NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality...

54
Name of Work: A/R & M/o various roads under PWD WR-1 dg. 2015-16. SH: Providing services of Computer Operator in the office of the EE, PWDWR-1 I N D E X S. No Details Page No. 1. N.I.T Form C.P.W.D 6 1-3 2. Tender form C.P.W.D – 7 4-11 3. General Specifications 13-14 4. Additional Condition 15-19 5. 6. 7 Special Condition INTEGRITY PACT Schedule of Quantity 20 21-28 29 CORRECTION (C) NIL INSERTION (I) NIL DELETION (D) NIL 0

Transcript of NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality...

Page 1: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

Name of Work: A/R & M/o various roads under PWD WR-1 dg. 2015-16. SH: Providing services of Computer Operator in the office of the EE, PWDWR-1

I N D E X

S. No Details Page No.

1. N.I.T Form C.P.W.D 6 1-3

2. Tender form C.P.W.D – 7 4-11

3. General Specifications 13-14

4. Additional Condition 15-19

5.

6.

7

Special Condition

INTEGRITY PACT

Schedule of Quantity

20

21-28

29

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

0

Page 2: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

C.P.W.D.-6NIT No. : 40/EE/PWDWR-1/2015-16Delhi Govt. Web Tender No. : 057-2016-

GOVERNMENT OF INDIAPUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDER

1. Percentage rate tenders are invited on behalf of the President of India from the approved and eligible contractors of CPWD, who are running same work since at least last three years. Provided they produced definite proof to the satisfaction of Engineer-in-Charge from the appropriate authorities (Govt. Deptt.) of having satisfactorily completed similar work means Computer /Data Entry Operator work one similar works each costing not less than 1.55 Lacs or two similar work each costing not less than 1.20 Lacs or three similar work costing not less than Rs. 0.80 Lacs during last seven years for the work for the work: A/R & M/o various roads under PWD WR-1 dg. 2015-16. SH: Providing services of Computer Operator in the office of the EE, PWDWR-1

The enlistment of the contractors should be valid on the last date of receipt of tender. In case only the last date of sale of tender is extended, the enlistment of contractor should be valid on the original date of sales of tender.The work is estimated to cost Rs. 1,95,948/- This estimate, however, is given merely as a rough guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs for calling the 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 estimated cost put to tender, should clearly indicate the estimated cost of each component separately. The eligibility of tenderer will correspond to the combined estimated cost of different components put to tender.Tender documents shall be considered valid of only those contractors who will submitted the following documents along with Sale application.

(i) Photo copy of TIN Number as issued by DVAT department.(ii) Photo copy of Proof of having submitted the latest DVAT/CST returns etc.(iii) Photo copy of Valid PAN Number(iv) Photo copy of Valid CPWD Registration certificate of appropriate category.(v) Photo copy of satisfactorily completed similar work issued by appropriate authorities (Govt. Deptt.)2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD – 7 which is

available as a Govt. of India Publication. Tenderer shall quote his rate 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 06 (Six) Months from the date of start as defined in schedule ‘F’ or from the first day 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. Application for issue of forms shall be received by …………….. (4:00 PM) and tender documents shall be issued by ………………. (4:00 PM).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 Assistant Engineer, M-12, PWD Dn. WR-1, Janakpuri District Center Flyover, Shivaji Marg, New Delhi between hours of 11.00 A.M. & 04.00 P.M. from ……………….. to ……………. everyday except on Sundays and Public

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

1

Page 3: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

Holidays. Tender documents, excluding standard form, will be issued from his office, during the hours specified above, on payment of the following: -

(i) Rs. 500/- in cash (non-refundable) as cost of tender and

6. (i) Tender shall be accompanied with earnest money of Rs. 3,919/- In cash (upto Rs. 10000/-) / Receipt Treasury Challan/Deposit at call receipt of a scheduled bank/fixed deposit receipt of a scheduled bank/demand draft of a scheduled bank issued in favour of Executive Engineer-PWD-Divn-M-111 GNCTD, Delhi 50% of earnest money of Rs. 20 lakhs, 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.

(iii) The tender and earnest money shall be placed in sealed envelopes, each marked “Tender” and “Earnest money” respectively. In cases where earnest money in cash is acceptable, the same shall be deposited with the Cashier of the division and the receipt placed in the envelop meant for earnest money. Both the envelops shall be submitted together in another sealed envelope with the name of work and due date of opening written on envelope, which will be received by the …………………** upto 3:00 PM and will be opened by him or his authorized representative in his office on the same day at 3:30 PM. The envelope marked “Tender” of only those tenderers shall be opened, whose earnest money, placed in the other envelope, is found to be in order.

(iii) Downloaded tender will not be accepted.

7. The contractor whose tender is accepted. Will be required to furnish performance guarantee of 5% (Five percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs.10,000/-) or Deposit at call receipt of any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay Order of any scheduled bank (in case guarantee amount is less than Rs.1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form. In case the contractor fails to deposit the said performance guarantee within the period as indicated in Schedule ‘F’ including the extended period if any, the Earnest Money deposited by the Contractor shall be forfeited automatically without any notice to the contractor. The Earnest Money deposited shall be returned after receiving the aforesaid performance guarantee. The contractor whose bid is accepted will also be required to furnish either copy of applicable licenses / registrations or proof of applying for obtaining labour licenses, registration with EPFO, ESIC and BOCW Welfare Board and Programme Chart (Time & Progress) within the period specified in Schedule F.

8. The description of the work is as follows:A/R & M/o various roads under PWD WR-1 dg. 2015-16. SH: Providing services of Computer Operator in the office of the EE, PWDWR-1. Copies of other drawings 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 Government and local conditions and other factors having a bearing on the execution of the work.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

2

Page 4: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

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

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

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

12. The contractor shall not be permitted to tender for works in the CPWD 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 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 Government of India as aforesaid before submission of the tender or engagement in the cotnractor’s service.

14. The tender for the works shall remain open for acceptance for a period of thirty (30) day 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 Government 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 retendering 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 10 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 7.16. In case of any difference between English & Hindi versions, English version shall prevail.17. The contractors shall get themselves registered with works contract cell of Sales-Tax Department &

Furnish a copy of valid registration. The contractor shall obtain a Tax Clearance Certificate in form XI from above cell and submit to the department at the earliest.

18. The department shall deduct Sales Tax, Income Tax and Labour Welfare Cess on the value of work done from each bill of the contractor as per prevailing Government orders. In lieu the Department shall issue a certificate of deduction of the tax at source to the contractor in relevant forms.

Assistant Engineer, M-12, PWD Dn. WR-1,

Janakpuri District Center Flyover, Shivaji Marg, New Delhi

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

3

Page 5: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

4

Page 6: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

C.P.W.D. –7GOVERNMENT OF DELHI

PUBLIC WORKS DEPARTMENTNOTICE INVITING TENDER

STATE : DELHI CIRCLE: SE(West) (Maintenance)

BRANCH: B&R DIVISION: PWD WR-1ZONE : M- NORTH SUB-DIVISION: WR-12

Percentage Rate Tender & Contract for Works

Tender for the work of: - A/R & M/o various roads under PWD WR-1 dg. 2015-16. SH: Providing services of Computer Operator in the office of the EE, PWDWR-1.

.

(i) To be submitted by 3.00 PM hours on ……………….** to Assistant Engineer, M-12, PWD Dn. WR-1, Janakpuri District Center Flyover, Shivaji Marg, New Delhi

(ii) To be opened in presence of renderers who may be present at 3:30 PM hours on ………………….** in the office of Assistant Engineer, M-12, PWD Dn. WR-1, Janakpuri District Center Flyover, Shivaji Marg, New Delhi

(iii).

Issued to : …………………… (contractor)

Signature of officer issuing the documents _____________ ___________________Designation : Assistant Engineer, M-12,

PWD Dn. WR-1, Janakpuri District Center Flyover, Shivaji Marg, New Delhi

** To be filled by AE

T E N D E R

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 conditions of contract and all other contents in the tender documents 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

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

5

Page 7: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for Thirty (30) days from the due date of opening and not to make any modification in its terms and condition.

A sum of Rs. 3,919/- is hereby forwarded in a Scheduled Bank / fixed deposit receipt of schedule bank / demand draft of schedule bank / bank guarantee issued by 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 President of India 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 President of India of 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 all referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/We agree that in case of forfeiture of earnest money of 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 therefore to any person other than a person to whom I /we am/ are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated …………….. Signature of Contractor Postal Address……………………….

Tel. No.____________________Fax No. ____________________

Witness : …………….………………..Address:…………….……………….Occupation ……………..……………….

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

6

Page 8: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

A C C E P T A N C E

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and 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 and on behalf of President of IndiaSignature _____________________

Designation Assistant Engineer, M-12, PWD Dn. WR-1,

Janakpuri District Center Flyover, Shivaji Marg, New Delhi

Dated ___________________

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

7

Page 9: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

PROFORMA OF SCHEDULES

SCHEDULE ‘A’

Schedule of quantities (enclosed) See at page

SCHEDULE ‘B’

Schedule of materials to be issued to the contractor.

S.No. Description of item

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

Place of Issue

1 2 3 4 5

------------------NIL-----------------

SCHEDULE ‘C’

Tools and plants to be hired to the contractor

Sl. No. Description Hire charges per day Place of Issue1 2 3 4

------------------NIL-------------------SCHEDULE ‘D’

Extra schedule for specific requirements / document for the work, if any

SCHEDULE ‘E’Schedule of component of cement, steel, other materialand labour etc. for price escalation Not Applicable. Clause 10CC : Not Applicable.Component of Cement - ________________________ Xc ............................... %Expressed as percent of total value of work.Component of Steel - ___________________________ Xs .............................. %Expressed as percent of total value of work.Component of Civil (except cement & stee)/Electrical construction materials expressed _________ Xm ............................. %as percent of total value of work.Component of Labour - _________________________ Y ............................... %Expressed as percent of total value of work.Component of P.O.L. - __________________________ Z ............................... %Expressed as percent of total value of work.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

8

Page 10: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

SCHEDUEL ‘F’Reference to General conditions of contract : - General conditions of contract for CPWD works-2010 with amendments issued upto the date of receipt of tender

5. Name of Work: - A/R & M/o various roads under PWD WR-1 dg. 2015-16. SH: Providing services of Computer Operator in the office of the EE, PWDWR-1.

(i) Estimated cost of work Rs. 1,95,948/- (ii) Earnest Money Rs. 3,919/-(iii) Performance guarantee 5% (five percent) of tendered value.(iv) Security Deposit 2.5% of the tendered value Plus 2.5% Performance Guarantee

GENERAL RULES & DIRECTION:

(i) Officer Inviting Tender: Assistant Engineer, M-12, PWD Dn. WR-1, Janakpuri District Center Flyover, Shivaji Marg, New Delhi

Maximum percentage for quantity of items of work to be executedbeyond which rates are to be determined in accordance with Clauses 12.2 & 12.3 See below Definitions:2(v) Engineer –in-Charge Assistant Engineer, M-12, PWD Dn.

WR-1, Janakpuri District Center Flyover, Shivaji Marg, New Delhi

2(vii) Accepting Authority Assistant Engineer, M-12, PWD Dn. WR-1, Janakpuri District Center Flyover, Shivaji Marg, New Delhi

2(x) Percentage on cost of materials and labour to cover all overheads and profits. 15%

2(xi) Standard Schedule of Rates DSR 2014 (modified & corrected upto date of receipt of tender)

2(xii) Department PWD

9(ii) Standard CPWD contract Form CPWD form 7 – 2010, as modified and amended upto date of issue of Tender.

Clause 1 (i) Time allowed for submission of Performance

Guarantee, Programme Chart (Time & Progress) and applicable labour licenses, registration with EPFO, ESIC and BOCW Welfare Board or proof of applying therof from the date of issue of letter of acceptance in days

7 Days.

(ii) Maximum allowable extension beyond the period (provided in i) above

3 Days.

Clause 2 Authority for fixing compensation under Clause 2

The SE PWD Circle (West) (Maintenance)

Clause 2 A

Whether clause 2A shall applicable --No--.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

9

Page 11: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

Clause 5Number of days from the date of issue of letter acceptance for reckoning date of start

10 Days

Milestones as per Table given below: -

Table of Mile Stone(s)S.

No.Description of Milestone

(Physical)Time Allowed in

days (from date of start)

Amount to be with held in case of non achievement of mile stone

1 12% of Work 1/4th (of the Whole work) 1% of tendered amount

2 38% of Work 1/2nd (of the Whole work)

1% of tendered amount

3 75% of Work. 3/4th (of the Whole work)

1% of tendered amount

4 100% Complete Full 1% of tendered amount

Time Allowed for execution of work: 06 (Six) Months

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

Clause 7 Gross work to be done together with net payment / adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment

Rs. 30,000/-

Clause 10A List of testing equipment to be provided by the contractor at site lab

1.2.

Clause 10B (ii)

Whether Clause 10B (ii) shall be applicable

Not Applicable

Clause 10CA

Materials covered under this clause

Not Applicable.

Clause10CC

Clause 10 CC to be applicable in contracts with stipulated period of completion exceeding the period shown in next column.

Not Applicable.

Clause 11 Specifications to be followed for 1. MORTH specifications for Roads &

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

10

Page 12: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

execution of work Bridge works 2001 (4th Revision)2. CPWD specification 2009 with

correction slips upto date of issue of tender.

Clause 12Clause 12.2 & 12.3

Deviation limit beyond which clause 12.2 & 12.3 shall apply for other then foundation work

(a) Deviation limit beyond which clauses 12.2 & 12.3 shall apply

for foundation work except earth work …….30%

Clause 12.5 Deviation limit beyond which clause 12.2 & 12.3 shall apply for foundation work

Deviation limit for items in earth work subhead of DSR or related items

………….100%

Type of work Maintenance / AestheticClause 16

Competent Authority for deciding reduced rates

The SE PWD Circle (West) (Maintenance)

Clause 18List of mandatory machinery, tools & Plant to be deployed by the contractor at site:-

As required for execution of items of this work as per CPWD & MORTH Specifications

Clause 19The contractor shall obtain a valid license under the Contract Labour (R&A) Act, 1970 and the Contract Labour (Regulation and Abolition) Central Rules, 1971 before the commencement of the work and continue to have a valid license until the completion of the work. The contractor shall be also comply with provisions of the Inter-State Migrant Workmen (Regulation of Employment and Conditions of Service) Act, 1979.

Clause 19 L:The ESI & EPF contribution on the part of employer in respect of this contract shall be paid by the contractor. These contributions on the part of employer paid by the contractor shall be reimbursed by the Engineer-in-Charge to the contractor on actual basis. The applicable and eligible amount of EPF and ESI shall be reimbursed preferably within 7 days but not less than 30 days of submission of documentary proof of payment provided the same are in order.

Clause 36(i) Minimum Qualifications & experienceRequired for

a. Supervisorb. Recovery to be effected from the

Contractor in the event of not fulfilling

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

11

Page 13: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

Provision of clause 36(i)

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

12

Page 14: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

Sl. No.

Minimum Qualification of Technical Representative

Discipline Designation (Principal Technical/ Technical representative)

Minimum Experience

Number

Rate which recovery shall be made from the contractor in the event of not fulfilling provision of clause 23(i)

N.A.Assistant Engineer retired from Government services that are holding Diploma will be treated at per with Graduate Engineers.

Clause 42(i) (a) Schedule / statement for determining

theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates printed by C.P.W.D.

DSR 2014 with up-to-date correction slip

(ii) Variations permissible on theoretical quantities.

a. Cement of works with estimated cost put to tender not more than Rs. 5 lakhs

2.5% Plus only & NIL on minus side as per approved job mix formula.

b. Bitumen for all works 2% Plus/Minusc. Steel Reinforcement and structural steel

sections for each diameter, section and category

2% Plus/Minus

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. No. Description of item Rates in figures and words at which recovery shall be made from the contractor.Excess beyond permissible variation

Less use beyond the permissible variation

1 Cement

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

13

Page 15: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

2. Steel Reinforcement

3. Structural Sections NIL

4. Bitumen issued fee

5. Bitumen issued at stipulated fixed price

GENERAL CONDITIONS

1.0 Scope of work (i) Clearing of site for construction of the work and all activities connected

therewith before commencement of work to the satisfaction of the Engineer-in-Charge.

(ii) Clearing of site (to the satisfaction of the Engineer-in-Charge) after completion of entire work and handing over the same to the department.

(iii) All the exposed concrete surfaces shall have shutter or form liner finish (except for piles and lean concrete) and nothing shall be paid extra for the same.

(iv) Maintenance of all works during construction till handing over to the Department.

(v) Protection and maintenance of existing services.

(vi) Provision for all safety measures for traffic, pedestrian, workmen, machinery etc. as considered necessary by the Engineer-in-charge.

(vii) Identification of services like sewer lines, water supply lines, electric and telephone cables etc. well in advance of actual execution.

(viii) It may be noted that all the safety requirements as may be felt necessary by the Engineer- in-Charge, shall have to be provided for allowing the traffic to pass underneath the superstructure at all times during the construction period.

(ix) In case of defective construction by the contractor or on account of any other reason attributable to the contractor if the consultants appointed by the. department, submit additional claims for re-designing on account of additional input by them, due to such reasons, the same shall also be borne by the contractor. The opinion of the Engineer-in-charge in these matters shall be final and binding.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

14

Page 16: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

(x) All ancillary and incidental facilities required for execution of the work i.e. labour camps, stores, offices for contractors, work shop facilities, watch and ward, temporary structure for plants and machinery, well equipped. site laboratory as mentioned in the tender; document, water storage structure, tube wells, electric /telephone installation and charges, liaison work, protection work during execution and not included in the main items, any other item /activity contained elsewhere in the tender documents which is necessary for execution of work in the opinion of the Engineer-in-Charge.

(xi) Pumping and bailing out water in suitable manner as directed by Engineer-in-Charge.

(xii) It is also made clear that intending tenderer should visit the sites of work including contractor's compound and physically assess the activities which are involved for completing the work, including the quantum of work besides the information supplied in the tender document. No claim whatsoever shall be entertained on this account

(xiii) The construction agencies shall make arrangement for a regular fortnightly or other frequency as desired by Engineer-in-Charge for the documentation of the progress of work.

(xiv) Activities related to setting of various items such as permanent bench-marks, reference points, central line of carriageway, layout of foundations and bearings etc. shall be performed by total station survey.

(xv) Services like water supply lines, sewer lines, storm water drains, electricity lines, telephone lines over head and underground cables /structure, if any falling in the alignment of the work, (which are required to be removed or shifted in the opinion of the Engineer-in-Charge) shall be removed /shifted by the department if found necessary by the Engineer-in-charge. Time taken for its shifting, removal, diversion shall be accounted for towards according extension of times if it actually causes hindrance in execution as per the discretion of the Engineer-in-Charge. No claim for delay or otherwise due to above reasons shall be entertained on this account.

(xvi) Marking lanes with thermo-plastic Roads marking paint using necessary equipments in white /yellow colour on bituminous surface having minimum thickness of 2.5 mm meeting with all requirements as contained in para 803.4 of MORTH specifications for Roads and bridge works (5 th

Revision), 2013 and will have type-I glass beads (i.e. those which are constituent of the basic thermo-plastic compound) including cleaning the Roads surface to give an even shade and as per directions of Engineer-in-Charge.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

15

Page 17: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

(xvii) The contractor shall remove the malba generated at his own cause at his own cost on daily basis and keep the carriageways & footpaths neat and clean during the execution of the work except malba generated through excavation & dismantling under the agreement for which payment shall be made as per B.O.Q. In case the Agency fails to remove the malba, either generated by his own cause or through agreement, the same shall be removed by the department at his risk and cost. during execution of work.

(xviii) The contractor shall have to execute the work in day/night in many shift and also at nos. of locations with required nos. of machinery at each location to maintained required progress work to complete it in time and for this nothing extra shall be paid.

2.0 Site ConditionsSite conditions given hereunder and elsewhere are given as guidelines and 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.

2.1 LocationAs specified in the PWD-6 or as per direction of Engineer-in-Charge.

2.2 Climatic conditionsThe climate in the region is extreme with three major seasons- winter, summer and rainy. The winter season lasts from October to March, summer season from April to June and rainy season from July to September. This is only for guidance and there may be variations.

2.3 Housing, water supply, Drainage and ElectricityNo accommodation is available at the site of work. The contractor has to make his own arrangements for electric connection, housing, stores and field offices, accommodations for his labour and other employees etc. Contractor should visit the site and see in what manner he is able to arrange the above. Arrangement of water for drinking purpose in addition to the water required for construction work is also to be made by the contractor. No other space shall be made available at work site except for temporary site office/ contractor’s compound. However onus will be on contractor to arrange the space on its own. No claim whatsoever will be entertained on this account.

2.3.1 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,

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

16

Page 18: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

handling and storage of materials, availability of labour, weather conditions at site and general ground / sub soil conditions and the contractor has to estimate his cost accordingly.

2.3.2The PWD will bear no responsibility for the lack of such knowledge and also the consequence thereof to the contractor. The information and site data shown in the drawings and mentioned herein and else where in these tender documents are furnished for general information and guidance only. The Engineer-in-charge in no case shall be held responsible for the accuracy thereof or / and whatsoever, interpretations or conclusions drawn there from/ by the contractor and no claim shall be entertained whatsoever if the site conditions/ information is different or otherwise incorrect as it is presumed that the contractor has satisfied himself for all possible contingencies, situations, bottlenecks and acts of coordination which may be required between the different agencies.

2.3.3 In case of flooding of site on account of rain or any other cause, or any other damage whatsoever, no claim financially or otherwise shall be entertained, not withstanding any other provisions elsewhere in the tender documents.

3. The work comprises the construction as under:-4. The contractor shall make his own arrangements for electricity required for

the execution of the work and nothing extra shall be paid for the same. However, for electrical connection, Engineer-In-Charge shall recommend the application to concerned local authorities. Necessary payment shall be made by the contractor directly to the department concerned. In case the authorities fail to sanction the electric connection or delay the sanction of electric connection, the contractor shall make his own arrangements by providing diesel generators of adequate capacity at his own cost.

5. Water will be provided at site by the deptt. if available, for which 1% of tender amount shall be recovered in each running bill propositionally. Water arranged by contractor should be periodically tested as per CPWD specification and it should be fit for human consumption.

6. All the material including cement and steel (T.M.T. Bars) will be arranged by the contractor himself.

7. The contractor shall pump the concrete wherever necessary to expedite the progress of work. Nothing extra shall be paid on this account.

8. The contractor shall quote percentage above or below in appropriate place in figure and words. Rate quoted return at any other place will not be considered.

9. Samples of Material:-Sample of building materials, fittings and other articles required for execution of work shall be got approved from the Engineer-in-Charge before use in the

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

17

Page 19: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

work. The quantity of samples brought by the contractor shall be judged by standards laid down in the relevant BIS specifications. (i) All materials and fittings brought by the contractor to the site for

use shall conform to the samples approved by the Engineer-in-charge which shall be preserved till the completion of the work. If a particular brand of material is specified in the item of work in Schedule of Quantity, the same shall be used after getting the same approved from Engineer-In-Charge. Wherever brand / quality of materials is not specified in the item of work, the contractor shall submit the samples as per suggestive list of brand names given in the tender document / particular specifications for approval of Engineer-in-Charge. For all other items, materials and fittings carrying BIS Mark shall be used with the approval of Engineer-in-Charge. Wherever BIS Marked material / fittings are not available, the contractor shall submit samples of materials / fitting manufactured by firms of repute conforming to relevant specifications or IS codes and use the same only after getting the approval of Engineer-In-Charge. To avoid delay, contractor should submit samples as stated above well in advance so as to give timely orders for procurement. If any material, even though approved by Engineer-In-Charge is found defective or not conforming to specifications shall be replaced / removed by the contractor at his own risk & cost.

(ii) The contractor shall ensure quality construction in a planned and time bound manner. Any sub-standard material / work beyond set-out tolerance limit shall be summarily rejected by the Engineer-In-Charge & contractor shall be bound to replace / remove such sub-standard / defective work immediately.

(iii) BIS marked materials except otherwise specified shall be subjected to quality test besides testing of other materials as per the specifications described for the item / material. Wherever BIS marked materials are brought to the site of work, the contractor shall furnish manufacturer’s test certificate or test certificate or test certificate from approved testing laboratory to establish that the material produced by the contractor for incorporation in the work satisfies the provisions of BIS codes relevant to the material and / or the work done.

(iv) BIS marked items (except cement & steel) required on the work shall be got tested. Only important tests, which govern the quality of the product, shall be carried out. The frequency of such tests shall be 25% of the frequency specified in the CPWD Specifications 2009 Vol I to II with up to date correction slips.

For certain items, if frequency of tests is not mentioned in the CPWD Specifications then relevant IS code shall be followed and tests shall be carried out @25% of the frequency specified therein.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

18

Page 20: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

10. Samples for Testing:-10.1 The contractor shall provide samples of material required for testing

free of charge. The cost of tests shall be borne by the contractor / department in the manner indicate below:-a) By the contractor, if the results show that the material does not

conform to relevant specifications.b) By the department, if the result shows 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.

10.2 However, if any load testing or special testing is to be done for concrete whose strength is doubtful, the cost of the same shall be borne by the contractor.

10.3 All necessary tests as per the NIT/CPWD specifications / relevant BIS codes shall be carried out on all the materials whether ISI marked or otherwise. Wherever NIT/CPWD specifications / relevant BIS codes do not specify the frequency of tests, the same shall be carried out as per the directions of the Engineer-in-Charge. Nothing extra whatsoever shall be payable on this account.

10.4 Testing at Manufacturer’s place – All materials which are specified to be tested at the manufacturer’s works shall satisfactorily pass the tests in presence of the authorized representative of Engineer-in-Charge before being used in the work. In case all requisite testing facilities are not available at the manufacturer’s premises, such testing shall be conducted at laboratory approved by the Engineer-in-Charge. The charges for such testing shall be borne by the contractor.

10.5 The contractor has to establish field laboratory at site including all necessary equipment (conforming to BIS) as per Annexure attached and skilled manpower for field tests at his own cost.

10.6 Testing of the building material will be done as per the following priority.1) CPWD Testing Lab.2) IIT Delhi / Delhi College of Engineering/CRRI3) Shri Ram Test Centre / Any Govt. / State undertaking Lab.4) NABL accreditated Lab approved by Engineer-in-Charge.

11. Quality Assurance:-11.1 The contractor shall ensure quality control measures on different

aspects of construction including materials, workmanship and correct construction methodologies to be adopted. He shall have to submit quality assurance program within two weeks of the award of the work. The quality assurance program should include method statement for

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

19

Page 21: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

various items of work to be executed along-with check lists to enforce quality control.

11.2 The contractor shall get the source of various raw materials namely aggregate, cement, sand, steel, water etc. to be used on the work, approved from the Engineer-in-Charge and trial mixes for controlled concrete shall be done using the approved materials. The contractor shall stick to the approved source unless it is absolutely unavoidable. Any change shall be done with the prior approval of the Engineer-in-Charge for which tests etc. shall be done by the contractor at his own cost.

11.3 Lists of approved makes and brands of materials for civil works and sanitary works are annexed hereto. Makes and brands of Materials specified therein shall only be used on the work. The contractor shall submit brand / make of various materials to be used for the approval of the Engineer-in-Charge along-with sample.

11.4 The contractor shall submit shop drawings of staging and shuttering arrangement for approval of Engineer-in-Charge. The contractor shall also submit bar bending schedule for approval of Engineer-in-Charge before execution.

12. All material shall be brought at site as per program finalized with the Engineer-in-Charge. Any pre-delivery of the material, not required for immediate consumption shall not be accepted and thus not paid for.

13. Except for the items, for which particular specifications are given or where it is specifically mentioned otherwise in the description of the items in the schedule of quantities, the work shall generally be carried out in accordance with the “CPWD Specifications 2009 Vol I to II with up to date correction slips (Hereinafter to be referred to as CPWD Specifications) and instructions of Engineer-in-Charge. Wherever CPWD Specifications are silent, the latest IS Codes / Specifications shall be followed.

14. A reference made to any Indian Standard Specifications in these documents, shall imply to the latest version of that standard, including such revisions / amendments as issued by the Bureau of Indian Standard, upto last date of receipt of tenders. The contractor shall keep at his own cost all such publications of relevant Indian Standard applicable to the work at time.

15. Sample including brand / quality of materials and fittings to be used in the work shall be got approved from the Engineer-in-Charge, well in advance of actual execution and shall be preserved till the completion of the work.

16. Unless otherwise specified in the schedule of quantities, the rates tendered by the contractor shall be all inclusive and shall apply to all lifts & all heights,

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

20

Page 22: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

floors including terrace, leads and depths and nothing extra shall be payable on this account.

17. The rates for all items of work shall, unless clearly specified otherwise, include cost of all labour, material, tools and plants and other inputs involved in the execution of the item and nothing extra shall be payable on this account.

18. The contractor(s) shall quote all inclusive rates against the items in the schedule of quantities and nothing extra shall be payable for any of the conditions and specifications mentioned in the tender documents unless specifically specified otherwise.

19. Unless otherwise specified in the schedule of quantities, the rates for all items, shall be considered as inclusive of pumping / bailing out water, wherever necessary for which no extra payment shall be made.

20. The rate for all items, in which the use of cement is involved, is inclusive of charges for curing.

21. The foundation trenches shall be kept free from water while works below ground level are in progress.

22. 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).

23. Payment for items of “RCC work”, brick work and concrete work above different floor shall be made at the rates provided for these items. For operation of these rates, the floor level shall be considered as top of the main structural slab in that floor viz. Top of RCC slab in main room and not top of any sunk or depressed floor for toilet slabs.

24. The rate of items of flooring is inclusive of providing sunk flooring in bathrooms, kitchen, etc. and nothing extra on this account shall be payable.

25. Any legal or financial implications resulting out of disposal of earth shall be sole responsibility of the contractor. Nothing extra shall be paid on this account.

26. The work should be planned in a systematic and coordinate manner with other agencies working in the building so that chase cuttings in the walls, ceilings and floors are minimized. Chase for G.I. Pipes, Electrical conduits, shall be cut by using electrically operated chase cutting machines. Chases will not be allowed to be cut using hammer / chisel. The electrical boxes should be fixed in walls simultaneously while raising the brick work. Similarly openings required for Air-conditioning work shall be left as required. Nothing

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

21

Page 23: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

extra shall be paid on this account. The contractor shall ensure proper co-ordination of various disciplines viz. sanitary & water supply, electrical, fire-fighting and any other services.

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

28. The contractor shall indemnify the Govt. against any claims or obligations arising out of any damage to adjacent property, structure or to building work done by him.

29. Licenses29.1 The contractor shall pay to the municipal, police or other authorities all

the fees etc. if required for execution of work, obtain requisite licenses for temporary constructions, enclosures, and pay all fees, taxes and charges which shall be livable on account of their observations in executions of the contract. No extra claim will be entertained on this account. However, department shall provide necessary assistance by way of forwarding the applications of the contractor.

29.2 All license fees, royalty charges shall be paid by the contractor direct to the authorities concerned. No extra claim will be entertained on this account.

30. In case services are encountered during excavation / earth work and such services are required to be shifted, the contractor is bound to carry out the shifting operation as per guidance / instructions and with the approval of the Engineer-in-Charge. However, necessary payments shall be made in this regard as per provision of the agreement.

31. Many other agencies would be executing work simultaneously at site. The contractor shall maintain proper co-ordination with other agencies in maintaining progress of work. In case of any dispute, the decision of the Engineer-in-Charge shall be final and binding.

32. The contractor shall be required to comply with the provisions of Delhi labour welfare fund notified by the Delhi Govt. on 13.07.04 as per which if the contractor employs directly or through other persons, five or more than five persons on any working day during the preceding 12 months, owes a statutory obligation to deposit:-32.1 Fines realized from employees.32.2 Unpaid accumulations.32.3 Contribution of employees @75 paisa per employee, per six months.32.4 Contribution of employer Rs.2.25 per employee, per six months.

As per the provision of the above said Act. All employees are covered, except managerial and supervisory staff drawing as wages Rs.2,500/- per month or more, engaged in different establishments and if any employ fails to deposit the amount payable under the provisions of the said Act., penal interest

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

22

Page 24: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

would be charged @1% P.M. for first three months and thereafter penal interest would be charged @1.5% P.M. and the arrears are recoverable as arrears of “Land Revenue”.

33. The contractor shall have to make his own arrangement for housing facility for staff and labour away from construction site and shall have to transport the labour to and fro between construction site and labour camp at site own cost. No labour huts will be allowed to be constructed at the project site except a few temporary sheds for Chowkidars and Storekeeper. The decision about how many huts can be allowed for Chowkidars and Storekeeper at project site shall rest with the Engineer-in-Charge and the contractor shall have no claim on this account.

34. Labour cess @1% of the gross value of the work done will be deducted from each running & final bill as per Govt. of Delhi notification.

35. Contractor should provide at site suitable space as per Direction of Engineer in charge with two tables and four chair alongwith one Almirah for Engineer for effective quality of work and one separate room for testing of field tests.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

23

Page 25: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

ADDITIONAL CONDITIONS

1. The work shall be carried out in such a manner so as not to interfere or affect or disturb other works, being executed by other agencies, if any.

2. Any damage done by the contractor to any existing work shall be made good by him at his own cost.

3. The work shall be carried out in the manner complying in all respects with the requirement of relevant byelaws of the local bodies under the jurisdiction of which the work is to be executed and nothing extra shall be paid on this account.

4. The contractor shall make his own arrangement for obtaining electric connection (s) if required, and make necessary payment directly to the department concerned. The department will however make all reasonable recommendations to the authority concerned in this regard.

5. The Contractor or his authorized representative should always be available at the site of work to take instructions from departmental officers, and ensure proper execution of work. No work should be done in the absence of such authorized representative.

6. The structural and other drawings for the work shall at all times, be properly correlated before executing any work and no claim whatsoever shall be entertained in his respect.

7. The contractor shall maintain in good condition, all works executed till the completion of entire work allotted to the contractor.

8. Royalty at the prevalent rates and all other incidental expenditure shall have to be paid by the contractor on all the, metal shingle, earth sand, bajri etc. collected by him for the execution of the work direct to the concerned Revenue Authority of the State or Central Govt. His rates are deemed to include all such expenditure and nothing extra shall be paid.

9. The malba / garbage, removed from the site shall be disposed off by the contractor at designated Municipal dumping ground as directed by the Engineer-in-Charge. Nothing extra shall be paid on this account.

10.All work and materials brought and left upon the ground by the contractor or by his order for the purpose of forming part of the works, are to be considered to be the property of the President of India and the same are not to be removed or taken away by the contractor or any other person without special license and consent in writing of the Engineer-in-Charge, but the President of India is not to be in any way responsible for any loss or damage which may happen to or in respect of any such work or materials either by the same being lost or damaged by weather or otherwise.

11.The contractor should quote the rate in Schedule of Quantity in figures as well as in words. In case of discrepancy in the amount in figures and words the amount in words shall be taken as quoted amount. If he does not quote

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

24

Page 26: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

his rate for any item (s), leaving the space blank whatsoever, it will be presumed that he has loaded the cost of this / these items (s) on the other items and he will execute this / these item (s) at zero cost and the tender will be evaluated accordingly.

Special care should be taken to write the quoted rates in figures as well as in words,in such a way that interpolation is not possible. In case of figures the word 'Rs' should be written before the figures of rupees and words 'P' after the decimal figures e.g. Rs. 6.45 p and in case of words, the word 'Rupees' should precede and the words 'paise' should be written at the end, Unless the rate is in whole rupees and followed by the words "only" it should invariably be upto two decimal place. While quoting the rates in Schedule of Quantity the word 'only' should be written closely following the amount and it should not be written in the next line.

12.Unless otherwise provided in the schedule of quantities the rates, tendered by the contractor shall be all-inclusive and shall apply to all heights, depths, leads and lifts.

13.The contractor shall construct suitable godown at the contractor’s compound for storing the materials safe against damage due to sun, rain dampness, fire, theft etc. He shall also employ necessary watch and ward establishment for the purpose and no extra claim whatsoever shall be entertained on this account.

14.In the tender paper the word “CPWD” shall include PWD (GNCTD) wherever exists.

15.Cement bags shall be stored in two separate godowns, one for tested cement and the other for fresh cement (under testing). These godowns shall be constructed by the contractor at his own cost as per sketch given in the general conditions of contract for CPWD works-2014 with weather proof roofs and walls. The size of the cement godown is indicated in the sketch for guidance only. The actual size of godown shall be as per site requirements and nothing extra shall be paid for the same. The decision of the Engineer-in-Charge regarding the capacity needed will be final. However, the capacity of each godown shall not be less than 200 tonnes. Each godown shall be provided with a single door with two locks. The keys of one lock shall remain with Engineer-in-Charge of the work and that of other lock with the authorized agent of the contractor at the site of work so that the cement is issued from godown accordingly to the daily requirement with the knowledge of both parties. The account of daily receipt and issue of cement shall be maintained in a register in the prescribed proforma and signed daily by the contractor or his authorized agent in token of its correctness.

16.Material shall be kept in joint custody of the contractor and the representative of the Engineer-in- charge. The empty containers shall not be removed from the site of work till the relevant item of work has been completed and permission obtained from the Engineer-in-Charge.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

25

Page 27: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

17.The area shall be kept dry when the work is in progress even below water table. Nothing extra shall be paid for removal of slush / sludge, bailing out water due to sub-soil condition, rains, spring etc.

18.If required the contractor shall have to work during nights also. He shall make the necessary arrangements for lights etc. for nights or even if lights are required due to any other reason. Nothing extra shall be paid on this account. The rates shall include the above elements.

19.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 from 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 sheds for chowkidars and storekeepers. The decision about how many huts can be allowed for chowkidars and storekeepers at project site shall rest with the Engineer-in-Charge and the contractor shall have no claim on this account.

20.Labour cess @ 1% (one percent) of the gross value of work done shall be deducted as per Building & other construction workers (RE&CS) Act 1996 (Main Act) and the Building & other construction workers’ Welfare Cess Act 1996 (Cess Act) in the National Capital Territory of Delhi.

21. For taking the permission to execute the work, if any required from any Government Department like Delhi Traffic Police, DJB etc. the contractor will associate themselves with the department.

22. The concretization shall not be allowed up to 1 meter around existing tree on work site. No measurement shall be done for payment for concrete within 1 meter around tree and rectification shall be done at the risk and cost of contractor. The contractor shall be penalized for Rs. 1,000/- for violation of each case. The contractor shall also take all precautionary measures to avoid any damage to existing trees and plants. All necessary arrangement shall be made by the contractor. No extra payment shall be made to contractor on this account.Wherever because of width of the road/footpath/divider/drain etc. it is not possible to leave area of 1 meter around the trees then the space shall be left to lesser dimensions commensurate with the space available, but it shall be ensured that the trees have sufficient area for receiving the water and air to its roots. Any deviation from the dimension of 1 meter shall be made only after approval of Engineer-in-charge.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

26

Page 28: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

SPECIAL CONDITIONS

1. The work will be executed under foul condition and in flowing water. The contractor has to pump out the water/make arrangement for diversion channel of flowing water if required at site. Nothing extra shall be paid on this account.

2. (a) The Contractor(s) shall inspect the site of work before tendering and acquaint himself with the site conditions and no claim on this account shall be entertained by the department.

(b) The contractor(s) shall get himself acquainted with nature and extent of the work and satisfy himself about the availability of materials from kiln or approved quarries for collection and conveyance of materials required for construction.

3. The contractor(s) shall study the soil investigation report for the site, available in the office of the Engineer-in-Charge and satisfy himself about complete characteristics of soil and other parameters at site. However, no claim on the alleged inadequacy or incorrectness of the soil data supplied by the department shall be entertained.

4. The tenderer shall see the approaches to the site. In case any approach from main road is required at site or existing approach is to be improved and maintained for cartage of materials by the contractor, the same shall be provided, improved and maintained by the contractor at his own cost. No payment shall be made on this account.

5. Contractor shall take all precautionary measures to avoid any damage to adjoining property. All necessary arrangement shall be made at his own cost. Any damage caused by the contractor to the contractor to the existing building/ installations /roads/ boundary walls shall be made good by him (the contractor) at his own cost.

6. The contractor shall take all precautions to avoid accidents by exhibiting necessary caution boards day and night, speed limit boards, red flags, red lights and providing barriers. He shall be responsible for all damages and accidents caused to existing / new work due to negligence on his part. No hindrances shall be caused to traffic, running of hospital services during the execution of the work.

7. Royalty at the prevailing rates wherever payable shall have to be paid by the contractor on the boulders, metal, shingle, sand and bajri etc.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

27

Page 29: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

Or any other material collected by him for the work direct to revenue authorities and the department shall pay nothing extra for the same.

8. The contractor shall provide at his own cost suitable weighing, surveying and leveling and measuring arrangements as may be necessary at site for checking. All such equipment shall be got calibrated in advance from laboratory, approved by the Engineer-In-Charge. Nothing extra shall be payable on this account.

9. The contractor shall take instructions from the Engineer-In-Charge regarding collection and stacking of materials at any place. No excavated earth or building rubbish shall be stacked on areas where other buildings, roads, services and compound walls are to be constructed.

10. Contractor shall provide permanent bench marks, flag tops and other reference points for the proper execution of work and these shall be preserved till the end of work. All such reference points shall be in relation to the levels and locations, given in the Architectural and plumbing drawings.

11. The contractor(S) shall give to the municipality, police and other authorities all necessary notice etc. that may be required by law and obtain all requisite license for temporary obstructions, enclosures etc. and pay all fee, taxes and charges which may be leviable on account of these operations in executing the contract. The Contractor(S) shall make good any damage to the adjoining property whether public or private and shall supply and maintain lights either for illumination or for cautioning the public at night.

12. a) On completion of work, the contractor shall submit at his own cost four prints of “as built” drawings to the Engineer-In-Charge. These drawings shall have the following information.i) Run off all piping and their diameters including soil, waste pipes

and vertical stacks.ii) Ground and invert level of all drainage pipes together with locations

of all manholes and connections, upto outfall.b) Run off all water supply lines with diameters location of control

valves, access panels etc. In case the contractor fails to submit the aforesaid drawings to the Engineer-in-Charge, the security deposit shall not be released.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

28

Page 30: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

13. Water tanks, taps, sanitary, water supply and drainage pipes, civil fittings and accessories should conform to byelaws and municipal body / corporation where CPWD Specifications are not available. The contractor should engage licensed plumbers for the work and get the materials (fixtures/fittings) tested by the Municipal Body / Corporation authorities wherever required at his own cost.

14. The contractor shall give performance test of the entire installation(s) as per the standing specifications before the work is finally accepted and completion certificate is recorded by the Engineer-in-Charge. Nothing extra whatsoever shall be payable to the contractor for the test.

15. Any cement slurry added over base surface for continuation of concreting for better bond is deemed to have been included in the items and nothing extra shall be payable on this account, also the cement consumed on this account shall not be considered in theoretical consumption. For RCC work, only factory made round type cover block shall be used. For Brick work unless otherwise specified FPS bricks shall be used in all items of work. The classification of bricks brought by the contractor shall conform to the CPWD Specifications.

(b) The contractor shall get the water tested with regard to its suitability and conforming to the relevant IS Code. The contractor shall obtain written approval from the Engineer-in-Charge before he proceeds by using the same for execution of work.

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

17. The work shall be carried out in accordance with the Architectural drawings and structural 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 and structural drawings issued for the work and satisfy himself that the information available there from is complete and unambiguous. The discrepancy, if any, shall be brought to the notice of the Engineer-In-Charge before execution of the work. The contractor alone shall be responsible for any loss or damage occurring by the commencement of work on the basis of any erroneous and or incomplete information.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

29

Page 31: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

18. Other agencies will also simultaneously execute and install the works of internal electrical installations, sub-station / generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford necessary facilities for the same. The contractor shall leave such recesses, holes, openings trenches etc. as may be required for such related works (for which inserts, sleeves, brackets, conduits, base plates, clamps etc. shall be supplied free of cost by the department unless otherwise specifically mentioned) and the contractor shall fix the same at the time of casting of concrete, stone work and brick work, if required, and nothing extra shall be payable on this account.

19. (i) All materials obtained from Govt. Stores or otherwise shall be got checked by the Engineer-In-Charge or his any authorized supervisory staff on receipt of the same at site before use.

(ii) All material shall only be brought at site as per programme finalized with the Engineer-In-Charge. Any pre-delivery of the material not required for immediate consumption shall not be accepted and thus not paid for.

20. 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 in a proper co -ordination manner and shall perform it in proper sequence to the complete satisfaction of others.

21. The Architectural drawings given in the tender other than those indicated in nomenclature of items are only indicative of the nature of the work and materials/fixtures involved unless otherwise specifically mentioned. However, the work shall be executed in accordance with the drawings duly approved by the Engineer-In-Charge. Architectural drawings are available in the office of Engineer-in-Charge and can be seen.

22. Normally contractors shall not be allowed to work at night. Work at night shall, however, be allowed if the site conditions / circumstances so demand. However, if the work is carried out in more than one shift or at night, no claim on this account shall be entertained. In such situations the contractor shall make available to the department proper means of transport such as vehicle at his own cost.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

30

Page 32: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

23. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services encountered in the course of the execution of work shall be protected against the damage by the contractor's own expense. The contractor shall not store materials or otherwise occupy any part of the site in a manner likely to hinder the operation of such services. In no case such services should be stopped to the existing buildings.

24. The contractor shall be responsible for the watch and ward / guard of the buildings, safety of all fittings and fixtures including sanitary and water supply fittings and fixtures provided by him against pilferage and breakage during the period of installations and thereafter till the building is physically handed over to the department. No extra payment shall be made on this account.

25. The day to day receipt and issue accounts of different grade/brand of cement shall be maintained separately in the standard Performa by the Jr. Engineer-in-charge of work and which shall be duly signed by the contractor or his authorized representative.

26. The contractor shall be fully responsible for the safe custody of materials brought by him issued to him even though the materials are under double lock key system.

27. The contractor shall procure the required materials in advance so that there is sufficient time for testing of the materials and clearance of the same before use in the work. Any pre-delivery of the materials not required for immediate consumption shall not be resorted to. The contractor shall provide at his own cost suitable weighing and measuring arrangements at site for checking the weight / dimensions as may be necessary for execution of work.

28. No payment shall be made to the contractor for any damage caused by

rain, floods, earthquake or any other natural causes whatsoever during execution of work. The contractor at his own cost will make the damages to the work good and no claim on this account shall be entertained.

29. For construction works which are likely to generate malba / rubbish to the tune of more than a truck load, contractor shall dispose of malba, rubbish & other unserviceable materials and wastes at his own cost to the notified specified dumping ground and under no circumstances these shall be stacked / dumped even temporarily, outside the construction premises.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

31

Page 33: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

30. Any damage done by the contractor to any existing work or work being executed by other agencies shall be made good by him at his own cost.

31. On account of Security consideration, there would be some restrictions on the working hours, movement of vehicles for transportation of material and location of labour camp. The contractor shall be bound to follow all such restrictions and adjust the programme for execution of work.

32. In case, there is any discrepancy between English version and corresponding Hindi version, if provided, then the provisions in English Version will prevail.

33. The contractor shall be bound to follow the instruction and restrictions imposed by the Administration/Police authorities on the working and/or movement of labour, materials etc. and nothing extra shall be payable on this account or due to less/restricted working hours or suspension of work or any detours in movement of vehicles due to stated instructions and restrictions.

34. The contractor shall also be required to follow the rules & restrictions imposed on working /movement/stacking of materials by the local competent authority at all times. Nothing extra shall be payable on this account.

35. The contractor should remove from site, the net surplus earth only. If he disposes earth more than the surplus quantity and earth is required later to be brought from outside, the contractor shall be liable to supply at site the such required quantity of earth of required quality at his own cost and nothing shall be paid on the account. The quantity of the surplus earth to be disposed off from the site shall be worked out on the basis of levels to be taken before and after the excavation. The decision of the Engineer-in-charge regarding the quantity of net surplus earth shall be final & binding. Nothing extra shall be payable to the contractor for stacking the excavated earth.

36. Contractor shall give the Engineer-in-Charge on the 4th day of each calendar month, a progress report of the work done during previous month.

37. The contractor shall, at his own cost and risk, provide and operate all the required equipment, T & P and machinery as required at site. The

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

32

Page 34: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

contractor shall, however, be required to provided and operate following minimum equipment, T & P & Machinery at site.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

33

Page 35: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

Additional Special Condition1. It may be asked to execute the work in parts at various places, to cause least disturbance to

traffic. The contractor shall submit a program chart item wise by way of Bar Chart depicting the place of work, item to be carried out with expected date of start and expected date of completion for approval of Engineer-in-Charge.

2. No portion of road shall be left after carrying out excavation only. Digging shall start after arranging full quantities of material required for completion of portion of work taken in hand.

3. All precautions shall be taken by excavating trenches for possible encounter of cables underneath to avoid accidents.

4. It is often noted that contractors while dumping their construction materials on the footpath berms of the roads do not take adequate care with the result that construction material often spills over to the carriage way. The same is a very undesirable practice and a traffic hazard which is not to be permitted. It is a term of contract without prejudice to various other conditions regarding contractor’s liability for safety, that the contractor must taken adequate precautions to ensure that no spillage of construction material takes place on to the carriage way. Failure to observe this will make the contractor liable to pay compensation Rs. 100/- (Rupees One hundred only) per metre length of each carriage way as affected by spill over of construction material, per day subject to a maximum of 5% (five percent) of the estimated cost of the work put to the tender. The decision of the Engineer-in-Charge in this regard shall be final and binding on the contractor.

5. As per orders issued by Hon’ble National Green Tribunal (NGT) in respect of improvement of ambient air quality, the agencies shall ensure that all the trucks or vehicles of any kind which are used for construction purposes and/or are carrying construction materials like cement, sand and other allied material shall be fully covered. The vehicles would be properly cleaned, shall be dust free and/or other precautions would be taken to ensure that en-route their destinations, the dust, and or other particles are not permitted to be released in the air and/or contaminate air.

6. No melting/hot mixing of bitumen / bituminous byproduct is allowed at site/open roads, it is the responsibility of the agency to ensure that their activity does not cause any air pollution during the course of execution of work and/or storage of material or any other activity. In the event of default the agency shall be liable to be prosecuted under the law in force as well as for causing environmental pollution and shall also be liable to pay compensation which would be determined by the tribunal in accordance with law.

7. During the execution, cleaning of the surface will be done by the sucker machines instead of traditional air compressors, so that air pollution can be prevented. The contractor shall also ensure that there will be no burning of leaves, branches, garbage, bitumen etc any material at site.

8. The agency would not be permitted to store / dumping of construction material or debris on the metalled road.

9. Construction material or debris stored shall be completely covered by tarpaulin at physically demarcated space by the Engineer in charge. Agency shall also ensure that such storage does not cause any obstruction to the free flow of traffic and / or inconvenience to pedestrians.

10. Agency shall ensure that all the labourer persons should wear the medical mask at site during the execution of any work. Nothing shall be paid extra on this account.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

34

Page 36: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

11. All the vehicles deployed at site should not be more than ten years old ( for diesel vehicles )& not more than Fifteen years (for petrol vehicles)

12. All other taxes prevalent as per rules shall be recovered from the gross amount of total work done.

13. Work Contract TaxRecently the Govt. of NCT of Delhi, has enacted a new works contract Act 1999, which has come into force 1/12/1999, while applying for tender documents and while quoting the contractors shall take in to account the following.i) No tender will be issued to the contractors unless they furnish a certified copy of

Sales Tax Clearance Certificate/Registration Certificate as issued to them by the Sales Tax Department Govt. of Delhi.

ii) The department shall deduct 3% tax on the value of work done from each bill of the contractor. In lieu, the department shall issue a certificate of deduction of the tax at source to the contractor in form IX.

14. Provision for labour camp :-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 from 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 sheds for chowkidars and storekeepers. The decision about how may huts can be allowed for chowkedars and storekeepers at project site shall rest with the Engineer-in-charge and the contractor shall have no claim on this account. This issues with the approval of DG(W) vide No.CSQ/C&M/C37(8)/2005/688 dated 07.07.2006

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

35

Page 37: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

Sub: Compliance of labour laws and model rules for workers employed by contractors and CPWD contractor’s labour regulations to be complied by the contractor.

1) In terms of clause 19 of the GCC, a valid labour license is obtained by the contractor before start of work in terms Contract labour (Regulation & Abolition) Act : 1970.

2) In terms of clause 19L of the GCC, ESI & EPF Contributions are to be paid by the contractor, for which contractor is to get registered himself with EPFO & ESIC

3) Labour employed by the contractor has obtained smart card of ESI, which is essential for imparting medical facility to labour.

4) Labour employed by the contractor has registered themselves with building and other construction worker Act 1996 to get applicable benefits.

5) Record prescribed in “ CPWD Contractor’s labour Regulations” laid down in GCC are maintained. These include registers for workmen employed by the Contractor, muster roll, register of wages, wages slip, employment card, service certificate, register of fines, register of deduction for damage of loss, register of overtime and register of advance.

The compliance of above is absolutely essential so that benefits and facility granted by relevant acts related to contract labour actually reach them.

This shall be duly complied and verified by SE & EE in the following format:1 Name of contractor2 Details of contracts with the contractors in the zone

SNO Agreement No Name of work

3 Following details for each agreementi) Nos of workers deployedii) Labour License numberiii) EPFO Registration Noiv) ESIC registration Nov) ESIC Smart Card to labourvi) Registration of worker with BOCW Labour Welfare

Boardvii) Fortnightly labour report pertaining to the period

January to april 2015 alongwith wage register

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

36

Page 38: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

Special condition for submission of final bill by contractor for road works.

It is observed that bills for road works are generally submitted very late by contractors and such executed works become difficult to be verified due to late submission of bills. To avoid such problems following special condition for uploading measurements/bills/photograph on website may be added in all road works.

1. All measurements of all items having financial value shall be entered by the contractor and compiled in the shape of the Computerized Measurement Book having pages of A-4 size as per the format of the department and shall be submitted online within 7 days of the execution of the road work along-with copy of supporting photographs uploaded on the website.

2. The contractors shall submit his final bill to the Executive Engineer within 15 days of completion of work. No further claims shall be made by the contractor after submission of the final bill and these shall be deemed to have been waived and extinguished.

3. In case he fails to submit the final bill by this time, the bill shall be accepted by the Executive Engineer only if it is approved by competent authority as per details below depending upon the quantum of delay in submission of final bill –

S. No.

Competent Authority to Condone delay in submission of final bill

Time taken in submission of final bill after completion of work that can be condoned by the authority.

1 SE 16-30 days2 CE 31-45 days3 Pr CE 46-60 days4 E-in-C 61-75 days5 Secretary PWD 76-90 days

4. The contractor shall forefeet his claim in case he fails to submit his bill within 90 days after completion of his work.

5. Terms & condition for releasing payment of final bill after receipt shall be as per clause 9 of

the agreement.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

37

Page 39: NIT No - delhigovt.nic.indelhigovt.nic.in/upload/057-2016-00721.doc  · Web viewThe quality assurance program should include method statement for various items of work to be executed

SCHEDULE OF QUANTITYName of Work : A/R & M/o various roads under PWD WR-1 dg. 2015-16. SH: Providing services of Computer Operator in the office of the EE, PWDWR-1

I.No. Description Quantity Rate Unit Amount

1 Providing services of Computer Operator having qualification minimum Graduate for making the schedule of quantities, tender documents, and other miscellaneous work of Office of the EE/PWD WR-1 and heaving a knowledge of Internet PIMS/E-tendering Process Govt. of Delhi, between office hours on all working days (i.e. 9.30 A.M. to 5.00 P.M. including half hours lunch time) complete as per direction of Engineer-in-Charge.

12 Nos. 14538.30each per

month174460.00

2 Over time after and before working hours 320 hours 67.15 per day 21488.00

195948.00

Condition: - 1 The firm will provide a person of having good knowledge of latest model of computer, Internet and Delhi

Govt. TINS/PIMS/E-procurement systems regarding tenders, road cutting and other relevant documentation and CPWD/PWD Rules and Procedures and accounting system and he/she will do the above work satisfactorily. The person engaged shall have a minimum experience of three years in the field of computer after completion of course Certificate of Computer from Govt. Institute.

2 Payment will be made monthly and through cheque/Cash as per minimum wages Act. And as per CPWD contractor's labour regulation.

3 Duty hours shall be observed as per normal working hours including half hours lunch break.4 In case of default in providing the services of required standard of Engineer-in-Charge suitable

manpower shall be engaged by the Engineer-in-Charge at Market Rates and recovery at twice the proportionate daily rate payable or market rate whichever is more shall be made for the agency.

5 The repetition of such failure may lead rescission of contract without any notice.

CORRECTION (C) NIL INSERTION (I) NIL

DELETION (D) NIL

38