Anda di halaman 1dari 11

GUIDELINES FOR

METRO ENGINEERS

Vigilance Awareness Week


29th October to 3rd November, 2012

Published by:
Chief Vigilance Officer

DELHI METRO RAIL CORPORATION LTD.


Metro Bhawan, Fire Brigade Lane, Barakhamba Road, New Delhi
Vigilance Awareness Week
29th October to 3rd November, 2012

CONTENTS
(Based on stages of project execution)
ADMINISTRATIVE APPROVAL AND EXPENDITURE SANCTION 1
DETAILED ESTIMATE 1
APPOINTMENT OF CONSULTANTS 1
In Delhi Metro Rail Corporation we are
INVITATION OF TENDERS 2
AWARD OF WORK 3 determined to build a world-class metro.
WORK AGREEMENT 4
We have to ensure the highest standards
PAYMENT TO CONTRACTORS 4
SITE RECORDS 5 in quality of not only the final product but
QUALITY IN CONSTRUCTION
also of the process to achieve it. By
Earth
l Work 6
Concrete
l Work 7 following laid down procedures and taking
RCC
l Work 7
simple precautions in Civil Engineering
Brick
l Work 8
Stone
l Work 8 and other works we can achieve the above.
Wood
l Work/ Aluminum Work/Glass Work 8
Here are a few guidelines to serve as a
Steel
l Work 9
Flooring
l 9 ready reckoner.
Roofing
l 10
Finishing
l 10
Water
l Supply, Sanitary Installations and Drainage 10
Road
l Work 11
Horticulture
l Work 11
Check
l points at various stages 12
Common
l irregularities observed in execution during 14
checks of various works
Developing
l a Philosophy of Life for Public Procurement 16
Vigilance Awareness Week
29th October to 3rd November, 2012

Administrative Approval and • Providing unworkable or less time in the • Picking up the consultants from very payment to consultancy such as
D.E. for the execution of works. old panel formed by department and release of 60% of total payment due
Expenditure Sanction.
• Preparing the detailed estimate without allotting the contract in an arbitrary even though work has not physically
• Non-preparation of preliminary cost manner. commenced.
supporting detailed drawings and
estimate (PE) on the basis of standard
without conducting soil investigation. • Awarding the consultancy contract at • Non-judicious excess amount paid to
schedule of rates/current market.
• Inflating the cost of D.E. by changing pre-determined/adhoc rates and not consultants for travelling expenses,
• Taking up works without receipt of resorting to competitive price bids. sometimes even more than their fees.
the scope and specifications of work, in
administrative approval and
variance to sanctioned corresponding • Appointing consultants for Invitation of Tenders
expenditure sanction.
provisions of P.E. architectural, structural and other
• Taking up inflated provisions in the P.E. services, even though in house facility • Improper drafting of tender documents
• Repetitive stipulation of the same containing obsolete, unwanted matter
with intention to re-appropriate savings is available with the department.
component in more than one item of and conflicting, vague and ambiguous
to other works for which administrative
D.E. thereby resulting in undue over • Not finalizing formal contract provisions resulting in wrong
approval and expenditure sanction do
payments. agreements with consultants, even interpretations, disputes delays and
not pertain.
• Stipulation of same item repeated in though works are completed or are loss to the Organization.
• Major changes in scope and nearing completion.
other subheads of D.E. resulting in • Non-preparation of draft tender
specification during execution, thereby
quoting of dissimilar rates by the • Nor taking punitive action against documents including N.I.T. and
indicating the P.E. provisions were not
tenderers. consultants although they have failed approval of the same from competent
properly contemplated.
• Giving of free hand to consultants in the in satisfactory rendering of services as authority before call of tenders.
Detailed Estimate(D.E.) preparation of D.E. with the result that per terms of contract.
• Inadequate publicity period.
• Non accord of sanction to DE by the they tend to inflate the cost by providing • Non-inclusion of clause related to
very costly items on large scale basis, submission of performance guarantee • Wide publicity not given through
Competent Technical Authority of
e.g. imported materials, excessive by the consultants in the contract circulation in local and national dailies
Department.
aluminum & granite work, costly agreement to ensure timely and of repute in regional & English
• Accord of technical sanction to languages. Notice and Tender
DE without scrutiny and technical structural systems and architectural satisfactory performance of the
features etc. services. document not uploaded on website.
soundness of proposal, i.e. without
• Provisions of items stipulating use of • Not fixing the maximum ceiling of • The eligibility/pre-qualifying criteria
vetting the detailed estimate submitted
imported materials taken in the D.E. payment. The consultants tend to either not specified clearly or made
by the consultant after checking rates,
even though equivalent standard increase the cost of work for the sake of very stringent thereby restricting
items, specifications, etc.
quality of indigenous materials are more fees. numbers of intending bidders.
• Nomenclature of items of D.E. deficient
available. To conserve foreign currency • Not defining nature of repetitive type of • Firms pre-qualified without verifying all
and ambiguous, not framed properly
use of imported materials needs to be work in contract agreement. Fee for the prescribed parameters e.g. proof
and not indicating clearly the scope of
discouraged while preparing estimate. repetitive type of work is less. of satisfactory completed works/
the items of work is inappropriate.
• DE is technically sanctioned on the annual turn over, I.T.C.C. enlistment,
• Not undertaking proper rate analysis of • Releasing payments, even though license etc.
non-schedule/non-SOR items based basis of accepted cost of works, which services required to be rendered were
is not proper. not completed in all respects. • Pre-qualification criteria laid down in
on N.B.O./CPWD guidelines but
press notice not followed in true spirit
adoption of arbitrary rates for such Appointment of Consultants • Allowing consultants in office for and conditions made more stringent
items resulting in unjust increase to receiving and opening of pre-
• Appointment of consultants without which results in fewer parties
estimated cost is inappropriate. qualification bids.
proper publicity through press competing resulting in restricted
• Sheets containing details of advertisement & without collecting • Allowing consultants to receive cost of competition with higher rates.
measurements on the basis of which adequate data about their sale proceeds of tender documents • Accepting proof of satisfactory
quantities have been worked out, performance, capabilities and issued to tenderers on behalf of the completed work executed with private
should form part of D.E. so that reasons experience. Organization. organization without TDS certificate
for deviation during actual execution of
• Liberal terms and conditions of from the intending tenderer.
work may be checked.

1 2
Vigilance Awareness Week
29th October to 3rd November, 2012

• Calling open tenders without any • Acceptance of lowest tender without papers furnished by them and are later • Stipulations regarding supply of water
eligibility criteria and subsequently comparing with the quoted/accepted found to be false. and power in the contract are not
making assessment regarding rates of other similar on going works. stated clearly but are ambiguous.
capability eligibility of the contractors
Work Agreement
• Tender sale and opening registers not • Although stipulated period of
which may be biased or arbitrary. maintained properly. Pages not • Contract documents are found to be completion as per contract expires,
• Pre-qualification of contractors known numbered and register not issued and incomplete and a lot of unwanted valid extension of time is not issued by
to the officials of the department. signed by competent authority. papers are kept in the contract the Organization or action taken
documents while vital papers such as against firms in case delay is
• Providing “Rate only or alternate items” • The work thought labeled as emergent original price bids, letters of
in the tender documents, thus awarded without following set rules attributable to them.
negotiations etc. which should form
receiving abnormally high rates and procedures but later on completion part of the contract document are kept • Contractor’s representative authorized
against such items and operating on abnormally delayed. elsewhere in loose files. to sign tender documents etc. without
them during execution. • Limited and single tenders accepted proper valid registered Power of Attorney.
• Contract documents are not bound and
• Tender documents stipulated for without proper-recorded reasons and serially page numbered and kept in • Provisional extension of time granted
advance payment against old without approval of competent safe custody. by the authority not competent to do
machinery and equipment already in authority though the same were so.
possession of the contractors. Such required as per provisions prescribed • Execution of agreement takes place
after commencement of work and • Agreement stipulation with regard to
advances are not admissible. in tender manual of the organization. approval of samples or materials not
Advances on only new machinery sometimes even after release of
• Detailed market rate justification payment. adhered to.
equipments proposed to be purchased prepared by taking inflated market
for the intended work are admissible. • Contract agreement is not signed by • Payment made on account of price
rates thereby increasing the justified escalation although the clause is not
cost resulting in acceptance of work at witnesses and agency in the
Award of Work appropriate pages of the document. included in the contract agreement.
higher rates.
• Acceptance of additional conditions • Insurance as per terms of contract is Payment to Contractors
having financial implications during • Drastic reduction in scope after award
of work even though the contractor not undertaken although specific • Allowing excessive deviations in
negotiations, though these were not stipulation prescribed in contract
initially stipulated by the tenderer. allowed mobilization and other quantities of agreed items indicates
advances on the basis of accepted agreement. improper estimation and is
• Non-finalization of tenders within cost, thereby giving undue benefit to • Validity of bank guarantee and advantageous to the agency.
validity period. Repeated extension the agency. insurance policies are allowed to lapse
of work may lead in withdrawal by • Non-execution or less execution of
• The tender in first call are rejected prior to the period up to which these abnormally low rated items, thereby
L-1 firm. documents were required to be valid.
without proper-recorded reasons. The allowing undue benefit to the agency.
• Deliberate splitting of work & calling tenders during second call are • Bank guarantees furnished by
tenders to bring the tender value within • Substitution/deletion of items for which
accepted at higher rates. contractors are not verified for their contractor has quoted very low rates
the powers of the lower level accepting genuineness from issuing banks.
authority. • After opening of price bids, pre- thus giving undue benefit to the
qualified firms are declared • Non compliance of agreement agency.
• Ignoring lowest tenderer on the plea of incompetent even though they are on stipulations with regard to obtaining
being technically unsuitable or due to • Increasing quantities of abnormally
the selected list. labour license before starting work, high rated items to give undue benefit
unsatisfactory performance or on other employment of technical staff by the
flimsy grounds. • Items are deleted from the tender after to the agency.
the opening of price bids to take the firm, fortnightly labour reports safety
• Award of work without availability of precautions and other ancillary • Payment of inadmissible extra items.
favoured contractor as the lowest.
land or without approval of plans from facilities to be provided by firms. • Allowing exorbitant rates for extra and
Local Municipal Authority. • Similar identical contracts allotted for substituted items.
the same site and period but at different • In the schedule of quantities appended
• Short listed firms not brought as in contract agreements, rates • Use of loose sheets or registers
rates.
par technically before opening of mentioned only in figures and not in (unnumbered & unsigned) for
price bids. • Works awarded to contractors without words. recording of measurements.
proper verification of antecedents/
3 4
Vigilance Awareness Week
29th October to 3rd November, 2012

• Test checks of measurements not the same with subsequent measured • Samples of materials for testing not maintained.
carried out to the required extent by bills. collected by the contractor in the • Record of receipt and consumption of
supervisory officers. • Excise duty and sales tax/VAT presence of department/consultants. bitumen not maintained.
• Allowing excessive part rates for the reimbursed without verifying the proof • Site laboratory not set up although • Record of temperature of DBM & DBC
items, even though items are still of payment. provisions exist in contract agreement. not maintained.
incomplete and unfinished. • Remaining work allotted to another • Record of fineness modules (gradation) • Daily bitumen consumption registers of
• Granting of secured advance for larger agency at extra financial liability to the and silt content of sand not maintained. hot mix plant not maintained.
quantities of materials than required department instead of taking risk and • Record of sieve analysis, hardness,
for work. cost action against the defaulting • Record of materials for W.B.M.,
deleterious content flakiness etc. of comparison of theoretical comparison
• Payment of secured advance at contractor. coarse aggregate not maintained. with actual consumption of material of
excessive rates than permissible as Site Records • Design mix not done by approved lab W.B.M. not maintained.
per quoted rate of the items. with every change of source of material
• Registers maintained at site neither Quality in Construction
• Payment of secured advance without page numbered nor issued and signed make and grade of cement.
adequate testing of materials. • Cube strength Record of design mix if
(Earth Work)
by Engineer in charge.
• Non-effecting recoveries of advances specified on agreement not maintained. • Earthwork not computed by plotting
• Compliance of instructions issued in
in time. cross-section (prepared based on
site order book not recorded by the • Cube strength not done as per
initial and final level) and calculating
• Non-recovery of water/electricity and Engineer in charge/consultants. specified frequency and record not
quantities based on total average area
testing charges from the contractor • Copies of invoices/ challans also not maintained.
method gives higher results.
where it is their liability under the kept to ascertain whether materials of • Test of water not maintained and not
contract. • Measurement of hard and soft rock not
required brands have actually been carried out as per specified frequency.
based on stack measurements and
• Allowing escalation payment for the procured for the work from the • Water cement ratio/slump record not voids not deducted.
work done beyond stipulated period of authorized distributors/dealers. maintained or slump provided higher
completion, without valid grant of • Items include work under water
• Lot wise test certificates of cement and than specified in design mix report.
extension of time. condition or under foul condition as per
steel issued by the manufacturers not • Record of check of surface undulations agreement but in actual fact such
• Undue payments to the agency by way obtained. in case of cement concrete pavement/ situations do not prevail. So payment
of wrong/over measurements of items. • Cement and steel procured by the bitumen pavement not maintained. made is not as per actual site
• Serviceable materials obtained from contractor in very small lots and the • Record of test of sample of DBM & DBC conditions.
dismantling not properly accounted same used in work without prior for bitumen content, grading of • Measurements recorded are not actual
for. testing. aggregate & field density not and restricted to drawings if lower
• Recording measurement under wrong • Not carrying out mandatory tests on maintained. measurements are mentioned therein.
items of the work thereby resulting in materials as prescribed in contract • Record of test of compaction of earth • Working space apart from offsets or
over payment. agreement or in BIS code. not maintained. slopes provided in CPWD
• Retention money was released before • Proper records of bitumen, paints lead • Record of testing of earth brought from specifications are given while taking
it is due. anti-termite and water proofing works outside not maintained. measurements for earthwork.
• Recording fictitious date of completion from the specialized agencies
• Record of testing of earth disposed off • Offsets and side slopes exceeding
of work, although work is not entrusted with these works.
as unserviceable not maintained. admissible limits.
completed. • Not getting specialized works done
• Test for deleterious material for sand • At the point of disposal the disposed
• Rebate offered by contractor not taken from specialized agencies or engaging
and coarse aggregate not carried out. material is not stacked and leveled or
into account while working out rates of inexperienced specialized agencies
• Testing of piles not undertaken and neatly dressed.
substituted and extra items. without prior approval of competent
authority. records not maintained. • Lead/lift chart is not prepared.
• Releasing ad hoc/advance payments
• Materials tested from private • Record of level of bottom/top of GSB, • Place of disposal is not indicated in
to the contractor and not regularizing
unapproved test houses. WMM, WBM, DBM & DBC not M.B.

5 6
Vigilance Awareness Week
29th October to 3rd November, 2012

• Layout is not as per structural disintegrated and soft pieces used. approved brand and not tested before • Queen closers are not used near the
drawings/architectural drawings. • Sand of finer grain size and with more use. end of walls; this results in vertical
• Footing size/column sizes etc. are not silt content than required used. • Thickness of finishing on RCC surface joints in successive course coming one
cast as per structural drawings. was in excess of requirement. over the other.
• Honeycombing found.
• Sand filling in foundation is of thickness • Thickness of concrete under • Reinforcement found exposed on Quality in Construction
less than that provided in drawings and foundations floors found less. removal of form. (Stone work).
recorded in measurements. • Throating and drip mouldings to chajjas
• Concrete not mixed by mechanical • Stone masonry carried out without use
• Earth brought from outside is not of mixer but hand mixed. not provided. of bond stone or required nos. of bond
good quality • Agreement stipulated for controlled stones.
• Curing arrangements are not proper.
• Surplus earth first disposed off and Date of casting not marked. design mix concrete, but volumetric • Position of bond stones not marked
then imported and paid. Total concrete mix allowed, thereby with paint.
excavation is more than total filling • Concrete found bulged and not to the compromising with the quality of work
plumb. • Leveling course of P.C.C. in case of
required but still payment of earth and allowing undue benefit to the
• Baskets used for aggregate instead of R.R. Masonry at required places not
brought from outside is made. agency.
measuring boxes of required sized. provided.
• Although surplus earth has some • Position and details of construction
• Height of individual stones as
value, the contractor realizes its Quality in Construction joints not shown in the structural
compared to length and width not
disposal as well as sale. (RCC Work) drawing.
proportional as specified.
• Measurement of earth disposed off is Quality in Construction
• Same as for concrete work. • Joints not fully filled with mortar.
made as per trucks without deduction
of voids. • Reinforcement found less than (Brick Work) • Quality of cement mortar is poor.
specified in structural drawings. • Hollow vertical joints in brick. • Thickness of masonry joints in excess.
• Compaction of earth by road roller
within building is paid for which is • Overlaps in reinforcement were not of • The thickness of brick tiles is less than • Cramps, pins and dowels not provided
neither feasible nor admissible. required length and not suitably specified. for stone veneering/lining work.
staggered. • Joints in brickwork found wider than
• Earth filling under floors is excessive • Dressing of stones not as per
and done without stabilization or earth • Binding wire of lesser diameter is used required. specification.
or earth compactors/surface vibrators. and it is not tied at every cross section. • Expansion joints in boundary wall filled • Workmanship of poor quality with
• Extra payment for grass cutting and • Broken brick bats/wooden pieces used up with cement mortar. reference to lines and levels.
removal of trees is made although the to provide cover for reinforcement • Ordinary bricks used.
same is included in the item of instead of proper cover blocks of Quality in Construction
• No racking of masonry joints.
earthwork. adequate strength. (Wood work/ Aluminium Work/
• Spacing of reinforcement not • Bricks not being test for efflorescence. Glass work).
• Compaction of earth is not done as per
O.M.C. and not checked by Proctor maintained as required. • Ratio of mortar is poor and curing is not
• Different species of wood used other
density method. • Expansion joint not properly located or adequate.
than specified.
• Design of piles not checked by not provided. • Actual measurement of brick wall more
• Wood used was not free from cracks,
providing test pile and load testing • Steel centering and shuttering than provided in structural drawings.
stakes and dead knots.
record is not maintained. specified in agreement but not used. The measurement should be restricted
to structural drawings if actual • Dimension of various members of
• Strength of concrete of pile is lower • Hacking of RCC for having proper key frames and shutters not found within
dimensions are more.
than required for specified mix due to with plastering was not carried out the laid down tolerance.
excessive slump. when the concrete was green. • Reinforcement not provided in half
brick walls. • Portion of timber coming into contact
Quality in construction • Lower floors were not suitably with masonry not treated with coal
supported while casting slabs of upper • Cross walls not found properly bonded
(Concrete Work) tar/wood preservative.
floors. with long walls.
• Over size aggregate containing • Size of hold fast found less.
• Reinforcement used was not of
7 8
Vigilance Awareness Week
29th October to 3rd November, 2012

• Plaster rebates in doors and windows between used instead of using in single • Stones of smaller size used instead of grit plaster.
not provided. length as per specification. specified size. • Double scaffolding not done, though
• Glass of specified approved brand not • Welding not found of required size(not • Exposed edges of stones not machine specified in agreement.
used. Glass thickness found less. filled and ground smooth). cut. • Thickness of cement plaster found less
• Non-ISI marked door & window fittings • Thickness of steel sheets and size of • Panel size of CC/Terrazzo floor is than specified.
used. the frame members of Shutters found larger than required. • Use of local brand primer distemper &
less.
• Screws sizes in fittings not proper. • Floors laid are not to lines and levels. paint not conforming to specifications
• Metal beading & glazing clips not allowed.
• Glues were not used in joint of • Joints of tile/stone flooring & skirting
provided though specified.
woodwork. found to be thick and crude. • Surface not properly treated before
• Hinges and fittings of doors & windows painting.
• Door/widows fabricated at site and not of inferior quality. Quality in Construction
at approved factory. • Distemper, whitewash coming on hand
• Glass panes of lesser thickness are (Roofing). when rubbed slightly.
• Flush door shutters of local make. used. • GI and AC sheets of local brand used.
• Size of hinges is less. • Brush marks apparent. Required no.
• Steel hinges in M.S. Frames not fixed Thickness was found less.
of coats not applied.
• Aluminium sections of approved brand by cutting slots. • Side and end laps of sheets were found
not used. • Thickness of top and bottom lids of fan less. Quality in Construction
• Aluminium sections were lighter in clamp found less than specified. • Rusted GI hooks of lesser dia used. (Water Supply, Sanitary
weight than specified weight. • Striking plates fixed in steel windows
• Dia. and thickness of GI & bitumen Installations & Drainage).
• Proper sealing between aluminium were of M.S. instead of brass/ • CI/GI pipes of non-ISI mark used.
washer was less.
frame and masonry opening not done. aluminium.
• Brick coba treatment was found with • Clamping of GI pipes either not done or
• PVC weather strip/EPDM lining not • Fixing of top of window by hold
surface cracks, local undulations, done at inadequate spacing.
provided. fast/anchor fastener not done.
hollow sound and with inadequate • Size of M.S. flat used in M.S. holder bat
• Thickness of anodizing powder coating • Angle frames provided instead of slope and thickness. clamps for fixing CI pipes was less.
found less. required T frames.
• Water proofing treatment not carried • Clamps were not fixed in C.C. blocks.
• Aluminium work specified in square Quality in Construction out by approved specialized agencies
• Quantity of lead used in joints of CI
meter unit, but detailed drawings (Flooring) and guarantee bond not obtained.
pipes found less than required.
of aluminium work not appended • Joints of brick tile lining thin and not
• Glass strips used in flooring lesser in • Defective Nahani traps used and other
with tender document, resulting in grouted properly.
width and thickness. traps were found with insufficient seal.
acceptance of erratic rates.
• Size of marble chips in terrazzo flooring • Khurras are of less size. Thickness of
Subsequent issue of drawings at the • Water supply and sanitary system not
was smaller than specified. Pigment PVC sheet is less.
advantage of contractor. tested as per specifications prior to
and cement not added as per • Weight of GI/MS rain water pipe found covering the same.
• Wire gauge fixed without turning at
specification. less. The same were not I.S. mark.
right angles in the rebates of styles and • Non ISI marked and commercial quality
rails, and further not turned back and • Thickness of CCT/Terrazzo flooring Quality in Construction sanitary fixtures used.
fixed tight. found less.
(Finishing) • Bib taps/pillar tap/stop cocks etc. of
• Terrazzo tiles of local branch used
Quality in Construction without prior testing. • Ceiling plaster of 10mm to 20mm less weight/local brand used.
(Steel Work) thickness instead of required 6mm. • Brackets of washbasins, sinks &
• Thickness of tiles/kota stone/marble flushing cisterns were not of required
• Non-standard steel sections used. stone/granite found less than • Finished surface of plaster not smooth
and uniform and not true to lines. material and size. The same were not
• Priming coat not done on steel work. specified. painted.
• Flooring/tilling done both on dado and • Strength of cement mortar used in
• Standard steel sections found under • P.V.C. Water storage tanks were under
floors found sounding hollow indicating plastering found to be of poor quality.
size than specified. weight & substandard.
• Structural steel members with joint in poor workmanship. • Smaller size grit used in external stone

9 10
Vigilance Awareness Week
29th October to 3rd November, 2012

• Gully gratings and manhole cases • Job mix formula not got approved • Good earth mixed with grass/ • Provide enough safeguards against
were not of required size and weight. before start of DBM, DBC etc. work. vegetation and building rubbish misuse of mobilisation advance
• Size of gully clambers and manhole Quality in Construction supplied. • Notify objective evaluation criteria in
were not as per agreement/
provisions.
(Horticulture) • Unhealthy/diseased plants provide. the tender document.
• Stipulate condition regarding splitting
• Local brand, inferior quality, S.W/
• Estimate not prepared as per CHECK POINTS AT of quantities, if required, in the tender
landscape plans.
R.CC. pipes used for drainage.
• Landscape plans do not indicate
VARIOUS STAGES document
• Water tightness of joints and slope of Appointment of consultants as well • Notify criteria of splitting in the tender
location of plants with their species.
lines not checked. as in operating the consultancy document itself if splitting of work /
• Species not selected as per
• While refilling under floors earth was contracts supply order is envisaged (splitting is
environmental conditions.
not properly consolidated. • Appoint consultant in a fair and envisaged when L1’s capacity is less
• Details of plants e.g. species, their than required or to avoid heavy
Quality in Construction height etc. not mentioned in the
transparent way.
reliance on one firm)
(Road Work) nomenclature of items of estimate. • Decision-making should rest with the
executives. The consultant’s role Inviting tenders/ tender stage-
• Finished bituminous surface not true • In the absence of proper details of
should be only advisory. • Prefer open tendering as far as
to slope, line & levels. The surface plant the contractors tend to supply
was having undulations. plants of cheaper species and of less • Fix upper ceiling for fees. possible
• Over size stones aggregates used for height. • Provide safeguards against • In case limited tenders are resorted to,
WBM, GSB, WMM, B.M., & DBC. • Mode of measurement of earth supply consultant’s failure such as prepare & update panel of contractors/
is not indicated. Deductions of voids performance guarantee, professional vendors in a transparent way.
• Stacks of stone aggregate not made &
not made. liability insurance etc. • Ensure adequate & wide publicity.
measured accordingly taking into
account voids. • Pit sizes for different types of plant not Preparation of tender (Web publicity is necessary even in
mentioned in nomenclature of items. case of limited tenders)
• Payment of laying of WBM not made documents
as per compacted thickness but as per • Proportion of refill mixture of earth and • Ensure adequate time for submission
• Adopt updated standard bidding of offers.
stack measurements. manure etc. not mentioned as per document
• Contents of bitumen & constituents requirement of particular species. • Upload NIT & tender document on web
• Ensure conformity among nomenclature site, even in case of limited tenders.
aggregate for bitumen macadam and • Market rate justification not prepared of items, specifications, drawings,
DBC not as per desired mix. on the basis of cost of plants, their general and special conditions. • Notify complete address of place of
• Required quantity of bitumen not used placing, maintenance cost etc. tender submission.
• Avoid stipulating such conditions in the
for tack coat. • Periodical maintenance contracts do contract, which are not feasible to be • Pre-qualification criteria is notified and
• Density of compacted bitumen layers not incorporate activities like cutting of operated. applied as per notified criteria. In case
found at variance to required limits. grass, weeding, adding earth and of relaxation in pre-qualification criteria
manure wherever required, • Stipulate performance guarantee tenders are to be recalled.
• Flexural strength of CC pavement not application of fertilizer etc. clause to eliminate non serious bidders
found as per specified requirements • Past experience or observations of
• Quantity of materials like earth, • Conduct pre-bid meeting i) to bring audit / vigilance etc to be taken into
and action for reduced strength not clarity regarding spirit of various
taken. manure, chemicals required for account.
execution not properly accounted for.. provisions & ii) to bring necessary
• Expansion/construction joint in CC modifications, if required. Make • Commission’s circular regarding
pavements not made true to • Manure mixed with earth, stone and minutes of the pre-bid meeting as part negotiations with L1 are to be complied
dimensions, lines & levels and spilling other extraneous matters used. of agreement. with.
of bitumen filler in joints was apparent. • Doob grass mixed with weeds and • Provide clause to deal with ambiguous • Conditions of tenders are not relaxed
• Undulations on finished CC rank vegetation. provisions (order of precedence) in the after price bids are received.
pavements were deep and wide. tender document and ambiguity in the
tender submitted by the contractor.
11 12
Vigilance Awareness Week
29th October to 3rd November, 2012

Opening of Tenders Preparation of tender COMMON IRREGULARITIES OBSERVED IN


• Open the bids in presence of bidders. contracts
• Attest and account for corrections, • Compare & match tender document FIELD / SITE INSPECTION OF VARIOUS, WORKS
omissions, insertions, overwriting with agreement 1. As per General Conditions of Contract 5. Check the year of manufacturing to
• Prepare ‘on the spot summary’ in • Ensure that agreement is signed various policies such as Contractors All avoid use of obsolete items/electronic
tender opening register &sealed properly in time. Risk and Workman Compensation, components.
• Verify and match bank guarantees. Professional Indemnity Insurance Policy, 6. Prefer testing with the Testing
Pre-qualification etc are to be provided by contract in the
• Watch deviations, especially in Equipment to be supplied under the
• Keep the PQ criteria neither too joint names of the employer and as per contract.
stringent nor too lax. abnormally high rate and high value
prescribed time frame. But, number of
items. 7. It is observed that Pile Integrity Tests
• Prepare the PQ criteria specific to the instances have been noticed where due
• Ensure recoveries as per contract. care has not been taken to ensure were not carried out on 25% Piles as
requirement of the work in clear terms. per contract stipulation in Phase – II.
• Reimburse taxes and duties, if compliance to Insurance Policy
• Notify the evaluation criteria in the PQ Most of the contracts were lump sum
applicable, only on the production of requirements.
document. Design and Build contract.
relevant document. 2. It is also seen that the contractors,
• Verify PQ credentials. 8. Liquidated Damage (L.D) – In the
Execution stage- during execution of work deviates
• Evaluate the bids exactly as per the from approved make, prescribed in special condition of the contracts,
notified criteria • Conditions regarding insurance tender document citing one or other there is provision for levying
policies, P.G., Labour license etc. reason. This practice should be liquidated damages of certain fixed
• Retender if relaxation in PQ criteria is
Complied with. discouraged as it may defy the very total amount per day for each mile
necessary
purpose of fair competition among the stone. However, it was noticed that LD
• Major deviations not done.
Evaluation and award of work participants; any apprehension about was calculated on pro-rata basis for
• Recoveries are made as per contract. incomplete portion of work, thus
• Evaluation of tenders exactly as per approved makes should be brought to
the notified criteria. • Proper record of hindrance maintained. the notice of employer during pre-bid violate contract conditions and dilute
• Mandatory tests are carried out. meeting, pre-tender stage itself. penalty.
• Timely decision within validity period.
• Ensure compliance of conditions 3. It has also seen that regarding the 9. Interface works : It is seen that some
• Complying with commission’s circular interface work i.e cable tray support,
regarding negotiation. regarding licensees, insurance quality of Material Agencies
policies and deployment of technical completely rely on the manufacturer D.G. Set, pump set foundation works
• Ensuring that conditions / staff and prescribed tools & plants. Test Certificate and refrain from are included in both civil and E&M
specifications are not relaxed in favour getting the material tested at contracts. Thereby causing
of contractor to whom the work is being approved laboratories. The cross duplication of payments.
awarded. checking of qualities of material by 10. Each contract delay is justified based
• Ensuring that work order / supply order other approved laboratories should on delay caused by other contractor.
is placed within justified rates. also be given due importance. Finally no one is responsible & delay
• Match the offered BOQ with tender 4. Testing of materials by DMRC gets accepted.
BOQ. representatives or from independent 11. No proper record kept for utilization of
lab, despite being prescribed in Mobilisation.
Contract specifications / conditions is 12. Interest on Mobilisation advances is
generally waived off. This should be not recovered even after expiry of
resorted to only in exceptional stipulated contract period, despite the
circumstances, after recording provisions in GCC.
suitable reasons on the files

13 14
Vigilance Awareness Week
29th October to 3rd November, 2012

13. For non submission of Performance paid as extra items. During execution contractor provided Philosophy of Life
guarantee, deduction from bills is 25. Cable trays, not provided as per server of 32 bit citing reason that
Besides this, even honest persons who
accepted, this should be avoided. contract specification in underground performance of 64 bit as new product
yet to be tested/established, credit are well up with rules and regulations, face
14. Delay in payment to the sub- corridor. vigilance cases because of attitudinal
contractors and material suppliers by proposed for the same was very
26. All species of trees were clubbed in marginal. problems leading to lopsided decisions
the main contractors. one item, cheaper species were which fail the test of PECT. Behind various
15. Payments of wages less than planted. H o w e v e r, o n t h e m a n a g e m e n t
lopsided attitudes that we develop, lies an
specified as per Minimum wages Act. persistence, the issue was deliberated in
27. For earth work , initial level were not length credit as per the highest rate quoted erroneous philosophy of life. It is
16. Test Reports of material by the recorded/ taken. by the bidders was taken resulting into a necessary to review our philosophy of life
Agencies without concluding remarks 28. Site dumping earth changed from the recovery of Rs.2.25 crores from the to correct such attitudinal problems. Let's
i.e. satisfactory / unsatisfactory, contract stipulation. contractor. look into this aspect so that we may
should not be accepted. develop a correct philosophy of life which
29. Frequency of testing water samples Therefore, all efforts be made to ensure
17. Non – preparation of proper Inventory not followed as per codal provisions. that suitable caution is observed. will keep us from developing attitudinal
of critical items of E&M work at the problems which lead to vigilance cases.
time of handing over. 30. Birla/JK white putty 3.5mm thickness Above list is only indicative in nature & is to
approved as extra item for basement cite certain instances / practices which Five - Rights of procurement: Public
18. Due attention is not being paid by parking @Rs.157 per sq.m. Actual may amount to irregularities or undue procurement should be based on PECT.
firms for transfer of technology (TOT) thickness was measured, found 1mm. favour to the Contractor. These four keywords should enable each
and Training to the staff as per At other locations rate was Rs.40/-per procurement to be done to obtain
stipulation of contract provisions. sqm. For normal putty 1mm similar Developing a philosophy of "5-Rights" of procurement:
19. E x t r a p a y m e n t i s m a d e f o r item available in DSR at much less life for public procurement (i) Right quality;
modification in pile and pile cap rate was not considered for the same.
design for avoiding shifting of utilities. Lurking Fear (ii) Right price;
31. Synthetic Enamel painting done on
The cost was inbuilt in lump sum door frames made of 1st class Employees, even honest ones, have (iii) Right time;
package. teakwood. Thus incurring infructous lurking fear of landing in vigilance cases (iv) Right place and
20. Extra item paid for steel liners for piling expenditure. which withholds them from giving their
(v) Right quantity.
in drain, cost of which in Built in lump- best to the organization. This fear not only
32. Maintenance charges for trees for arises from uncertainties about the view The above "5-Rights" can only come if the
sum package. three years were paid in advance. that would be taken by vigilance procurement is done from the right source.
21. Block Board of local brands were used 33. Fake credentials have been detected. organization in case of a genuine mistake We will derive certain dos and don'ts by
in staff quarter in place of proven without any mala-fide intention but also application of PECT to the "5-Rights".
brand specified in the contract. 34. Forgery by submitting affidavits on
current stamp paper used for past from plethora of ever-changing rules. Right Quality: To obtain right quality, we
22. Geysers of heavy capacity (35 ltrs MOUs
commercial use) have been specified A common sense Touch-Stone must ensure right description, right
35. Recovery for non deployment of specifications, right drawings and right
in civil contracts for Type-I and Type-II Seeds of all the rules, procedures and
staff quarters, O&M wing not project/safety personnel as per regulations are fundamental principles – inspection (DSDI). PECT in obtaining right
consulted. contract provisions not done. like the rules of financial propriety which quality would demand:
23. Envelope of financial Bid not 36. Recovery for machinery tools and can be further distilled to four (i) Description, Drawing, specification
authenticated at both ends by Tender plants not provided as per contract commonsense keywords:-Prudence, and inspection should be bare
Opening Committee (TOC). Resulting provisions. Equality, Consistency and Transparency minimum as per the ultimate use.
in tempering of financial bid prior to 37. 20% Test checks are not being done (call it 'PECT'). We can use 'PECT' as a (ii) DSDI should not suite only a particular
opening. by some of the Dy.HODs. Despite the touch-stone for judging our knowledge
firm or a group of firms.
issue of circular in this regard. and application of rules.
24. Tree cutting below 300mm girth
though included in lump sum cost was 38. In one of the E&M contract, stipulated
server of 64 bit was to be provided.

15 16
Vigilance Awareness Week
29th October to 3rd November, 2012

(iii) DSDI should be complete by itself. exactly in the tender. The offer Arguments of 'penny wise and pound A right philosophy for persons involved in
There should be no ambiguity. All accepted should conform to specified foolish' often lead to questionable public procurement is based on:
tenderers must get equal opportunity in time & place. decisions. Do not use any criteria for (i) Maintain innocence and a sense of
getting all relevant details. (ii) Logistics of supply/mode of transport judging offers which are not enquiry - it is not only the source of
(iv) Procurement of items "as per sample" etc. should also be clearly specified. advertised in the tendered creativity and innovation but also
creates lack of transparency and (iii) Payment terms which are related to documents. makes you uncontroversial.
should be resorted to only in cases right place and time should also be (iii) Too secretive or lack of openness is (ii) Keep a watch on your ego, worries or
where feel and finish cannot be specified. also detrimental. Lack of access to the fears – these generate attitudes
specified. Even in such cases it will be officer and failure to be a good listener
Right Quanity: PECT in this case will leading to violations of PECT. This can
best to display stock samples and call also prevents relevant facts and inputs
demand: be corrected if the employee takes
for tenders and inspection conforming for decision making. Allowing sufficient
(i) Right quantity to be justified taking into himself lightly, develops a sense of
to such samples instead of inviting access to authorized tenderers to
account all the stocks available; humour and irony and realizes that
submission of samples. explain their cases and being a good
including the ones in subsidiary each and every procurement is not the
Right Price: PECT in this case can be listener would avoid many wrong end of the world itself.
ensured if: stores/in safe custody; the pending
decisions. Helpful attitudes, maintaining
orders in hand; past pattern of (iii) Avoid partisan identity based on caste,
(i) Rate justification is based on tangible equidistance from all vendors helps
consumption tempered with region or group politics – these lead to
factors like last purchased rates, you stay away from vigilance cases
operational changes. Club as many decisions violative of PECT.
published maximum retail price, raw arising out of vindictiveness.
requirements for the same item as (iv) Develop an attitude of empathy with all
material cost, prices of similar or (iv) Too much ego and a feeling of being
possible, duly taking into account the those with whom you come in contact.
alternative products, prevalent 'master of all that one surveys' is very
shelf-life of items. Empathy will alert you whether your
industry unit rate price etc. dangerous.
(ii) Major change in the tendered quantity actions are going to violate PECT.
(ii) Unnecessary negotiations/counter- (v) Covering up of lack of timely planning
creates lack of transparency. (v) Temper your desire for the wealth
offers just to extract a small price by procedural shortcuts is dangerous.
advantage even from reasonable (iii) In case of distribution of quantities or expensive life-styles. Do not
Timely planning, timely action
offers will vitiate the tender system among more than one tenderer, PECT compete with others in this area.
would avoid urgent/emergency
itself. Remember the tender system is needs to be maintained. Accept that a government job can not
procurements using shortcuts
designated to obtain best possible provide extravagant wealth or life-
Predisposing Attitudinal procedures. It is these shortcuts
style. If this is unacceptable, you are in
price. Its purpose is not to obtain procurements which may lead to
unreasonably lower price by coercion.
problems: a wrong job.
vigilance cases. Therefore a uniform
(iii) Be diligent to look at all pages of all the Following general attitudinal problems To sum up: Development of a right
timely action should be preferred
offers received howsoever beyond the predispose people to vigilance cases. philosophy of life leads to right attitudes
rather than display of gutsy shortcut
range of consideration. There are (i) A reputation for lack of balanced/ skills. The philosophy of life to correct which incorporate PECT as a part of your
likely to be lurking price implications at controversial approach also leads to attitudinal problem: personality. Such personality is the
unlikely places in the offer. vigilance cases. Using one-sided ultimate shield against vigilance cases.
The right attitudes have their seeds
(iv) Be extra alert in case of closely arguments in favour or against a
in the 'philosophy of life' that we
competitive tenders and in case of particular proposition attracts
develop.
unhealthy cartel type of situations. controversy. The employee involved
in procurement must consistently take
Right time & place: PECT in this case
decisions which avoid controversy.
will require:
(ii) Being too intellectual or getting swayed
(i) The right time and place which have
by smart arguments is not very good.
bearing on price should be specified

17 18

Anda mungkin juga menyukai