23
Delhi Tourism & Transportation Development Corporation Ltd. (Engineering Wing) NOTICE INVITING TENDER NIT No. 2 / DTTDC / Engg. / WB / 2008-09 Name of work:- Construction of Underpass at Outer Ring Road - Road No.41 intersection at Madhuban Chowk, Rohini, New Delhi including one Pedestrian Subway across Outer Ring Road. (SH: Repair to leakage in Underpass). Estimated Cost = Rs. 8,79,800/- Earnest Money = Rs. 17,600/- Time for completion = 1 ( One) month EXECUTIVE ENGINEER Wazirabad Bridge Project Division-I Near Petrol Pump, Majnu-Ka-Tila, Outer Ring Road, Delhi-110054

Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

Delhi Tourism & Transportation Development Corporation Ltd.

(Engineering Wing)

NOTICE INVITING TENDER

NIT No. 2 / DTTDC / Engg. / WB / 2008-09

Name of work:- Construction of Underpass at Outer Ring Road - Road No.41 intersection at Madhuban Chowk, Rohini, New Delhi including one Pedestrian Subway across Outer Ring Road. (SH: Repair to leakage in Underpass).

Estimated Cost = Rs. 8,79,800/-

Earnest Money = Rs. 17,600/-

Time for completion = 1 ( One) month EXECUTIVE ENGINEER

Wazirabad Bridge Project Division-I Near Petrol Pump, Majnu-Ka-Tila,

Outer Ring Road, Delhi-110054

Page 2: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

Name of Work : Construction of Underpass at Outer Ring Road - Road No.41 intersection at Madhuban Chowk, Rohini, New Delhi including one Pedestrian Subway across Outer Ring Road. (SH: Repair to leakage in Underpass).

I N D E X Page No.

1) Instructions to Tenderers 1

2) Press Notice 2

3) Notice Inviting Tender (Form C.P.W.D-6) 3 – 5

4) Item Rate (Form CPWD –8) 6 – 7

5) Proforma of Schedules (A to F) 8 – 11

6) Special conditions 12 – 16

7) Site Conditions & Scope of work 17

8) Schedule of Quantities 18- 19

9) Guarantee to be executed by contractors for removal of

defects after completion in respect of water proofing works 20

10) Rebate Proforma 21

Certified that this NIT contains pages 1 to 21 only, excluding cover and this page

Assistant Engineer-II WBP, DTTDC

NIT approved for Rs. 8,79,800/- (Rupees Eight lakhs seventy nine thousand eight hundred only).

Executive Engineer-I WBP, DTTDC, New Delhi

Page 3: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

1

INSTRUCTIONS TO TENDERERS FOR SUBMISSION OF TENDER 1. The tenderer shall read all instructions, terms & conditions, contract clauses, nomenclature of

items, specifications, tender drawings, etc. contained in the tender document, very carefully before quoting the rates.

2. Tender should be signed and witnessed on page 7 of tender documents indicating full address of

witness and the names of signatories. 3. Any person who submits a tender, shall fill up the rates in the schedule of quantities stating at

what rate he is willing to execute each item of the work.

Tenderers, which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other condition of any sort or a conditional rebate, will be summarily rejected.

The rate(s) must be quoted in decimal coinage. Amount must be quoted in full rupees by ignoring up to fifty paise and considering more than fifty paise as rupee one.

4. Rates must be filled both in words and figures. Amount should be worked out for all the items and filled up in figures only.

5. The contractor shall quote his rates keeping in mind the specifications, terms and conditions,

additional and special conditions, etc. and nothing shall be payable extra whatsoever unless otherwise specified.

6. In the event of the tender being submitted by a firm, it must be signed separately by each partner

thereof or in the event of the absence of any partner, it must be signed on his behalf by a person holding a power of attorney authorising 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.

7. Sales tax, Works Contract Tax or any other tax as applicable shall be payable by the contractor

himself. The contractor shall quote his rates considering all such Taxes. The department will not entertain any claim what so ever in respect of the same.

8. The agencies must be registered with works contract cell of Sales Tax Department, Govt. of

NCTD and submit valid registration certificate from works contract cell of Sales Tax Department along with the application form.attested copy of PAN, issued by income tax department must be submitted along the application for purchase of tender document.

9. The tender, which is not duly signed by authorised signatory or is conditional, shall be treated as

non-responsive and shall be summarily rejected. 10. Tenderers seeking any clarification or pointing out any ambiguity in tender document shall make

a reference in writing to Executive Engineer, Wazirabad Bridge Project, DTTDC by 4.00 PM upto 09.05.08 positively.

Page 4: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

2

PRESS NOTICE

The Executive Engineer-I, DTTDC, Wazirabad Bridge Project, Adj. IOC Petrol Pump, Majnu Ka Tila, Outer Ring Road, Delhi-110054, Telephone No. 23819595, 23819696, invites on behalf of the Chairperson & Managing Director, DTTDC, sealed item rate tenders from the approved and eligible contractors of CPWD and those of appropriate list of department of Telecommunications, MES, Railways and Specialized Agencies for the water proofing treatment work. (Eligibility criteria given on Website. NIT can also be sought from DTTDC free of cost)

NIT No. Name of work & Location Estimated

Cost (Rs.) Earnest Money (Rs.)

Time Allowed

Last date & time of receipt of application/ issue of tender documents & its cost

Time & date of opening of tender

2/DTTDC/Engg/WB/2008-09

Construction of Underpass at Outer Ring Road - Road No.41 intersection at Madhuban Chowk, Rohini, New Delhi including one Pedestrian Subway across Outer Ring Road. (SH: Repair to leakage in Underpass).

8,79,800/- 17,600/- One Month

08.05.08 upto 1600 Hours / 09.05.08 upto 1600 hours. Rs. 500/- (Non refundable).

12.05.08 at 1530 Hours

The enlistment of the contractor shall be valid on the last date of sale of tenders. Earnest Money should be deposited along with the applications seeking issue of tender documents in the form of Demand Draft / Pay Order in favour of “Chairman & Managing Director, DTTDC” payable at Delhi. Tender Notice is also available at website http://delhigovt.nic.in vide tender No. …………

Not to be published

(P. K. Sharma) Executive Engineer-I,

Wazirabad Bridge Project, DTTDC, Delhi.

Page 5: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

3

CPWD-6

Delhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

Wazirabad Bridge Project Project Office: Near Petrol Pump, Majnu Ka Tilla, Outer Ring Road, Delhi-110 054

Tel:91-11-2381 9595/9696 Fax: 91-11-2381 0358,

NOTICE INVITING TENDER

1. Item rate tenders are invited on behalf of the Chairperson & Managing Director, DTTDC from the approved and eligible contractors of CPWD and those of appropriate list of department of Telecommunications, MES, Railways who have done similar type of water proofing work and manufacturers of approved water proofing material for the work of Construction of Underpass at Outer Ring Road- Road No.41 intersection at Madhuban Chowk, Rohini, Delhi including one Pedestrian Subway across Outer Ring Road. SH: Repair to leakage in Underpass.

The enlistment of contractors should be valid on the last date of sale of tenders In case only the last date of sale of tender is extended, the enlistment of contractors should be valid on the original date of

sale of tenders. In case both the last date of receipt of application and sale of tenders are extended, the enlistment of contractor should be

valid on either of the two dates i.e. original date of sale of tender or on the extended date of sale of tenders.

1.1 The work is estimated to cost Rs.8,79,800/-. This estimate, however, is given merely as a rough guide. 1.2 Tender will be issued to eligible contractors provided they produce 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: Three similar works each costing not less than Rs. 3 lakhs, or Two similar works each costing not less than Rs. 4.5 lakhs or One similar work costing not less than Rs. 7 lakhs, in last 7 years ending 31.03.08

For the purpose of this clause ‘similar work’ means, the works of water proofing treatment using chemical compound / epoxy treatment.

2. Agreement shall be drawn with the successful tenderer on prescribed form no. CPWD 8 which is available as Govt. of India publication. Tenderer shall quote his rates as per various terms and conditions of the said form which will form part of the agreement.

3. The time allowed for carrying out the work will be one month from the date of start as define 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 tender documents.

4. The site for the work is available but will be handed over for execution of work in part. 5. Applications for issue of tender forms shall be received by 08.05.08 upto 1600 hours and tender document shall be issued

by 09.05.08 upto 1600 hours. Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done

and the set of terms & conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the Executive Engineer-I, Wazirabad Bridge Project, DTTDC, Delhi-110054 between hours of 11.00 A.M. & 04.00 P.M. from 29.04.08 to 07.05.08 everyday except on Saturday, Sundays and Public Holidays. The tender document, excluding standard form, will be issued from his office, during the hours specified above on payment of the following.

I. Rs. 500/- in cash as cost of tender and II. Earnest Money of Rs. 17,600/- Reciept, treasury Challan/Deposit at Call receipt of a scheduled bank/fixed deposit

recipt, of a scheduled bank/demand draft of a scheduled bank issued in favour of Chairman and Managing Director, DTTDC 50% of earnest money or Rs. 20 Lakh, whichever is less, will have to be deposited in the shape prescribed above and balance amount of earnest money can be accepted in the form of Bank Guarantee issued by a scheduled bank.

6. Tenders, which should always be placed in sealed envelope, with the name of work and due date written on the envelopes, will be received by the Executive Engineer-I, Wazirabad Bridge Project, DTTDC upto 03.00 P.M. on 12.05.08 and will be opened by him or his authorised representative in his office on the same day at 03.30 P.M.

Page 6: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

4

7.(i) The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five percent) of the tendered amount within the period specify in schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-) or deposit at call receipt of any scheduled bank/banker’s cheque of any schedule bank/Demand Draft of any scheduled bank/ Pay order of any schedule bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Schedule Bank or the State Bank of India in accordance with the prescribed form.

8. The description of the work is as follows: The work mainly involves repairing of leakage by water proofing using chemical compound / epoxy treatment at Madhuban Chowk Underpass. Copy of drawing and documents pertaining to the works will be open for inspection by the tenderers at the office of the above mentioned officer.

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

9. The competent authority on behalf of Chairperson & Managing Director, DTTDC does not bind it self to accept the lowest

or any other tender and reserves to itself the authority to reject any or all of the tenders received without the assignment of any reason. The tenders, in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.

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

contractors who resort to canvassing will be liable to rejection.

11. The competent authority on behalf of DTTDC reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

12. The contractor shall not be permitted to tender for works in the DTTDC (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 Assistant 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 officer in DTTDC. 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/ DTTDC is allowed to work as a contractor for a period of one year after his retirement from Government service, without the previous permission of the Government of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the DTTDC as aforesaid before submission of the tender or engagement in the contractors service.

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

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 the work sign the contract consisting of:-

Page 7: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

5

a) The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender, as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. form 8.

For & on behalf of the Chairperson & Managing Director, DTTDC

Signature........................................... Designation: Executive Engineer-I

Wazirabad Bridge Project, DTTDC, Delhi

No. DTTDC/Engg/WB/23(14)/ Dated : Copy to :

1. The Chief Engineer, DTTDC, Outer Ring Road, Lajpat Nagar, New Delhi-110024 2. The Project Manager (WBP), DTTDC, Wazirabad, Delhi-110054 3. The Superintending Engineer (WPB), DTTDC, Wazirabad, Delhi-110054. 4-6 The Executive Engineer-II, III and IV (WBP), DTTDC, Wazirabad, Delhi -110054. 7. The Executive Engineer (LN), DTTDC, Outer Ring Road, Lajpat Nagar, New Delhi-110024 8. The Accounts Officer (WBP), DTTDC, Wazirabad, Delhi-110054. 9. The Assistant Engineer-II (WBP), DTTDC, Wazirabad, Delhi-110054 10. The CPWD, Contractors Association, I.P. Bhawan, I.P. Estate, New Delhi-110002. 11. Notice Board, WBP, DTTDC, Wazirabad, Delhi-110054.

Executive Engineer-I

Page 8: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

6

CPWD -8

DELHI TOURISM & TRANSPORTATION DEVELOPMENT CORPORATION LIMITED STATE:-Delhi CIRCLE:- Wazirabad Bridge Project BRANCH :-Engineering Wing DIVISION:- Wazirabad Bridge Project D-I ZONE:- Engineering Wing, DTTDC

Item Rate Tender & Contract for Works

Tender for the work of Construction of Underpass at Outer Ring Road - Road No.41 intersection at Madhuban Chowk, Rohini, New Delhi including one Pedestrian Subway across Outer Ring Road. (SH: Repair to leakage in Underpass).

(i) To be submitted by 3.00 PM on 12.05.08 to the Executive Engineer-I, Wazirabad Bridge

Project, DTTDC, Near Petrol Pump, Majnu-Ka-Tila, Outer Ring Road, Delhi-110054. (ii) To be opened in presence of tenderers who may be present at 3.30 PM on 12.05.08 in the office

of the Executive Engineer-I, Wazirabad Bridge Project, DTTDC, Near Petrol Pump, Majnu-Ka-Tila, Outer Ring Road, Delhi-110054.

Issued to:- .................................................................... (Contractor) Signature of officer issuing the documents ........................................................................ Designation : Executive Engineer-I, Wazirabad Bridge Project, DTTDC Date of Issue : ................................

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F. specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, special conditions, Schedule of Rate & other documents and Rules referred to in the condition 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 Executive Engineer-I, Wazirabad Bridge Project, DTTDC on behalf of the Chairman & Managing Director, DTTDC within the time specified in Schedule "F" , viz., schedule of quantities and in accordance in all respects with the specifications, design, 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 condition so far as applicable. We agree to keep the tender open for sixty (60) days from the due date of opening thereof and not to make any modifications in its terms and conditions. A sum of Rs. 17,600/- has been deposited in the form of Demand Draft / Pay Order of a Scheduled Bank as earnest money. If I/We, fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said Chairman and Managing Director, DTTDC or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that Chairman and Managing Director, DTTDC 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

Page 9: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

7

such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule "F" and those in excess of that limit at the rates to be determined in accordance with the provision contained in clause 12.2 and 12.3 of the tender form. Further we agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid. I/We shall be debarred for participation in the re-tendering process of the work. 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 therefrom to any person other than a person to whom I/We am/are authorised to communicate the same or use the information in any manner prejudicial to the safety of the State.

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

Postal Address Witness: Address: Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the Chairman and Managing Director, DTTDC for a sum of Rs. .................................................. (Rupees.............................................................................. ..........................................................................................................................................................) The letter referred to below shall form part of this agreement:- a) b) c)

For & on behalf of the Chairman & Managing Director, DTTDC

Signature................................................. Executive Engineer -I

Wazirabad Bridge Project, DTTDC, New Delhi

Page 10: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

8

PROFORMA OF SCHEDULES SCHEDULE 'A' Schedule of Quantities (Enclosed) Enclosed at Page no. 18 to 19

SCHEDULE 'B' Schedule of materials to be issued to the contractor : Nil

SCHEDULE 'C' Tools and Plants to be hired to the contractor : Nil

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

SCHEDULE 'E' Schedule of component of Cement, steel other Materials, Labour etc. for price escalation. Not applicable CLAUSE 10 CC Component of Cement – expressed as percent of total value of work. Xc NA Component of Steel expressed as percent of total value of work. Xs NA Component of Civil ( except cement and steel) /Electrical construction. Xm NA Component of Labour- expressed as percent of total value of work. Y NA Component of P.O.L- expressed as percent of total value of work. Z NA SCHEDULE 'F' Reference to General conditions of contract. Name of work : Construction of Underpass at Outer Ring Road - Road No.41 intersection at

Madhuban Chowk, Rohini, New Delhi including one Pedestrian Subway across Outer Ring Road. (SH: Repair to leakage in Underpass).

Estimated Cost of work : Rs. 8,79,800/- Earnest Money : Rs. 17,600/- Performance Guarantee : 5% of Tendered Value Security Deposit : 5% of the tendered value. General Rules & Directions :- Officer Inviting Tender :

Maximum percentage for quantity of items of works to be executed beyond which rates are to be determined in accordance with Clause 12.2 & 12.3. See Below Definitions: 2(v) Engineer-in-Charge Executive Engineer-I,

Wazirabad Bridge Project, DTTDC 2(viii) Accepting Authority Executive Engineer-I, DTTDC New Delhi. 2(x) Percentage on cost of materials and labour to cover all overheads and 15% profits 2(xi) Standard Schedule of Rates DSR 2007

with upto date correction slips

2(xii) Department DTTDC, Govt. Undertaking

Page 11: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

9

9(ii) Standard CPWD contract Form CPWD form 8, 2008 as modified

and corrected upto date of receipt of tender Clause 1 (i) Time allowed for submission of performance guarantee from the date of 7 days issue of letter of acceptance in days (ii) Maximum allowable extension beyond the 3 days. period provided in (i) above in days. Clause 2 Authority for fixing compensation Superintending Engineer, WBP under clause 2. DTTDC, New Delhi.

Clause 2A Whether clause 2A shall be applicable No

Clause 5 Number of days from the date of issue of letter of acceptance for reckoning date 10 days of start. Mile stone(s) as per table given below :-

Table of Mile Stone(s) Sl. No.

Financial Progress Time Allowed in days (from date of start)

Amount to be with-held in case of non achievement of milestone

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

In the event of not achieving the necessary progress as assessed from the running payment, 1% of the tendered value of work will be withheld for failure of each milestone.

Time allowed for execution of work 1 Month

Clause 6, 6A Clause applicable –(6or 6A) Clause 6

Clause 7 Gross work to be done together with Rs. 2 Lakhs (Rupees Two Lakhs) net payment/adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment. Clause 10A List of testing equipment to be provided by the contractor at site lab. Nil Clause 10B(ii) Whether clause 10B(ii) shall be applicable No Clause 10CA Materials covered under this clause Nearest material for which All India Wholesale Price

Index is to be followed

Page 12: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

10

1. _________NIL_______________ _______________NIL______________________ Clause 10CC Clause 10CC to be applicable in contracts with Not Applicable Stipulated period of completion exceeding the Period show in text column Clause 11 Specifications to be followed for the CPWD Specification 1996 & Manufacturers

specification execution of work Clause 12 12.2 & 12.3 Deviation limit beyond with

clauses 12.2 & 12.3 shall apply 100% for building work

12.5 Deviation limit beyond with clauses 12.2 & 12.3 shall apply for 100% foundation work

Clause 16 Competent Authority for deciding Superintending Engineer

the reduced rates. DTTDC

Clause 18 list of mandatory machinery, tools & plants to be deployed by the contractor at site. NIL Clause 36 (i) Sl No.

Minimum Qualification of Technical Representative

Discipline

Designation (Principal Technical/Technical representative)

Min

imum

ex

perie

nce

num

ber

Rate at which recovery shall be made from the contractor in the event of not fulfilling provision of clause 36(i)

figures words 1.

Diploma holder Civil ------ 3 years One Rs. 7000/- per month

(Rs. Seven thousand) per month

Clause 42

(i)(a) schedule/statement for determining theoretical quantity of cement & bitument on the basis of Delhi Schedule of Rates 2007 printed by C.P.W.D (ii) Variations permissible on theoretical quantities.

a) Cement for works with estimated cost put to 3% plus/minus Tender not more than 5 lakhs For works with estimated cost put to Tender more than 5 lakhs. 2% plus/minus

b) Bitumen for all works 2.5% plus only & nil on minus side c) Steel Reinforcement and structural steel

Page 13: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

11

Sections for each diameter, section and category 2% plus/minus

d) All other materials Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION Not Applicable

Page 14: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

12

SPECIAL CONDITIONS

1. Before tendering, the tenderer shall inspect the site of work and shall fully acquaint

himself about the conditions with regard to the site, nature of work, availability of

materials suitable location for construction of go-downs, stores and labour huts. The

extent of leads and lifts involved in the work over the entire period of contract including

local conditions, traffic restrictions, obstructions and other conditions as required for

satisfactory execution of the work. His rates should take into consideration all such factors

and contingencies. No claim whatsoever shall be entertained by the department on this

account.

2. The work contract Tax as applicable in Delhi by Delhi Sale Tax Department shall be

deducted from the payment made to the contractor, apart from other statutory taxes as

applicable.

3. The contractor shall have to make approaches if required for the work and keep them in

good conditions for transportation of labour and materials as well as inspection of works

by the Engineer-in-Charge. Nothing extra shall be paid on this account.

4. The work shall be carried out in such a manner so as not to interfere or effect or disturb the

works being executed by other agencies, if any.

5. For completing the work in time, the contractor may be required to work in two or

more shifts and no claims whatsoever shall be entertained on this account,

notwithstanding the fact that the contractor will have to pay to the labourers and other

staff engaged directly or indirectly on the work.

6. The entire work shall be carried out as per CPWD specifications. 1996 Vol. I to VI with up

to date correction slips and manufacturers specification relevant to the works . In the

event of any discrepancy in CPWD specifications and manufacturers specifications, the

following order of priority between different specifications shall prevail.

6.1 Nomenclature of the item read with general conditions & specifications, special conditions

of the contract.

6.2 BIS specifications (latest edition).

Page 15: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

13

6.3 Specialised literature on the subject as approved by the Engineer-in-Charge.

6.4 Sound engineering practice as approved by Engineer-in-Charge.

7. The contractor must get acquainted with the proposed site for the works and study

specifications and conditions carefully before tendering.

8. The contractor shall make his own arrangements for obtaining electric connection(s) if

required, and make necessary payments directly to the Department concerned. However

DTTDC will assist in obtaining the electric connections.

9. The contractor shall maintain in good condition all work executed till the completion of

entire work allotted to him.

10. No payment will be made to the contractor for the damage caused by rains, floods or

other natural calamities during the execution of the works and no such claim on this

account will be entertained.

11. The rates for all items of work unless clearly specified otherwise, shall include the cost of

all materials, machinery, labour, other inputs involved in the execution of the items of

work

12. The contractor shall construct suitable godown at site of work 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. The contractor shall take instructions from the Engineer-in-

Charge for stacking of materials / go-downs / huts etc at any place.

13. The contractor shall be required to produce samples of all materials required for execution

of work sufficient in advance to obtain prior approval of the Engineer-in Charge. Subse-

quently, the materials to be used in the actual execution of the work shall strictly conform

to the quality of samples approved. In case of variation such materials shall be liable to

rejection. The rejected material shall be immediately removed from the site of work by

the contractor at his own cost. If the contractor fails to remove the rejected material

from the site within 48 hours of their rejection the Engineer-in-Charge shall be autho-

rised to remove the same at the risk and cost of the contractor

Page 16: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

14

14. The contractor shall take all necessary measures for the safety of traffic during

construction and provide, erect and maintain such barricades, including signs, markings,

flags, lights and flagman, as necessary for traffic management at either end of the

excavation/embankment/working areas and at such intermediate points as directed by the

Engineer-in-Charge for the proper identification of the construction area. He shall be

responsible for all damages and accidents caused due to negligence on his part. Nothing

extra shall be paid on this account.

15. The temporary warning lamps shall be installed on all barricades during the hours of

darkness and kept lighted at all time during these hours by the contractor at his own cost.

16. All managements for traffic during construction including maintenance there of shall be

considered as incidental to the works and contractor's responsibility and nothing shall be

payable to him in this respect.

17. Samples and testing of materials.

The quoted rates shall include cost of all test material and their tests to be conducted at

field laboratory for the purpose of quality assurance. However, for the tests to be carried

out by the external laboratories, the contractor shall supply free of charge all the materials

required for testing. The testing charges shall be borne by the contractor/ Department in the

manner described below:

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

codes/ specifications mentioned elsewhere in the tender document.

17.1 All the materials to be used in the work in all respects, shall comply with the

requirements of specifications and shall pass all the tests and analysis required as

specifications.

17.2 The contractor at his own cost shall make all arrangements and shall provide all such

facilities as the Engineer-in-Charge may require for collecting, preparing, forwarding

the required number of samples for tests and for analysis as per the frequency of tests

stipulated in the contract, specifications or as considered necessary by the Engineer-in-

Charge, at such time and to such places, as directed by the Engineer-in-Charge.

Nothing extra shall be paid for the above and including the cost of materials to be tested.

Page 17: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

15

17.3 The necessary tests shall be conducted in the Central Road Research Institute or Indian

Institute of Technology, Delhi or any other laboratory approved by the Engineer-in-

Charge. The samples for carrying out all or any of the tests stipulated in the CPWD

specifications or as directed by the Engineer-in-Charge shall be collected by Engineer-in-

Charge or his authorised representative for carrying out the independent Quality Control

tests.

17.4 The contractor or his authorized representative shall associate in collection, preparation

forwarding and testing of such samples. In case he or his authorized representative is not

present or does not associate himself, the Engineer-in-charge shall do the needful for

getting the samples collected and tested, the results of such tests and consequences thereof

shall be binding on the contractor.

18. The work shall also be open to inspection by the Superintending Engineer, DTTDC, The

Chief Engineer, DTTDC on behalf of the Engineer-in-Charge and the contractor shall at all

times during the usual working hours and at all other times at which reasonable notice of

the Engineer-in-Charge or his senior to visit the works shall have been given to the

contractor. One authorised representative should be available at site to receive the orders

and instructions from Engineer-in-charge or his authorised representative.

19. For water proofing treatment 10 years guarantee in prescribed proforma attached must be

given by contractor, in token of his responsibility. In addition 10% (ten percent) of the cost

of these items would be retained as guarantee to watch the performance of the work done.

However, half of this amount (withheld) would be released after 5 years, if the performance

of the work done is satisfactory. If any defect is noticed during the guarantee period it

should be rectified by the contractor within 7 days and if not attended to, the same will be

got done by another agency at the risk and cost of the contractor. However, this security

deposit can be released in full, if bank guarantee of equivalent amount for 10 years is

produced and deposited with the department.

20. 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. Such traffic management plans shall include provision for

traffic diversion and selection of alternative routes. The contractor shall be responsible for

getting the “Traffic Management Plant” approved from Traffic Police before taking up any

construction activity on the road.

Page 18: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

16

21. approved manufacturers/ suppliers of waterproofing chemicals and system are CICO

technologies , FOSROC and SIKA.

Executive Engineer-I WBP, DTTDC

Page 19: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

17

SITE CONDITIONS & SCOPE OF WORK 1. Site conditions given hereunder as guidelines by the department but the contractor shall

satisfy himself regarding all aspects of site conditions and no claim will be entertained on the plea that the information supplied by the department is erroneous or insufficient.

2. No accommodation is available at the site of work. The contractor has to make his own arrangements for housing, stores and field offices, accommodations for his labour and other employees etc.

3. It shall be deemed that the contractor has satisfied himself as to the nature and location of the work, general and local conditions and particularly those pertaining to transport, handling and availability and storage of materials, availability of labour, weather conditions at site and general ground / sub soil conditions and the tenderer has to estimate his cost accordingly.

4. Contractor should ascertain relative position of service lines storm water drains, water supply line, sewer lines and other important structure by coordinating with local authorities or by making trial pits, without any extra cost to the corporation.

5. Clearing of site after completion of entire work and handing over the same to the Department. 6. Repair & making good the job of any property affected by any action / inaction and activities

of the tenderer in the opinion of the Engineer-in-Charge shall be final and binding.

7. Pumping and bailing out of water (if required) shall be done in suitable manner as directed by Engineer-in-charge without any extra cost to the corporation.

8. The drain at sides of carriageway are to be cleaned completely of all malba / silt etc. by the

contractor and the malba / silt etc. is to be disposed off from the site for which nothing extra shall be payable to the contractor.

Executive Engineer-I WBP, DTTDC

Page 20: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

18

Schedule of Quantities

Name of work: Construction of Underpass at Outer Ring Road - Ring Road No.41 intersection at Madhuban Chowk, Rohini, New Delhi including one Pedestrian Subway across Outer Ring Road. (SH: Repair to leakage in Underpass). Rate

S.No. Description of item of work Quantity Unit Rate in figure Rate in words Amount 1 Repairing and applying water proofing treatment to leakage/seepage portion of

cement concrete riding surface complete as per manufacturer’s specification and direction of Engineer-in-Charge.with the following operations: a) Cutting / drilling holes in CC pavement for providing and fixing 75mm long

and 6mm dia MS nozzle at leakage point and at 0.5 m centre to centre along the cracks.

b) Grouting with CICO polygrout or equivalent at leakage points and grouting with CICO Poxy 21 or equivalent in nozzles fixed along cracks by manually operated grouting pump with low pressure.

c) Providing and fixing M.S. nozzle of 15mm nominal dia, 75mm long in grid size of 1.00m x 1.00m in the surrounding area of leakage and grouting the same with cement mixed with water and non shrink polymeric grouting compound of low viscosity by manually operated grouting pump with low pressure.

d) Sealing the nozzle and cutting the exposed portion after grouting etc. e) Cost of CICO Poxy 21 and CICO polygrout will be paid separately. Mode of Measurement

Measurement for payment shall be made for the area formed by the grid of nozzles provided at 1m c/c which are fixed and grouted. All linear dimensions shall be measured correct

to 1cm and area calculation shall be correct to 2 decimal places in sqm.

100 Sqm.

2 Supply of CICO Polygrout or equivalent as per manufacturer’s specification and direction of Engineer-in-Charge. Full quantity of CICO Polygrout or equivalent will be deposited with the Engineer-in-charge and payment will be made on actual consumption. The quantity left unused shall be returned to the contractor. The payment shall be made only for the actual quantity of CICO Polygrout or equivalent consumed on the work.

500 Kg

3 Supply of CICO Poxy 21 or equivalent as per manufacturer’s specification and direction of Engineer-in-Charge. Full quantity of CICO Poxy 21 or equivalent will be deposited with the Engineer-in-charge and payment will be made on actual consumption. The quantity left unused shall be returned to the contractor. The payment shall be made only for the actual quantity of CICO Poxy 21 or equivalent consumed on the work.

100 Kg

4.

Cutting notches and preparing the surface along the cracks and applying primer CICO Poxy 21 P or equivalent as bonding coat including material, labour etc. complete as per manufacturers specification and direction of Engineer-in-Charge. Full quantity of CICO Poxy 21 P or equivalent will be deposited with Engineer-in-Charge and payment will be made on actual consumption. The quantity left unused shall be returned to the contractor. The payment shall be made only for the actual quantity of CICO Poxy 21 P or

30

Kg

Page 21: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

19

equivalent consumed on the work.

5. Applying epoxy mortar CICO Poxy 2117 or equivalent in crack line including, material labour etc. complete as per manufacturers specification and direction of Engineer-in-Charge. Full quantity of CICO Poxy 2117 or equivalent will be deposited with Engineer-in-Charge and payment will be made on actual consumption. The quantity left unused shall be returned to the contractor. The payment shall be made only for the actual quantity of CICO Poxy 2117 or equivalent consumed on the work.

400 Kg

6. Extra for providing and fixing MS nozzle of 6 mm dia and 75 mm long in diaphragm wall as per direction of Engineer-in-Charge.

250 Each

7. Grouting of CICO polygrout or equivalent for water proofing by manually operated grouting pump with low pressure at leakage point of diaphragm wall to stop leakage/seepage as per manufacturer’s specification and direction of Engineer-in-Charge, sealing the nozzle and cutting the exposed portion after grouting etc. complete. Cost of CICO polygrout shall be paid separately.

100 Kg

8. Providing and fixing 40mm dia meter nominal bore perforated GI pipe with GI fitting including wrapping with geo textile fabric.

18 meter

9. Demolishing brick work manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material with in 50 meters lead as per direction of Engineer-in-charge. In cement mortar

5 cum

10. Brick work with F.P.s. bricks of class designation 75 in superstructure above plinth level up to floor V level in all shapes and sizes in: In cement mortar 1:4 (1 cement : 4 course sand)

5 cum

11. Providing and fixing precast concrete tiles of duracreate make or equivalent as approved by Engineer-in-charge and in the pattern already fixed in underpass i/c providing 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand) complete as per direction of Engineer-in-charge.

20 sqm

Executive Engineer-I, WBP, DTTDC

Page 22: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

20

Guarantee to be executed by contractors for removal of defects after completion in respect of water proofing works

This Agreement made this……………..day of…................ two thousand and………………………… between ……………………….son of ……………………………….of ………………..(hereinafter called the Guarantor of the one part) and the CHAIRMAN AND MANAGING DIRECTOR, DTTDC (hereinafter called DTTDC of the other part).

WHEREAS this agreement is supplementary to a contract (hereinafter called the Contract) dated………. And made between the GUARANTOR of the one part and the DTTDC of the other part, whereby the Contactor, Inter alia, undertook to render the buildings and structures in the said contract recited completely water and leak-proof.

AND WHEREAS GUARANTOR agreed to give a guarantee to the effect that the said structures will remain water and leak-proof for five years from the date of giving of water proofing treatment.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render the structures completely leak-proof and the minimum life of such water proofing treatment shall be five years to be reckoned from the date after the maintenance period prescribed in the contract.

Provided that the guarantor will not be responsible for leakage caused by earthquake or structural defects or misuse of roof or alternation and for such purpose:

(a) Misuse of roof shall mean any operation which will damage proofing treatment, like chopping of firewood and things of the same nature which might cause damage to the roof;

(b) Alteration shall mean construction of an additional storey or a part of the roof or construction adjoining to existing roof whereby proofing treatment is removed in parts;

(c) The decision of the Engineer-in-charge with regard to cause of leakage shall be final.

During this period of guarantee the guarantor shall make good all defects and in case of any defect being found, render the building water-proof to the satisfaction of the Engineer-in-Charge at his cost, and shall commence the work for such rectification within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the defects, failing which the work shall be got done by the Department by some other contractor at the GUARANTOR’S cost and risk. The decision of the Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and binding.

That if GUARANTOR fails to execute the water proofing or commits breach thereunder then the GUARANTOR will indemnify the Principal and his successors against all loss, damage, cost, expense or otherwise which may be incurred by him by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and/or damage and/or cost incurred by the Government the decision of the Engineer-in-Charge will be final and binding on the parties.

IN WITNESS WHEROF these presents have been executed by the Obligor……………….. and by ……….. and for and on behalf of the Chairman and Managing Director, DTTDC on the day, month and year first above written. Signed, sealed and delivered by OBLIGOR in the present of – 1. 2. Signed for and on behalf of the Chairman and Managing Director, DTTDC by ……. In the presence of 1. 2.

Page 23: Delhi Tourism & Transportation Development Corporation Ltd.delhigovt.nic.in/upload/073-2008-00025.pdfDelhi Tourism & Transportation Development Corporation Ltd. (A Government Undertaking)

AE-II EE-I

21

REBATE PROFORMA

I/We shall hereby offer an unconditional rebate of ……………......…. % (……………………………………..……… percent ) over all quoted rates indicated in the schedule of quantities.

Date : Signature of Contractor

Name : Address :