Rs 67188 / (Rupees Sixty Seven Thousand One hundred and Eighty

Eight Only ) for above work is approved.

Assistant Engineer

Building Project Division B 2323,

Sector -9, Dwarka, New Delhi – 110077

2

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDERS

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 for CPWD works 2008 available with M/s. Jain Book Agency, Cannught Palace, New Delhi, which will form a part of the

Agreement with upto date correction slips.

2.

Tender should be signed and witnessed on page-8 of tender documents indicating full address of witness and the names of signatories.

3.

Any person who submits a tender shall fill up the usual printed form, stating at what rate he is willing to undertake each item of the work. Tenders, which propose 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.

4.

The contractor shall quote his rates keeping in mind the specifications terms & conditions and special conditions etc. and nothing shall be payable extra whatsoever unless otherwise specified.

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.

Sales Tax, Excise duty, Works Contract Tax and Service Tax DVAT, Labour Cess etc. as applicable shall be paid by the contractor himself. The department shall deduct from the R/A bills, the TDS as applicable. The contractor shall quote his rates considering all such Taxes.

7.

Letter of recommendation for exemption of Octroi shall be issued by the department on demand. However, the department is not liable to reimburse the Octroi duty in case such exemption certificates are not honored by the concerned authorities.

8.

The agencies shall get registered with works contract cell of sales tax department/under

DVAT of Govt. of NCTD and submit valid registration certificate from works contract cell of Sales

Tax Department preferably at the time of tendering but before issue of award letter. Failure to do so may lead to rejection of tender.

9.

The tender, which is not duly signed by authorized signatory or is conditional shall be treated as non-responsive and shall be summarily rejected.

Assistant

Engineer

PWD Divn. B 2323,

Sector -9, Dwarka, New Delhi – 110077

3

C.P.W.D-6

GOVERNMENT OF DELHI

PUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDER

1.1 Percentage Rate tenders are invited on behalf of the President of India from approved and eligible contractors of CPWD and Contractors registered with the Railway/ MES/P&T/

State PWD’s in appropriate classes.

NAME OF WORK:

C/o Integrated Institute of

Technology for disabled person at Sec-9, Dwarka, New Delhi. (SH:-

Rectification of minor defects R/F M/s Aries Construction Co.)

1.2 The work is estimated to cost Rs. 67188/-

(Rupees Sixty Seven Thousand One hundred and Eighty Eight Only )

This estimate, however is given merely as a rough guide.

1.3 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the tenders. He will also nominate Division which will deal with all matters relating to the invitation of tenders. For composite tender besides indicating the combined estimate cost put to tender will correspond to the combined estimated cost of each components separately. The eligibility of tenedrer will correspond to the combined estimated cost of different components put to tender.

2. Agreement shall be drawn with the successful tenderer on standard Form No. CPWD-7 which is available as a Govt. of India Publication . Tenderer shall quote their 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 one month from the date of start as defined in schedule F or from the 1 st date of handing over of the site whichever is later, in accordance with the phasing, if any, indicated in the tender documents.

4. The site for the work is available

5. Tender documents consisting of plans, specifications the schedule of quantities for the various classes of work to be done and the set of terms & conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the Assistant Engineer, PWD Building Project Division B 2323, Sector – 9,

Dwarka, New Delhi between hours of 11.00 AM & 04.00 PM from 02.02.2010

to 06.02.2010

everyday except on Sundays and Public Holidays

(i) Receipt of applications for issue of forms will be stopped by 1600 Hrs. on 06.02.2010

(ii) Tender document excluding standard form will be issued on 08.02.2010

from his office during the hours specified above on payment of the following.

(a) Rs 150 /- in cash (non refundable) as cost of tender and

(iii) Earnest Money of Rs . 1344/ in cash (upto Rs. 10,000/-)/ Receipt Treasury Challan

/Deposite at call receipt of a schedule bank/ fixed deposit receipt of a schedule bank/ demand draft of a schedule

bank issued in favour of of the Executive Engineer, PWD Building Project Division B 231,

Dr. B. S. A. Hospital Complex, Sector – 6, Rohini, New Delhi – 110085.

When amount of

4

earnest money is more than Rs 5 lakh,part of the earnest money is acceptable in the form of bank guantee also.In such case, minimum 50% of earnest money (but not less than Rs. 5 lakh)or rs. 25 lakh, which is less,will have to be deposited in shape prescribed above. For balance amount of earnest money. Bank guarantee will also be acceptable.

6. Tenders which should always be placed in sealed envelop, with the name of work and due date written on the envelops, will be received by the Assistant Engineer, PWD, Division B-

2323,(GNCTD) sec-9, Dwarka, New Delhi upto 15:00 PM on 08.02.2010

and will be open by him or his authorized representative in his office at the same day at 15:30 PM onward.

7. The contractor shall be required to deposit an amount equal to 5% of the tendered value of the work as performance guarantee in the form of an irrevocable bank guarantee bond of any scheduled bank or State Bank of India in accordance with the form prescribed or in cash or in the form of Govt. security fixed deposit receipt etc. as in the case of recovery of security deposit when prescribed number of days of the issue of letter of acceptance. This period can be further extended by the Engineer-in-Charge upto a maximum period of prescribed number of days on written request of the contractor.

8. The description of the work is as follows:

C/o Integrated Institute of Technology for disabled person at Sec-9, Dwarka, New

Delhi. (SH:- Rectification of minor defects R/F M/s Aries Construction Co.)

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent upon any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

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

10. Canvassing whether directly of indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

11. The competent authority on behalf of President of India reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the

5

same at the rate quoted.

12. The contractor shall not be permitted to tender for works in the C.P.W.D. Circle (responsible for award and execution of contracts) in which his near relative is posted as Divisional

Accountant or as an officer in any capacity between the grades of Superintending Engineer and

Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any gazetted officer in the 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.

13. No Engineer of gazetted rank or other Gazetted officer employed in Engineering or

Administrative duties in an Engineering Department of the Government of India / GNCTD is allowed to work as a contractor for a period of two years after his retirement from Government service, without the previous permission of the Government of India / GNCTD in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Government of India /

GNCTD as aforesaid before submission of the tender or engagement in the contractor’s service.

14. The tender for the works shall remain open for acceptance for a period of ninety days from the date of opening of tenders. If any tenderer withdraws his tender before said period or issue of letter of acceptance whichever is earlier or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.

15. This Notice Inviting Tender shall form a part of the contract document. The successful tenderer / contractor, on acceptance of his tender by the Accepting Authority, shall, within 15 days from the stipulated date of start of the work, sign the contract consisting of: - a). The notice inviting tender, all the documents including additional conditions specifications, and drawings if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b). Standard C.P.W.D. Form- 7 as modified and corrected upto the last date of the opening of tender.

Assistant Engineer

Building Project Sub Division B-2323

Sector – 9, Dwarka, New Delhi-110077

No:- 54(2)/AE B-2323/PWD/2009/ Dated :- .12.2009

Copy to:-

1.

The Project Manager, PWD Building Project Circle B 23, Sec-6, Rohini, New Delhi.

2.

The Executive Engineer B-232, B-231, BSA hospital, Sec-6, Rohini, New Delhi.

3.

AAO/Cashier B-23, BSA hospital, Sec-6, Rohini, New Delhi.

4.

M/s Aries Construction Co. (P) Ltd, III-K-9, Lajpat Nagar, New Delhi-24.

5.

Notice Board.

Assistant Engineer

Assistant Engineer

6

GOVERNMENT OF DELHI CPWD 7

PUBLIC WORKS DEPARTMENT

STATE: Delhi CIRCLE: B-23

BRANCH: Bldg.Project DIVISION: B-232

ZONE: PWD Zone B-2 SUB DIV.: B – 2323

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

Tender for the work:

C/o Integrated Institute of Technology for disabled person at Sec-9,

Dwarka, New Delhi. (SH:- Rectification of minor defects R/F M/s

Aries Construction Co.)

i) To be submitted by 3.00pm. on 08.02.2010 Assistant

2323, Sector-9, Dwarka, New Delhi.

Engineer , PWD Building Project Division-B

ii) To be opened in the presence of tenderes who may be present at 3.30 p.m hours on

08.02.2010 in the office of The Assistant Engineer PWD Building Project Division B 232,

Sector -9, Dwarka, New Delhi – 110077

Issued to: -------------------------------------------------------

To Signature of officer issuing the document--------------

Designation: - Assistant Engineer , PWD B-2323.

Date of Issue:……………….

T E N D E R

I/We have read and examined the Notice Inviting Tender, Schedule of A,B,C,D,E&F, Specifications applicable,

Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate and other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time specified in

Schedule ‘F’, viz. schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of Contract and with such materials as are provided for, by and in respects in accordance with, such conditions so far as applicable.

I/We agree to keep the tender open for Ninety (90) days from the due date of submission there of and not to make any modifications in its terms and conditions.

7

A sum of Rs 1344/- has been deposited in form of receipt Treasury Challan/Deposited at call receipt of schedule Bank/Fixed Deposit of a schedule Bank/Demand Draft of a schedule Bank as Earnest money has been submitted with technical bid. If I/we fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said President of India or his successor in office shall without prejudice to any other right or remedy be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence the work as specified, I/we agree that President of India or his successors in office shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.

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

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

Witness: - ................................

Address: - ...............................

Postal Address: - ...............................................

**

Telephone No.: -………………..

Occupation: - ..........................

Telephone No……**

Fax: -

E-Mail: -

** To be filled by the contractor

8

ACCEPTANCE

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

(Rupees.....................................................................................

The letters referred to below shall form part of this contract agreement. i) …………………… ii) …………………… iii) ------------------------

For & on behalf of the President of India

Signature................................................

Assistant Engineer

PWD Sub Division-B 2323,

Sector-9, Dwarka, New Delhi.

Dated: - .................................

9

Sl. No.

1

SCHEDULES

SCHEDULE ‘A’

Schedule of Quantities (Enclosed) on Page 29 of tender document.

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor.

Description of

Item

2

Quantity

3

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

4

NIL

SCHEDULE ‘C’

Tools and Plants to be hired to the contractor

Sl. No. Description

1 2

Hire charges per day

3

Place of Issue

5

Place of Issue

4

SCHEDULE ‘D’

Extra Schedule for specific requirements /documents for the work, if any.

SCHEDULE ‘E’ : Schedule of component of Cement,

Steel, other Materials, labour, etc for price escalation.

NIL

Nil

Nil

SCHEDULE ‘F’

Reference to General Conditions of Contract: - General condition of contract for Central PWD works-2008 with up to date correction slips issued up to the last date of issue of tender.

Name of Work:

C/o Integrated Institute of Technology for disabled person at Sec-9,

Dwarka, New Delhi. (SH:- Rectification of minor defects R/F M/s

Aries Construction Co.)

Estimated cost of Work:

Earnest Money:

Security Deposit:

Performance Guarantee :

Rs 67188/-

Rs. 1344/-

5% of tendered value of the work

5% of tendered value of the work

10

General Rules & Directions

:

Officer Inviting Tender:

Definitions:

2 (i) Engineer-in-Charge

Assistant Engineer, PWD Building Project Sub

Division-B 2323, Sector-9, Dwarka, New Delhi.

Assistant Engineer, PWD Building Project

Division-B 2323, Sector-9, Dwarka, New Delhi.

2 (ii) Accepting Authority Assistant Engineer, PWD Building Project Sub

Division-B 2323, Sector-9, Dwarka, New Delhi.

2( iii) Percentage on cost of materials and labour to cover all overheads and profits

2 (ix) Standard Schedule of Rates CIVIL WORK - (CPWD DSR-2007, with

Correction slips issued up to the last date

of issue of tender.

2(v) Department

2(vi) Standard CPWD Contract Form

15%

PWD (GNCTD)

CPWD Form 7- 2008 as modified and

Corrected up to the last date of receipt of

Tender

Clause 1

(i) Time allowed for submission of

Performance Guarantee from the

date of issue of letter of acceptance, in days :

(ii) Maximum allowable extension

7days

beyond the period provided in

(i) Above, in days:

7 days

Clause 2

Authority for fixing compensation Project Manager

under clause 2 . PWD Building Project Circle B 23

(GNCTD),Dr. BSA Hospital Complex,

Sector6, Rohini, New Delhi-110085.

Clause 2A

Whether Clause 2A shall be applicable : No

11

Clause 5

Number of days from the date of issue of letter: : 7 days after letter of acceptance.

of acceptance for reckoning date of start

Time allowed for execution of work : 1 months

Authority to give fair and reasonable

Extension of time for completion of work.

: Assistant Engineer,

PWD project Sub Division B2323

Clause 7

Gross work to be done together with net payment/adjustment of advance for material collected, if any, since the last such payment for being eligible to interim payment.

: Rs. 0.4 Lakhs only

Clause 10 CC: N.A

Clause 11

Specifications to be followed C.P.W.D specification 1996 vol. I to VI wIth amendments upto date and Revised

CPWD Specifications 2002 volume I&II

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

Clause 12

12.2/12.3 Deviation limit beyond which clause 12.2 and 12.3 shall apply

:30%

12.5 Deviation limit beyond which Clause 12.2 : 100%

and 12.3 shall apply for foundation work

Clause 16

Competent Authority for Project Manager

PWD Project Circle 23 Deciding reduced rates

12

Clause 42 i) Schedule/Statement for determining : On the basis of DSR 2007

Theoritical quantity of cement & bitumen printed by C.P.W.D ii) Variations permissible on theoretical

quantities

a) Cement for work with estimated cost put to tender. :3%(Three percent) Plus/Minus

Not more than Rs.5. Lakh

For works with estimated cost put to tender.

more than Rs.5Lakh b) Bitumen for all works c) All other material

:2%(two percent) plus/Minus

:2.5% Plus only & nil On minus side

: NIL d) Steel reinforcement and structural steel sections :2%(Two Percent) plus/Min for each diameter,section and category.

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S.No. Description of Item Rates in figures and words at which recovery shall be made from contractor rate in schedule B plus 10% in case material issued by department

Excess use beyond permissible variation

Less use up to the permissible variation

1 Cement in Bags Rs. 5000/- Rs. 5000/-

Assistant

Engineer,

PWD Sub- Divn.B 2323,

Sector-9,Dwarka,New Delhi

13

GENERAL CONDITIONS

1.

Unless otherwise specified, CPWD Specifications 1996 volume I - VI with up to date corrections slips and Revised CPWD Specifications 2002 for cement mortar, cement concrete and RCC works shall be followed in general. Any additional item of work, if taken up subsequently, shall also conform to the relevant CPWD specifications mentioned above. Should there be any difference or discrepancy between the description of items as given in the schedule of quantities, particular specifications for individual items of work (including special conditions) and I.S. Codes etc., the following order of preference shall be observed : i) Description of items as given in Schedule of quantities ii) iii)

Additional conditions

Special conditions and particular specifications. iv) General Conditions of Contract for CPWD

Works and CPWD Specifications. v) vi) vii)

I.S. Codes.

Manufacturers specification.

Decision of Engineer-in-Charge.

2.

3

INSPECTION OF SITE

The Contractors are advised to inspect and examine the site and its surroundings and satisfy themselves with the nature of site, the means of access to the site, the constraints of space for stacking material / machinery, labour etc. constraints put by local regulations, if any, weather conditions at site, general ground / subsoil conditions etc. or any other circumstances which may affect or influence their tenders.

The Contractor shall, if required by him, before submission of the tender, inspect the drawings in the

Office of the Engineer-in-Charge. The Department shall not bear any responsibility for the lack of knowledge and also the consequences, thereof to the Contractor. The information and data shown in the drawings and mentioned in the tender documents have been furnished, in good faith, for general information and guidance only. The Engineer-in-Charge, in no case, shall be held responsible for the accuracy thereof and / or interpretations or conclusions drawn there from by the Contractor and all consequences shall be borne by the Contractor. No claim, whatsoever, shall be entertained from the

Contractor, if the data or information furnished in tender document is different or in-correct otherwise or actual working drawings are at variance with the drawings available for inspection or attached to the tender documents. It is presumed that the Contractor shall satisfy himself for all possible contingencies, incidental charges, wastages, bottlenecks etc. likely during execution of work and acts of coordination, which may be required between different agencies. . Nothing extra shall be payable on this account.

4 Unless otherwise specified in the schedule of quantities, the rates of all items of work shall be considered as inclusive of executing all work, wherever required, in or under water and / or liquid mud, including bailing out water encountered from any source such as rain, floods, sub- soil water table being high and / or any other source whatever. During entire execution of work, the contractor shall carry out dewatering (at his own cost), as and when required or specified herein. Nothing extra shall be payable on this account.

14

5 The nomenclature of the item given in the schedule of quantities gives in general the work content but is not exhaustive i.e. does not mention all the incidental works required to be carried out for complete execution of the item of work. The work shall be carried out , all in accordance with true intent and meaning of the specifications and the drawings taken together, regardless of whether the same may or may not be particularly shown on the drawings and / or described in the specifications, provided that the same can be reasonably inferred there from. There may be several incidental works, which are not mentioned in the nomenclature of each item but will be necessary to complete the item in all respect. All these incidental works / costs which are not mentioned in item nomenclature but are necessary to complete the item shall be deemed to have been included in the rates quoted by the contractor for various items in the schedule of quantities. No adjustment of rates shall be made for any variation in quantum of incidental works due to variation / change in actual working drawings. Also, no adjustment of rates shall be made due to any change in incidental works or any other deviation in such element of work (which is incidental to the items of work and are necessary to complete such items in all respects) on account of the directions of Engineer-in-Charge.

Nothing extra shall be payable on this account.

6 Unless otherwise provided in the Schedule of Quantities, the rates quoted by the Contractor shall be inclusive of carrying out the works at and / or up to all heights, lifts, leads and depths. The contractor shall make all arrangements for the same. Nothing extra shall be payable on this account.

7 No special accommodation is available at the site of work. The labour huts shall not be erected on the plot and the Contractor shall make his own arrangements to provide such accommodation as per the rules of the local bodies. He shall make his own arrangements for stores, field office etc. Before tendering, he shall visit the site and assess the manner in which he is able to arrange the above facilities. The Engineer-in-Charge shall in no way be responsible for any delay on this account and no claim, whatsoever, on this account shall be entertained. Nothing extra shall be payable on this account.

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

9. The Contractor shall keep himself fully informed of all acts and laws of the Central & State

Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or authority, which in any manner may affect those engaged or employed and any thing related to carrying out the work. All the rules & regulations and bye-laws laid down by MCD / NDMC and any other statutory bodies shall be adhered to, by the contractor, during the execution of work. The Contractor shall also adhere to all traffic restrictions notified by the local authorities. All statutory taxes, levies, charges

(including water and sewerage charges, charges for temporary service connections and / or any other charges) payable to such authorities for carrying out the work, shall be borne by the Contractor.

The Contractor shall arrange to give all notices as required by any statutory / regulatory authority and shall pay to such authority all the fees that is required to be paid for the execution of work. He shall protect and indemnify the Department and its officials & employees against any claim and /or liability arising out of violations of any such laws, ordinances, orders, decrees, by himself or by his employees or his authorized representatives. Nothing extra shall be payable on these accounts. The fee payable to statutory authorities for obtaining the various permanent service connections and

Occupancy Certificate for the building shall be borne by the Department.

15

10. The Contractor shall assume all liability, financial or otherwise in connection with this contract and shall protect and indemnify the Department from any and all damages and claims that may arise on any account. The Contractor shall indemnify the Department against all claims in respect of patent rights, royalties, design, trade marks of name or other protected rights, damages to adjacent buildings, roads or members of public, in course of execution of work or any other reasons whatsoever, and shall himself defend all actions arising from such claims and shall indemnify the

Department in all respect from such actions, costs and expenses. Nothing extra shall be payable on this account.

11 PROTECTIVE / SAFETY MEASURES

Necessary protective and safety equipments shall be provided to the Site Engineer, workers &

Supervisory staff by the Contractor at his own cost and used at site.

12 The Contractor shall do proper sequencing of the various activities by suitably staggering the activities within various pockets in the plot so as to achieve early completion. The agency may deploy adequate equipments, machinery and labour as required for the completion of the entire work within the stipulated period specified. Also ancillary facilities shall be provided commensurate with requirement to complete the entire work within the stipulated period. Nothing extra shall be payable on this account. Adequate number/sets of equipments in working condition, along with adequate stand-by arrangements, shall be deployed during entire construction period. It shall be ensured by the Contractor that all the equipments, Tools & Plants, machineries etc provided by him are maintained in proper working conditions at all times during the progress of the work and till the completion of the work. Further, all the constructional tools, plants, equipments and machineries provided by the Contractor, on site of work or his work shop for this work, shall be exclusively intended for use in the construction of this work and they shall not be shifted / removed from site without the permission of the Engineer-in-Charge.

13 REMOVAL OF ‘MALBA’ ETC. FROM SITE

The Contractor shall not stack building material / malba / muck on the land or road of the local development authority or on the land owned by the others, as the case may be. So the muck, rubbish etc. shall be removed periodically as directed by the Engineer-in-Charge, from the site of work to the approved dumping grounds as per the local byelaws and regulations of the concerned authorities and all necessary permissions in this regard from the local bodies shall be obtained by the Contractor.

Nothing extra shall be payable on this account. In case, the Contractor is found stacking the building material / malba as stated above, the Contractor shall be liable to pay the stacking charges / penalty as may be levied by the local body or any other authority and also to face penal action as per the rules, regulations and bye-laws of such body or authority. The Engineer –in-Charge shall be at liberty to recover, such sums due but not paid to the concerned authorities on the above counts, from any sums due to the Contractor including amount of the Security Deposit and performance guarantee in respect of this contract agreement.

14 TOOLS AND PLANTS

No tools and plants including any special T&P etc. shall be supplied by the Department and the

Contractor shall have to make his own arrangements at his own cost. No claim of hindrance (or any other claim) shall be entertained on this account..

15 COORDINATION WITH OTHER AGENCIES

16

The Contractor shall conduct his work so as not to interfere with or hinder the progress of the work being performed by other Contractors or by the Engineer-in-Charge. As far as possible, he shall arrange his work and place, so as not to interfere with the operations of other Contractors or shall arrange his work with that of the others, in an acceptable and coordinated manner and shall perform it in proper sequence.

16 The site of work shall be always kept clean due to constraints of space and to avoid any nuisance to the users of buildings in the adjacent plots. The Contractor shall take all care to prevent any water- logging at site. The wastewater, slush etc. shall not be allowed to be collected at site. It may be directly pumped into the creek with prior approval of the concerned authorities. For discharge into public drainage system, necessary permission shall be obtained from relevant authorities after paying the necessary charges, if any, directly to the authorities. The work shall be carried out in such a way that the area is kept clean and tidy. All the fees/charges in this regard shall be borne by the

Contractor. Nothing extra shall be payable on this account.

17 SCAFFOLDING

Wherever required for the execution of work, all the scaffolding shall be provided and suitably fixed, by the Contractor. It shall be provided strictly with steel double scaffolding system, suitably braced for stability, with all the accessories, gangways, etc. with adjustable suitable working platforms to access the areas with ease for working and inspection. It shall be designed to take all incidental loads. It should cater to the safety features for workmen. Nothing extra shall be payable on this account. It shall be ensured that no damage is caused to any structure due to the scaffolding

18 The Contractor shall maintain all the work in good condition till the completion of entire work. The

Contractor shall be responsible for and shall make good, all damages and repairs, rendered necessary due to fire, rain, traffic, floods or any other causes. The Engineer-in-Charge shall not be responsible for any claims for injuries to person/workmen or for structural damage to property happening from any neglect, default, want of proper care or misconduct on the part of the Contractor or of any other of his representatives, in his employment during the execution of the work. The compensation, if any, shall be paid directly to the Department / authority / persons concerned, by the

Contractor at his own cost.

19 In case of flooding of site on account of rain or any other cause and any consequent damage, whatsoever, no claim financially or otherwise shall be entertained not withstanding any other provisions elsewhere in the contract agreement. Also, the Contractor shall make good, at his own cost, the damages caused, if any.

20 The Contractor shall make all necessary arrangements for protecting from rains, the work already executed and for carrying out the further work, during monsoon including providing and fixing temporary shelters, protections etc. Nothing extra shall be payable on this account. Also, no claims for hindrance shall be entertained on this account.

21 INCIDENTAL CHARGES

For all items of work, the entire incidental charges of any kind including cartage, storage, wastage and safe custody of material etc. shall be borne by the Contractor and no claim of any kind, whatsoever, shall be entertained on this account.

22 STORAGE OF MATERIAL AT SITE

No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at site. Only limited quantity of P.O.L may be allowed to be stored at site subject to the compliance of all rules / instructions issued by the relevant authorities and as per the direction of Engineer -in- Charge in this regard. Also all precautions and safety measures shall be taken by the Contractor for safe handling

17

of the P.O.L products stored at site. All consequences on account of unsafe handling of P.O.L shall be borne by the Contractor.

23 FINAL TESTING OF THE INSTALLATION

The Contractor shall demonstrate trouble free functioning of all the Civil installations and services.

The Engineer-in-Charge or his authorized representatives shall carry out final inspection of the various services and installations. Any defect(s) noticed during demonstration shall be rectified by the

Contractor at his own cost to the entire satisfaction of the Engineer-in-Charge. For final testing electric power, water or any other input required is to be arranged by the Contractor. Nothing extra shall be payable on this account.

18

8

7

ADDITIONAL CONDITIONS

1.1 Samples of materials required for testing shall be provided free of charge by the contractor. The cost of tests shall be borne by the contractor / department in the manner indicated below:- a) b)

By the contractor, if the results show that the material does not conform to relevant specifications.

By the department, if the results show that the material conforms to relevant specifications.

All other expenditure required to be incurred for taking samples, conveyance, packing etc. shall be borne by the contractor himself.

1.2 However, if any ultrasonic pulse velocity / load testing or special testing is to be done for concrete whose strength is doubtful, in the opinion of Engineer-in-Charge the cost of the same shall be borne by the contractor.

1.3 In case there is any discrepancy in frequency of testing as given in list of mandatory tests and that in individual sub-heads of work as per CPWD Specifications, higher of the two frequencies of testing shall be followed and nothing extra shall be payable on this account.

2. The work shall be executed and measured as per metric dimensions given in the schedule of quantities, drawings etc. (FPS units wherever indicated are for guidelines only)

3. Any legal or financial implications resulting out of disposal of malba / dismantled material shall be sole responsibility of the contractor. Nothing extra shall be paid on this account.

4. The work should be planned in a systematic manner so that chase cuttings in the walls, ceilings and floors is minimized. Wherever absolutely essential, the chase shall be cut using chase cutting machines. Chases will not be allowed to be cut using hammer / chisel.

Co-operation shall be extended for fixing of electric boxes simultaneously while raising the masonary work. The contractor shall ensure proper co-ordination of various disciplines viz. sanitary & water supply, horticulture & electrical etc.

5. All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be properly tested before covering.

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

The work shall be carried out in accordance with the Architectural drawings, structural and services drawings, to be issued from time to time, by the Engineer-in-Charge. Before commencement of any item of work, the contractor shall correlate all the relevant architectural, structural drawing and services issued for the work, nomenclature of items, specifications etc. and satisfy himself that the information available there from is complete and unambiguous. The figures & the written dimensions of the drawing shall supersede the measurement by scale. The discrepancy, if any, shall be brought to the notice of the Engineer-In-Charge for immediate decision before execution of the work. The contractor alone shall be responsible for any loss or damage occurring by the commencement of

19

9

10

11 work on the basis of any erroneous and or incomplete information and no claim, whatsoever shall be entertained on this account.

The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion of the work being performed by other contractor(s) or by the Engineer-In-Charge and 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 contractor 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 others.

The Architectural drawings other than those indicated in nomenclature of items are only indicative of the nature of the work and materials/fixings involved unless and otherwise specifically mentioned.

However, the work shall be executed in accordance with the drawings duly approved by the

Engineer-In-Charge.

Sales Tax/VAT/Labour Welfare CESS: -Tax/CESS on works contract if any applicable shall be deducted from payment made to the contractor.

20

ADDITIONAL CONDITIONS WHEN CEMENT & STEEL IS TO BE

ARRANGED BY THE CONTRACTOR

1

CONDITIONS FOR CEMENT:-

The contractor shall procure 43 grade (confirming to IS 8112) ordinary Portland cement, as required in the work from reputed manufacturers of cement having a production capacity not less than one million tones or more per annum, such as ACC, Ultra Tech, J.P.Rewa, Vikram, Shri Cement, Birla

Jute, J.K. etc. as approved by Ministry of Industry, Government of India and holding licence to use ISI certification mark for their product. The tenderers may also submit a list of names of cement manufacturers which they propose to use in the work. The tender accepting authority reserves right to accept or reject name(s) of cement manufacture(s) which the tenderer proposes to use in the work. No change in the tendered rates will be accepted if the tender accepting authority does not accept the list of cement manufacturers, given by the tenderer fully or partially.

Supply of cement shall be taken in 50 kg. bags bearing manufacturer’s name and ISI marking.

Samples of cement arranged by the contractor shall be taken by the Engineer-In-Charge and got tested in accordance with provisions of relevant BIS Codes. In case test results indicate that the cement arranged by the contractor does not conform to the relevant BIS Codes, the same shall stand rejected and shall be removed from the site by the contractor at his own cost within a week’s time of written order from the Engineer-In-charge to do so.

2 The cement shall be brought at site in bulk supply of approximately 5 tonnes or as decided by the

Engineer-In-Charge.

The cement godown of the capacity to store a minimum of 100 bags of cement shall be constructed by the contractor at site of work, for which no extra payment shall be made.

3. Double lock provision shall be made to the door of the cement godown. The keys of one lock shall remain with the Engineer-in-charge or his authorized representative and the keys of the other lock shall remain with the contractor. The contractor shall be responsible for the watch and ward and safety of the cement godown. The contractor shall facilitate the inspection of the cement godown by the Engineer-in-charge at any time.

4 The cement shall be got tested by the Engineer-in-charge and shall be used on the work only after satisfactory test results have been received. The contractor shall supply free of charge the cement required for testing including its transportation cost to testing laboratories. The cost of tests shall be borne by the contractor/Department in the manner indicated below; i) By the contractor, if the results show that the cement does not conform to relevant BIS Codes. ii) By the department, if the results show that the cement conforms to relevant BIS Codes.

6

5 The actual issue and consumption of cement on work shall be regulated and proper accounts maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall be worked out as per procedure prescribed in Clause-42 of the contract and shall be governed by the conditions laid therein. In case the cement consumption is less than theoretical consumption including permissible variation, recovery at the rate so prescribed shall be made. In case of excess consumption, no adjustment needs to be made.

Cement brought to site and cement remaining unused after completion of work shall not be removed from site without written permission of the Engineer-in-charge.

21

7.

The damaged cement shall be removed from the site immediately by the contractor on receipt of a notice in writing from the Engineer-in-charge. If he does not do so within 3 days of receipt of such notice, the Enginner-in-charge shall get it removed at the cost of the contractor.

7

CONDITIONS FOR STEEL WORKS:-

1 The contractor shall procure Thermo Mechanical Treated (TMT) Steel Reinforcement bars ( Fe 500) from Main producers of steel like SAIL, Rashtriya Ispat Nigam Ltd. IISCO, TISCO.

2. Samples shall also be taken and got tested by the Enginner-in-charge as per the provisions in this regard in relevant BIS codes. In case test results indicate that the steel arranged by the contractor does not confirm to BIS codes, 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 of written orders from the Engineer-in-charge to do so.

3 The steel reinforcement bars shall be brought to the site in bulk supply as decided by the Engineerin-Charge.

4 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.

5 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/Department in the manner indicated below.

(a)

By the contractor, if the results show that the steel does not conform to relevant BIS codes.

(b)

By the Department, if the results show that the steel conforms to relevant BIS Codes.

6 The Actual issue and consumption of steel on work shall be regulated and proper account maintained as per 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 variation, recovery at the rate so prescribed shall be made. In case of excess consumption, no adjustment needs to be made.

7 The steel brought to site and steel remaining unused shall not be removed from site without the written permission of the Engineer-in-Charge.

22

16

17

18

19

LIST OF PREFFERED MAKES FOR CIVIL / SANITARY WORKS

Sl. No.

1

Materials

Approved make

Birla Vikram, ACC, L&T, JP Rewa, Shree.

ORDINARY

CEMENT (Grey)

PORTLAND

2.

4

STEEL

DAMP

REINFORCEMENT

PROOF MATERIAL

SAIL, TISCO, and Rashtiya Ispat Nigam

Limited (RINL).

IMPERMO, DURASEAL, ACCO-PROOF

5

6

S

TRUCTURAL STEEL SECTIONS

ADMIXTURE

TATA

,

SAIL

,

RINL

, JINDAL

Fosroc, MBT, Sika, CICO, Asian, MC

10

11

12

13

14

15

7

8

9

WHITE CEMENT

WATER

COMPOUND

BITUMEN

PROOFING

INJECTION GROUTNG

NUTS, BOLTS AND SCREWS,

STEEL

GLAZED CERAMIC TILES

CEMENT CONCRETE

TILES/HARDONITE TILES

CHEQUERED

TILES

R.C.C. PIPES- (NP-2)

TERRAZO

J.K. WHITE, BIRLA WHITE

Fosroc, Cico, Pidilite. Impermo by M/s Snowcem, Sika,

TAPE CRETE

INDIAN OIL, HINDUSTAN PETROLEUM

PIDILITE (Dr. Fixit)

KUNDAN, PRIYA, ATUL

JOHNSON, SOMANY, , KAJARIA, BELL CERAMICS,

NITCO

NITCO, NTC, HINDUSTAN

NITCO, BHARAT

LAKSHMI, SOOD & SOOD, JAIN & CO,

20

21

MS PIPES

C.I. MANHOLES COVERS

KESORAM, ELECTRO STEEL.

B.C., RIF

UPVC PIPE

SFRC MANHOLE/GULLY

CHAMBER COVERS

READY MIX CEMENT

CONCRETE (RMC)

G.I. PIPES AND FITTINGS

SURREME, PRINCE, FINOLEX

KK

ACC, AHLCON, UNITECH, L&T

PRAKASH SURIYA, JINDAL,TATA, SWASTIK

Assistant Engineer,

PWD Building Project Sub Division 232

(GNCTD),

Sector-9, Dwarka, New Delhi.

23

ANNEXURE-I

11 (a) FORM OF BANK GUARANTEE BOND FOR EARNEST MONEY

1. In consideration of the President of India (hereinafter called “The Government”) having agreed to exempt ______________________ (hereinafter called the said contractor(s) from the demand under the terms and conditions of Tender No. _______________________________ invited for the work of

__________________________________________________________ (hereinafter called “The said tender”) part earnest money for compliance of his obligations in accordance with the terms and conditions of the said tender, on production of a irrevocable Bank Guarantee for Rs.______________

(Rupees __________________________________ only), we

_________________________________ (indicate the name of the bank) (hereinafter referred to as

“the Bank) hereby undertake to pay to the Government an amount not exceeding Rs.___________

(Rupees ____________________ only) on demand by the Government.

2. We _____________________________ (indicate the name of the bank) do hereby undertake to pay the amounts due and payable under this Guarantee without any demure, merely on a demand from the Government stating that the amount claimed is required to meet the recoveries due or likely to be due from the said contractor(s). Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the bank under this Guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.__________ (Rupees

___________________ only).

3. We ____________________________(indicate the name of the bank) the said bank further undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment.

4. We _________________________________ (indicate the name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the said tender and that it shall continue to be enforceable till all the dues of the government under or by virtue of the said tender have been fully paid and its claims satisfied or discharged or till

Engineer-in-charge on behalf of the Government certified that the terms and conditions of the said tender have been fully and properly carried out by the said contractor (s) and accordingly discharges this guarantee.

5. We __________________________________ (indicate name of the bank) further agree with the

Government that the government shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said tender or to extend time of tender by the said contractor(s) form time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to for bear or enforce any of the terms and conditions relating to the said tender and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any for-bearance, act of omission on the part of the

Government or any indulgence by the Government to the said contractor(s) or by any such matter of thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

24

6.

7.

8.

This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).

We _____________________________________ (indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous consent of the Government in writing.

This guarantee shall be valid up to ____________________ unless extended on demand by

Government. Not withstanding anything mentioned above, our liability against this guarantee is restricted to Rs.___________________ (Rupees ___________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Date the ___________________

_________________________________________. day

(Indicate the name of Bank) of _________________ for

25

1.

2.

3.

4.

5.

ANNEXURE-II

11(b) FORM OF PERFORMANCE GUARANTEE

BANK GUARANTEE BOND

In consideration of the President of India (hereinafter called “The Government”) having offered to accept the terms and conditions of the proposed agreement between _______________________ and __________________ (hereinafter called “the said contractor(s)” for the work of

______________________________ (hereinafter called “The said agreement”) having agreed to production of a irrevocable Bank Guarantee for Rs.______________ (Rupees

__________________________________ only) as a security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement, we

_________________________________ (indicate the name of the bank) (hereinafter referred to as

“the Bank) hereby undertake to pay to the Government an amount not exceeding Rs.___________

(Rupees ____________________ only) on demand by the Government.

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

___________________ only).

We______________________________ (indicate the name of the bank) the said bank further undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment.

We _________________________________ (indicate the name of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-charge on behalf of the Government certified that the terms and condition of the said agreement have been fully and properly carried out by the said contractor

(s) and accordingly discharges this guarantee.

We __________________________________ (indicate the name of the bank) further agree with the

Government that the government shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) form time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to for bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any for-bearance, act of omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter of thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

26

7.

8.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).

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

This guarantee shall be valid upto ____________________ unless extended on demand by

Government. Not withstanding anything mentioned above, our liability against this guarantee is restricted to Rs.___________________ (Rupees ___________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Date the ___________________

(Indicate the name of Bank) day

_________________________________________ . of _________________ for

27

1.

2.

3.

4.

5.

ANNEXURE-III

11(c) FORM OF BANK GUARANTEE BOND FOR SECURITY DEPOSIT

In consideration of the President of India (hereinafter called “The Government”) having agreed to exempt _______________________ (hereinafter called the said contractor(s)) from the demand, under the terms and conditions of the Agreement No. ______________________________ dated_____________ made between _______________________ and __________________ for the work of ______________________________ (hereinafter called “The said Agreement”) security deposit beyond first 2.5% of tendered value for the due fulfillment by the said contractor(s) of the terms & conditions contained in the said Agreements on production of a irrevocable Bank Guarantee for Rs.______________ (Rupees __________________________________ only), we

_________________________________ (indicate the name of the bank) (hereinafter referred to as

“the Bank) hereby undertake to pay to the Government an amount not exceeding Rs.___________

(Rupees ____________________ only) on demand by the Government.

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

___________________ only).

We ______________________________ (indicate the name of the bank) further undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor(s) shall have no claim against us for making such payment.

We _________________________________ (indicate the name of the Bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Engineer-in-charge on behalf of the Government certified that the terms and condition of the said agreement have been fully and properly carried out by the said contractor

(s) and accordingly discharges this guarantee.

We __________________________________ (indicate name of the bank) further agree with the

Government that the government shall have the fullest liberty without our consent and without effecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor(s) form time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor(s) and to for bear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or for any for-bearance, act of omission on the part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter of thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

28

7.

8.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor(s).

We _____________________________________ (indicate the name of the Bank) lastly undertake not to revoke this guarantee except with the previous consent of the Government in writing.

This guarantee shall be valid up to ____________________ unless extended on demand by

Government. Not withstanding anything mentioned above, our liability against this guarantee is restricted to Rs.___________________ (Rupees ___________________ only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee, all our liabilities under this guarantee shall stand discharged.

Date the ___________________

_________________________________________. day

(Indicate the name of Bank) of _________________ for

29

Schedule of Quantities

Name of work : C/o Integrated Institute of Technology for disabled person at Sec-9, Dwarka, New

Delhi. (SH:- Rectification of minor defects R/F M/s Aries Construction Co.)

S.No Description of Item

1 Finishing walls with proofing cement paint of required shade

1.2 New work (Two or more coats applied @ 3.28 ltr/10sqm) over and including base coat of water proofing cement paint applied @2.20 kg/10sqm.)

2. Repairs to plaster of thickness 12mm to 20mm in patches of area 2.5 sq. meters and under including cutting the patch in proper shape, raking out joints and preparing and plastering the surface of the walls complete including disposal or rubbish to the dum.

2.1 With cement mortar 1:4 (1 cement : 4 fine sand)

3. Removing dry or oil bound distemper, water proofing cement paint and the like by scrapping, sand papering and preparing the surface smooth including necessary repairs to scratches etc. complete.

4. Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade:

Old work (one or more coats)

5. Providing and fixing chicken wire Mesh (heavy duty of 24 gauget) at junction of RCC and brick work fixed with wire nails in cement mortar 1:4 (1 Cement : 4 fine sand) etc complete.

6. Extra for MS scaffolding with double staging upto 12 meter height.

Total

Qty.

153

153

148

148

153

70

Unit Rate Amount

Sqm. 96.25 14726

Sqm. 114.35 17496

Sqm. 4.25 629

Sqm. 14.9 2205

Sqm 50.59 7740

Sqm. 348.45 24392

67188/-

Assistant Engineer

PWD Sub Divn. B-2323

Sec-9, Dwarka, New Delhi

30

Download