0% found this document useful (0 votes)
35 views214 pages

Tender

The Vidarbha Irrigation Development Corporation is inviting online tenders for the Survey and Demarcation of Submergence Boundary and stone fixing at Full Reservoir Level for the Lower Penganga Project in Yavatmal, with a tender amount of Rs. 60,16,940 and a completion time of 6 months. Eligible bidders can download the tender documents from the government website and must adhere to the e-tendering timetable. The Executive Engineer reserves the right to accept or reject any tender, and conditional tenders will not be accepted.

Uploaded by

Gajanan Burkule
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
35 views214 pages

Tender

The Vidarbha Irrigation Development Corporation is inviting online tenders for the Survey and Demarcation of Submergence Boundary and stone fixing at Full Reservoir Level for the Lower Penganga Project in Yavatmal, with a tender amount of Rs. 60,16,940 and a completion time of 6 months. Eligible bidders can download the tender documents from the government website and must adhere to the e-tendering timetable. The Executive Engineer reserves the right to accept or reject any tender, and conditional tenders will not be accepted.

Uploaded by

Gajanan Burkule
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

1

For Office Use Only B-1 TENDER

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR


(A Government of Maharashtra Undertaking)

CHIEF ENGINEER, WATER RESOURCES DEPARTMENT, AMRAVATI

YAVATMAL IRRIGATION PROJECT CIRCLE, YAVATMAL


LOWER PENGANGA PROJECT DIVISION, YAVATMAL

TENDER PAPER
VOLUME I- MAIN TENDER

Name of Work :- The work of Survey and Demarcation of Submergence


Boundary and stone fixing at Full Reservoir Level along with
marking at villages under submergence of Lower Penganga
[Link] [Link]

1. Amount put into Tender :- Rs.60,16,940/-


2. Time Limit for Completion :- 6 Months (Including monsoon)
[Link] Category :- Open to all bidders who meet the
Eligibility criteria

Contractor No of Corrections A.E 1 Executive Engineer


2

Name of Work : The work of Survey and Demarcation of Submergence Boundary and
stone fixing at Full Reservoir Level along with marking at villages under
submergence of Lower Penganga [Link] [Link]

Sr. PAGE NO.


PARTICULARS
No From To
SECTION - I - DISCLAIMER, PRESS NOTICE, DETAILED
1 03 14
TENDER NOTICE & DEFINITIONS
1) DISCLAIMER, PRESS NOTICE 04 06
2) DETAILED TENDER NOTICE 07 11
3) DEFINITIONS 12 14
2 SECTION – II - INSTRUCTIONS TO BIDDERS 15 35
SECTION – III ELIGIBILITY CRITERIA FOR POST BID
3 36 50
PROCESS
4 SECTION – IV- WORK SPECIFIC INFORMATION 51 59
SECTION – V - B-1 - TENDER FORM, SCHEDULE OF WORKS,
5 60 79
WORK PROGRAMME
1) B-1 TENDER FORM AND TENDER FOR WORKS 61 69
2) SCHEDULE ‘A’ REQUIRED MATERIAL 70 70
3) SCHEDULE ‘B’ ITEMS 73 75
4) SCHEDULE ‘C’(ITEM WISE REFF. OF SPECIFICATION) 76 77
5) SCHEDULE ‘D’ MONTH-WISE WORK PROGRAMME 78 79
SECTION –VI – STATEMENT/FORMS/ANNEXURE/APPENDIX/
6 80 113
UNDERTAKINGS
7 SECTION – VII - GENERAL CONDITIONS OF CONTRACT 114 148
8 SECTION – VIII - SPECIAL CONDITIONS OF CONTRACT 149 190
SECTION – IX – SPECIFICATIONS - SCHEDULE SHOWING
9 191 212
ITEMS OF WORK AND APPLICABLE SPECIFICATIONS
10 DRAWING

Contractor No of Corrections A.E 1 Executive Engineer


3

SECTION - I
DISCLAIMER, PRESS NOTICE, DETAILED
TENDER NOTICE, DEFINITIONS

Contractor No of Corrections A.E 1 Executive Engineer


4

DISCLAIMER

• A detailed timetable outlining the necessary activities for e-tendering is provided in


this Tender Document under "Tender Schedule." Contractors should meticulously
observe the cut-off dates for each stage of the e-tendering process.
• Diligent efforts are made to maintain the website's continuous operation, updated
and running smoothly around the clock by the Government and the Service Provider.
However, the Government assumes no responsibility and will not be liable for the
website being temporarily inaccessible due to technical issues at any time.
• In the case of technical difficulties, errors, deficiencies, or inaccuracies encountered
on the website, including all associated services, or during periods when the website
or any part of it or its services are unavailable, the Vidarbha Irrigation Development
Corporation shall bear no liability for any resulting damages or expenses.
• Bidders must adhere to the e-tendering timetable and complete their processes well
before the deadline to prevent any inconvenience that could result from unexpected
technical issues.
• The Vidarbha Irrigation Development Corporation shall not be held accountable for
any incomplete e-tendering procedures due to technical failures or website errors.
Such incidents cannot be contested through appeals, arbitration, or legal action.
Contractors are advised to finalize all e-tendering processes ahead of time.
• Payment Gateway Disclaimer:
• The online service for the payment of Tender Fees/Earnest Money Deposit is
designed for convenience. Neither the Contractors nor the Payment Gateway Service
Providers make any express or implied representations regarding the operation of
the Payment Gateway, other than what is detailed on the Website for this service. By
agreeing to these Terms and Conditions, the user acknowledges that the use of this
online payment service is solely at their own risk and responsibility.

Contractor No of Corrections A.E 1 Executive Engineer


5

जलसंपदा विभाग शासन वनर्णय क्रमांक वनविदा ०४१७/प्र.क्र २४७/मोप्र-१ वदनांक- १८/१०/२०२३

महाराष्ट्र शासन

कार्यकारी अभिर्ंता र्ांचे कार्ालर्,


पत्ता :- निम्ि पैिगंगा प्रकल्प निभाग, यितमाळ
दाते कॉलेज मागे, पाटबंधारे सांस्कृतीक भिि जिळ,
यितमाळ-445001
ई-मेल: eelppdiv@[Link]

ई-भनभिदा सूचना क्र. सन 2024-25

महाराष्ट्र राज्याच्या राज्यपालाांच्या वतीने कार्यकारी अभिर्ंता, निम्ि पै िगंगा प्रकल्प निभाग, यितमाळ जलसंपदा

ववभाग, महाराष्ट्र शासन हे सक्षम वनववदाकाराांकडु न खालील कामाकरीता ई-वनववदा प्रणालीद्वारे (ऑनलाईन) वनववदा

मागववत आहे त. वनववदा कागदपत्रे शासनाचे सांकेतस्थळ [Link] येथुन डाऊनलोड करणयाांत

यावीत. सववस्तर वनववदा सुचना व ई-वनववदे बाबत सवव माहीती शासनाच्या सांकेतस्थळावर व ववभागीय कायालयाच्या

सुचना फलकावर उपलब्ध आहे .

वनववदा स्स्वकारणयाचा अथवा नाकारणयाचा अवधकार कार्यकारी अभिर्ंता निम्ि पैिगंगा प्रकल्प निभाग, यितमाळ

याांनी राखुन ठे वला आहे . अट असलेली वनववदा स्स्वकारली जाणार नाही. सदर वनववदा सुचनेमध्ये काही बदल होत

असल्यास [Link] या सांकेतस्थळावर कळववणयाांत येईल.

कामाचे नाि :- वनम्न पैनगांगा प्रकल्पाच्या बुडीत क्षेत्रामध्ये बानधत होणाऱ्या गािांची पुणव सांचय
पातळी सिेक्षण ि सीमाांकन दगड रोवणयाचे काम.ता. घाटां जी वज. यवतमाळ
वजल्हा :- यितमाळ
वनविदे ची ककमत रुपये :- 60.16 लक्ष
ई-वनविदा उपलब्ध कालािधी :- नदिांक / /2024 ते नदिांक / /2024
ई-वनविदा उघडण्याचा वदनांक :- नदिांक / /2024

(सु. कि. राठोड)


िार्यिारी अकिर्ंता
वनम्न पैनगंगा प्रकल्प विभाग
जा.क्र./ /निपैप्रनि/नि.शा/नि.सु./2024 यितमाळ

Contractor No of Corrections A.E 1 Executive Engineer


6

जलसंपदा विभाग शासन वनर्णय क्रमांक वनविदा ०४१७/प्र.क्र २४७/मोप्र-१ वदनांक- १८/१०/२०२३

GOVERNMENT OF MAHARASHTRA

OFFICE OF THE EXECUTIVE ENGINEER

ADDRESS: Lower Penganga Project Division, Yavatmal


Behind Datte Collage, Near Irrigation Sanskrutik Bhawan,
Yavatmal-445001.
e-mail Id: eelppdiv@[Link]

e-Tender Notice No. for 2024-25

Online tenders are invited by the Executive Engineer of the Lower Penganga Project

Division, Yavatmal, under the Government of Maharashtra's Water Resources Department, on

behalf of the Governor of Maharashtra State. Eligible contractors are invited to bid for the following

work. Tender documents can be downloaded from the government website at

[Link] A detailed tender notice and information about the e-tenders will be

available on the website and on the Notice Board at the Division Office.

The Executive Engineer, Lower Penganga Project Division, Yavatmal reserves the right to

reject or accept any tender. Conditional tenders will not be accepted. Any changes to the tender

notice will be posted on the website at [Link]

Name of Works :- The work of Survey and Demarcation of Submergence Boundary


and stone fixing at Full Reservoir Level along with marking at
villages under submergence of Lower Penganga
[Link] [Link]
District :- Yavatmal
Amount put to tender (Rs. in lakhs) 60.16 lakh
E-Tender Available Period on Dt. Dated / /2024 ते Dated / /2024
E-Tender Open on Dt Dated / /2024

([Link])
Executive Engineer
Lower Penganga Project Division
No./ /LPPD/TC/TN/2024 Yavatmal

Contractor No of Corrections A.E 1 Executive Engineer


7

महाराष्ट्र शासन

कार्यकारी अभिर्ंता र्ांचे कार्ालर्,

सकिस्तर ई-किकिदा सुचिा


पत्ता :- निम्ि पैिगंगा प्रकल्प निभाग, यितमाळ
दाते कॉलेज मागे, यितमाळ

ईमे ल: eelppdiv@[Link]
ई-भनभिदा सूचना क्र. सन 2024-25

महाराष्ट्र राज्याच्या राज्यपालाांच्या वतीने काययकारी अनभयंता, निम्ि पैिगंगा प्रकल्प निभाग, यितमाळ, हे सक्षम

वनववदाकाराांकडु न खालील कामाकरीता ईवनववदा प्रणालीद्वारे (ऑनलाईन) वनववदा मागववत आहे त. वनववदा कागदपत्रे शासनाचे

सांकेतस्थळ [Link] येथुन डाऊनलोड करणयाांत यावीत. सववस्तर वनववदा सुचना व ईवनववदे बाबत सवव माहीती

शासनाच्या सांकेतस्थळावर व ववभागीय कायालयाच्या सुचना फलकावर उपलब्ध आहे .

वनववदा स्स्वकारणयाचा अथवा नाकारणयाचा अवधकार काययकारी अनभयंता, निम्ि पैिगंगा प्रकल्प निभाग, यितमाळ, याांनी

राखुन ठे वला आहे . अट असलेली वनववदा स्स्वकारली जाणार नाही. सदर वनववदा सुचनेमध्ये काही बदल होत असल्यास

[Link] या सांकेतस्थळावर कळववणयाांत येईल.

अ. कामाचे िांि कामाची बयािा / अिामत कोऱ्या निनिदा पात्रता काम पुणण
क्र. निनिदा ककमत रक्कम रुपये प्रपत्राची करण्याचा
रु. लक्ष ककमत कालािधी
1 वनम्न पैनगांगा प्रकल्पाच्या 60.16 60,500/- रु. 2000/- + सवांकवरता 06 मनििे
जीएसटी 18% खुले पात्र (पािसाळ्यासि)
बुडीत क्षेत्रामध्ये बानधत
रु. 360/-
ठरणाऱ्या
होणाऱ्या गािांची पुणव सांचय एकूण .
कांत्राटदाराां-
पातळी सिेक्षण ि सीमाांकन रु. 2360/-
कवरता
दगड रोवणयाचे काम. ता.
घाटां जी वज. यवतमाळ

िेळापत्रि
अ) ई-वनववदा उपलब्ध कालावधी :- वदनाांक ............ पासून वदनाांक ............ पयंत

ब) ई-वनववदा सादर करणयाचा कालावधी :- वदनाांक ............ पासून वदनाांक ............ पयंत

क) वनववदा पूवव बैठक :- वनववदापूवव बैठक होणार नाही, परांतु कांत्राटदारास वनववदे मध्ये काही आक्षेप

असल्यास ककवा काही स्पष्ट्टीकरण / खुलासा (Seek Clarification)

आवश्यक असल्यास, कांत्राटदार ऑनलाइन पोटव लद्वारे स्पष्ट्टीकरण मागवू

शकतात. या आक्षेपाांच्या उत्तराथव, वेब पोटव लवर Common set of

deviation (CSD) जारी केले जाईल आवण वनववदाचा भाग म्हणून त्याचा

ववचार केला जाईल. महामांडळाकडू न वनववदा सादर करणयाच्या शेवटच्या

वदनाांका पयंत कोणताही प्रवतसाद प्राप्त झाला नाही तर वनववदा अटीमध्ये

कोणतेही बदल केले गेले नाहीत असे समजावे. या अांवतम तारखे नांतर

Contractor No of Corrections A.E 1 Executive Engineer


8

कोणत्याही प्रकारचे प्रश्न ववचारात घेतले जाणार नाही.

Seek Clarification कालािधी भदनांक…………………. पासुन ते……………….

पर्यन्त

ड) वनववदा उघडणे :- वदनाांक …........... (वेळ 10.00 वा.)

1) सदर कामाकरीता पश्चात सक्षमता (Post qualification criteria) पध्दत लागू आहे .

2) कायवकारी अवभयांता कायालयातुन ई-वनववदा कोरे प्रपत्रे ववकली जाणार नाहीत.

3) सववस्तर ई-वनववदा सुचना महाराष्ट्र शासनाच्या [Link] या सांकेतस्थळावर तसेच कायवकारी अवभयांता
याांचे कायालयातील नोटीसबोडव वर पहावयास वमळे ल.

4) या कामाचे अांदाजपत्रक, दर, ववश्लेषण, मोजमापे नकाशे इ. कायवकारी अवभयांता याांच्या कायालयात उपलब्ध आहे .
वनववदाकार प्रत्यक्ष कायवक्षेत्र पवरस्स्थतीनुसार दर भरणयास जबाबदार राहतील आवण याकवरता कोणताही प्रकारचे दावे

(Claims) वनववदाकारास दे य राहणार नाही.

(सु. कि. राठोड)


िार्यिारी अकिर्ंता
वनम़् पैनगंगा प्रकल्प विभाग
यितमाळ

Contractor No of Corrections A.E 1 Executive Engineer


9

GOVERNMENY OF MAHARASHTRA
OFFICE OF THE EXECUTIVE ENGINEER
DETAILED TENDER NOTICE
ADDRESS: LOWER PENGANGA PROJECT
DIVISION, YAVATMAL
BEHIND DATTE COLLAGE, YAVATMAL
E-mail Id: eelppdiv@[Link]

e-Tender Notice No. for 2024-25

Online tenders are invited by the Executive Engineer of the Lower Penganga Project Division,
Yavatmal, under the Government of Maharashtra's Water Resources Department, on behalf of the
Governor of Maharashtra State. Eligible contractors are invited to bid for the following work. Tender
documents can be downloaded from the government website at [Link] A detailed
tender notice and information about the e-tenders will be available on the website and on the Notice Board
at the Division Office.
The Executive Engineer, Lower Penganga Project Division, Yavatmal, reserves the right to
reject or accept any tender. Conditional tenders will not be accepted. Any changes to the tender notice will
be posted on the website at [Link]

Sr. Name Of Work Estimated Earnest Tender Fee Class of Time limit for
No Cost Money Contractor completion
([Link] Deposit
Lakhs)
1 The work of Survey and 60.16 60,500/- Rs.2000/- Open to 06 Months
Demarcation of + GST 18% all bidders (Including
Submergence Boundary Rs. 360/- who are Monsoon)
and stone fixing at Full = Total eligible
Reservoir Level along Rs. 2360/- for this
with marking at villages work
under submergence of
Lower Penganga
[Link]
[Link]

1) The post qualification criteria are applicable for this tender work.
2) Individual, proprietary firm, firm in partnership, Limited Company, Corporation, or a group
of companies/firms forming a Joint Venture/consortium applying to become eligible to
Bid.

Contractor No of Corrections A.E 1 Executive Engineer


10

3) Aspiring bidders are required to download the tender documents and the Auto Evaluation
Excel Sheet from the website. Bidders must complete the online forms and upload the
information pertaining to the main tender and the Auto Evaluation Excel Sheet through the
online system.
4) The Blank online e-Tenders in B-1 Form shall not be sold physically from the office of the
Executive Engineer. However, bidder must get online e-tenders in B-1 Form downloaded
from the said e-tendering portal of Government of Maharashtra e-tendering portal
[Link]
5) The estimate of the work, rate analysis, quantities, measurements, drawings, and designs
related to this project are available at the office of the Executive Engineer. Bidders should
base their quotes on these details, considering the site conditions to complete the work
responsibly. No claims related to this will be entertained. When submitting the completed
Tender Documents, bidders are required to pay the Tender fees and Earnest Money Deposit
(E.M.D.) as specified in the memorandum through the e-payment gateway from their own
bank accounts.
Contractors must prepare and submit their bids online on or before the deadline, as per the
schedule (Key Dates). Detailed e-Tender Notices can be viewed on the Government of
Maharashtra Electronic Tender portal at [Link] as well as on the notice
board in the office of the Executive Engineer.
6) The contractor should upload the documents in readable form with all page’s numbering. He
should take a trial of uploads by taking printout. The unreadable documents will be treated as
null & void. The remaining documents will be evaluated. The decision of the opening
Authority regarding this will be binding to all contractors.
7) Foreign contractor shall be eligible to participate in tender, if they have an Indian Sub
Company.
8) No Pre bid conference will be held. Prospective Bidders can ask for clarification online
through an online portal up to 7 days before last date of submission (Not including
extension, if any). In reply to these queries, a common set of deviation (CSD) will be issued
on web portal and will be treated as part of tender. If no response is received in respect of
any clarification from department / Corporation till the last date of bid submission, it is to be
presumed that no changes have been made to any tender condition. No further queries will
be entertained after this cutoff date.
9) It shall be binding for all contractors to inspect the work site, quarry area, availability of
Labour, Quarry material, construction material, lead for material etc. and other important site
locations before filling the tender.

Contractor No of Corrections A.E 1 Executive Engineer


11

10) If it is found that the demand draft / Bank Guarantee/FDR or any document submitted by the
bidder is false / forged during the tender process, contract period, and defect liability period
then the earnest money, security deposit, performance security deposit if any submitted by
such bidder shall be forfeited and he is debarred for competition in the tender process of Water
Resources Department of Government of Maharashtra for the period of three years. Also,
suitable criminal offence is registered against bidder. For this concerned Chief Engineer shall
have the full rights and he will be prosecuted under suitable clause of Bhartiya Naya Sahita.

11) The bids submitted shall be opened according to the schedule outlined in the Tender
Document. This event will take place at the designated location and time as specified in the
Tender Notice. Bidders, or their authorized representatives who wish to attend, are permitted
to be present during the opening of the bids. If the bidder or authorized representative is not
present at the time of tender opening, no complaints of such bidder will be entertained in this
regards.

12) Bidders should install the Mandatory Components available on the Home Page of
[Link] under the section ‘Mandatory Components’ and make the
necessary Browser Settings provided under section ‘Internet Explorer Settings’

13) For any assistance on the use of the Electronic Tendering System, the Users may call
numbers: 1800 3070 2232.

14) The Bidder may, in the forwarding letter, mention any points he may wish to make clear, but
the right is reserved to reject the same of the whole of the tenders if the same become
conditional tender thereby.

15) Condition for payment of Additional performance security Deposit, if offer quoted by the
bidder is less than estimated cost put to tender should be applicable as mentioned in
para/clause1-B in section VII of this tender.

16) The Contractor having more than 5 works in hand under Vidarbha Irrigation Development
Corporation Nagpur, could not participate in the Tender Process. However, those contractors who
have more than five works in hand and completed more than 90 % of work will be deleted from
work in hand. In such a case the contractor should produce certificate in Envelope No 1 not below
the rank of Executive Engineer. This Condition is not applicable for the works before 05.03.2019
as per VIDC Circular No. 16 Dated 05.03.2019.

([Link])
Executive Engineer
Lower Penganga Project Division
Yavatmal

Contractor No of Corrections A.E 1 Executive Engineer


12

DEFINITIONS
1.3.0 General Information:
The functions and powers of the Corporation are enumerated in the Maharashtra Act XXVI of
1997. The Corporation is generally mandated to undertake the investigation, planning, and
design of projects; maintenance of completed projects; construction of new projects; and
management of irrigation for major, medium, and minor projects within the Godavari and
Tapi river basins. These projects encompass multipurpose irrigation and hydroelectric
projects, including command area development. The objective is to complete projects that
maximize the use of the 116.60 million cubic meters (MM3) of water allocated to Vidarbha in
the Godavari basin, as adjudicated by the Godavari Water Disputes Tribunal Award, and as
outlined in the Master Plan of the Tapi Valley. Concurrently, there is a commitment during
the project’s duration to enhance the performance and efficiency of completed projects and
to ensure the progression and initiation of ongoing and new projects, aiming to fully utilize
the allotted 116.60 MM3 of water from the Godavari Basin.”

Definations & interpretations


In this tender document, the following terms shall have the meanings hereby assigned to
them, accept where the context otherwise requires.

CORPORATION
Corporation” shall mean the Vidarbha Irrigation Development Corporation, Nagpur acting
through its Executive Director, as defined in Maharashtra Govt. Act XXVI of 1997. Vidarbha
Irrigation Development Corporation, Nagpur is a body corporate constituted under the
Maharashtra Govt. Act XXVI and published in Maharashtra Govt. Gazette dated 28-04-1997. The
Headquarters of the Vidarbha Irrigation Development Corporation, (V.I.D.C.) is at Nagpur , for
short , and hereafter referred to only as Corporation.
The head quarter of the Vidarbha Irrigation Development Corporation is Nagpur.
The official postal address for correspondence is –
Office of the Executive Director,
Vidarbha Irrigation Development Corporation,
Sinchan Sewa Bhavan, Civil Lines,
NAGPUR — 440 001.

Contractor No of Corrections A.E 1 Executive Engineer


13

1.3.1 Chief Engineer :-


“Chief Engineer” shall mean Chief Engineer , Water Resources Department, Amravati.

1.3.2 Superintending Engineer :-


It shall mean the Superintending Engineer of concerned Circle to whom Superintendence of the
work is assigned by Vidarbha Irrigation Development Corporation, Nagpur as specified in Sr. No.
4.6.10 of Section –. IV . i.e. Yavatmal Irrigation Project Circle, Yavatmal
1.3.3 Executive Engineer :-
Executive Engineer means the in-charge Executive Engineer of concerned division
specified in Sr. No. 4.6.9 of this Section – [Link] Penganga Project Division, Yavatmal
1.3.4 Web Site :-
Web Site means official web sites for e-tendering having following web addresses.
[Link]
1.3.5Applicant / Bidder :-
It shall mean individual, proprietary firm, firm in partnership, Limited Company, Corporation, or
a group of companies/firms forming a Joint Venture/consortium applying to become eligible to
Bid.
1.3.6 Engineer / Engineer-In-Charge:-
It shall mean the Executive Engineer in-charge of the work and shall also include the superior
Officers of the Engineering Departments of the Corporation, i.e. the Superintending Engineer
of respective Circle or the Chief Engineer of respective region.
1.3.7 Engineer’s Representative:-
It shall mean the Sub-Divisional Engineer / Assistant Executive Engineer / Sub-Divisional
Officer / Assistant Engineer (Grade I), who is in direct in-charge of the works and shall also
include any Civil Engineer of the Corporation.
1.3.8 Contractor:-
It shall mean the person, firm or company who enters into contract, with the Corporation and
shall include their executors, administrators, successors and submitted assignees.
1.3.9 Contract :-
It shall mean and include following documents.
• Tender Documents.
• Specifications.

Contractor No of Corrections A.E 1 Executive Engineer


14

• Drawings.
• Tender document & information / data submitted by contractor.
• Common set of conditions / Minutes of pre-tender conference.

1.3.10 Work:-
It shall mean the work to be executed in accordance with contract.
1.3.11 Specifications:-
It shall mean the specifications for material and works as specified in Volume-II of the contract.
1.3.12Drawing: -
It shall mean prints of the maps, drawings, enclosed in of the contract and shall include any
modifications of such drawings and any further detailed drawings as may be issued by the
Engineer-in-charge from time to time.
1.3.13 Site: -
It shall mean the land and the other places on, under, in or through which the works are carried
out and any other lands or places provided by the Corporation.
1.3.14 Defect(s) liability Period :-
Defect(s) liability period will be 01 years. Defect liability period starts from the completion date
of work (i.e. start of maintenance period).
1.3.15 Singular and Plural:-
Works imparting the singular number shall also include the plural and vice versa where the
context requires.
1.3.16 Headings and Marginal Headings:-
The headings and marginal notes in the contract are provided for reference purposes only and
shall not influence the interpretation or construction of the contract itself.”

Contractor No of Corrections A.E 1 Executive Engineer


15

SECTION - II
INSTRUCTIONS TO BIDDERS

Contractor No of Corrections A.E.1 Executive Engineer


16

SECTION-II
INSTRUCTIONS TO BIDDERS
GUIDELINES TO CONTRACTORS REGARDING GOVERNMENT OF
MAHARASHTRA E- TENDERING SYSTEM.
2.1.0. Pre-Requisites to Participate in the E-Tenders Processed by VIDC

2.1.1. Enrolment of Contractors on Electronic Tendering System


The Contractors interested in participating in the e-Tendering process of Water Resources
Department shall be required to enrol on the Electronic Tendering System to obtain User ID.

After submission of application for enrolment on the System, the application information
shall be verified by the Authorized Representative of the Service Provider. If the
information is found to be complete, the enrolment submitted by the Contractor shall be
approved and the User ID of the Contractor will be activated.
The Contractors may obtain the necessary information on the process of enrolment and
empanelment either from Helpdesk Support Team or may visit the information published
under the link FAQ under the section Help for Contractors on the Home Page of the
Electronic Tendering System.

2.1.2 Obtaining a Digital Certificate: -


The Bid Data that is prepared online is required to be encrypted and the hash value of the
Bid Data is required to be signed electronically using a Digital Certificate (Class – II or
Class – III). This is required to maintain the security of the Bid Data and to establish the
authenticity of submission of data by Authorised Representative of the Contractor
transacting on the System.
The Digital Certificates are issued by an approved Certifying Authority authorized by the
Controller of Certifying Authorities of Government of India through their Authorized
Representatives upon receipt of documents required to obtain a Digital Certificate.
Bid data / information for a particular Tender may be submitted only using the Digital
Certificate which is used to encrypt the data / information and sign the hash value during the
Bid Preparation and Hash Submission stage. In case, during the process of preparing and
submitting a Bid for a particular Tender, the Contractor loses his / her Digital Signature
Certificate (i.e., due to virus attack, hardware problem, operating system problem); he / she
may not be able to submit the Bid online. Hence, the Users are advised to store his / her
Digital Certificate securely and if possible, keep a backup at safe place under adequate
security to be used in case of need.

Contractor No of Corrections A.E.1 Executive Engineer


17

In case of online tendering, if the Digital Certificate issued to an Authorised User of a


Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to
a no objection certificate / power of attorney to that User to submit the bid on behalf of the
Partnership Firm. The Partnership Firm must authorise a specific individual via an
authorisation certificate signed by a partner of the firm (and in case the applicant is a
partner, another partner in the same form is required to authorise) to use the digital
certificate as per The Information Technology Act, 2000.
Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority
of the Authority User to bid on behalf of the Firm for the Tenders processed on the
Electronic Tender Management System of Government of Maharashtra as per The
Information Technology Act, 2000. The Digital Signature of this Authorised User will be
binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the
Certifying Authority or Sub Certifying Authority, if the Authorised User changes, and apply
for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature
Certificate will remain the same for the new Authorised User.
The same procedure holds true for the Authorised Users in a Private / Public Limited
Company. In this case, the Authorisation Certificate will have to be signed by the Director
of the Company or the Reporting Authority of the Applicant.
For information on the process of application for obtaining Digital Certificate, the
Contractors may visit the section FAQ on the Home Page of the Electronic Tendering
System.
The bidders can obtain the Digital Signature Certificate from any certifying Indian
authority. For more information about the digital signature bidders may visit to the portal
[Link] (Controller of Certifying Authorities Government of India)
2.1.3 Recommended Hardware and Internet Connectivity: -
To operate on the Electronic Tendering System, the Contractors are recommended to use
Windows XP and above Computer System with at least 1 GB of RAM and broadband
connectivity with minimum 2 MBPS speed. However, Computer Systems with latest
configuration are recommended for better performance, Internet Explorer 9.0 and above or
Mozilla Fire Fox 3.5 upto version 49 and Java Run Time Engine (JRE- 1.8.0) or higher is
prerequisite. Further updated details can be obtained from ‘Download’ Section of Portal.

Contractor No of Corrections A.E.1 Executive Engineer


18

2.1.4 Set Up of Computer System for Executing the Operations on the Electronic
Tendering System: -
To operate on the Electronic Tendering System of Government of
Maharashtra, the Computer System of the Contractors is required be set up. The Contractors
are required to install Utilities available under the section Mandatory Installation
Components on the Home Page of the System.
The Utilities are available for download freely from the above-mentioned section. The
Contractors are requested to refer to the Help for Contractors available online on the Home
Page to understand the process of setting up the System, or alternatively, contact the
Helpdesk Support Team on information / guidance on the process of setting up the System.
2.2.0 Steps to be Followed by Contractors to Participate in the E – Tenders

2.2.1 Uploading of My Documents: -


Directions for uploading of My Documents are available at Home Page of Portal under
section Bidders Manual Kit.
2.2.2 Online Viewing of Detailed Notice Inviting Tenders: -
The Contractors can view free of charge the Detailed Tender Notice along with the Time
Schedule (Key Dates) for all the Live Tenders released by CE, Water Resources
Department, Amravati on the home page of Government of Maharashtra e-Tendering
Portal on [Link] under the organisation – CE, Water Resources
Department, Amravati.

2.3.0 Download of Tender Documents: -


Main Bidding Documents are available for free downloading to any eligible competent
Contractors who will satisfy all term and conditions mentioned in the tender document and
empanelled on Government of Maharashtra e-Tendering Portal.
2.4.0 Online Bid Preparation and Submission of Bids: -
All Bids shall be supported by EMD paid online through web portal. Bid submission
involves following steps.
• Entering Fee Details (if applicable).
• Entering EMD Details.
• Fee Confirmation.
• Uploading documents.
• Bid Confirmation.

Contractor No of Corrections A.E.1 Executive Engineer


19

Bidder will have to validate the EMD payment, if the payment is not 19pplicab with bank,
in that case system will not be able to validate the payment and will not allow the bidder to
complete his Bid Preparation stage resulting in nonparticipation in the aforesaid e-Tender.
E-tendering process will be conducted through [Link] the e-tendering
portal of Govt. of Maharashtra in association with National Informatics Center (NIC),
Department of Information Technology & State Bank of India for e-payment. To participate
in e-tendering, the intending Bidder/Contractor shall register themselves in the website of
[Link] Detailed information for registration and submission of Bid/offers
through e-tendering process are available in “Bidders Manual kit” given on home page of
[Link] There are no charge for registration for bidders/Contractors.
* Help File regarding use of e-Payment Gateway can be downloaded from e-Tendering
portal.
NOTES: -
a. The Contractors upload a single document or a compressed file containing multiple
documents in PDF/XLS/RAR/DWF formats.
2.6.0 Submission of Bid Seal (Hash) of Online Bids:
DELETED
2.7.0 Generation of Super Hash:
DELETED
2.8.0 Decryption and Re-Encryption Online Bids:
DELETED
2.9.0 Submission Of Earnest Money Deposit & Cost Of E-Tender Form:
Earnest Money Deposit (EMD) which should be paid online using payment gateway
mode as specified at [Link].4.6.4 of Section IV. Earnest money in any other form or cash or
cheques will not be accepted.
However, no exemption to any bidder shall be allowed from payment of earnest
money deposit, though it is specifically mentioned in Registration Certificate
The amount of EMD will be forfeited, in case a successful contractor does not pay
the amount of the initial security deposit within the time specified as stipulated by the
Executive Engineer and complete the contract documents. In all other cases, EMD will be
refunded to an account provided by the bidder during the bid preparation as given in challan
under Beneficiary Account Number by Concerned Divisional Office.
Bidders who are using SB MOPS and other banks Internet Banking are
requested to make online payment four days in advance.

Contractor No of Corrections A.E.1 Executive Engineer


20

2.9.1 Vendor must read.


a. Online Payment Guide for SBI Corporate Internet Banking Account Holder
b. Bid Submission – Online Payment Procedure for Bidders
c. Help for contractors.
d. Information about DSC
e. Resource required.
f. Bidder manual kit
Bidder Manual Kit
Sr. No. Particulars Downloads
1 Notice to Bidder for e-Bid Submission Notice to Bidder
2 Registration of Bidder Bidder Enrolment
3 Uploading of My Documents My Documents
4 Online e-Bid Submission Single Cover, Two Cover, Three Cover,
Four Cover
5 Online Bid Withdrawal Bid Withdrawal
6 Online Bid Re-Submission Bid Resubmission
7 Clarifications (Tener Status, My Clarifications
Archive…)
8 Trouble Shooting Trouble Shooting
9 BoQ Preparation Guideline Percentage Rate

Tender form and any relevant documents are not sold /issued manually from offices.
1. Tender Forms can be downloaded from the e-Tendering Portal Government of
Maharashtra i.e., [Link]
2. There is no charge to download the documents from website.
3. The date and time for online submission of envelopes shall be strictly followed in all
cases, as per Key-Dates. The bidder/ Contractor should ensure that their tenders are
submitted online before the expiry of the scheduled date and time, as per Key-Dates. No
delay on account of any cause will be entertained. Tender(s) not submitted online shall
not be considered.
4. If for any reason, any interested bidder fails to complete any online stages during the
complete tender cycle, department shall not be responsible for that and any grievance
regarding that shall not be entertained.

Contractor No of Corrections A.E.1 Executive Engineer


21

5. Tender shall be submitted in two Envelopes i.e., Technical Bid in Envelope-1 & Price
Bid in Envelope-2 through e-Tendering procedure only on [Link]
portal.
6. The Two Bids offer must be submitted along with document(s) as per the guidelines
given in tender document by e-Tendering procedure only. For more detail visit “Bidders
Manual Kit” page, whose link is given on home page of e-tendering portal
[Link]
7. For technical bid bidder / Contractor must make sure that there should not be any space
or special character in the file name. All the technical documents should be in .pdf
format. Eg. “Registration [Link]” is wrong file name. The correct file name
would be “registration_certificate.pdf”.
8. The documents uploaded in the technical bid will be scrutinised by the evaluation
Authority as per the document asked in the tender notice and tender document. The
decision of the tender Evaluation Authority shall be final and biding in this regard.
9. Bidder/ Contractor, in advance, should prepare the bid documents to be submitted as
indicated in the tender schedule and they should be in PDF/XLS/RAR/DWF (for
technical bid) and excel file formats (Microsoft Excel 2003 and above file) for Price
Bid. In case of technical bid, if there is more than one document, they can be clubbed
together. i.e., for each cover of online envelope only single file need to be uploaded.
10. For e.g., to upload document having multiple pages, bidder must scan them as single
document.
11. For technical bid, bidders must make sure that there should not be any space or special
character in the file name. All the technical documents should be in .pdf or .rar format
e.g., “Registration [Link]” “Registration [Link]” is wrong file name. The
correct file name would be “registration_certificate.pdf” “registration_certificate.rar”.
12. For Price Bid, do not modify the Price Bid predefined name or sheet name of Price Bid.
13. Only Green cells of Price Bid are for data entry. Do not use cut, copy or paste while
data entry into the Price Bid sheet. Any violation on the Price Bid shall be subjected to
rejection of the bid. Before uploading Price Bid kindly confirm that entries, details in
Price Bid have been saved correctly.
14. It is important to note that, the bidder/ contractor must Click on the ‘Freeze Bid Button’,
to ensure that he/she completes the Bid Submission Process. Bids which are not frozen
are considered as Incomplete/Invalid bids and shall not be considered for evaluation
purposes.

Contractor No of Corrections A.E.1 Executive Engineer


22

15. For any queries relating to this e-Procurement Portal, please call 24 x 7 Toll Free No.
0120-4200462, 0120-4001002, 0120-4001005, 0120-6277787.
16. All queries will be answered in English / Hindi only.

2.10.0 Opening of Electronic Bids:

1. The Contractors/ his 22pplicabil representative may remain present in the Office of the
Tender Opening Authority at the time of opening OR can view all the opening and
evaluation stages as well as all view technical and financial documents of all the
participants in this tender. Otherwise, further complaints regarding tender opening
process will not be entertained. Bidders can also view the summery of opening and
evaluation uploaded by competent authority during below stages online using their
logins.
2. The Competent Authority receiving the Bids shall first decrypt the received bids and
verify the Tender Fees and Earnest Money Deposit.
3. The Competent Authority will first open and download the Technical Bid documents of
all Contractors and after scrutinizing these documents will shortlist the Contractors who
are eligible for Financial Bidding Process in technical evaluation stage.
4. The financial bid will be opened after technical evaluation, the financial opening date
and time will be decided after technical evaluation by competent authority.
5. Only technically qualified bidders are eligible or appear in list of financial opening.
6. After financial opening and evaluation, the Award of Contract is also made available
online for the bidders.
2.11.0 Key Dates
The Contractors are strictly advised to follow the dates and times as indicated in the Time
Schedule in the Notice Inviting Tender for each Tender. All the online activities are time
tracked and the e-Government Procurement System enforces time-locks to ensure that no
activity or transaction can take place outside the Start and End dates and time of the stage as
defined in the Notice Inviting Tenders.

2.12.0 Eligibility
This invitation of bids is open to all bidders who satisfy the qualification criteria given in
section III of this tender document.

Contractor No of Corrections A.E.1 Executive Engineer


23

2.13.0 Information and Instructions to Applicants


2.13.1. Online tenders in B-1 forms are invited by the Corporation from the contractors for
the work, details of which are given in Section- III of this Tender document.
2.13.2. Contractors should download Main Tender documents from the website.
[Link]
2.13.3. Main Tender Documents shall be digitally signed and uploaded.
2.13.4. Any overwriting or correction shall be attested. All pages of the Main Tender
Document shall be numbered and should be submitted as a package with a signed letter of
23pplicabili.
2.13.5. All the information must be filled in English language only.
2.13.6. Information and certificate(s) furnished along with the application form (the
respective application that vouches to the suitability, technical know-how and capability of
the applicant) should be digitally signed by the applicant.
2.13.7. The applicant is encouraged to attach any additional information which he thinks
necessary regarding his capabilities. No further information will be entertained after
submission of Main Tender Document unless it is requested by the Vidarbha Irrigation
Development Corporation, Nagpur, (hereinafter referred to as VIDC or Corporation).
2.13.8. Prescribed forms as required in this tender booklet duly completed and digitally
signed should be uploaded on the web site along with all relevant documents. The
documents submitted in connection with the post-qualification shall be treated as
confidential and will not be returned.
The cost incurred by the applicant in preparing this offer, in providing clarification or
attending discussions, conference in connection with this document, shall not be reimbursed
by the VIDC, Nagpur 440 001 under any circumstances.

It shall be binding for all contractors to inspect the work site, quarry area, availability of
Labour, Quarry material, construction material, lead for material etc. and other important
site locations before filling the tender.
2.14.0 Method of Applying.
(a) If the application is made by an individual, it shall be digitally signed by the individual
above his full name and current address.
(b) If the application is made by a proprietary firm, it shall be digitally signed by the
proprietor above his full name and the full name of his firm with its current address.
2.14.1 If the application is made by a firm in partnership, it shall be digitally signed by all

Contractor No of Corrections A.E.1 Executive Engineer


24

the partners of the firm above their full typewritten names and current addresses or by a
Partner holding valid power of attorney on behalf of the firm by signing the application, in
which case a certified copy of the power of attorney shall accompany the application. A
certified copy of the partnership deed, current address of all the partners of the firm shall
also accompany the application.
2.14.2 If the application is made by a limited company or a Corporation, it shall be digitally
signed by a duly authorized person holding the power of attorney for signing the
application, in which case a certified copy of the power of attorney shall accompany the
application. Such limited company or corporation may be required to furnish satisfactory
evidence of its existence.
2.15.0 Pre-Tender Conference
1. No Pre bid conference will be held. Prospective Bidders can ask for clarification online
through online portal up to 7 days before last date of submission (Not including
extension, if any). In reply to these queries, common set of deviation (CSD) will be
issued on web portal and will be treated as part of tender. If no response is received in
respect of any clarification from department/ Corporation till the last date of bid
submission, it is to be presumed that no changes have been made to any tender
condition. No further queries will be entertained after this cutoff date.
2. The e-tender submitted by the bidder shall be based on the clarification, additional
facility issued (if any) by the Corporation and this tender shall be unconditional.
Conditional tenders will summarily be rejected as non-responsive.
3. All bidders are cautioned that the tenders containing any deviation from the contractual
terms and conditions, specifications or other requirements and conditional tenders will
be rejected as non-responsive.
2.16.0 Revision or Amendment of Tender Documents:
Right is reserved to revise or amend the tender document released on website, prior to time
instance specified in time schedule and may be displayed on website.

2.17.0 Bidder to Inform Himself Fully :


The bidder shall be deemed to have fully acquainted himself with,
1. The work and site conditions.
2. Conditions in B-1 form, special conditions, specifications, schedules and drawings,
common set of conditions issued.
3. Various leads and lifts involved in the works and materials of construction.

Contractor No of Corrections A.E.1 Executive Engineer


25

4. His own various quaries for construction materials, their availability and adequacy etc.
2.18.0 Earnest Money :
All bidders shall pay entire E.M.D. & the mode of payment is indicated as specified at Sr.
No. 4.6.4 of Section IV. No exemption to any bidder shall be allowed from payment of
earnest money deposit.
E.M.D. shall be paid online through bank account of his own by the contractor, Contractor
shall submit the undertaking that the Earnest Money Deposit (EMD) has been paid through
his bank account and he will be responsible for any legal action under Indian Penal Code
(IPC) & The Information Technology Act 2000 if it is found false.
2.19.0 Additional Earnest Money :-
DELETED
2.20.0 Refund of Earnest Money :-
After opening of the offer the E.M.D. of bidder’s other than L1 & L2 will normally be
refunded. In the case of successful Bidder, the earnest money will be refunded after signing
of contract documents and payment of security deposit. In case of L2 Bidder EMD will be
refunded after issue of work order to successful bidder.
Earnest money amount shall not carry any interest whatsoever.
2.21.0 Security Deposit:
A sum as mentioned at Sr. No. 4.6.5 of section IV will have to be deposited by the
successful Contractor at the time of completing the contract documents. The security
deposit may, unless otherwise specified in the special conditions, be deposited by the
contractor in the form of Demand draft/FDR or irrevocable Bank Guarantee from any
Nationalized or Scheduled Bank’s for a period equal to the time limit plus the period of
defect liability. (Mentioned at clause 20 of General Conditions of Contract B-1 Tender
form)
The security deposit will be retained by the Corporation for the due and faithful fulfillment
of the contract by the contractor. In addition to the sum as above, sums as Security Deposit
will be deducted from running account bills at the rate shown at Memorandum Para (d).
The sum of Security Deposit thus deducted from the running account bills, will remain in
the form of cash for a period as stated in Clause-20 of of General Conditions of Contract
B-1 Tender.
2.22.0 Additional performance security Deposit:
As per clause 1(B) of Section VII

Contractor No of Corrections A.E.1 Executive Engineer


26

2.23.0 Manner of Online Submission of E-Tender and its Accompaniments


Main Tender Documents are to be prepared & submitted online as per instructions of
E-tendering and upload on web site by digitally signed wherever necessary.
The detailed step by step procedure for uploading the Main Tender Documents,
required Tender papers, Payment of tender fee, and E.M.D through E payment Gateway is
available on the e-Tendering website of Govt. of Maharashtra [Link]
Bidders must follow the instructions given on the above web site for filling up Main Tender
Forms online.
The contractor shall submit documents listed below in Envelope – I (Technical)
Note:- Contractor must ensure that the attached documents are arrange serially as enlisted in
check list before submitting the documents. The contractor will be solely responsible for any
of his documents remaining unevaluated on the grounds of not submitting documents in
proper sequences.
All attachments should be serially numbered.

1. Scanned copy of own bank statement showing EMD payment made. (Rs.60,500/-)
2. Scanned copy of PAN card.
3. Scanned copy of GST Registration certificate provided as per GOI GST Act 2017.
4. Scanned copy of Deed of Partnership or Article of Association and Memorandum of
Association for Limited Company duly registered/ notarized.
5. Scanned copy of Power of Attorney, duly registered / Notarized (if any).
6. Copy of acknowledgement of Income Tax return filed for latest Five Financial Year.
7. Statement No I – 1. Work in Hand 2. Works Tendered & to Be Awarded.
8. Statement No II – Statement showing works done during last five years with the value
of works unfinished.
9. Statement No III – Statement showing quantities of work executed in any one
financial year during last five years.
10. Statement No IV– List of modern machinery.
11. Statement No V– Details of works of similar type and magnitude carried out the
contractor.
12. Statement No VI– Statement showing technical personnel available with bidder.
13. Form No I – Information on litigation history in which the bidder is involved.
14. Form No II – Information regarding number of ongoing works under VIDC
15. Form No III Calculation of bid capacity of the bidder
16. FORM- III –A- Value of “B” for calculating the Bid Capacity (Work in Hand)
17. Form No. IV- Scanned copy of turnover certificate of last Five Financial years issued

Contractor No of Corrections A.E.1 Executive Engineer


27

by Chartered Accountant in this Form with UDIN No. mentioned on turnover


certificate. (Supported with P & L Account & Balance Sheet)
18. APPENDIX A – For Joint Venture
19. APPENDIX B – Memorandum of understanding for Joint Venture agreement.
20. APPENDIX C – Declaration of the contractor
21. APPENDIX D – Model form of Bank Guarantee Bond
22. ANNEXURE – I – Self Evaluation Sheet duly completed and filled by bidder.
23. ANNEXURE –II – Affidavit on Rs.100/- Stamp Paper for geniuses of documents.
24. UNDERTAKING 1- On letterhead duly stamped and signed.
25. UNDERTAKING 2- Regarding of deployment of machinery
26. UNDERTAKING 3- Regarding of acceptance of all terms and conditions of tender.
27. Common set of deviation (CSD) published by department if applicable.
28. Bidders are required to accurately complete the provided SELF-EVALUATION PDF
SHEET as part of their submission. This sheet must be filled out in its entirety and
submitted in accordance with the tender instructions.
29. All pages of the tender document (B1) and other document must be digitally signed by
the bidder. Otherwise, they will not be considered for further activities.
NOTE :-
1) Scanned copy of tender documents should not be uploaded with other documents.

2) Contractor submitting false and misleading information will be liable for forfeiture of
EMD /SD/ Performance Security and will be banned from participating in any tender
process of Water Resources Department for a period of Three Years.
3) Bidder shall not be permitted to submit any documents other than performance security,
However Corporation/ Government/ Water Resources Department reserves the right to
seek additional clarification / information, if required.

2.23.01 False information and documentation given by contractor shall be liable for action
under Indian Penal Code (IPC) & Information Technology Act 2000.
2.24.0 Technical Bid (Eligibility Criteria) –
Post-bid process is applicable for this tender and eligibility criteria as prescribed in
para 3.3 Section –III are applicable.
2.25.0 Financial Bid: in Envelope – II (Commercial)
The bidder should quote his offer in the form of percentage below or above estimated cost
given in Schedule-B of tender documents. This is to be done online at the place made
available.

Contractor No of Corrections A.E.1 Executive Engineer


28

The second e-envelope mentioned on the portal as “Commercial e-Envelope C-1” shall
contain the offer made on the screen online, And

1. Signed copy of common set of deviations (CSD), if applicable.

2. Offer to be submitted Online, for Price / commercial Bid.

Note: - (i) and (ii) should not be uploaded among other documents in envelope-I.
2.26.0 DELETED
2.27.0 Instructions to be Considered While Quoting Tender Offer
The bidder should quote his offer in the form of percentage below or above
estimated cost given in Schedule ‘B’ at appropriate place both in figure and words. The
contractor shall quote for the work as per details given in the main tender viz. conditions in
B-1-form, special conditions of contract, specifications, common set of conditions issued /
additional stipulations made by the Corporation which will be available at the e-tendering
portal from time to time.
2.28.0 Income Tax Deduction
Income tax is to be deducted from the sums to be paid to the contractor for the works carried
out at the rate of 10% of the gross amount or at the rates revised from time to time, and
surcharge on Income Tax & Education Cess as per prevailing Government orders issued
from time to time by Competent Income Tax Authority.
2.28.1 Good & Service Tax (GST)
As the tender cost is exclusive of GST, therefore bidder shall quote his rate
without considering GST. Though the tender rates are not inclusive of GST , the contractor
shall pay GST as per the provisions contained under GST Act 2017 on the amount of bill of
the work done as per the prevailing rate of GST during the period of work done as
applicable. This amount of GST paid by the contractor as per prevailing GST rules, will be
reimbursed to the contractor on production of proof of payment of GST to the concern
department of Government.

At the time of payment, T.D.S. under GST @ rate 2% (1% CGST and 1%
SGST / IGST as applicable) or at prevailing rate as per Government notification shall be
deducted from bill amount.

2.29.0 Quantities Put to Tender:


The quantities given in Schedule ‘B’ for various items are approximate. Some of the items
of works put to tender are likely to be executed departmentally, till the contract agency is
fixed. Such quantities which would be executed till the fixation of contract will stand

Contractor No of Corrections A.E.1 Executive Engineer


29

deducted from the quantities entered in the Schedule ‘B’ at the time of signing of contract.
The contractor should take cognizance of this fact and no claims will be tenable on account
of such reduction in quantity. There may also be variation in quantities on account of change
or modifications in design and no claims will be tenable on account of such reduction /
increase in quantity. The quantities of items on which the Corporation has carried out the
work, as measured on the date of work order shall stand deducted from the quantities
stipulated in Schedule ‘B’ as put to tender by the Corporation.

2.30.0 Tender Units :


The tender has been invited under the Metric System of measurements. The bidder should
particularly note the units mentioned in Schedule ‘B’ on which rates are to be based.
2.31.0 Mode of Measurment:
The bidder shall also go through mode of measurements decided for various items which are
given in item wise specifications.
2.32.0 Validity for Offer Days:
The offer shall remain valid for a period of 60 days from the date of the opening of
Financial Bid tender and thereafter until it is withdrawn by notice in writing by the bidder,
to Executive Engineer and Superintending Engineer. Such notice shall be sent by Registered
Post Acknowledgment Due (RPAD). If the acceptance of tender is not communicated within
60 days and if the offer is withdrawn by the contractor earnest money shall be refunded in
full.
2.33.0 Opening of Tenders: Technical & financial Bid
The Contractors or his duly 29pplicabil agent may remain present in the Office of the
Tender Opening Authority at the time of opening of Technical & Commercial Bids
otherwise no complaint will be accepted after opening of Bid. However, the results of the
Commercial Bids of all Contractors shall be available on the Government of Maharashtra e-
Tendering Portal on [Link] immediately after the completion of
opening process.
Financial & Technical Bid of all the bidders will be opened online to verify its
contents as per requirements. The bidder shall meet the requirement. If the various
requirements as specified at Section III & IV are not uploaded or verification of the same do
not meet the requirements, a note will be recorded accordingly by the tender opening
authority and the said bidder’s Financial Bid will not be considered for further action. The
decision of tender opening authority will be final & binding to all bidders.

Contractor No of Corrections A.E.1 Executive Engineer


30

Technical evaluation will be done as per marking system.. The bidder who gets
marks below 70 out of 100 will get disqualified. The Technical Evaluation (Score) has
weightage of 60% and the Financial Evaluation (Score) has weightage of 40%. The tender
will be awarded to the bidder having highest combined evaluation / weighted score
approved by competent authority. Bidder should note that Even bidder is L-I as per price bid
but L-1 as per combined score of Technical bid and financial bid approved by competent
authority will be final L-1. The bidder should take note that Technical and Financial
Evaluation will be done as per Quality and Cost based Selection (QCBS). महाराष्ट्र शासन,

जलसंपदा विभाग, शासन वनर्णय क्र. वनविदा 0417/(प्र.क्र.247/17)/मोप्र-1 वदनांक 18/10/2023.

Bidder should note that after opening of price bid it is not binding on department to
allot work to L-1 bidder, though he receives notification from [Link]
that he is L-1 bidder as per price bid. Regarding this issue Bidder will not be liable to
challenge the decision. The decision of Executive Engineer will be final & binding to all
bidders. The tender will be awarded to the bidder having highest combined technical and
financial evaluation / weighted score approved by competent authority. Technical and
Financial Evaluation will be done as per Quality and Cost based Selection (QCBS).
If there is any discrepancy between Procedure mentioned in Tender Document and
NIC then Procedure mertioned in Tender Document will be followed and it will be binding
to bidders.
2.34.0 Evaluation of Tenders
Prior to the opening and evaluation of financial bids, the designated opening authority will
ascertain if each bid complies with the eligibility criteria outlined in Section III.
Additionally, it will assess whether the bids are substantially responsive to the requirements
specified in the bidding documents.”
2.35.0 Acceptance of Tender:
“Upon preliminary selection, the successful bidder will be invited for negotiations by
authorized representatives of the Corporation. Any documents pertaining to these
negotiations, along with the bidder’s revised offer (if applicable), will become part of the
contract documentation. Following these negotiations, the acceptance of the tender may be
communicated to the contractor via email, which will be considered a formal notification of
tender acceptance.
The bidder whose tender is accepted must execute the contract and fulfill the security
deposit payment obligations within 15 days from the date of such notification. Failure to

Contractor No of Corrections A.E.1 Executive Engineer


31

sign the contract or remit the security deposit, including any additional security deposits as
required, within this period will result in the forfeiture of the earnest money and any
performance security submitted by the bidder. Furthermore, the tender acceptance may be
revoked. In such a case, the Corporation may award the contract to the next eligible bidder,
or another contractor deemed suitable.
The Tender Acceptance Authority retains the right to reject any or all tenders without
providing any reasons.”

2.35.1 A ‘Substantially Responsive Bid’ is defined as one that complies with all terms,
conditions, and specifications set out in the Bidding Documents, without significant
deviation or objection. A ‘material deviation or reservation’ is one that:
(a) impacts the scope, quality, or performance of the works in any substantive manner; (b)
substantially limits or is inconsistent with the Bidding Documents, thereby infringing on the
Employer’s rights or the Bidder’s obligations under the proposed Contract; or (c) if
rectified, would unfairly alter the competitive position of other Bidders who have submitted
substantially responsive Bids.
.The determination made by the Tender Opening Authority regarding the responsiveness of
a bid shall be considered conclusive and binding upon all Bidders.
2.35.2 If a Bid is not substantially responsive, it will be rejected by the Employer, and may
not subsequently be made responsive by correction or withdrawal of the non-conforming
deviation or reservation.
2.36.0. Signing of Tender Documents:
Successful bidder will have to sign the contract with Executive Engineer in the form of
tender document released on web site. The documents/information submitted by the
contractor during Tender Evaluation and Minutes of pretender conference/ common set of
condition documents related to negotiations shall also form a part of contract.
The bidder shall submit original or attested documents to verify and to confirm about what
are uploaded by him at the time of e-tender process. And if any deviation is observed, the
acceptance of the tender shall out-right be cancelled and further suitable action shall be
initiated against the bidder / bidder.

The successful bidder should produce to the satisfaction of the competent authority
accepting the tender a valid and current license issued in his favour under the provisions of
contract Labour (Regulation and Abolition) Act, 1970 and the Maharashtra Contract Labour

Contractor No of Corrections A.E.1 Executive Engineer


32

(R & A) Rules, 1971, before signing the contract. .


2.37.0 Joint Venture consortium:
A Joint Venture between single contractors, Partnership Firm, Joint Stock Limited
company, Private / Public Limited Company may be permitted subjected to following
conditions.

All works above 25 crore and for EPC type of work constituting all Civil, Mechanical &
Electrical components, Joint Venture consortium can take part in the tender process. For
below instruction shall be followed.

i) Lead partner of JOINT VENTURE should not be less than 50%.

ii) In a Joint Venture (JOINT VENTURE), a partner holding more than 50% of the
partnership stake is designated as the lead partner. To qualify as a JOINT
VENTURE partner, a minimum ownership of 20% is required.

iii) Joint Venture Consortium shall submit Memorandum of Understanding (MOU) on


Rs. 100/- Stamp Paper (as prescribed in Appendix 1I, Section VI) in Envelope
No.1.

iv) As per Clause 58 of Indian Partnership Act, 1932 the Joint Venture Consortium shall
be registered with the Registered of Firms of the Government Or as per Clause
12 of Limited Liability Partnership Act, 2008 the Joint Venture Consortium shall
be Registered with the Register of companies prior to the submission of First RA
Bill.

v) It shall be the responsibility of the Joint Venture Consortium to accept the above
terms & conditions.

vi) The Joint Venture Consortium must be registered with and have registration
numbers upto 1st RA Bill from various statutory departments i.e.. Income Tax,
GST etc. and others referred to in the tender.

vii) The Joint Venture partnership shall not be dissolved till the completion of the defect
liability period as stipulated in the tender conditions and till all the liabilities
thereof are liquidated.

viii) One of the partners shall be nominated, as being in-Charge and this authorization

Contractor No of Corrections A.E.1 Executive Engineer


33

shall be evidenced by submitting a power of attorney signed by a legally


authorized signatory of all the partners.

ix) Lead partner shall be authorized to incur all liabilities and receive instructions for
and on behalf of all partners of the Joint Venture and entire execution of the
contract.

x) All partners of Joint Venture shall be liable Jointly and severally for execution of the
contract in accordance with contract terms, and a relevant statement to this effect
shall be included in the authorization mentioned under above.

xi) Complete information pertaining to each partner in the respective forms duly signed
by each such partner shall be submitted with the application.

xii) In the case of Joint Venture, the sponsoring firm has to submit complete information
and identify of the lead firm. It would be necessary for the Joint Venture to
establish to the satisfaction of the department that the Venture has been made
practical, workable and legally enforceable arrangements amongst the parties,
that responsibilities regarding the executive and financial arrangements have
been clearly laid down and assigned that the individual parties to whom such
responsibilities etc. assigned are capable in their individual capacity to discharge
them completely and satisfactorily and also that the lead firm has necessary skill
and capacity to lead responsibility and involvement for the entire period of
executive as well as leading role in control and direction of the resources of the
entire Joint Venture.

xiii) In case of any dispute or any breach of contract, the lead firm shall be held solely
responsible for any recoveries due to the Government or any fulfillment of works
mentioned in the tender.

xiv) Bidder may Bid independently or in a Joint Venture, but they would be allowed
to submit only one bid.

xv) All witnesses and sureties shall be of the person of status and probity and their full
names, occupations and addresses shall be stated below their Signatures.

xvi) Any change in the legal status of the applicant after submission of Post
Qualification application will render the application as non-responsive.

Contractor No of Corrections A.E.1 Executive Engineer


34

xvii) The particulars of the proposed work given herein are provisional and must be
considered only as advance information to assist applicant.

xviii) In the case of Power of Attorney, the original Power of Attorney shall be shown
on demand to the Officers of VIDC at the time of opening of tender or whenever
demanded and shall be submitted to the department.

xix) If the application is made by a Joint Venture or consortium of two or more


partners, the application shall be signed so as legally binding on all partners.

2.38.0

1. The bidder is must enclose an affidavit of authenticity of all the documents


attached or uploaded with the tender on stamp paper of Rs.100/- in envelope no.1. The
bidder shall be fully responsible if the tender documents are found to be false or forged
during the tender process as well as execution of the work. Water Resources Department
officials will not be responsible.

2. After opening the tender envelope no.1, if it finds any documents attached to the
tender to be false, the Executive Engineer shall disqualify the said bidder without opening
the envelope no. 2. If the bidder is registered/ unregistered then, the procedure for
blacklisting the bidder should be prescribed as per the rules by giving notice to the bidder,
allowing him to explain and after considering and verifying his explanation, then the
proposal will be submitted to the government for blacklisting.

3. During the tender process and while execution of work, documents submitted with
the tender, as well as security deposit / additional performance security deposit / bank
guarantee / FDR if found to be false, then Proceedings to file a criminal case against the
bidder will be done immediately as per the provisions of Indian Penal Code and Information
Technology Act 2000. In such case the bidder’s Earnest Money (EMD)/Security Deposit
(SD) / Additional Performance Security Deposit (APSD) amount will be forfeited and the
bidder will be debarred for three years from participating in any tender process of the Water
Resources Department, Government of Maharashtra.

4. If the documents attached with the Running Accounts or Final bill submitted by
the bidder are found to be false after the commencement of work order, the concerned
bidder will be liable to penal action as per various sections of Indian Penal Code and

Contractor No of Corrections A.E.1 Executive Engineer


35

Information Technology Act 2000., then tender will be canceled and the bidder will be
blacklisted.

5. At the time of finalization of the tender and also during the defect liability period,
documents submitted with original tender, subsequent correspondence, Running Accounts
Bills, materials purchase bills and quality control test reports etc. if found forged. Then
tender will be canceled and the bidder will be blacklisted. The bidder will be fully
responsible for the same and the bidder will be liable to penal action as per various sections
of Indian Penal Code and Information Technology Act 2000. The officers/employee of
Water Resources Department, Government of Maharashtra will not be responsible for the
same.

Contractor No of Corrections A.E.1 Executive Engineer


36

SECTION – III
ELIGIBILITY CRITERIA FOR POST
BID PROCESS

Contractor No of Corrections A.E.1 Executive Engineer


37

SECTION-III
ELIGIBILITY CRITERIA FOR POST BID
To qualify for award of the contract each bidder shall 37pplica the following eligibility
criteria as stated in para-No. 3.3 of section III.
3.1 Evaluation for Post Bid-
The purpose of post-qualification is to ensure that only established and experienced
contractors with proven capabilities are considered for final bid submission for the
project. A bidder will be deemed post-qualified if they can demonstrably meet the
criteria and assure completion of the work within the specified timeframe.

The assessment and post-qualification of applicants will be conducted by the


Competent Authority of the Vidarbha Irrigation Development Corporation (VIDC). This
Authority has the discretion to request additional clarifications, detailed information,
verify references, and conduct inquiries concerning the bidders’ qualifications and past
performance.

All post-qualification submissions will be evaluated by the Competent Authority in


accordance with the criteria specified in Sections III and IV of the Tender Booklet.

A. The post–qualification evaluation will be done from the information submitted by the
bidder. The various formats Proforma’s, Forms, Appendices etc are given in Section II,
III, VI. Bidders are expected to go through these formats carefully and submit the
information properly. Competent Authority may verify the information submitted, if
found necessary after receipt.

B. The Tender booklet should be indexed and paged. The evaluation for post qualification
is to be done for the eligible applicants who satisfy minimum criteria. It will be
therefore advisable that the applicant gives a short note explaining how he is eligible
and fulfills the criteria by giving references to the information given in booklet duly
signed.

C. The evaluation procedure is as per Section –III, the evaluation will be done with
greatest care to help to judge the overall capability and fitness of the applicants.

D. Necessary information will be collected from the details furnished in proformas and
additional information related to information already submitted (online) may be called
for at the discretion of the tender-(online) opening authorities. The information existing
as on date of (online) submission of documents shall only be considered for this
purpose.

Contractor No of Corrections A.E.1 Executive Engineer


38

E. Sublet work form government and semi government shall be considered in determining
the bidder’s compliance with the qualifying criteria.

F. For The Maximum Turnover, in any one year during the period of last Five years:
(updated to the price level, of the year in which the tenders are opened) certified by
Chartered Accountant.

G. The decision of the Tender Acceptance Authority will be final and binding on the
applicant. No correspondence will be entertained in this regard.

H. To qualify for contract the Bidder’s must demonstrate having experience and resources
sufficient to meet the aggregate of the qualification criteria for each contract given in
para 3.3.1, 3.3.3 & 3.3.4.

I. For The Maximum Turnover, in any one year during the period of last Five years:
(updated to the price level, of the year in which the tenders are opened) certified by
Chartered Accountant. In case of Joint Venture, maximum turnover of all partners
certified by Chartered Accountant for each year during the period of last five years
(updated to the price level) by each partner of Joint Venture Consortium shall be, first,
added year-wise, and maximum value among those shall be considered.

Contractor No of Corrections A.E.1 Executive Engineer


39

3.2 No Evaluation Will Be Done –

1) If the any of documents required as per Technical Envelope-1 is not submitted online
or/and information given in various Undertakings, Proforma’s, Forms, Formats,
Appendices, etc, if submitted information is incomplete / misleading / false then such
application shall be considered as non-responsive and will not be considered for
evaluation and it will be directly treated as disqualified bidder.

2) If the record of poor performance such as abandoning work, not properly completing
contract, inordinate delays in completion and financial failure, is noticed.

3) If the applicant does not fulfill the criteria for eligibility laid down in Para 3.3.0 of
Section-III and 2.23 of Section II.

4) The contractor shall require producing all original documents when asked to do so. If
he fails to produce original documents on specified date, in that case documents
submitted by the contractor shall be recorded and not considered for further evaluation.

5) If applicant does not submit information in the prescribed format.

6) If the applicant does not submit document properly as per procedure given in method of
applying.

7) If the applicant does not submit the UNDERTAKINGS 1, 2, 3,4 & 5 on letter head
duly signed.

8) If the applicant does not submit the ANNEXURE-I Section VI Self Evaluation Sheet.

9) If the applicant does not submit the ANNEXURE-II Section VI Affidavit before
Executive Magistrate / Notary on Stamp Paper of Rs. 100/-.

10) (i) If bidder has five or more works having work order after 05-03-2019 in hand under
VIDC at the time of submission of bid.

(ii) Information in FORM No. II about work in hand under VIDC shall be submitted
by bidder.

In case of Non submission of FORM No. II or submission of incomplete information


or submission in different format, the bid will be treated as non-responsive.

Contractor No of Corrections A.E.1 Executive Engineer


40

11) In case of any conflict in tender conditions decision of competent authority shall
prevail and binding on all parties.

12) Decision regarding minor & unimportant documents shall be taken by tender
accepting authority & will be final & binding on the bidder.

13) If Appendix 1(a), 1(b), 1(c) & 1(d) Section VI. Appendix-1(d) should be submitted
for all partners.

Contractor No of Corrections A.E.1 Executive Engineer


41

3.3.0 Eligibility Criteria

Base year and escalation


The base year shall be taken as financial year 2024-25. Following
enhancement factors will be used for the cost of work executed, work in hand, annual
turnover, similar type of work and the financial figures to a common base value for work
completed. For Similar type of work and for work in hand 10% enhancement factor on 1.50
yearly will be considered per year for the work completed before 2019-20.

Financial Year Multiplying factor

2023-24 1.10

2022-23 1.20

2021-22 1.30

2020-21 1.40

2019-20 1.50

The bidder should indicate the actual figure of cost and amount for the work
executed by them without accounting for the above-mentioned factors.

If the financial figures and value of the completed work are in foreign currency, the
abovementioned multiplying factors will not be applied. Instead, the current market
exchange rate (State Bank of India BC Selling rate as of the last date of submission of the
bid) will be applied for the purpose of conversion of the amount in foreign currency into
Indian rupees.

JOINT VENTURE :-

In case of previous Joint Venture regarding work done, quantities, work in hand will
be considered as per their share.

Contractor No of Corrections A.E.1 Executive Engineer


42

3.3.1 General Experience:


3.3.4 Annual Turnover:

The applicant bidder should have maximum annual turnover (updated to the price level of
the year 2024-25 of the last 5 years not less than of Rs. 90.25 Lakhs. This shall be Certified
by Chartered Accountant in prescribed format as per FORM-IV Section VI. Valid UDIN
Number should be mentioned on Chartered Accountant’s turnover certificate.

Joint Venture for proposed work, JOINT VENTURE Partners maximum turnover will be
calculated of all partners certified by Chartered Accountant for each year during the period
of last five years, updated to the price level. Maximum annual turnover of each partners will
be multiplied in percentage of their share and the same will be added and taken into the
consideration.

3.3.2 Experience of Similar Type of Work:

Contractor must have successfully completed as per definition of work mentioned below,
having cost not less than Rs. 18.05 Lakhs. During any period of time at price level of 2024-
25.

Work done as an official sublet from other contractors, with the approval of the competent
authority of Government and Semi-Government bodies, will be considered.

Definition of work:- The work of Survey and Demarcation of Submergence Boundary


and stone fixing at Full Reservoir Level along with marking at villages under submergence
of Lower Penganga Project.
Note:-
1) The qualification regarding Similar type of work must be individually fulfilled by any
one partner of JOINT VENTURE.

2) All certificates should be countersigned by the Engineer-in-Charge/Head of the department not


below the rank of Executive Engineer of the concerned department in case of Government/Semi
government works mentioning the details of quantum and cost of work is essential.

3) If the work is completed in previous joint venture, then the value of work done amount will be
considered in the share of their participation.

4) The amount of similar type of work should be excluding GST & Royalty.

5) The multiplying factor for similar type work will be applicable from the date of completion year
only.

Contractor No of Corrections A.E.1 Executive Engineer


43

3.3.3 The bidder should have executed prescribed minimum quantity of following main items of
work during any one year from 2019-20 to 2023-24.
[Link]. Description if Item Unit Required Qty
1 Item No 3 :-Block contour survey of 10mx10m grid (Not less Ha
than121 raw data points distributed uniformly overa Hectare) for
irrigation projects using digital state of art TotalStation /DGPS,
including transfer of entire data to computer system in different
georeferential layer / themes using features of standard plotting
Softwares compatible with design Software packages including
contour plotting at specified interval and [Link] test print of the
drawing shall be approved by Engineer-in-charge and the same
shall be delivered in a CD format as well as hard copy in six
numbers including one print on tracing paper, as directed DGPS
2 Item No 04: Carrying out line survey with digital state of art Total Km
Station for fixing FRL / HFL etc complete including station,
including transfer of entire data to computer system in different
georeferential| layer / themes using features of standard plotting
Soft wares compatible with design Softwares packages including
contour plotting at specified interval and scale. The test print of the
drawing shall be approved by Engineer-in-charge and the same
shall be delivered in a CD format as well as hard copy in six
numbers including one print on tracina paper as directed.
3 Item No 05 :Providing and fixing RCC Boundary/Guard/Chainage No
blocks of size 75x20x20 cm including excavation and fixing in a
block of 45x45x45 cm in M-15 Concrete with oil painting of two
coats, lettering etc. complete as Directed. ( height of stone above
GL 40 cm. including all lead and lifts as directed

Quantities of work as an official sublet from other contractors, with the approval of the
competent authority of Government and Semi-Government bodies, will be considered.

Note:- Quantities done by Each partner of the JOINT VENTURE Consortium shall be, added year-
wise, and the maximum value among those shall be considered.

Note :- All certificates should be countersigned by the Engineer-in-Charge/Head of the department


not below the rank of Executive Engineer of the concerned department in case of Government /
Semi government works.

3.3.4 Bid Capacity:

The required bid capacity for this work is Rs.0.00 Lakhs. Which shall be calculated as
below.

To assess the experience and capability of contractor for execution of the work under
consideration. The applicant bidder should satisfy the minimum eligibility criteria of Bid

Contractor No of Corrections A.E.1 Executive Engineer


44

capacity = Rs.0.00 Lakhs.

The formula for evaluation of Bid Capacity is


Bid Capacity = (A x N x 2) – B

A = Maximum value of Turn over during the period from 2019-20 to 2024-25 (updated to the
current price level 2024-25) certified by Chartered Accountant.

The Value of A shall be ascertained from the certificate as prescribed in FORM-II (of
Section-VI.

N= (Number of years prescribed for completion of works)

B = Value of existing commitments and ongoing works (updated 10% annually to the current
price level 2024-25) to be completed in the period stipulated for completion of work of the
present tender.

Note:
1. It is binding on the contractor that the cost of balance work in hand shall be
calculated absolutely correct, updated, complete, perfect, flawless etc. after online
submission / uploading of the e-tender if a new work/works is/are allotted to the
contractor before final decision in this regard, it is binding on the contractor that
the same must be intimated to the Executive Engineer concerned. Otherwise,
concerned shall be liable for suitable action as per prevailing Government rules and
regulations.

2. The evaluation for Bid-Capacity of the bidders shall be made by the tender-(online)
opening authorities based on uploaded certificates issued by Chartered Accountant.

3. If necessary, the tender opening authorities may ask for clarifications of already
submitted documents by the bidder and may check references and make inquiries
in respect of works of prospective bidders for confirmation.

4. Necessary information will be collected from the details furnished in proforma and
additional information related to information already submitted (online) may be
called for at the discretion of the tender-(online) opening authorities. The
information existing as on date of (online) submission of documents shall only be
considered for this purpose.

Contractor No of Corrections A.E.1 Executive Engineer


45

3.3.5 Personnel Capabilities


The applicant shall deploy suitably qualified personnel for the work. He shall submit Details
of technical personnel in Section VI – Form-5.

[Link]. Personal Qualification Required


1) Project Manager B.E. Civil 01
2) Surveyor BE in Civil/Diploma in Civil / GIS 04
3) Site Engineers B.E. Civil / Diploma in Civil 02
th
4) Supervisors I.T.I/ 12 02

3.3.6 List of Minimum Machinery Required for This Work:

The applicant shall submit details of Machinery in Form-4

Sr Description of Equipment Capacity Minimum Number


No Required

1 DGPS 03
2 Total Station 03
3 Computer and accessories 03
4 Colour Plotter 02
5 Auto Level 02

Note: - Applicant shall give undertaking that he will deploy required machinery and man power
if the work is awarded to him. As per undertaking No. II

3.4.0 Even though the bidders meet the above qualifying criteria, they are subject to
be disqualified, if they have

1) Made misleading or false representations in the forms, statements and attachments


submitted in proof of the qualification requirements; and /or

2) Record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures etc; and
/ or

3) Participated in the previous bidding for the same work and had quoted unreasonably
high bid prices and could not furnish rational justification to the employer.

Contractor No of Corrections A.E.1 Executive Engineer


46

3.5.0 Contractor shall also submit, Undertakings that

i) “During last five years, no compensation has been imposed on our Firm / Company
on account of slow progress of any work or any other cause. Also, neither any work
is left abandoned, in-complete by our Firm / Company” duly stamped and signed.

ii) “All/whole information submitted by our Firm / Company online, is true, correct,
updated till of online submission, wholly complete to the best of my knowledge and
belief and as per records and nothing is hidden/ concealed, disclosed, false or
misleading.” Duly stamped and signed.

iii) “I understand that the information submitted by the bidder in original certificates is
found tampered or certificates are found fake in future, then Bidder shall be
blacklisted, his EMD /Security Deposit/ Performance security shall be forfeited, and
appropriate action shall be taken.”

iv) “Certified that the above information is true, correct, updated till date of online
submission to the best of my knowledge and belief and as per records, contents in
Registered Joint Venture and nothing is hidden/ concealed, false or misleading. No
further information remains to be supplied.”
v) “The contractor online certified that, he/they have accepted Tender and all other
conditions of tender”

3.6.0 Tender process will be governed by as per GR/Circular issued by GoM/Corporation


in this regard. These instructions are binding and non-negotiable.

3.7.0 Evaluation will be done on Quality and Cost based Selection (QCBS). Refer – महाराष्ट्र
शासन, जलसंपदा विभाग, शासन वनर्णय क्र. वनविदा 0417/(प्र.क्र.247/17)/मोप्र-1 वदनां क 18/10/2023.

Post qualification is applicable for the competition of Technical as well as financial


bid.

The qualification criteria is as below

This data shall be submitted in technical envelope / envelope no.1

Contractor No of Corrections A.E.1 Executive Engineer


47

A) Annual Turnover (Total Marks 20)

Minimum Qualifying marks 10


The Contractor / applicant bidder should have minimum annual
Turnover of Rs.90.25 lakh. (Excluding advance such as machinery/ mobilization
advance etc.) in any one year from last five financial years.
Bidders Yearly Cost = Cost put to tender ÷ Work Period (yearly)
Bidders Annual Turnover
Bidders marks = X 10
90.25

The bidder gets disqualify if he is not able to get minimum qualifying marks (10).

B) Similar Type of Work (Total Marks 20)

Minimum Qualifying marks 10

The Contractor should have satisfactorily completed similar type of surveying and
demarcation of FRL and fixing boundry stone work cost not less than Rs.18.05 lakh during
any period of time work will be considered valid even if it may be of any year / period.(as
per GR Dated 18/10/2023)

Bidders Similar type of works cost


Bidders marks = X 10
18.05

The bidder gets disqualify if he is not able to get minimum qualifying marks.
C) Machinery & Manpower (Total Marks 30)
As per 3.3.5 and 3.3.6
Bidder shall get disqualified if he doesn’t have minimum required machinery and
manpower as above. The tender sanctioning authority is the final authority in this case.

D ) Bidders Capability, Work Methodology, Work Plan and vision towards works
(Total marks 30)

The Bidder / Contractor have to attach the copy of detailed presentation (ppt) of the works
he has already completed and for the work under this tender, he has to cover the following
information in his ppt.
1) Quantum of work 2) Similar type of work executed 3) Methedology adopted 4)
Equipment’s & Machinery 5) Innovative idea proposed /executed. For executed works and
for the work included in this tender.
Also It is mandatory to give presentation (ppt) to tender sanctioning authority at the
time of evaluation of his tender.
Technical Evaluation (ST)

Contractor No of Corrections A.E.1 Executive Engineer


48

Technical evaluation shall be done as per above marking system. The bidder who gets
marks bellow 70 out of 100 will get disqualified.
Financial Evaluation (SF)- The financial score of bidder shall be calculated as bellow
SF = 100 x FL / F
SF = Financial Score
FL = Lowest Bid price
F= Price Quoted by Bidders

Techical (T) and Financial (F) Weighted Score


The Technical Evaluation (Score) has weightage of 60 % and the Financial Evaluation
(Score) has weightage of 40 %.
T= Technical Quotient = 60%, F= Financial Qiotient = 40 %

The Final Combined Evaluation / Weighted Score (S)


The final combined evaluation / weighted score (S) will be calculated considering Technical
evaluation (ST) and Financial Evaluation (SF) as bellow
S = (ST X T)+( SF X F)
S= Weighted Score
ST = Technical Score
SF = Financial Score .
The tender will be awarded to the bidder having highest combined evaluation / weighted
score (S).
The bidder should take note of this.
जलसंपदा निभागांतगणत सिेक्षण, अन्िेषण, संकल्पि, जलशास्त्रीय अभ्यास, पुररे षा आखणी, प्रकल्प
अििाल तयार करणे, सल्लागार िेमणूक करणे या निनशष्ट़ स्िरुपाच्या कामांसाठी काढण्यात येणाऱ्या निनिदांचे
मूल्यांकि Quality and Cost Based Selection (QCBS) या पध्दतीिे करणेबाबत.
1. तांनिक मुल्यांकि (ST)
Technical Score (ST)काढण्यासाठी खालील पध्दतीचा अिलंब करािा.
अ. बाब निकष तांनत्रक मूल्यांकिासाठी निचारात घ्याियांचे
क्र. गुण
1 निनिदाकारांची मागील निनिदाधीि कामाच्या िार्थषक एकूण गुण : 20
लगतच्या पाच आर्थिक ककमतीच्या नकमाि 75 टक्के • नकमाि पात्रता गुण – 10
िषातील (1 एनप्रल ते 31 निनिदे ची • कमाल गुण मयादा – 20
माचण) िार्थषक मित्तम ककमत • नकमाि पात्रता गुण ि नमळाल्यास
उलाढाल (Cost put to निनिदाकार अपात्र ठरे ल
िार्थषक Tender) निनिदाकाराची
ककमत = कामाचा िार्थषक
कालािधी उलाढाल
निनिदाकाराचे X10
(िषात) नकमाि अपेक्षीत
गुण =
िार्थषक
उलाढाल

Contractor No of Corrections A.E.1 Executive Engineer


49

2 निनिदाकारािे समतुल्य निनिदा ककमतीच्या (Cost put एकूण गुण : 20


ककमतीचे नकमाि एक to Tender) नकमाि 30 टक्के • नकमाि पात्रता गुण – 10
त्याच स्िरुपाचे समकक्ष • कमाल गुण मयादा – 20
काम पूणण केलेले असले • नकमाि पात्रता गुण ि नमळाल्यास
पानिजे. अशा कामाची निनिदाकार अपात्र ठरे ल
समतुल्य कमीत कमी निनिदाकारािे
ककमत पूणण केलेल्या
समकक्ष कामाची
निनिदाकाराचे ककमत X10
गुण = निनिदा
ककमतीच्या 30
टक्के
3 मिुष्टयबळ ि यंत्रसामुग्री कामाचे बाबतीत आिश्यक एकूण गुण : 30
तांनत्रक मिुष्टयबळ ि यंत्रसामुग्री नकमाि आिश्यक तांनत्रक मिुष्टयबळ ि
यािर आधारीत क्षेत्रीय मुख्य यंत्रसामुग्री िसेल तर निनिदाकारास अपात्र
अनभयंत्यािे सनिस्तर निकष करण्यात यािे.
ठरिािेत.
4 निनिदाकाराची सक्षमता, निनिदाकारािे पूिी केलेल्या एकूण गुण : 30
कायणपध़्ती, कामाची कामाचे ि प्रस्तानित कामाचे
योजिा ि कामप्रती सादरीकरण (प्रेझेटेशि) यािर
दृष्टटीकोि आधारीत क्षेत्रीय मुख्य
अनभयंत्यािे सनिस्तर निकष
ठरिािेत.

2. आर्थिक मुल्यांकि (SF) :-


कमीत कमी नकमतीच्या निनिदे स 100 मूल्यांकि दे ण्यात येई ि अन्य निनिदांस त्याच्या नकमतीिुसार खालील प्रमाणे
मूल्यांकि (SF) दे ण्यात येईल.

SF= 100 x (FL) / F)


SF = Financial Score (आर्थिक मूल्यांकि)
(FL)= Lowest Bid Price (निनिदे चा निम्ितम दे कार)
F= Price Quoted by bidder (निनिदाकाराच्या दे काराची ककमत)

३. तांनिक (T) ि आर्थिक (F) भारांक :


प्रारूप निनिदा मंजूर करण्यास सक्षम अनधकाऱ्यािे QCBS पध्दतीिे मूल्यांकि करण्यासाठी तांनत्रक भारांक
(T) ि आर्थिक भारांक (F) ठरिािे. तांनत्रक भागास ६० टक्के तर आर्थिक भागास ४० टक्के असे भारांक असािेत.
तिापी कामाच्या स्िरूपािुसार तांनत्रक भारांक ८० टक्क्यांपयंत िाढनिण्यास ि आर्थिक भारांक २० टक्क्यांपयंत कमी
करण्यास संबंधीत क्षेत्रीय राितील.

Contractor No of Corrections A.E.1 Executive Engineer


50

4. संयुक्त़ मुल्यांकि (S) :


निनिदे चे तांनत्रक मूल्यांकि (ST) ि आर्थिक मूल्यांकि (SF) आनण त्यांचे भारांकि निचारात घेऊि
निनिदे चे संयुक्त मूल्यांकि (Weighted Score) ठरनिण्यात यािे.

S = ( ST X T) + (SF X F)
S = Weighted Score (निनिदे चे संयुक्त मूल्यांकि)
ST = Technical Score (तांनत्रक मूल्यांकि)
SF = Financial Score (आर्थिक मूल्यांकि)
T = Technical Quotient (तांनत्रक भारांक)
F = Financial Quotient (आर्थिक भारांक)
सिात जास्त संयुक्त मूल्यांकि (S) नमळनिणाऱ्या निनिदाकारास निनिदे चे काम दे ण्यात यािे.
5. For Example :
➢ Contract is to be awarded on the basis of Quality and Cost Based Selection (QCBS) Method
Technical Quotient = 60%, Financial Quotient = 40%
Hence,
T= 60/100 = 0.60, F = 40/100 = 0.40
Cost put to tender = Rs. 10,00,000/-
1) Firm A
Technical Score of Firm A: ST = 71
Offer of Bidder A: F = Rs.8,00,000/ --------- Lowest Bid Price
Financial Score: SF = Lowest Bid = 100
Weighted Score, S = (ST X T) + (SF X F) = (71 X 0.60) + (100 X 0.40) = 82.60
2) Firm B
Technical Score of Firm B : ST = 96
Offer of Bidder B : F= Rs. 9,80,000/
Lowest Bid Price : FL = Rs.8,00,000/- (Firm A)
Financial Score : SF = 100 X (FL / F) = 100 X (8,00,000 /
9,80,000) = 81.63
Weighted Score, S = (ST X T) + (SF X F) = (96 X 0.60) + (81.63 X 0.40) = 90.25
3) Firm C
Technical Score of Firm C : ST = 74
Offer of Bidder C : F = Rs. 9,80,000/-
Lowest Bid Price : FL = Rs. 8,00,000/- (Firm A)
Financial Score SF : SF = 100 X (FL / F) = 100 X
(8,00,000/8,90,000) = 89.89
Weighted Score, S = (ST X T) + (SF X F) = (74 X 0.60) + (89.89 X 0.40)= 80.36
Rank Firms Technical Financial Score Weighted Scores
1 B 96 81063 90.25
2 A 71 100 82.60
3 C 74 89.69 80.36

Hence Firm ‘B’ is the selected bidder.

Contractor No of Corrections A.E.1 Executive Engineer


51

SECTION – IV
WORK SPECIFIC INFORMATION

Contractor No of Corrections A.E.1 Executive Engineer


52

SECTION - IV

WORK SPECIFIC INFORMATION

Name of Work: The work of Survey and Demarcation of Submergence Boundary


and stone fixing at Full Reservoir Level along with marking at
villages under submergence of Lower Penganga [Link]
[Link]

4.1 Description Of The Project:

Lower Penganga Project is an attractive & economically feasible inter-state project


which envisages construction of only 1980 m length of dam hence, the site of project is
topographically very economical and creating a large storage of 1045 Mm³.Lower
Penganga Project will help in starting a green revolution in the command by creating
irrigation potential of 2.35 lakh hector by utilizing total 1164.30 M3 water (41.14TMC)
The project was administratively approved vide Govt. letter No. 1096 / (168/69) /ID /
Mantralaya, Mumbai / Dated 26-6-1997 for Rs. 1402.43 Crore. Revised Administrative
Approval was given by VIDC to Lower Penganga Project for Rs.10429 Crore (CSR 2008-
09) dated 14/08/2009.

Submergence & Full Reservoir Level located within boundries of water bodies. Total
area under submergence of Lower Penganga Project was 15951 Ha. (Private land-14657
Ha + Forest land-747 Ha + Government land-547 Ha).Total 95 villages affected due to
submergence of Lower Penganga Project. Submergence periphery of this projectis
approximately 584 Km. Land acquisition and Rehabilitation of this project is [Link]
work is essential for joint measurement report for submergence area .This work is for
Demarcation of Submergence Boundary and stone fixing at Full Reservoir Level of Lower
Penganga [Link] [Link]

4.2 Status Of The Project:


It is proposed to survey submergence area of Lower Penganga Project and marking
Full Reservior Level of Lower Penganga Project . Land acquisition and Rehabilitation of
this project is [Link] work is essiential for joint measurement report for
submergence area of Lower Penganga Project.

Contractor No of Corrections A.E.1 Executive Engineer


53

4.3 Climatic Conditions:


The climate near the site is in, general hot and dry with moderately cold winters. The
year may be divided into four seasons. The hot season begins in March and extends up to
the first week of June. This is followed by the south west monsoon season which last up till
the end of September, October and November constitute the post monsoon season and is
followed by the cold season which last up till February.
The rainfall is mainly confined in the months of June to October. Average annual
rainfall near site is about 950-1100mm.

4.4 Scope of The Work:


This work is for Demarcation of Submergence Boundary and stone fixing at Full
Reservoir Level of Lower Penganga [Link] [Link]. Total area under
submergence of Lower Penganga Project was 15951 Ha. (Private land-14657 Ha + Forest
land-747 Ha + Government land-547 Ha).Total 95 villages affected due to submergence of
Lower Penganga [Link] work is essential for Land acquisition of submerged area.

Contractor No of Corrections A.E.1 Executive Engineer


54

4.5 Information of about work site.

The information on following points is given in this Annexure.

4.5.1 Location Along the submergence Lower Penganga


Dam
4.5.2 Nearest railway station Kinvat,

4.5.3 Roads In all seasons approachable by road

4.5.4 Nearest Telephone and Telegraph facility Kinvat ,Arni

4.5.5 Nearest Petrol and Diesel pump Kinvat, Arni

4.5.6 Position of land acquisition Not Applicable

Contractor No of Corrections A.E.1 Executive Engineer


55

4.6 Details of Work


(Para of Detailed Tender Notice)
4.6.1 Name of work The work of Survey and Demarcation of
Submergence Boundary and stone fixing at
Full Reservoir Level along with marking at
villages under submergence of Lower
Penganga [Link] [Link]
4.6.2 Estimated Cost Rs. 60,16,940/-
4.6.3 Tender Fee for financial bid (Cost of Rs. 2000/- + GST 18 % 360/- = Rs.2,360/-
blank tender form)
4.6.4 Earnest Money (Earnest Money Deposit) Rs. 60,500/-
4.6.5 Security Deposit (As per Para 2.21.0 of Rs. 1,21,000 /-
Section-II)
A) Initial 1% Rs. 60,500 /-
B) Through R.A. Bills – 1% Rs. 60,500/- (Upto 50% Work Completed)
C) Additional (if required) (in case of As Applicable
increased cost of work, Clause 38 EIRL
etc. at of the increased cost.
D) If the bidders offer is more than 10 %
of cost put to tender, then security deposit
will be increased in that proportion as per
applicable rate mentioned in the tender As Applicable
and contractor has to deposit this
additional amount before issuing of work
order.
Total Rs. 1,21,000/-
4.6.6 Date, Time and place of Pre-Tender No pre bid conference will be held.
Conference. Prospective bidder can ask for clarification on
line through online portal (Not including
extension, if any). In reply to these queries,
common set of deviation (CSD) will be
issued on web portal and will be treated as
part of tender. If no response is received in
respect of any clarification from department/
corporation till the last date of bid
submission. It is to be presumed than no
charges have been made to any tender
condition. No further queries will be
entertained after this cutoff date.
As per key dates (Online)

Contractor No of Corrections A.E.1 Executive Engineer


56

4.6.7 Class of Contractor Open to all bidders who is eligible for this
work
4.6.8 Period of completion of work. 06 Months (Including Mansoon)
4.6.9 Contact Details of Executive Engineer, Lower Penganga Project
Executive Engineer Division, Yavatmal
Address and Account details Email :- eelppdiv@[Link]
Phone :- ---
Bank Name :-
The Executive Engineer, Lower Penganga
Project Division, Yavatmal
Bank of Maharashtra, Yavatmal

4.6.10 Contact Details of Superintending Superintending Engineer,


Engineer & Address Yavatmal Irrigation Project Circle, Yavatmal
Email: seyicytl2012@[Link]
Phone: 07232-242135
Fax: 07232-242434
4.6.11 Contact Details of The Chief Engineer, Water Resources
Chief Engineer Department, Amravati
& Address Shivaji Nagar, Amravati
Email: ceamt2009@[Link]
Phone: 0721- 2662282/83
Fax: 0724- 2662315
4.6.12 Tender (online) Opening Authority Executive Engineer, Lower Penganga Project
Division, Yavatmal Dist:Yavatmal
Email :- eelppdiv@[Link]
Phone :- ---
4.6.13 Date & time of (online) opening of tender As per key dates (Online)
4.6.14 Name of the tender accepting authority The Chief Engineer,
Water Resources Department, Amravati
Shivaji Nagar, Amravati
Email: ceamt2009@[Link]
Phone: 0721- 2662282/83
Fax: 0724- 2662315
4.6.15 Venue of Opening Executive Engineer, Lower Penganga Project
Division, Yavatmal
Email :- eelppdiv@[Link]
Phone :- ---

Contractor No of Corrections A.E.1 Executive Engineer


57

4.6.16 Any addendum / corrigendum Any addendum / corrigendum /cancellation of


/cancellation above tender will be published on the web-site
[Link] and on the notice
board of office of the Executive Engineer. The
system shall generate a mail to those Bidders,
who have already participated in this tenders
and those Bidders if they wish, can modify
their tenders.
4.6.17 Bid Documents Bid Documents consisting of post Bid criteria
for technical qualification, information and
eligibility criteria, plans, specification and
schedule of quantities of the works as-
well-as, Main Tender Documents (in B-1
form), are made available on web-site
[Link] and the set of terms
and conditions of contract and other necessary
documents can be seen on the web-site till last
date of sale and receipt of tender papers.
Interested bidder may obtain further
information at the web-site Portal :
[Link]
4.6.18 Bid Documents acceptance period The bid for the work shall remain open for
acceptance for a period of 60 days from the
date of opening of financial bid. If any bidder
withdraws his bid/ tender before the said
period or makes any modification in the terms
and condition of the bid, the EMD at the time
of submission of tender shall stand forfeited.
4.6.19 Other details Other details including details of Portal
Registration, Submission of bid, Resubmission
and withdrawal of bid can be seen in the
bidding Documents which is available in
web-site [Link]
4.6.20 Documents to be uploaded The scanned copies of original Documents
should be uploaded on above mentioned web-
site as per Para 2.23 of this Tender Booklet and

Contractor No of Corrections A.E.1 Executive Engineer


58

should be produced for the verification on


demand after opening of the technical bid if
required for verification.
The bidders who participated in the online
bidding can witness opening of the bid from any
system logging on to the portal
[Link] away from opening
place. The bids can only be opened by the pre-
designated officials only after the opening time
mentioned in the bid. In the event of the
specified date of bid opening being declared a
holiday the bid will be opened at the appointed
time and location on the next working day. Date,
time and place of opening of BOQ shall be
intimated separately.

4.6.21 Additional Performance Security Deposit Clause of performance security is introduced


and that will govern as mentioned in tender.

4.6.22 Authority of Right to reject Authority reserves the right to reject any or all
the tenders without assigning any reasons
thereof

4.7 PERIOD OF COMPLETION AND PROGRAMME OF WORK

(Para 13 to special condition of contract)


1 Period of completion of work: 06 Months (Including Mansoon)

2 The construction programme is enclosed at the end of the schedule ‘D’ of tender
document. Based on which the physical programme is prepared. If bidder does not
agree with this programme he shall submit his own programme without changing total
period of tender along with tender documents inclusive of the physical programme.
Subject to the provision that 50 % of the work shall be completed in 50% of the
conctract period.

Contractor No of Corrections A.E.1 Executive Engineer


59

4.8 Price Variation Information (Vide Para 33 of special conditions of contract)

Sr No Component Centre/Place Percentage

1 Labour component (K1) Yavatmal 48.00%

2 Other material (K2) All India average 50.00%

3 POL components (K3) Mumbai 2.00%

4 Bitumen As per Actual N.A.

5 TMT/Mild Steel As per Actual N.A.

6 Cement As per Actual N.A.

4.9 Cost of Cement & Steel For Price Variation (without GST)

Cost of Cement - Rs. --- /Bag

Cost of Structural Steel - Rs. --- /MT

Contractor No of Corrections A.E.1 Executive Engineer


60

SECTION – V
B-1 – TENDER FORM
SCHEDULE OF WORKS
WORK PROGRAMME

Contractor No of Corrections A.E.1 Executive Engineer


61

SECTION – V
B-1 TENDER FORM
PERCENTAGE RATE TENDER & CONTRACT FOR WORKS
VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR

Name of Work:- The work of Survey and Demarcation of Submergence Boundary


and stone fixing at Full Reservoir Level along with marking at
villages under submergence of Lower Penganga
[Link] [Link]

GENERAL RULES AND DIRECTIONS FOR THE GUIDENCE OF CONTRACTORS

1. All works proposed to be executed by contract shall be notified in a form of


invitation to tender published on the notice board in the office of the Executive Engineer.
This form will state the work to be carried out as well as the date for online submitting and
opening tenders and the time allowed for carrying out the work, also the amount of the
earnest money if required to be deposited with the tender, and the amount of the security
deposit and performance security if required to be deposited by the successful Bidder and
the percentage if any, to be deducted from bills. Copies of the specifications, designs and
drawings, estimated rates, scheduled rates and any other documents required in connection
with the work shall be signed by the Executive Engineer for the purpose of identification
and shall also be open for inspection by contractors at the office of the Executive Engineer,
during office hours. Where the works are proposed to be executed according to the
specifications recommended by a contractor and approved by a competent authority on
behalf of the corporation such specifications with designs and drawings shall form part of
the accepted tender.

2. In the event of the tender being online submitted by a firm, it must be digitally
signed by a partner duly authorized by firm thereof, and in the event of the absence of any
partner, it shall be digitally signed on his behalf by a person holding a power of attorney
61pplicabili him to do so as mentioned in detailed tender notice.

a) The contractor shall pay along with the tender the sum as stipulated in details of
tender as and by way of earnest money.

Contractor No of Corrections A.E.1 Executive Engineer


62

b) If after online submitting the tender, the contractor withdraws his offer or
modifies the same or if after the acceptance of his tender the contractor fails or neglects to
furnish the balance of security deposit without prejudice to any other rights and powers of
the Corporation hereunder or in law, Corporation shall be entitled to forfeit the full amount
of the earnest money and additional performance security, deposited by him.

c) In the event of his tender not being accepted the amount of earnest money
deposited by the contractor shall unless it is prior thereto forfeited under the provision of
sub-clause (ii) above, be refunded to him on his passing receipt, therefore.

Contractor No of Corrections A.E.1 Executive Engineer


63

3. Receipts for payments made on account of any work, when executed by a firm,
should also be signed by all the partners except where the contractors are described in their
tender as firm, in which case the receipt shall be signed in the name of the firm by one of the
partners or by some other person having authority to give effectual receipts of the firm.

4. Any person who submits a tender shall fill up online form stating at what
percentage above or below the rates specified in schedule-B (Memorandum showing items
of work to be carried out) he is willing to undertake the work. Only single percentage on all
the estimated rates shall be named.

5. The officers indicated in Detailed Tender Notice or his duly 63pplicabil assistant
shall open tender online. The system will generate comparative statement in a suitable form.
In the event of tender being accepted, the contractor shall for the purpose of identification,
sign copies of the specifications and other Documents mentioned in Rule 1. In event of
tender being rejected the competent officer shall refund the amount of the earnest money
deposited by the contractor, on his giving a receipt for the return of money.

6. The officer competent to dispose of the tenders shall have the right of rejecting all or
any of the tenders.

7. No materials of any type required for the work shall be supplied by the Corporation.
All the work shall be executed by the Bidder with contractor’s own material(s). The
memorandum of work to be tendered for shall be filled in and completed by the office of the
Executive Engineer before the tender form is uploaded on the portal.

8. All work shall be measured net by standard measure and according to the rules and
customs of the Corporation and without reference to any local custom.

9. Under no circumstances shall any contractor be entitled to claim enhanced rates for
items in this contract.

10. All corrections, additions or pasted slips should be initialed digitally / physically.

11. The measurements of work shall be recorded by Engineer of the Corporation as per
the provisions in the MPW manual & MPW accounts code.

12. In view of the difficult position regarding the availability of foreign exchange no
foreign exchange would be released by the Corporation for the purchase of plant and
machinery required for the execution of the work contracted for.

Contractor No of Corrections A.E.1 Executive Engineer


64

13. The contractor will have to construct shed for storing controlled and valuable
materials at work site, having double locking arrangement. The materials will be taken for
use in the presence of the Corporation person. No materials will be allowed to be removed
from the site of works without prior permission of Engineer-in-Charge.

14. Successful bidder will have to produce to the satisfaction of the accepting authority a
valid and current license issued in his favour under the provision of Contract Labour
(Regulation and Abolition) Act, 1970 before starting work. On failing which acceptance of
the tender will be liable for withdrawal and earnest money will be forfeited to corporation.

15. The payment of bills will be made as and when funds are available with V.I.D.C. No
claim will be entertained on account of delay in payment due to paucity of funds.

Contractor No of Corrections A.E.1 Executive Engineer


65

B-1 TENDER FORM


PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS

1. I / We hereby tender for the execution for the Vidarbha Development


Corporation (here-in-before and here- in-after referred to as Corporation) of the work
specified in memorandum as enclosed within the time specified in such memorandum at *
in figure as well as in words........... % ......................... percent below / above the estimated
rates entered in Schedule B (Memorandum showing items of work to be carried out) and in
accordance in all respects with the specifications, designs, drawings and instructions in
writing referred in Rule 1 hereof.
2. I / We agree that the offer shall remain open for acceptance for a minimum
period of 90 days from the date of for opening the of Financial Bid & thereafter until it is
withdrawn by me / us by notice in writing duly addressed to the authority opening the
tenders and sent by registered post AD or otherwise delivered at the office of such
authority.
Earnest Money Deposit (EMD) which should be paid online using payment gateway
mode as specified at [Link].4.6.4 of Section IV. Earnest money in any other form will not be
accepted.
The amount of earnest money shall not bear interest and shall be liable to be forfeited to the
Corporation should I/We fail to (1) abide by the stipulation to keep the offer open for the
period mentioned above or (2) sign and complete the contract document as required by the
Engineer and furnish the security Deposit and additional security Deposit if any, as specified
in item I and (f) of the memorandum enclosed within the time limit laid down in clause (1) of
Conditions of contract. The bidder should furnish an agreement in the enclosed format as per
Annexure ‘B’ on a non-judicial stamp paper of Rs.100/- The amount of earnest money may
be refunded to me / us if so desired by me / us in, writing, unless the same or any part thereof
has been forfeited as aforesaid.

3. Should this tender be accepted, I/We hereby agree to abide by and fulfill all the terms
and provisions of the conditions of Contract and Special Conditions of Contract included in
this booklet so far as applicable and in default thereof to forfeit and pay to Corporation the
sum of money mentioned in the said conditions.

Contractor No of Corrections A.E.1 Executive Engineer


66

MEMORANDUM

The work of Survey and Demarcation of


Submergence Boundary and stone fixing at
a. General description Full Reservoir Level along with marking at
villages under submergence of Lower
Penganga [Link] [Link]
b. Estimated cost Rs. 60,16,940/-
Tender fees to be paid through E- payment
gate way from his own bank account.

c. Earnest money (EMD) Rs. 60,500/-


E.M.D. amount to be paid through E-
payment gate way from his own bank
account

d. Security Deposite (SD)


(i) Initial (By Bank Guarantee/ Demand
Rs. 60,500/ - [ excluding Additional SD ]
Draft / FDR) 1%
(ii) To be deducted from bills 1% Rs. 60,500/- (Upto 50% Work Completed)
iii) Total Security Deposit(SD) = 2% Rs.1,21,000 /-
Additional Performance SD (If required) in
To be assessed and paid as per
e. the form of Bank Guarantee / Demand
Draft. / FDR. CLAUSE-1 (B).

i) 2% of amount by which contract cost


increases due to stipulations of Clause 14, As applicable
38 and extra Items.

ii) If the bidder’s offer is more than 10 %


of cost put to tender then security deposit
shall be increased in that proportion as per
applicable rate mentioned in the tender and As applicable
contractor must deposit this additional
amount before issuing of work order.

Percentage, if any, to be deducted from bills


f. to make up the total amount required as 2%
security deposit (by the time, half the work

Contractor No of Corrections A.E.1 Executive Engineer


67

as measured by the cost of work done is


completed).
Time allowed for completion of work from
g. 06 Months (Including Mansoon)
date of written work order.
Defect Liability Period will be of 12 Months.
h. Defect liability period. Defect liability period to start from the
completion date of work.

Dated the ______ day of _____________2024


The above tender is hereby accepted by me for and on behalf of the Vidarbha Irrigation Development
Corporation, Nagpur as per sanctioned_______________________________________________ by
__________________________________________________________________________________
vide Agreement No. B-1/ /LPPD/

Executive Engineer
Lower Penganga Project Division
Yavatmal

Contractor No of Corrections A.E.1 Executive Engineer


68

ANNEXURE-B

AGREEMENT
Articles of agreement executed on this .......... Day of............... Two Thousand &
........................................between the Executive Engineer …………………………………..
VIDC NAGPUR (hereinafter referred to as VIDC of the one part and
Shri............................................................................... (Name and address of the bidder)
(hereinafter referred to as ‘the bounden’) of the other part whereas in response to the Tender
notice No. ............................... Dated....................................the bounden has submitted to the
VIDC a tender for the work.................................................................... specified therein
subject to the terms and conditions contained in the said tender.
Whereas the bounden has also Deposited with VIDC a sum of Rs. ..............................
as earnest money for execution of and agreement undertaking the due fulfillment of the
contract in case his tender is accepted by the VIDC.
Now these presents witness and it is mutually agreed as follows:
1. In case the tender submitted by the bounden is accepted by the VIDC and the contract
for work........................................................................................... is awarded to the bounden,
the bounden shall within 15 days of acceptance of his tender execute an agreement with the
VIDC incorporating all the terms and conditions under which the VIDC accepts his tender.
2. In case the bounden fails to execute the agreement as aforesaid incorporating terms
and conditions governing the contract, the VIDC shall have power and authority to recover
from the bounden any loss or any damage caused to the VIDC by such breach, as may be
determined by the earnest money is found to be inadequate the deficit amount may be
recovered from the bounden and his properties, movable and immovable, in the manner
hereafter contained.
3. All sums found due to the VIDC under or by the virtue of this agreement shall be
recoverable from the bounden and his properties, movable and immovable, under the
provisions of the Maharashtra Land Revenue Code for the time being in force as though such
sums are arrears of land revenue and in such other manner as the VIDC may deem fit.
In witness where of Shri…………………………………………………………….
Executive Engineer……………………………………………………. For and on behalf of
the VIDC and Shri …………………………………………………………. The bounden
have hereinto set their hands the days and year shown against their respective signature.

Contractor No of Corrections A.E.1 Executive Engineer


69

Signed by Shri.___________________________
Date_____________

In the presence of witness.

1.______________________________________

2. ____________________________________

Contractor No of Corrections A.E.1 Executive Engineer


70

SCHEDULE “A”

Name of Work: The work of Survey and Demarcation of Submergence Boundary and
stone fixing at Full Reservoir Level along with marking at villages
under submergence of Lower Penganga [Link]
[Link]

Tender Cost: - Rs. 60,16,940/-

Sr. No Particulars Quantity Unit Rate Remarks

NIL NIL NIL NIL NIL Contractor Supply

Aapproximate quantities of the various materials required for the work.

Cement :- Rs. /Bag (without GST)

Steel :- Rs. /MT (without GST)

Structural Steel :- Rs. / MT (without GST)

Prepared By Check By (S.K. Rathod)


([Link]) Executive Engineer
Assistant Engineer Grade - 1 Lower Penganga Project
Division, Yavatmal
. . Lower Penganga Project Sub Div No. 1
Arni

Contractor No of Corrections A.E.1 Executive Engineer


71

ADDITIONAL CONDITIONS FOR MATERIAL


([Link], Valves, Cement, T.M.T. Bars , Bitumen etc. to be brought by Contractor)

1. All materials such as MS pipes, Valves, Cement, M.S. / TMT bars, Bitumen etc. required
for execution of work shall be brought by contractor at his own cost.

2. The contractor shall maintain the record of these materials (MS pipes, Valves, Cement,
Steel, Bitumen etc.) in the prescribed Proforma and register as directed by Engineer-in-
Charge. These registers shall be signed by the contractor and representative of Engineer – in-
charge. The register shall be written and completed up to date by the Corporation and shall be
signed by both i.e. Corporation representative and contractor’s authorized representative. The
register shall be in the custody of Corporation and shall be maintained by the Corporation
and or his site representative.

3. The material required only for this work shall be kept in godown at site. No material shall
be shifted away from the site except for the work for which this agreement is entered, without
prior approval of the Engineer-in-Charge.

4 The material i.e. MS pipes, Valves, Cement, Steel, Bitumen etc. brought on the work site
shall be accompanied with the necessary Company/Manufacturing firm’s test certificates. In
addition these materials shall be tested as per frequency prescribed by the corporation and the
cost of such testing shall be borne by the contractor. If the results are satisfactory, then and
then only the material shall be allowed to be used on the work. If the test results are not as per
standard these materials shall be immediately removed from the work site at contractors cost.
In case of cement, if so, requested by the contractor in writing, material shall be allowed to be
used before receipt of test result but this will be entirely at the risk and cost of the contractor.

5 The contractor shall produce sufficient documentary evidence i.e. bill for the purchase re-
ceipts etc. for the purpose of material brought on the work site at once if so requested by the
corporation.

6. All these materials i.e. MS pipes, Valves, Cement, Steel, Bitumen etc. shall be protected
from any damages, rain etc. by the contractor at his own cost.

7. The contractor will have to erect temporary shed of approved specifications for storing of
above material at work site having double lock arrangement (by double lock it is meant that
godown shall always be locked by two locks, one lock being owned and operated by

Contractor No of Corrections A.E.1 Executive Engineer


72

contractor and other by Engineer-in- charge or his authorized representative) and door shall
be opened only after lock are opened.

8. If required, the weight of MS pipes, Valves, Cement, Steel, Bitumen etc. brought by the
Contractor shall be carried out by the contractor at his own cost.
9. The contractor shall not use cement and other material for the item to be executed outside
the scope of this contract except for such ancillary small item as are connected and absolutely
necessary for execution of this work as may be decided by the Engineer- in – charge.

10. The Corporation shall not be responsible for the loss of MS pipes, Valves, Cement, Steel,
Bitumen etc. during transit to work site. The cement brought by the contractor at the work
site store shall mean 50 Kg. equivalents to 0.0347 cum per bag by weight. The rate quoted
should correspond to this method of reckoning.
11. In case the material brought by the contractor became surplus owing to the change in the
design of the work or otherwise for any reason, the material should be taken back by the
contractor at his own cost after permission of the Engineer-in-Charge.
12. R.C.C. pipes: The contractor shall purchase R.C.C. Pipes through M.S.S.I.D.C. with
[Link]

Contractor No of Corrections A.E.1 Executive Engineer


73

LOWER PENGANGA PROJECT


Taluka :- Ghatanji Dist : - Yavatmal
Executive Engineer, Lower Penganga Project Division, Yavatmal

Name of Work :- The work of Survey and Demarcation of Submergence Boundary and stone fixing at Full Reservoir Level along
with marking at villages under submergence of Lower Penganga [Link] [Link]

SCHEDULE B

Quantity Estimated / Tendered Rate


Item ( May be
Description of items Unit Amount
No. more or In figure In words
less )
Item No 01 : Double levelling using Auto level to con-
nect Geodetic Trignometrical survey, bench mark and
establishing permanent bench mark at Dam site at place Rs. One Thousand Sixty
1 526.00 along the submergence and in command area etc. com- 1062.90 Km 559085
Two and Paise Ninty Only
plete, as directed. (Excluding cost of B.M. structure)

Item No 02: Providing Permanent bench mark dressed


stone of basalt, granite or gniess of size 30cm X 30cm X
45cm at least 15Cm below the ground and embedding it
to a depth of 30cm in grade M-15 insitu concrete of size Rs. Five Thousand Seven
2 97.00 90cm X 90cm X 60cm deep over 1M deep foundation 5722.85 Hundred Twenty Two and Nos 555116
concrete of grade M-10 including excavation, concrete, Paise Eighty Five Only
providing and fixing dressed stone and backfilling the pit
up to ground level with sand etc. complete,with all lifts
as directed.

Contractor No of Corrections A.E.1 Executive Engineer


74

Quantity Estimated / Tendered Rate


Item ( May be
Description of items Unit Amount
No. more or In figure In words
less )
Item No 3 :-Block contour survey of 10mx10m grid (Not
less than121 raw data points distributed uniformly overa
Hectare) for irrigation projects using digital state of art
TotalStation /DGPS, including transfer of entire data to
computer system in different georeferential layer /
themes using features of standard plotting Softwares Rs. Two Hundred Seventy
3 5840.00 274.40 Ha 1602496
compatible with design Software packages including Four and Paise Fourty Only
contour plotting at specified interval and [Link] test
print of the drawing shall be approved by Engineer-in-
charge and the same shall be delivered in a CD format as
well as hard copy in six numbers including one print on
tracing paper, as directed DGPS
Item No. 4 :-Carrying out line survey with digital state of
art Total Station for fixing FRL / HFL etc complete in-
cluding station, including transfer of entire data to
computer system in different georeferential| layer /
themes using features of standard plotting Soft wares
compatible with design Softwares packages including
contour plotting at specified interval and scale. The test Rs. Seven Hundred Seventy
4 584.00 774.90 Km 452542
print of the drawing shall be approved by Engineer-in- Four and Paise Ninty Only
charge and the same shall be delivered in a CD format as
well as hard copy in six numbers including one print on
tracing paper as directed.

Contractor No of Corrections A.E.1 Executive Engineer


75

Quantity Estimated / Tendered Rate


Item ( May be
Description of items Unit Amount
No. more or In figure In words
less )
Item No 05 :Providing and fixing RCC Bounda-
ry/Guard/Chainage blocks of size 75x20x20 cm includ-
ing excavation and fixing in a block of 45x45x45 cm in
Rs. Eight Hundred Twelve
5 3504.00 M-15 Concrete with oil painting of two coats, lettering 812.70 Nos 2847701
and Paise Seventy Only
etc. complete as Directed. ( height of stone above GL 40
cm. including all lead and lifts as directed.

Grand Total Rs. 60,16,940


(In Words :- Sixty Lakhs Sixteen Thousand Nine Hundred and Forty Rupees Only)

(Note:- Rates given in schedule-B are exclusive of GST. GST shall be payable on the accepted contract value at prevailing rate)
(Rs.60,16,940/- In Words :- Sixty Lakhs Sixteen Thousand Nine Hundred and Forty Rupees Only)

Prepared By Check By (S.K. Rathod)


([Link])
Executive Engineer
Assistant Engineer Grade - 1 Lower Penganga Project Division,
. Yavatmal
Lower Penganga Project Sub Div No. 1
Arni

Contractor No of Corrections A.E.1 Executive Engineer


76

SCHEDULE “C”

Name of Work :- The work of Survey and Demarcation of Submergence Boundary and stone fixing at Full Reservoir Level
along with marking at villages under submergence of Lower Penganga [Link] [Link]

Schedule showing items of works & applicable specifications.

Item No. Item of Work Specification


Item No 01 : Double levelling using Auto level to connect Geodetic Trigno- As per technical WRD Specification 2022-23 ,Section
metrical survey, bench mark and establishing permanent bench mark at Dam 5.1 & directed by Engineer in charge.([Link].202-203
1 site at place along the submergence and in command area etc. complete, as section 1)
directed. (Excluding cost of B.M. structure)
As per technical WRD Specification 2022-23 ,Section
Item No 02: Providing Permanent bench mark dressed stone of basalt, granite 5.18 & directed by Engineer in charge. .([Link].204
or gniess of size 30cm X 30cm X 45cm at least 15Cm below the ground and section 2)
embedding it to a depth of 30cm in grade M-15 insitu concrete of size 90cm
2
X 90cm X 60cm deep over 1M deep foundation concrete of grade M-10 in-
cluding excavation, concrete, providing and fixing dressed stone and backfill-
ing the pit up to ground level with sand etc. complete,with all lifts as directed.
Item No 3 :-Block contour survey of 10mx10m grid (Not less than121 raw As per technical WRD Specification 2022-23 Section
data points distributed uniformly overa Hectare) for irrigation projects using 5.2 &5.3 & directed by Engineer in charge.
digital state of art TotalStation /DGPS, including transfer of entire data to .(Pg.No205-209. section 3)
computer system in different georeferential layer / themes using features of
3 standard plotting Softwares compatible with design Software packages in-
cluding contour plotting at specified interval and [Link] test print of the
drawing shall be approved by Engineer-in-charge and the same shall be deliv-
ered in a CD format as well as hard copy in six numbers including one print
on tracing paper, as directed DGPS

Contractor No of Corrections A.E.1 Executive Engineer


77

Item No. 4 :-Carrying out line survey with digital state of art Total Station for As per technical WRD Specification 2022-23 Section
fixing FRL / HFL etc complete including station, including transfer of entire 5.14 & directed by Engineer in charge. .([Link].210-
data to computer system in different georeferential| layer / themes using fea- 211 section 4)
tures of standard plotting Soft wares compatible with design Softwares pack-
ages including contour plotting at specified interval and scale. The test print
4
of the drawing shall be approved by Engineer-in-charge and the same shall be
delivered in a CD format as well as hard copy in six numbers including one
print on tracing paper as directed.

Item No 05 :Providing and fixing RCC Boundary/Guard/Chainage blocks of As per technical WRD Specification 2022-23 Section
size 75x20x20 cm including excavation and fixing in a block of 45x45x45 cm 3.25 & directed by Engineer in charge. .([Link].212
5 in M-15 Concrete with oil painting of two coats, lettering etc. complete as section 5)
Directed. ( height of stone above GL 40 cm. including all lead and lifts as
directed.

Prepared By Check By (S.K. Rathod)


([Link])
Executive Engineer
Assistant Engineer Grade - 1 Lower Penganga Project Division,
Yavatmal
Lower Penganga Project Sub Div No. 1
Arni

Contractor No of Corrections A.E.1 Executive Engineer


78

LOWER PENGANGA PROJECT


Name of Work :- The work of Survey and Demarcation of Submergence Boundary and stone fixing at Full Reservoir Level along
with marking at villages under submergence of Lower Penganga [Link] [Link]
MONTHWISE WORK PROGRAMME
Month
Item Estimated
Desription of Item Unit
No Qty. 1 2 3 4 5 6
1 Item No 01 : Double levelling using Auto level to connect Geodetic Trignometrical

526.00

526.00
survey, bench mark and establishing permanent bench mark at Dam site at place

0.00

0.00

0.00

0.00

0.00
along the submergence and in command area etc. complete, as directed. (Excluding Km
cost of B.M. structure)

2 Item No 02: Providing Permanent bench mark dressed stone of basalt, granite or
gniess of size 30cm X 30cm X 45cm at least 15Cm below the ground and embedding
it to a depth of 30cm in grade M-15 insitu concrete of size 90cm X 90cm X 60cm

97.00

33.00

33.00

31.00

0.00

0.00
deep over 1M deep foundation concrete of grade M-10 including excavation, con-

0.00
Nos
crete, providing and fixing dressed stone and backfilling the pit up to ground level
with sand etc. complete,with all lifts as directed.

3 Item No 3 :-Block contour survey of 10mx10m grid (Not less than121 raw data
points distributed uniformly overa Hectare) for irrigation projects using digital state
of art TotalStation /DGPS, including transfer of entire data to computer system in

5840.00

2920.00

2920.00
different georeferential layer / themes using features of standard plotting Softwares

0.00

0.00

0.00

0.00
compatible with design Software packages including contour plotting at specified Ha
interval and [Link] test print of the drawing shall be approved by Engineer-in-
charge and the same shall be delivered in a CD format as well as hard copy in six
numbers including one print on tracing paper, as directed DGPS

Contractor No of Corrections A.E.1 Executive Engineer


79

4 Item No 04: Carrying out line survey with digital state of art Total Station for fixing
FRL / HFL etc complete including station, including transfer of entire data to com-
puter system in different georeferential| layer / themes using features of standard

584.00

292.00

292.00
plotting Soft wares compatible with design Softwares packages including contour

0.00

0.00

0.00

0.00
plotting at specified interval and scale. The test print of the drawing shall be ap- Km
proved by Engineer-in-charge and the same shall be delivered in a CD format as well
as hard copy in six numbers including one print on tracina paper as directed.

5 Item No 05 :Providing and fixing RCC Boundary/Guard/Chainage blocks of size


75x20x20 cm including excavation and fixing in a block of 45x45x45 cm in M-15

3504.00

1168.00

1168.00

1168.00
0.00

0.00

0.00
Concrete with oil painting of two coats, lettering etc. complete as Directed. ( height
Nos
of stone above GL 40 cm.

Prepared By Checked By
([Link]) (S. K. Rathod)
Assistant Engineer Gr. 1 Executive Engineer
Lower Penganga Project Lower Penganga Project Division,
Sub Division No.01, Arni Yavatmal

Contractor No of Corrections A.E.1 Executive Engineer


80

SECTION - VI
(STATEMENT/ FORMS/
ANNEXURE/ APPENDIX /
UNDERTAKINGS)

Contractor No of Corrections A.E.1 Executive Engineer


81

STATEMENT NO. I
NAME OF THE CONTRACTOR :
1. WORKS IN HAND
Sr. Name Agree Tendered Date of Stipulated Value of Value of Probable
No. of work ment Amount. common date of work Balance date of
No. (Rs. in cement. completion. already work to completion
Cr.) done. be .
(Rs. In executed

Remarks
Cr.) (Rs. In
Cr.)
1 2 3 4 5 6 7 8 9 10

SAMPLE FORM

3. WORKS TENDERED & TO BE AWARDED

Sr. Name of Name and Tendered Time limit Probable date when Other
No. work Address of Amount. decision is relevant
Client. (Rs. In Cr.) expected details, if
any.
1 2 3 4 5 6 7

SAMPLE FORM

Note :1) This is only a standard form. Details are to be furnished in this format in the
form of type written statements which shall be enclosed in Envelope No.1.

Contractor No of Corrections A.E.1 Executive Engineer


82

STATEMENT NO. II

STATEMENT SHOWING WORK DONE DURING LAST FIVE YEARS WITH THE
VALUE OF WORK UNFINISHED

NAME OF THE CONTRACTOR:


Sr. Name Amount Agree Date of Amount of work done during Amount of

Remarks
No of put to ment common each of last five years work still
work Tender / No. cement (Rs. In Cr.) remaining tobe
Tendered executed (Rs.

2019-20

2020-21

2021-22

2022-23

2023-24
cost. In Cr.)

1 2 3 4 5 6 7 8 9 10 11 12

SAMPLE FORM

Grand Total:-

Out ward No. and date of certificate issuing authority:

Note: This is only a standard form. Details are to be furnished in this format in
the form oftype written statements, which shall be enclosed in
Envelope No.1.

Contractor No of Corrections A.E.1 Executive Engineer


83

STATEMENT NO. III

STATEMENT SHOWING QUANTITIES OF WORK EXECUTED IN ANY ONE FINANCIAL


YEAR FROM 2019-2020 to 2024-25
Name Of the Bidder: -
Year Name of Name of the Quantity of work performed @ Remarks Remarks*
the work Employer (indicate
Ref.)
2019-20
2020-21
2021-22
2022-23
2023-24
2024-25

Note: This is only a standard form. Details are to be furnished in this format in the form of type
writtenstatements, which shall be enclosed in Envelope No.1.

Contractor No of Corrections A.E.1 Executive Engineer


84

STATEMENT NO. IV

LIST OF MODERN MACHINERY.

NAME OF THE CONTRACTOR:

Sr. Name of No. of Kind and Capacity Age and Present Remarks
No Equipment Units make condition. Location.
1 2 3 4 5 6 7 8

SAMPLE FORM

Note :-
1. This is only a standard form. Details are to be furnished in this format in the formof type written statements which
shall be enclosed in Envelope No.1 duly singed.
2. List of machinery proposed to be utilized on this work but not immediately available and the manner which it is
procured shall be given in above proforma Form [Link].

Signature of bidder

Note :- Documentary proof of ownership/hire should be uploaded and submitted duly attested by
Gazette Officer only.

Contractor No of Corrections A.E.1 Executive Engineer


85

STATEMENT NO. V

DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT THE


CONTRACTOR.

NAME OF THE CONTRACTOR:

Sr. Nameof work Name and Place Agre Date of Tende Total Actual Updated
No. address of and e comme red Cost of date of Value of
the countr ment nceme nt cost. work compl work
organization y No. done. etion Done to
(Rs.
for whom current
In Cr.) (Rs. In
the work price
Cr.)
was done. level
2024-25
1 2 3 4 5 6 7 8 9 10

SAMPLE FORM

Note :- This is only a standard form; details are to be furnished in this format in the form of typewritten
statements which shall be enclosed in Envelope No.1.

Contractor No of Corrections A.E.1 Executive Engineer


86

STATEMENT NO. VI

STATEMENT SHOWING TECHNICAL PERSONNEL AVAILABLE WITH BIDDER.

NAME OF THE CONTRACTOR:

Sr. Designation Name Qualification Whether Experience of Period for


No of working in execution of which the
person field or in similar works. person is

Remarks
office. working
with the
bidder.
1 2 3 4 5 6 7 8

SAMPLE FORM

Note :- This is only a standard form. Details are to be furnished in this format in the form oftype written
statements, which shall be enclosed in Envelope No.1.

Contractor No of Corrections A.E.1 Executive Engineer


87

FORM -I

INFORMATION ON LITIGATION HISTORY IN WHICH THE BIDDER IS INVOLVED.

Other party Employer Cause of Amount Remarks showing


(ies) Dispute involved present status

SAMPLE FORM

Contractor No of Corrections A.E.1 Executive Engineer


88

FORM NO-II

Information regarding Nos. of ongoing works under VIDC

(Work order After 05.03.2019)


Sr. Name of Name of Tendered Value of work Value of Balance
No. Work and Division Amount ([Link] already done work to be
Date of Lakhs) ([Link] Lakhs) executed
work order ([Link] Lakhs)

Certified that above information is complete and correct.

Signature with stamps of the


Contractor/Agency

(Stamp & Signature of Contractor)

Contractor No of Corrections A.E.1 Executive Engineer


89

FORM - III

Calculation of Bid capacity of the Bidder

This format calculate the Bid capacity of the Bidder based on information submitted by the bidder,

Where N = Period for completion of work.

(Bidders Self declaration regarding Bid Capacity)

Bid Capacity = ( AxNx2) – B

1 A = Maximum value of Turn over the period of


last five years updated to the price level of the year (A) In Lakh.
(2023-24) certified by Chartered Accountant.

N = Number of years prescribed for completion of


2 (N)
the works for which bids are invited.
B = Value of existing commitments and ongoing
3
works (updated to the price level of the year (2023-
24) to be completed in the period stipulated for
completion of work of the present tender.
(All certificates should be countersigned by the (B) In Lakh.
Engineer-in-Charge not below the rank of Executive
Engineer of the concerned department in case of
Government/Semi government works/Public Sector
Undertaking).

4 Bid Capacity In Lakh.

Certified that, I have declared my present Bid capacity considering all works in hand and factors
mentioned at Para 3.3.3 (Bid capacity) of this document on the basis of information which is
absolutely true, correct, updated till date of online submission to the best of my (our) knowledge,
belief and as per my (our) office records and nothing is lapsed hidden / concealed, false or misleading.
No further information remained to be supplied.

I/we understand that if information submitted in original certificates is found tampered or certificates
are found fake in future, then Bidder shall be blacklisted, his EMD/Security Deposit shall be forfeited,
and appropriate action shall be taken.

(Stamp & Signature of Contractor)

Contractor No of Corrections A.E.1 Executive Engineer


90

FORM –III -A

Statement for the value of "B"

i.e., Value (updated to the price level of the year 2024-25) of existing commitments and

ongoing works to be completed in the period stipulated for completion of the work,

Certificates regarding this must be required to be countersigned by the Engineer-in-Charge.

(Amount Rs. in Lakhs)


commencement of work

Balance cost as on date

factor w.r. to
Period of Completion

Updated balance cost


given in Proform1(b)
Revised Tender Cost

Value of works to be
Amount of Contract

completed between
Month & year of

Schedule date of

period given in

Column 9 x 10
Name of work

Proforma 1(b)
completion

column 3
Sr. No

below

Updatedbelow
1 2 3 4 5 6 7 8 9 10 11

Total

Note: Figures in Col. 3 to 9 should be supported by the uploaded certificates issued by Executive

Engineer in case of government/Semi government works/Public Sector Undertaking.

Certified that, information which is true, correct, updated till date of online submission to the
best of my (our) knowledge, belief and as per my (our) office records and nothing is lapsed
hidden/ concealed, false or misleading. No further information remained to be supplied.

I/we understand that if information submitted in original certificates is found tampered or


certificates are found fake in future, then Bidder shall be blacklisted, his EMD/Security
Deposit shall be forfeited, and appropriate action shall be taken.

(Stamp & Signature of Contractor)

Contractor No of Corrections A.E.1 Executive Engineer


91

FORM-IV
Certificate of chartered accountant

Certificate of Charted Accountant regarding annual turnover in last five years on basis
of the ITR filed to Income Tax Department.

This is to certify that M/s…………………………………………………………, has


received amounts as shown in column 4 below years as shown in column 2 below from Civil
Engineering Contracts. The necessary supporting documents will be produced when asked to
do so.

Amount received against


Annual
No of Works executed as per ITR Multiplying Updated Value
Year turnover in
Year certificate / Balance sheet factor (Rs. Lakhs).
Rs. lakhs
(Rs. Lakhs)
1 2 3 4 5 6

V 2019-20 1.50

IV 2020-21 1.40

III 2021-22 1.30

II 2022-23 1.20

I 2023-24 1.10

Seal and Signature of Chartered Accountant

Address:

Email:

Contact No:

Contractor No of Corrections A.E.1 Executive Engineer


92

APPENDIX A

JOINT VENTURE

If the applicant intends to enter Joint Venture for the project, please give the
following information otherwise state “Not Applicable”.

1. Name and address of Joint Venture. :-

2. Name and address of all Partners of Joint :-


venture.
3. Name of firm leading the Joint Venture :-

4. Indicate the responsibility of the firm :-


leading the Joint Venture and
responsibility of other Joint Venture
partners.
5. Names and address of bankers of the :-
Joint Venture.
6. Details regarding financial participation :-
of each firm in the Joint Venture. A
certificate copy of the agreement of Joint
Venture shall be attached.

Certified that the above information is true and correct to the best of my knowledge and
belief

(Stamp & Signature of Contractor)

Contractor No of Corrections A.E.1 Executive Engineer


93

APPENDIX- B
(ON RS.100/- STAMP PAPER)
MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE AGREEMENT

FOR CONSTRUCTING ......................................................................... ................ .............


..........................................................................................................................................

DEED OF PARTNERSHIP (JOINT VENTURE OF ....................... ...........................


........... ..... ......................................................... This Memorandum of Understanding for Joint
Venture Agreement made and entered into a “.......................................” this day of
...................... year by and between 1.................................................................... .......... ......
............................ with its registered office at ..............................Party No.1 hereinafter
referred to as .................................. AND 2........................................................................ with
its ……........................................................................................................................................
......................................................................................................................................................
................................................................................. Party No.2 hereinafter referred to as
“...............................”

DEFINITIONS:
In this deed the following words and expressions shall have the meanings set out Below
“The Joint Venture (“JOINT VENTURE” for short) shall mean ..................................
and................................ Joint Venture collectively acting in collaboration for the purpose of
this agreement.
“Apex Co-ordination Body (ACB”) shall mean the body comprising Managing Directors of
the parties to Joint Venture.”
“The owner” shall mean –
Chief Engineer, Water Resources Department, Amravati
“The Works” shall mean the Construction of ............................................. ........... ........... .......
........ ............... ................................................... ............................................... .....................
.............................................................................. “The contract” shall mean the Contract
entered or to be entered into between the Joint Venture and the owner for the works.

Contractor No of Corrections A.E.1 Executive Engineer


94

JOINT VENTURE (JOINT VENTURE)


Whereas the Parties hereto declare that they agree and undertake to form a Joint Venture for
the purposes of execution of the works, as an integrated Joint Venture. The JOINT
VENTURE shall be called as “............................................... JOINT VENTURE” for short.
Provided that the Parties are not, under this agreement, entering any permanent partnership or
Joint Venture to Tender or undertake any contract other than the subject works. Nothing
herein contained shall be considered construe the Parties or Partners to constitute either Party
the agent of the other. WITNESSES
Whereas the Executive Engineer.................................................... ..................... ..... ........ ..... .
Vidarbha Irrigation Development Corporation (VIDC) (A Govt. of Maharashtra Undertaking)
hereinafter referred as the Executive Engineer, have agreed to award the work of
Construction of ...................................................... ..................................................................
hereinafter referred as “the works, to the Joint Venture.” in case the offer of J.V. is accepted.
Whereas ................... and ..................wish to execute the Contract if awarded as per the terms
of this indenture. Now therefore this Deed of partnership Witnesses is as follows:

1. That these recitals are and shall be deemed to have been part and parcel of the present
MOU for JOINT VENTURE
2. That this MOU shall come into force from the date of this MOU i.e................. 2023
.......................
3. That the operation of this MOU for J.V. firm concerns and is confined to the work
only, shall be come into force from the date of this MOU i.e.......... 2023............
4. That the name of the Joint Venture firm shall be......................................
JOINTVENTURE (J.V.) in short
5. That.......................... and .................. shall jointly execute the works according to all
terms and conditions as stated in the relevant instructions contained in the Bid
documents/Contract as an integrated JOINT VENTURE styled
as“..................................JOINTVENTURE” in short
6. That this agreement for Joint Venture firm (hereinafter referred to as J.V.) shall
regulate the relations between the parties and shall include, without being limited to
them, the following conditions.
A) ...................................... shall be lead Company in charge of the Joint Venture for all
intents and purposes.
Contractor No of Corrections A.E.1 Executive Engineer
95

B) The parties hereto shall be jointly and severally liable to VIDC for all acts, deeds and
things pertaining to the contract. The contract for the works shall be signed by Shri
........................................................................................................................ to whom
necessary General Power of Attorney signed by all signatory/ies, suitably as described
above shall be issued by the JOINT VENTURE and delivered to the owner.
C) That the Director of one of the parties to the J.V M/s..................................................
............... shall be lead Manager of the JOINT VENTURE firm and shall have the
power to control and manage the affairs of the J.V. M/s ……………………….
D) That on behalf of the Joint Venture Shri (..................................) shall have the
authority to incurs liabilities, receive instructions and payments, sign and execute the
contract for and on behalf of the Joint Venture. All payments made under the contract
shall be made into Joint Venture’s Bank Account.
F) That each of the parties to the JOINT VENTURE agrees and undertake to place at the
disposal of the JOINT VENTURE benefits of its individual experience, technical
knowledge and skill and shall in all respects bear its share of the responsibility
including the provision of information, advice and other assistance required in
connection with the works. The share and the participation of the .......... partners in
the JOINT VENTURE shall broadly be as follows. Name of the Contractor Share
percentage ...................................... .............................
G) And all the rights, interests, liabilities, obligations, work experienced and risks (and
all net profits or net losses) arising out of the Contractor shall be shared or borne by
the Parties in proportion to these shares. Each of the parties shall furnish it’s
proportionate share in any bonds, guarantees, securities required for the works as well
as its proportionate share in working capital and other financial requirements, all in
accordance with the decisions of the Apex Coordinating Body. “ACB”
H) Any loan / advances shall be shared by the .......................... and .................. at the
ratio of ......................... & ............................. respectively
I) All funds, finance or working capital required for carrying out and executing the
works or contract shall be procedure and utilized by the parties as mutually agreed by
the then and they shall be liable and responsible for the same.

Contractor No of Corrections A.E.1 Executive Engineer


96

J) Site Management: The execution of the work on the site will be managed by a Project
Manager reporting to the ACB. The Project Manager shall be authorized to represent
the JOINT VENTURE on the site in respect of matters arising out of or under the
contract.

K) That “......................” and “......................” shall be jointly and severally liable towards
the owner for the execution of the contract commitment in accordance with contract
conditions.

L) This Joint Venture Agreement shall not be dissolved till the completion of the defects
liability period as stipulated in the Tender Document conditions of the works and till
all the liabilities thereof are liquidated.

M) That question relating to validity and interpretation of this Deed shall be governed by
the Laws of India.

N) That No Party to the JOINT VENTURE has the right to assign any benefit, obligation
or liability under the agreement to any third party without first obtaining the written
consent of the other partner and the VIDC.

O) Bank account(s) in the name of the Joint Venture firm may be opened with any
Scheduled or Nationalized Bank and the representative of JOINT VENTURE partners
are authorised to operate upon such accounts individually.

P) That both the parties to the JOINT VENTURE shall be responsible to maintain or
cause to maintain proper books of Accounts in respect of the business of the JOINT
VENTURE firm and the same shall be closed as at the end of the every financial year.

R) That the financial year of the firm shall be the year ended on the 31st day of March
every year.

S) That upon closure of the books of account, balance sheet and profit and Loss Account
as to the state of affairs of the firm as the end of the financial year and as to the profit
or loss made or incurred by the firm for the year ended on that date, respectively shall
be prepared and the same shall be subject to audit by a Chartered Accountant.

T) The firm holding the power of attorney shall be responsible for fulfilling the condition
during the defect liability period after completion of work.

Contractor No of Corrections A.E.1 Executive Engineer


97

LEGAL JURISDICTION:

All matter pertaining to or emancing from this JOINT VENTURE agreement


involving the owner shall be subject to jurisdiction of a of Judicature at Mumbai,
Bench Nagpur.

NOTICES AND CORRESPONDANCE.

U) All correspondence and notices to the J.V. shall be sent to any one of the following
addresses.

(1) ............................................................ (2) ...........................................................


Will be intimated in due course within a week from date of registration of JOINT
VENTURE

IN WITNESS WHERE OF the parties have caused their duly authorized


representatives
to sign below:

Signed for the behalf of


.......................................................................................

Signed for the behalf of


...................................... ..................................................

WITNESS

1) ……………………………………………………………………………………………

…………………………………………………………………………………………….
2)
Contractor No of Corrections A.E.1 Executive Engineer
98

APPENDIX-C

(Vide para 35 of special conditions of contract)

DECLARATION OF THE CONTRACTOR

1. I/We........................................................................................... Contractor(s) hereby


undertake that I/We shall pay the labors engaged on the work as indicated in Section I –
Detailed Tender Notice, wages as per Minimum Wages Act, 1948 and amendments
thereto applicable to the zone in which work lies and act accordingly. I/We also undertake to
abide by the various laws in force and extend necessary facilities and amenities to the staff
and workers employed by me/us.

2. I/We hereby undertake to indemnify and hereby indemnify the Corporation against all
liabilities arising out of application of all labour laws viz the Minimum Wages Act, ESIS
and PF Act, etc. with reference to labour engaged on subject work.

Date: (Stamp & Signature of Contractor)

Contractor No of Corrections A.E.1 Executive Engineer


99

APPENDIX - 'D'
(Vide of Detailed Tender Notice)
MODEL FORM OF BANK GUARANTEE BOND
(ON STAMP PAPER OF RS. 100)

GUARANTEE BOND

1. This deed of Guarantee is made on the ...................................... ..........................


............. By...........................................................................................having his head office
at........................................................................................

[Hereinafter called the 'said Contractors'] from the demand under the terms and
conditions of Agreement dated....................................................................
Made between…………………………………………….................................
And....................................................................................................
for............................................................................... (Here in after called 'the Agreement)
of additional Security Deposit for the due Fulfillment by the said Contractors of the
terms and conditions contained in the said Agreement on production of a Bank
Guarantee for Rs..............................
(Rs .................... ................ .................... ...................... ..................... .......... ...only)
We............................................................................................................................................
(Hereinafter referred to as 'the Bank') at the request of..........................................................
(Contractor) do. Hereby undertake to pay to the Vidarbha Irrigation Development
Corporation, NAGPUR hereinafter referred to as Corporation, an amount not exceeding
Rs..................................... against any loss or damage caused to or suffered by the
Corporation by reasons of any breach by the said Contractor of any of the terms or conditions
contained in the said Agreement.

2. We,.........................................................................(indicate the name of bank) do


hereby undertake to pay the amount due and payable under this guarantee without any demur,
merely on a demand from the Corporation stating that the amount claimed is due by way of
loss or damage caused to or would be caused to or suffered by the Corporation by reason of
breach by the said Contractor(s) of any of the terms or conditions contained in the said
Agreement or any reason of the contractor(s) failure to perform the said agreement.

Contractor No of Corrections A.E.1 Executive Engineer


100

Any such demand made on the Bank shall be conclusive as regards to the amount due and
payable under this Guarantee shall be restricted to an amount not exceeding
Rs...................................

3. We undertake to pay to the Corporation any money so demanded not withstanding


any dispute or dispute raised by the Contractor(s)/ Supplier(s) in any suit or proceeding
sending before any court or tribunal relating thereto, our liability under this present work
being absolute and unequivocal. The payment so made by us under this bond shall be valid or
discharge of our liability for payment there under and the Contractor(s) / Supplier(s) shall
have no claim against us for making such payment.

4. We..............................................................(indicate the name of Bank) further agree


that the guarantee herein contained shall remain in full force and effect during the period that
would be taken for the performance of the said Agreement and that it shall continue to be
force able till all dues of the Corporation under or by virtue of the said Agreement have been
fully paid & its claims satisfied or discharged or till.....................(office/
Corporation)of............................................................... (Indicate the name of Administrative
Officer) Certifies that terms and conditions of the said Agreement have been fully and
properly carried out by the said Contractor(s) and accordingly discharges this Guarantee.
Unless a demand or claim under this guarantee is made on us in writing on or before the
.................................................... we shall be discharged from all liabilities under this
Guarantee thereafter.

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


the Corporation that the Corporation shall have the fullest liberty without consent and
without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said Agreement or to extend time of performance by the said contractor
from time to time or postponed for any time or from time to time any of the powers
exercisable by the Corporation against the said Contractor(s), and to forth or enforce any of
the terms and conditions relating to the said Agreement, and we shall not to be relieved from
our liability by reason of an such variation, or extension being granted to the said
Contractor(s)l or for any forbearance, Act or Commission on the part of the Corporation or
any indulgence by the Corporation to the said Contractor or by any such matter or thing
whatsoever which under the law relating to surety would, but for this provision, have effect
of so relieving us.

Contractor No of Corrections A.E.1 Executive Engineer


101

6. This Guarantee will not be discharged due to the change in the constitution of the
Bank or the change in the constitution of the Contractor/ suppliers.

7. We.......................................................................... (Indicate the name of Bank) lastly


undertake not to revoke this Guarantee during its currency except with the previous consent
of the Corporation in writing.

Dated the...................................... Day of............................. 200

For ............................... (Indicate the name of bank)

(Stamp & Signature of Contractor)

Contractor No of Corrections A.E.1 Executive Engineer


102

ANNEXURE – I

Self-Evaluation Sheet
(All columns are to be filled in by the Bidder compulsorily & Items not applicable tobe mentioned
accordingly)
1) Name of Work :- The work of Survey and Demarcation of Submergence Boundary and stone fixing
at Full Reservoir Level along with marking at villages under submergence of Lower
Penganga [Link] [Link]
2 Tender Notice No. E Tender-
3 Tender ID
4 Cost of Work Put to Tender Rs.
5 Amount of E.M.D. Rs.
6 Blank Tender Fee Rs.
7 Class of Contractor Open to all bidders who is eligible for this
work.
8 Time limit for completion Construction Period- Months
(Including Monsoon)
9 Date of Receipt
10 Date of Opening
SR. List of Form & Documents Assessed by Contractor Assessed by
NO. Department
1 Scanned copy of own bank statement showing Attached / Not Attached
EMD payment made. (Rs._______/-) Page Nos.
2 Scanned copy of PAN card. Attached / Not Attached
Page Nos.
3 Scanned copy of GST Registration certificate Attached / Not Attached
provided as per GOI GST Act 2017. Page Nos.
4 Scanned copy of Deed of Partnership or Attached / Not Attached
Article of Association and Memorandum of Page Nos.
Association for Limited Company duly
registered/ notarized.
5 Scanned copy of Power of Attorney, duly Attached / Not Attached
registered/Notarized (if any). Page Nos.
6 Copy of acknowledgement of Income Tax Attached / Not Attached
return filed for latest Five Financial Year. Page Nos.
7 Statement No I – 1. Work in Hand 2. Works Attached / Not Attached

Contractor No of Corrections A.E.1 Executive Engineer


103

Tendered & to Be Awarded. Page Nos.


8 Statement No II – Statement showing works Attached / Not Attached
done during last five years with the value of
works unfished.
9 Statement No III – Statement showing Attached / Not Attached
quantities of work executed in any one Page Nos.
financial year during last five years.
10 Statement No IV– List of modern machinery. Attached / Not Attached
Page Nos.
11 Statement No V– Details of works of similar Attached / Not Attached
type and magnitude carried out the contractor. Page Nos.
12 Statement No VI– Statement showing Attached / Not Attached
technical personnel available with bidder Page Nos.
13 Form I – Information on litigation history in Attached / Not Attached
which the bidder is involved Page Nos.
14 Form No II – Information regarding number Attached / Not Attached
of ongoing works under VIDC Page Nos.
15 Form No III- Calculation of bid capacity of Attached / Not Attached
the bidder Page Nos.
16 FORM- III -A- Value of “B” for calculating Attached / Not Attached
the Bid Capacity (Work in Hand) Page Nos.
17 Form [Link]- Scanned copy of turnover Attached / Not Attached
certificate of last Five Financial years issued Page Nos.
by Chartered Accountant in this Form with
UDIN No. mentioned on turnover certificate.
(Supported with P & L Account & Balance
Sheet)
18 APPENDIX A - For Joint Venture Attached / Not Attached
Page Nos.

19 APPENDIX B - Memorandum of Attached / Not Attached


understanding for Joint Venture agreement. Page Nos.
20 APPENDIX C - Declaration of the contractor Attached / Not Attached
Page Nos.
21 APPENDIX D – Model Form of Bank Attached / Not Attached
Guarantee Bond Page Nos.

Contractor No of Corrections A.E.1 Executive Engineer


104

22 ANNEXURE – I - Self Evaluation Sheet duly Attached / Not Attached


completed and filled by bidder. Page Nos.

23 ANNEXURE -II - Affidavit / Notarize on Attached / Not Attached


Rs.100/- Stamp Paper for geniuses of Page Nos.
documents.
24 UNDERTAKING I- On letterhead duly Attached / Not Attached
stamped and signed. Page Nos.

25 UNDERTAKING II- Regarding of Attached / Not Attached


acceptance of all terms and conditions of Page Nos.
tender
26 UNDERTAKING III-Regarding of Attached / Not Attached
deployment of machinery Page Nos.

27 Common set of deviation (CSD) published by Attached / Not Attached


department (if applicable.) Page Nos.

28 Bidders are required to accurately complete the Attached / Not Attached


provided SELF-EVALUATION PDF Page Nos.
SHEET as part of their submission. This sheet
must be filled out in its entirety and submitted
in accordance with the tender instructions.
29 All pages of the tender document (B1) and Attached / Not Attached
other document must be digitally signed by the Page Nos.
bidder. Otherwise, they will not be considered
for further activities.

Contractor No of Corrections A.E.1 Executive Engineer


105

SR. List of Form & Documents Assessed by Contractor Assessed by Department


NO.
31 Financial Criteria
Rs. Cr
1 Value of A as per form 2A
Page Nos.
Rs. Cr
2 Value of B as per form 2B
Page Nos.
Rs. Cr
3 Bid Capacity as per Form-2
Page Nos.

Supporting documents for Post Bid Qualifications if Attached / Not Attached


4
applicable Page Nos.

Technical Criteria
Scanned copy of Details similar type of work Attached / Number of

completed by the contractor, certificate from the Not attached certificates with
5 Page No.
head (No sublet work will be considered) Proforma 1
for each work.
Scanned copy of Details of works in hand with the Attached / Number of

6 contractor in Proforma-1(a) of Section VI for each Not Attached certificates with


Page No.
work (works in done)
Scanned copy of certificate for work completed / Attached / Number of

7 under progress in Proforma 1(b) for each work. Not Attached certificates with
Page No.
(works in hand)

B) Minimum eligibility criteria for post qualification


As per Tender Condition Particulars of Refrence of
Contractor Document/ Pg
No.
A) Annual Turnover (Total Marks 20)
Minimum Qualifying marks 10
The Contractor / applicant bidder
should have minimum annual consultancy work
Turnover of Rs.90.25 lakh. (Excluding advance such
as machinery/ mobilization advance etc.) in any one
year from last five financial years.
(Turnover Specifically from Consultancy work only )
Bidders Yearly Cost = Cost put to tender ÷ Work
Period (yearly)
Bidders Annual
Turnover (in Lakh)
Bidders X 10
marks = 90.25
The bidders get disqualify if he is not able to get
minimum qualifying marks (10)

Contractor No of Corrections A.E.1 Executive Engineer


106

B) Similar Type of Work (Total Marks 20 )


Minimum Qualifying marks 10.

The Contractor should have satisfactorily completed


1.
similar type of work work of cost not less than
Rs.18.05 lakh (i.e., 30% of Cost put to tender). Similar
type of work shall not be restricted to last five years
work but will be considered valid even if it may be of
any year / period. (as per GR Dated 18/10/2023)
Bidders Similar type
of works cost (in lakh)
Bidders X 10
marks = 18.05

The bidders get disqualify if he is not able to get


minimum qualifying marks.
2. Contractor Should have satisfactorily completed a
similar type of work.
Sr. Description of Item Unit Required
No. Qty
1 Block contour survey of 10mx10m grid Ha
(Not less than121 raw data points
distributed uniformly overa Hectare) for
irrigation projects using digital state of
art TotalStation /DGPS, including
transfer of entire data to computer system
in different georeferential layer / themes
using features of standard plotting
Softwares compatible with design
Software packages including contour
plotting at specified interval and
[Link] test print of the drawing shall
be approved by Engineer-in-charge and
the same shall be delivered in a CD
format as well as hard copy in six
numbers including one print on tracing
paper, as directed DGPS.
2 Carrying out line survey with digital state Km.
of art Total Station for fixing FRL / HFL
etc complete including station, including
transfer of entire data to computer system
in different georeferential| layer / themes
using features of standard plotting Soft
wares compatible with design Softwares
packages including contour plotting at
specified interval and scale. The test
print of the drawing shall be approved by
Engineer-in-charge and the same shall be
delivered in a CD format as well as hard
copy in six numbers including one print
on tracina paper as directed.
3 :Providing and fixing RCC Nos
Boundary/Guard/Chainage blocks of size
75x20x20 cm including excavation and
fixing in a block of 45x45x45 cm in M-
15 Concrete with oil painting of two
coats, lettering etc. complete as
Directed. ( height of stone above GL 40
[Link] all lead and lifts as directed

Contractor No of Corrections A.E.1 Executive Engineer


107

SR. List of Form & Documents Assessed by Contractor Assessed by Department


NO.
C) Machinery & Manpower (Total Marks 30)

Scanned copy of Details of Plant & Machinery in Form


No. 4.
The Contractor shall have to attach the documentary Attached / Not Attached
proof in respect of machinery Owned by him. Page Nos.
Equipment Type Minimum Nos.
Required
DGPS 03
1
Total Station 03

Computer and accessories 03

Colour Plotter 02
Auto Level 02

Scanned copy of Details of Technical Personnel’s in Attached / Not Attached


Form No. 5. Page Nos.
Position Required Total Experie Availab Total Experie Availa Total Experience
Nos. Exper nce in le Experien nce in ble Experie in similar
ience similar ce (year) similar nce Work
2 (year) Work Work (year) (years)
(years) (years)
Project Manager 01

Surveyor 04

Site Engineers 02

Supervisors 02

D) Bidders Capability, Work Methedology, Work Plan and vision towards works (Total marks 30)

Contractor No of Corrections A.E.1 Executive Engineer


108

SR. List of Form & Documents Assessed by Contractor Assessed by


NO. Department

The Bidder / Contractor have to attach the copy of


detailed presentation (ppt) of the works he has already
completed and for the work under this tender, he has to
cover the following information in his ppt.
1) Quantum of work 2) Similar type of work executed
3) Methodology adopted 4) Equipment’s & Machinery
5) Innovative idea proposed /executed. for executed
works and for the work included in this tender.
Also It is mandatory to give
presentation (ppt) to Tender sanctioning Authority at
the time of evaluation of his tender.

Technical Evaluation (ST)


Technical evaluation shall be done as per above
marking system. The bidder who gets marks bellow 70
out of 100 will get disqualified.

a) Financial Evaluation (SF)-


The financial score of bidder shall be calculated as
bellow
SF = 100 x FL / F
SF = Financial Score
FL = Lowest Bid price
F= Price Quoted by Bidders

b) Technical (T) and Financial (F) Weighted Score


The Technical Evaluation (Score) has weighted of 60
% and the Financial Evaluation (Score) has weighted
of 40 %.
Technical Quotient = 60%,
Financial Qiotient = 40 %

c) The Final Combined Evaluation / Weighted


Score (S)

Contractor No of Corrections A.E.1 Executive Engineer


109

The final combined evaluation / weighted score (S)


will be calculated considering Technical evaluation
(ST) and Financial Evaluation (SF) as bellow
S = (ST X T)+( SF X F)
S= Weighted Score
ST = Technical Score
SF = Financial Score .
The tender will be awarded to the bidder having
highest combined evaluation / weighted score (S).
The bidder should take note of this.

Contractor should have manpower and owned


Machineries As per Appendix - A & B & E.

E) In case of general experience, the quantities executed


by contractor in any one year of last five years should
be executed as a main contractor. Quantity executed as
a sub-contractor will not be considered. (The year of
execution can be different for each quantity)

The Contractor should submit a bond on Rs100 Stamp paper as per format Appendix II.

(Signature of contractor)
(seal of company)

Contractor No of Corrections A.E.1 Executive Engineer


110

ANNEXURE - II

Affidavit (on Rs.100/- Stamp Paper)

I .................................................... age ...................................... address


........................................ (Authorized signatory to sign the contract), hereby submit, vide this
affidavit in truth, that I am the owner of the contracting firm .................................... /
authorized signatory and I am submitting the documents in envelope no.1 for the purpose of
scrutiny of the contract. I hereby agree to the conditions mentioned below :-
1. I am liable for action under Indian Penal Code & Information Technology Act-2000
for submission of any false / fraudulent paper / information submitted in envelope
no.1.
2. I am liable for action under Indian Penal Code & Information Technology Act-2000
if any false information, false bill of purchases, false supporting proof of purchase or
proof of testing submitted by my staff, subletting agency or by myself is found during
contract period and defect liability period.
3. I am liable for action under Indian Penal Code & Information Technology Act-2000
if any paper is found false/fraudulent during contract period and even after the
completion of contract.
4. I am liable for action under Indian Penal Code & Information Technology Act-2000
if any information is concealed which will affect the calculation of bid capacity.

(Signature of Bidder / authorized signatory)


(seal of company)

Contractor No of Corrections A.E.1 Executive Engineer


111

UNDERTAKING-I
Date:-
To,
Executive Engineer
Lower Penganga Project Division,
Yavatmal

Name of Work :The work of Survey and Demarcation of Submergence Boundary and stone
fixing at Full Reservoir Level along with marking at villages under
submergence of Lower Penganga [Link] [Link]
Sir,
I/we........................................................................................ Contractor declares this
undertaking,
1. As a contractor, I/we have never been penalized for any work carried out by me/us, nor I/we
have been blacklisted by any Government Department previously.

2. I/we have not abandoned any work for reasons attributed to me/us.

3. I/we have not delayed completion of any work for reason attributed to me/us.

4. I/we undertake that the above information is true to the best of my/our knowledge & belief
and as per records, and nothing is hidden/ concealed, false or misleading. No further
information remained to be supplied.

5. I/we fully aware that my/our tender will be treated as non-responsive & will be summarily
rejected at any time, if above information is found to be false & misleading, by the concerned
authority.

6. “I/We shall not alter or amend the tender documents provided by the department on the
website. I understand that any such tampering will result in the rejection of my tender.” Duly
stamped and signed.

7. “I/We have thoroughly reviewed each drawing and design related to the work made available
online and in the office of the Executive Engineer. I/We shall endorse this before the issuance
of the work order if my/our tender is accepted.” Duly stamped and signed

(Stamp & Signature of Contractor)

Note:- To be given on Letter head duly signed & Stamped

Contractor No of Corrections A.E.1 Executive Engineer


112

FORM -I

UNDERTAKING II

REGARDING THE ACCEPTANCE OF TERMS AND CONDITIONS OF TENDER

(Self-Declaration)
(To be submitted in ENVELOPE NO.1)

Name of work:

1. I/we accept all the terms and conditions of tender.

Applicant / Contractor Name………………


Address ………………………
E-mail ………………… Mobile No……………………
Website ………………………

Contractor No of Corrections A.E.1 Executive Engineer


113

UNDERTAKING III
UNDERTAKING FOR DEPLOYEMENT OF MACHENRY AND MAN POWER
(Self-Declaration)
(To be submitted in ENVELOPE NO.1)
Date:-
To,
Executive Engineer
Lower Penganga Project Division,
Yavatmal

Name of Work :- The work of Survey and Demarcation of Submergence Boundary and
stone fixing at Full Reservoir Level along with marking at villages under
submergence of Lower Penganga [Link] [Link]

Sir,
I/we........................................................................................ Contractor declares this
undertaking,

As per clause 3.7.5 & 3.7.6 I/We h e r e b y giving undertaking to


deploy the required machinery and man power. owned or hired as stipulated in
the clause 3.7.5 & 3.7.6 by me/us which can be spare for this work immediately
after awarding the work within a reasonable time. The documentary evidence of
copies of retailed /commercial invoices in respect of the Machineries and man power
are given in Envelope No.1
OR

I/We, intend to hire the required machinery and man power (Name the machinery to
be hired as stipulated in the clause 3.7.6 from M/s_ who has
promised to spare the said machinery and man power for this work immediately after
awarding the work, within a reasonable time and legal agreement or hire deed duly
executed in front of magistrate / any other registration authority by Government of
Maharashtra is given in Envelope No.1.

Applicant / Contractor Name………………


Address ………………………
E-mail ………………… Mobile No……………………
Website ………………………

Contractor No of Corrections A.E.1 Executive Engineer


114

SECTION –VII
GENERAL CONDITIONS OF CONTRACT

Contractor No of Corrections A.E.1 Executive Engineer


115

SECTION - VII
B-1 TENDER FORM
CONDITIONS OF CONTRACT
CLAUSE 1 –
(A) Security Deposit:-
The person / persons whose Tender may be accepted (herein after called the
contractor, which expression shall unless excluded by or repugnant to the context include
his heirs, executors, administrators, and assigns) shall (A) within 10 days, (which may
be extended by the Superintending Engineer concerned up to 15 days if the Superintending
Engineer thinks fit to do so), of the receipt by him of the Notification of the acceptance of
this tender, deposit with the Executive Engineer in the form of Demad Draft or Bank
Guarentee or Irrevocable Bank Guarantee of Nationalised / Scheduled Bank situated in the
State of Maharashtra endorsed in favour of the Executive Engineer a sum sufficient which
will make up the initial security deposit specified in the Tender Form at para (e)
(i) of memorandum. It shall be lawful for the Corporation at the time of making any payment
to the contractor for work done under contract to make up the full amount of Security Deposit
as specified in memorandum at para (e) (ii) by deducting a sufficient sum at the rates
specified at (g) of memorandum from every such payment as last aforesaid until the full
amount of Security Deposit is made up. All compensation or other sums of money payable
by the contractor to Corporation under the terms of his contract may be deducted from or paid
by the sale of sufficient part of his security deposit or from the interest arising there from, or
from any sums which may be due or may become due by Corporation to the contractor
under any other contract or transaction of any nature on any account whatsoever, and in the
event of his security deposit being reduced by reason of any such deduction or sale
as aforesaid, the contractor shall, within ten days thereafter, make good in Demad Draft or
Bank Guarentee or Corporation securities endorsed as aforesaid any sum or sums which may
have been deducted from or raised by sale of his security deposit or any part thereof. The
security deposit referred to, when paid in Demad Draft or Bank Guarentee may, at the cost
of the depositor, be converted, into interest bearing securities from any Nationalised or
Scheduled bank’s branch situated in the State of Maharashtra provided that the depositor
has expressly desired this in writing. The security deposit will not be accepted in the form of
insurance company's bonds as per Govt. orders containined CCM/PWD/CAT-4250-S dated
27-12-1956

Contractor No of Corrections A.E.1 Executive Engineer


116

(B) ADDITIONAL PERFORMANCE SECURITY DEPOSIT


In case of offer quoted by the bidder is less than estimated cost put to tender should be As
mentioned below-

After opening of Envelope No.2, If quoted offer of the L-1 bidder is found below the
estimated cost, then L-1 bidder should submit the required “Additional Performance Security
Deposit” within the period of Eight (8) days from the date of opening of Envelope No.2, in
the form of Demand Draft / Bank Guarantee/ Fixed Deposit Receipt (FDR). The L-1
bidder should take cognizance that this time limit of 8 (Eight) days will not be
relaxed/extended for any reason.

If L-1 Bidder does not submit “Additional Performance Security Deposit” as stated
above, then his offer will be considered as “Non-Responsive” and his EMD will be forfeited
alongwith 2 years restriction to bid in any division of VIDC/Water Resources Department and
Second Lowest’s (L-2) bidder will be called for negotiations. If such L-2 bidder is agreed to
execute the work as per L-1 bidders rate with same terms & conditions, then such L-2
bidders offer will be considered for acceptance of the tender. If L-1 bidders has Joint Venture
consortium then all bidders in Joint Venture consortium will be restricted jointly or individually
to bid in any division of VIDC/ Water Resources Department.

Condition Regarding payment of performance security, if offer quoted by the bidder is


below the cost put to tender.

A) If the bidder quotes up-to & including 1% below the cost put to tender, no additional
performance security is required. However, If the L-1 bidder quote his offer more than 1%
below to 10% below of the cost put to tender, then amount equal to 1% of cost put to tender
subject to minimum to Rs.1000/-

B) If the L-1 bidder quote his offer more than 10% below the cost put to tender, then
cumulative amount which is equal to the amount by which offer is more than 10% below plus
the amount as per (A) above but minimum to Rs. 1000/-.

Example: If quoted offer is 14% below then performance security will be 1% (upto 10%
below) + (14-10)% = 4% = 5% amount of the cost put to tender.

Contractor No of Corrections A.E.1 Executive Engineer


117

C) If L-1 bidder offer is more than 15% below the estimated cost put to tender than he
should submit Additional Performance Security 2% for every percent after 15% below
percentage in addition to the cost of 6% “Additional Performance Security Deposit”
mentioned as per (A) & (B) above.

Example: If L-1 bidder offer is 19% below the estimated cost put to tender, then he should
submit (1% for below upto 10% + 5% for below upto 15% & two times for remaining
percentage i.e. (6% + (19%-15%) x 2%) = 14%) i.e. Total 14% amount of the cost put
to tender as “Additional Performance Security Deposit”.

i. Demand Draft / Bank Guarantee shall be drawn in the name of Executive Engineer,
Lower Penganga Project Division, Yavatmal & Fixed Deposit Receipt (FDR) shall be drawn
in the name of Executive Engineer, Lower Penganga Project Division, Yavatmal and
Contractor.

ii) Demand Draft / Bank Guarantee/ Fixed Deposit Receipt (FDR) shall be drawn on
Nationalized or Scheduled banks the branch situated in the State of Maharashtra.

iii) Validity of Bank Guarantee shall be the period of one month after completion of
defect liability period.

iv) The Demand Draft / Bank Guarantee/ Fixed Deposit Receipt (FDR) shall be
submitted in the office of Executive Engineer, Lower Penganga Project Division, Yavatmal
within stipulated period of Eight (8) days. This period of 8 days shall not be relaxed for any
reasons whatsoever as mentioned above.

v) The Demand Draft / Bank Guarantee/ Fixed Deposit Receipt (FDR) submitted by
contractor is found to be false/forged, the earnest money shall be forfeited & he shall be
banned to participate in tender process for a period of 2 years in Water Resources
Department/VIDC and will be punishable by Indian Penal Code and Information Technology
Act-2000.

vi) Executive Engineer shall return the amount of Performance Security within 1 (one)
month after satisfactory completion of work.

Contractor No of Corrections A.E.1 Executive Engineer


118

vii) Executive Engineer shall issue the work order only after encashing the Demand draft
of the lowest bidder.
(C) Security deposit on account of additional work as per provision of clause 14, 38
and extra items:-
In the event of a scope increase during the execution of the work, as outlined in clauses 14 and
38, or due to the inclusion of additional items, the contractor shall be obliged to provide an extra
security deposit. This supplemental security will be derived from the payment bills, in
accordance with the terms specified under the item in the memorandum.

CLAUSE 2 – Compensation for Delay


The time allowed for carrying out the work as entered in the tender shall be strictly
observed by the contractor and shall be reckoned from the date on which the order to
commence work is given to the contractor. The work shall throughout the stipulated
period of the contract be proceeded with, with all due diligence (time being deemed to
be the essence of the contract on the part of the contractor) and further to ensure good
progress during the execution of the work, the contractor shall be bound in all cases in which
the time allowed for any work exceeds one month to complete the part works in specified
time slice as per programme given in Section I- Detailed Tender Notice / enclosed at the end
of Schedule ‘D’.
If the contractor has not achieved the target as per physical programme of all items with
respect to time as given in Section I–Detailed Tender Notice/enclosed at the end of Schedule
‘D’ then the compensation will be recovered with prior notice to the contractor till the
achievement of target as decided by the Engineer-in-Charge. In the event of the contractor
failing to comply with this condition, the contractor shall pay as compensation an amount
equal to one percent or such smaller amount as the Superintending Engineer (whose
decision in writing shall be final) may decide of amount of the estimated cost of the whole
work as shown by Bidder for every day that the work remains incomplete, uncommenced
or unfinished after the proper dates. And further to ensure good progress during
execution of the work, the contractor shall be bound, in all cases in which the time
allowed for any work exceeds one month to complete, provided always that the total amount
of compensation to be paid under the provisions of this clause shall not exceed 10 per cent of
the estimated cost of the work as shown in the tender. Superintending Engineer should be the
final authority in this respect.

Contractor No of Corrections A.E.1 Executive Engineer


119

The programme for completion of work is attached herewith. The contractor is supposed to
carry out the work and keep the progress as per programme attached herewith. The contractor
should complete the work as per phase period given in Month wise programme.

CLAUSE 3 – Action when whole of security deposit is forfeited


In any case in which under any clause of this contract the contractor shall have rendered
himself liable to pay compensation amounting to the whole of security deposit whether
paid in one sum or deducted by installments or in the case of abandonment of the work
owing to serious illness or death of the contractor or any other cause, the Executive
Engineer, on behalf of the Corporation, shall have power to adopt any of the following
courses, as he may deem best suited to the interest of Corporation.
(a) To rescind the contract (for which rescission Notice in writing to the contractor
under the hand of Executive Engineer shall be conclusive evidence) and in that case the
security deposit of the contractor shall stand forfeited and be absolutely at the disposal of
Corporation.
(b) To carry out the work or any part of the work departmentally debiting the
contractor with the cost of the work, expenditure incurred on tools and plant, and
charges on additional supervisory staff including the cost of work-charged establishment
employed for getting the un-executed part of the work completed and crediting him
with the value of the work done departmentally in all respects in the same manner and at
the same rates as if it had been carried out by the contractor under the terms of his
contract. The certificate of the Executive Engineer as to the costs and other allied expenses
so incurred and as to the value of the work so done departmentally shall be final and
conclusive against the contractor.
(c) To order that the work of the contractor be measured up and to take such part
thereof as shall be unexecuted out of his hands, and to give it to another contractor to
complete, in which case all expenses incurred on advertisement for fixing a new
contracting agency, additional supervisory staff including the cost of work charged
establishment and the cost of the work executed by the new contract agency will be
debited to the contractor and the value of the work done or executed through the new
contractor shall be credited to the contractor in all respects and in the same manner and at
the same rates as if it had been carried out by the contractor under the terms of his
contract. The certificate of the Executive Engineer as to all the cost of the work and
other expenses incurred as aforesaid for or in getting the unexecuted work done by the
Contractor No of Corrections A.E.1 Executive Engineer
120

new contractor and as to the value of the work so done shall be final and conclusive against
the contractor,
In case the contract shall be rescinded under clause (a) above, the contractor shall
not be entitled to recover or be paid, any sum for any work therefore actually performed
by him under this contract unless and until the Executive Engineer shall have
certified in writing the performance of the such work and the amount payable to him
in respect thereof and he shall only be entitled to be paid the amount so certified. In the
event of either of the courses referred to in clause (b) or (c) being adopted and the cost of
the work executed departmentally or through a new contractor and other allied expenses
exceeding the. value of such work credited to the contractors the amount of excess shall
be deducted from any money due to the contractor, by Corporation under the contract or
otherwise howsoever or from his security deposit or the sale proceeds thereof
provided, however, that contractor shall have no claim against Corporation even if the
certified value of the work done departmentally or through a new contractor exceeds the
certified cost of such work and allied expenses, provided always that whichever of the
three courses mentioned in clause (a), (b) or (c) being adopted and the cost of the work
executed exceeding the value of such work credited to the contractors the amount by
Corporation under the contract or otherwise.

CLAUSE 4 - Action when the progress of any portion of the work is unsatisfactory.
If the progress of any portion of the work is unsatisfactory, the Executive Engineer shall,
not withstanding that the general progress of the work is in accordance with the
conditions mentioned in clause 2, be entitled to act as under after giving the contractor 10
day's Notice in writing.
The Engineer-in-Charge will have to order that the work of the contractor be measured up
and to take such part thereof as shall be unexecuted out of his hands, and to give it to
another contractor to complete, in that case all expenses incurred to advertisements for
fixing a new contracting agency, additional supervisory staff including the cost of work
charged establishment and the cost of the work executed by the new contract agency
will be debited to the contractor and the value of the work done or executed through the
new contractor (including escalation due) shall be credited to the contractor in all respects
and in the same manner and at the same rates as if it had been carried out by the
contractor under the terms of his contract. The certificate of the Executive Engineer as to
all the cost of the work and other expenses incurred as aforesaid for or in getting the
Contractor No of Corrections A.E.1 Executive Engineer
121

unexecuted work done by the new contractor and as to the value of the work so done
shall be final and conclusive against the contractor.
In case the cost of the work executed through a new contractor and other allied
expenses exceeding the value of such work credited to the contractors, the amount of
excess shall be deducted from any money due to the contractor by Government or
Corporation under the contract or otherwise howsoever or from his security deposit
and Additional security deposit or the sale proceeds thereof provided, however, that the
contractor shall have no claim against Corporation even if the certified value of the work
done through a new contractor exceeds the certified cost of such work and allied
expenses. The contractor shall have no claims to compensation for any loss sustained by
him by reason of his having purchased, or procured any materials, or entered into
any engagements, or made any advances on account of or with a view to the execution of the
work or the performance of the contract. The contractor of the whole work shall Not be
considered eligible to tender for the execution of work so withdrawn from this contract.
The contractor will have no claim for compensation, for any loss sustained by him owing to
such action.

CLAUSE 5 – Power to take possession of or required removal of or sell contractor’s


plant.
In any case in which any of the powers conferred upon the Executive Engineer by clause
3 and 4 hereof shall have become exercisable and the same shall not have been exercised
the non-exercise thereof shall not constitute a waving of any of the conditions hereof and
such powers shall not withstanding be exercisable in the event of any future case of
default by the contractor for which under any clauses hereof he is declared liable to
pay compensation amounting to the whole of his security deposit and additional
security deposit and the liability of the contractor for past and future compensation shall
remain unaffected.
In the event of the Executive Engineer taking action under clause - 3, he may, if he so
desires, take possession of all / any tools, plant, materials and stores in or upon the work
or the site thereof or belonging to the contractor or procured by him and intended to be
used for the execution of the work or any part thereof paying or allowing for the
same in account at the contract rates or in the case of contract, rates not being applicable
at current market rates to be certified by the Executive Engineer whose certificate
thereof shall be final. In the alternative the Executive Engineer may, after giving Notice
Contractor No of Corrections A.E.1 Executive Engineer
122

in writing to the contractor or his clerk of the work foreman or other authorised agent
require him to remove such tools, plant, materials or stores from the premises within a
time to be specified in such Notice and in the event of the contractor failing to comply
with any such requisition, the Executive Engineer may remove them at the contractor's
expense or sale them by auction or private sale on account of the contractor and at his
risk in all respects and the certificate of the Executive Engineer as to the expense of any
such removal and the amount of the proceeds and expense of any such sale shall be final
and conclusive against the contractor.

CLAUSE 6- Extension of Time


If the Contractor shall desire an extension of the time for completion of the work
on the ground of his having been unavoidably hindered in its execution or on any other
ground he shall apply in writing to the Executive Engineer before the expiration of
the period stipulated in tender or before the expiration of 30 days from the date on which
he was hindered as aforesaid or on which the cause for asking for extension occurred,
whichever is earlier and the Executive Engineer may, with prior approval of the officer
accepting the tender, if in his opinion, there are reasonable grounds for granting an
extension, grant such extension as he thinks necessary or proper. The decision of the
Authority accepting the tender in this matter shall be final.

CLAUSE 6 (A) –
In case of delay in handing over the land required for the work due to unforeseen causes the
contractor shall not be entitled for any compensation whatsoever from Government or
Corporation, on the ground that machinery or labour was idle for certain period, contractor
may apply for extension of time limit which may be granted on the merit of the case.

CLAUSE 7 – Completion Certificate


On the completion of the work within a period of 30 days the contractor shall be
furnished with a certificate by the Executive Engineer of such completion; but no such
certificate shall be given or shall the work be considered to be complete until the
contractor shall have removed from the premises on which the work shall have
been executed all scaffolding, surplus materials and rubbish, and shall have cleaned off
the dirt from all wood work, doors, windows, walls, floor or other parts of any building in
or upon which the work, has been executed or of which he may have had possession for
Contractor No of Corrections A.E.1 Executive Engineer
123

the purpose of executing the work or until the work have been measured by the Engineer-
in-Charge or where the measurement have been taken by his subordinates until they have
received approval of the Engineer-in-Charge, the said measurements being binding and
conclusive against the contractor. If the contractor shall fail to comply with the
requirements of this clause as to the removal of scaffolding, surplus material and rubbish
and cleaning of dirt on or before the date fixed for the completion of the work the
Engineer-in- charge may at the expense of the contractor, remove such scaffolding surplus
material and rubbish and dispose off the same as he thinks fit and clean off such dirt as
aforesaid and the contractor shall forthwith pay such amount of all expenses so incurred
but shall have no claim in respect of any such scaffolding or surplus materials as aforesaid
except for any sum actually realised by the sale thereof.

CLAUSE 8 - Payment on intermediate certificate to be regarded as advances.


No payment shall be made for any work estimated to cost less than Rupees Ten
Thousand till after the whole of work shall have been completed and a certificate of
completion given. But in the case of works estimated to cost more than rupees ten thousand
the contractor shall on submitting a monthly bill therefore be entitled to receive payment
proportionate to the part of the work then approved and passed by the Engineer-in-
Charge, whose certificate of such approval and passing of the sum so payable shall be
final and conclusive against the contractor. All such intermediate payments shall be
regarded as payments by way of advance against the final payments only and not as
payments for work actually done and completed and shall not preclude the Engineer- in-
charge from requiring any bad, unsound, imperfect or unskillful work to be removed or
taken away and reconstructed or re-erected nor shall any such payment be considered
as an admission of the due performance of the contract or any part thereof in any
respect or the occurring of any claim nor shall it conclude, determine or effect in any
other way the powers of the Engineer-in-Charge as to the final settlement and adjustment of
the accounts or otherwise or in any other way vary or affect the contract. The final bill
shall be submitted by the contractor within one month of the date fixed for the
completion of the work, otherwise the Engineer in-charge's certificate of the
measurements and of the total amount payable for the work shall be final and binding on
all parties.

Contractor No of Corrections A.E.1 Executive Engineer


124

CLAUSE 9 – Payment at reduced rates on account of items of work not accepted as


completed, to be at the discretion of the Engineer-in-Charge
The rates for several items of work estimated to cost more than Rs.1,000/- agreed
to within, shall be valid only when the item concerned is accepted as having been
completed fully in accordance with the sanctioned specifications. In case where the
items of work are not accepted as so completed, the Engineer-in-Charge may make
payment on account of such items at such reduced rates as he may consider reasonable
in the preparation of final or on Running Account bill.

CLAUSE 10 – Bill to be submitted monthly. [Appendix-J supersedes this clause]


(A) Before starting of work all the initial ground levels/ foundation levels shall be taken by
the authorised Engineer of the Corporation in presence of the contractor or his authorised
engineer and same shall be signed by the contractor in token of his acceptance. A
computerised L-Section, Cross Sections and Plan showing levels should be prepared by
contractor and submitted to Executive Engineer based on above measurements without which
work will not be started. Contractor shall employ a qualified Engineer as his
authorised representative to be present while taking measurements by authorised Engineer
of the Corporation. Bill to be submitted monthly.
Running Account bill shall be submitted by the contractor in each month on or before 10th day
for all work executed in the previous month on the basis of measurements taken by him or his
authorised engineer. The measurements for payments of Running Account Bills shall be
taken by the authorised Engineer of the Corporation in the presence of the contractor or his
authorised engineer and shall be recorded in Measurement Book of the Corporation within
10th days after submission of bill by contractor. Based on the above measurements by
the contractor shall have to submit his Running Account Bills in the bill format given by
the Corporation. If the contractor does not submit the bill within the time fixed as
aforesaid, the Engineer-in-Charge with a prior notice of 7th days to the contractor may depute
a subordinate to measure the said work in presence of the contractor or his duly authorised
agent whose counter signature to / on the measurements shall be sufficient warrant and
Engineer-in-Charge may prepare a bill from such measurements which shall be binding on the
contractor in all respects.

Contractor No of Corrections A.E.1 Executive Engineer


125

If the contractor or his representative doesn’t remain present on the date specified
for taking measurements as specified above, then the Engineer-in-Charge shall
order that the measurements be taken in absence on any day after 10th days and
in this eventuality the bill prepared by the Executive Engineer shall be binding on the
contractor in all respects. As far as possible the payment of the bills will be made
monthly to the extent of availability of funds for the work under this contract.

(C) The Running and final bill shall be submitted by the contractor within one
month of issue of the completion certificate pursuant to Clause 7 of this contract.
The Final bill shall be paid within 6 months of initial submission subject to the extent of
availability of funds for the work under this contract. The procedure enumerated above
for the Running account bills shall be applicable to the Running and final bill also.

CLAUSE 11– Bill to be on printed forms.


The contractor shall submit all bills on the printed forms in the format approved by the
Engineer-in-Charge. The charges to be made in the bills shall always be entered at the rates
specified in the tender. In the case of any extra work ordered in pursuance of these conditions
and not mentioned or provided for in the tender at the rates hereinafter provided for such
work.

CLAUSE 12 – Stores Supplied By Corporation --- DELETED

CLAUSE 12 A – DELETED

CLAUSE 13 - Works to be executed in accordance with specifications, drawings, and


orders, etc.
The contractor shall execute the whole and every part of the work in the most substantial
and workman like manner and both as regards materials and every other respect in strictly in
accordance with specifications. The contractor shall also confirm exactly fully and
faithfully to the designs, drawing and instructions in writing relating to the work signed by
the Engineer-in-Charge and lodged in his office and to which the contractor shall be
entitled to have access for the purpose of inspection at such office, or on the site of the
work during office hours.

Contractor No of Corrections A.E.1 Executive Engineer


126

The contractor will be entitled to receive three sets of contract drawings and working
drawings as well as one certified copy of the accepted tender along with the work order
free of cost. Further copies of the contract drawings and working drawings if required
by him shall be supplied at the rate of Rs.5,000/- per set of contract drawings and
Rs.300/- per working drawing except where otherwise specified.

CLAUSE 14 - Alterations in specifications and designs not to invalidate contracts.


Rates for works not entered in estimate or schedule of rates of the district. Extensions
of time consequence of additions or alterations.
The Engineer-in-Charge shall have power to make any alteration in or additions to the
original specifications, drawings, designs and instructions that may appear to him to be
necessary or advisable during the progress of the work and the contractor shall be bound to
carry out the work in accordance with any instructions in this connection which may be
given to him in writing signed by Engineer-in-Charge and such alteration shall not
invalidate the contract, and any additional work which the contractor may be directed to do
in the manner above specified as part of the work shall be carried out by the contractor on
the same conditions in all respects on which he agreed to do the main work, and at the same
rates as are specified in the tender for the main work. And if the additional and altered work
includes any class of work for which no rate is specified in this contract, then such class of
work shall be carried out at the rates decided as per procedure mentioned in Clause 38(3).
Where, however, the work is to be executed according to the designs, drawings and
specifications recommended by the contractor and accepted by the competent authority the
alternations above referred to shall be within the scope of such designs, drawings, and
specifications appended to the tender.
The time limit for the completion of the work shall be extended in the proportion that
increase in its cost occasioned by alterations or additions bears to the cost of the original
contract work and the certificate of the Engineer-in-Charge as to such proportion shall
conclusive. However, such an extension will be governed by provisions of Clause 6.

Contractor No of Corrections A.E.1 Executive Engineer


127

CLAUSE 15 - No claim to any payment or compensation for alteration in or restriction


of work.
1. If at any time after the execution of the contract Documents the Engineer shall for any
reason what-so-ever (other than default on the part of the contractor for which the
Corporation is entitled to rescind the contract) desires that the whole or any part of the
work specified in the tender should be suspended for any period or that the whole or part
of the work should not be carried out at all, he shall give to the contractor a notice in
writing of such desire and upon the receipt of such notice the contractor shall forthwith
suspend or stop the work wholly or in part as required, after having due regard to
the appropriate stage at which the work should be stopped or suspended so as not to
cause any damage or injury to the work already done or endanger the safety thereof
provided that the decision of the Engineer as to the stage at which the work or any

part of it, could be or could have been safety stopped or suspended shall be final and
conclusive against the contractor. The contractor shall have no claim to any payment or
compensation whatsoever by reason of or in pursuance of any notice as aforesaid, on
account of any suspension, stoppage or curtailment except to the extent specified
hereinafter.
2. Where the total suspension of work ordered as aforesaid continued for a
continuous period exceeding 90 days the contractor shall be at liberty to withdraw
from the contractual obligations under the contract so far as it pertains to the
unexecuted part of the work by giving a 10 day’s prior notice in writing to the engineer,
within 30 days of the expiry of the said period of 90 days, of such intention and
requiring the engineer to record the final measurement of the work already done and to pay
final bill. Upon giving such notice the contractor shall be deemed to have discharged from
his obligations to complete the remaining unexecuted work under the contract. On receipt of
such notice the engineer shall proceed to complete the measurements and make such
payment as may be finally due to the contractor within a period of 90 days from the
receipt of such notice in respect of the work already done by the contractor. Such payment
shall not in any manner prejudice the right of the contractor to any further compensation
under the remaining provisions of this clause.
3. Where the Engineer-in-Charge is required to suspend the work for a period in excess
of 30 days at any time or 60 days in the aggregate, the contractor shall be entitled
to apply to the Engineer within 30 days of the resumption of work after such

Contractor No of Corrections A.E.1 Executive Engineer


128

suspension for payment of compensation to the extent of pecuniary loss suffered


by him in respect of working machinery remained idle on the site or on the account of
his having to pay the salary or wages of labour engaged by him during the said period of
suspension provided always that the contractor shall not be entitled to any claim in respect
of any such working machinery, salary or wages for the first 30 days whether consecutive
or in the aggregate or such suspension or in respect or any suspension whatsoever
occasioned by unsatisfactory work or any other default on his part. The contractor
shall maintain the record of idle staff, labour & machinery in prescribed format of Appendix
L. The decision of the engineer in this regard shall be final and conclusive against the
contractor.

4. In the event of -
(i) Any total stoppage of work on notice from engineer under sub-clause (1) in that
behalf.
(ii) Withdrawal by the contractor from the contractual obligations to complete the
remaining unexecuted work under sub-clause (2) on account of continued suspension of
work for a period exceeding 90 days. OR
(iii) Curtailment in the quantity of item or items originally tendered on account of any
alternation, omission substitution in the specifications, drawings, designs or instructions
under clause 14 (1) where such curtailment exceeds 25% in quantity and the value of
the quantity curtailed beyond 25% of the rates for the item specified in the tender is more
than Rs. 50000/-.
It shall be open to the contractor, within 90 days from the service of (i) the notice of
stoppage of work or (ii) the notice of withdrawal from the contractual obligations under
the contract on account of the continued suspension of work or (iii) Notice under clause
14 resulting in such curtailment to produce to the engineer satisfactory documentary
evidence that he had purchased or agreed to purchase material for use in the
contracted work, before receipt by him of the notice of stoppage, suspension or
curtailment and require the Corporation to take over on payment such material at the rate
determined by the engineer, provided, however, such rates shall in no case exceed the
rates at which the same was acquired by the contractor. The Corporation shall thereafter
take over the material so offered, provided the quantities offered are not in excess
of the requirements of the unexecuted work as specified in the accepted tender and are
of quality and specifications approved by the Engineer.
Contractor No of Corrections A.E.1 Executive Engineer
129

CLAUSE 15 A – DELETED

CLAUSE 16- Time Limit For Unforeseen Claims.


Under No circumstances whatsoever shall the contractor be entitled to any compensation
from Corporation on any account unless the contractor shall have submitted a claim in
writing to the Engineer-in-Charge within one month of the case of such claim occurring
subject to provision in Clauses 30 and 40 with all authentic documents any evidences in
support of the claim.

CLAUSE 17 - Action and Compensation Payable in Case of Bad Work.


If at any time before the security deposit or any part thereof is refunded to the contractor
it shall appear to the Engineer-in-Charge or his subordinates in charge of the work,
that any work has been executed with unsound, imperfect or unskillful workmanship or
with materials of inferior quality, or that any materials or articles provided by him for the
execution of the work are unsound, or of any quality inferior to that contracted for or
are otherwise not in accordance with the contract, it shall be lawful for the Engineer-in-
Charge to intimate this fact in writing to the contractor and n otwithstanding the fact that
the work, materials or articles complained of may have been inadvertently passed,
certified and paid for, the contractor shall be bound forthwith to rectify, or remove or
reconstruct the work so specified in whole or in part, as the case may require or if so
required, shall remove the materials or articles so specified and provide other proper
and suitable materials or articles at his own charge and cost and in the event of his failing
to do so within a period to be specified by the Engineer-in-Charge in the written intimation
aforesaid, the contractor shall be liable to pay compensation at the rate of one percent on
the amount of the tender for every day not exceeding 10 days, during which the failure so
continues and in the case of any such failure the Engineer-in-Charge may rectify or
remove and re- execute the work or remove, and replace the materials or articles complained
of as the case may be at the risk and expense in all respects of the contractor should the
Engineer-in-Charge consider that any such inferior work or materials as described above
may be accepted or made use of it shall be within his discretion to accept the same at such
reduced rates as he may fix therefor, subject to Clause -9.

Contractor No of Corrections A.E.1 Executive Engineer


130

CLAUSE 18 -Work to be open for inspection contractor or responsible agent to be


present.
All works under or in course of execution or executed in pursuance of the contract shall
at all times be open to the inspection and supervision of the Engineer-in-Charge and his
subordinates and the contractor shall at all times during the usual working hours and at all
other times at which reasonable notice of the intention of the Engineer-in-Charge and
his subordinate to visit the work shall have been given to the contractor either himself
be present to receive orders and instructions or have responsible agent duly accredited
in writing present for that purpose. Orders given to the contractor's duly authorised
agent shall be considered to have the same force and effect as if they had been given to
the contractor himself. Contractor should provide for safe arrangement for inspection of
work at his cost.

CLAUSE 19 - Notice to be given before work is covered up


The contractor shall give not less than five days notice in writing to the Engineer-in-
Charge or his subordinate in charge of the work before covering up or otherwise
placing beyond the reach of measurement any work in order that the same may be
measured and correct dimensions thereof taken before the same is so covered up or
place beyond the reach or measurements and shall not cover up any work without the
consent in writing of the Engineer-in-Charge or his subordinate in charge of the work, and
if any work shall be covered up or placed beyond the reach of measurement, without
such n otice having been given or consent obtained the same shall be uncovered at
the contractor's expense and in default thereof no payment or allowance shall be made for
such work or for the materials with which the same was executed.

CLAUSE 20 - Contractor liable for damage done and for imperfections.


If during the period specified at (h) in memorandum ( 1 2 m o n t h ) from the date of
completion as certified by the Engineer-in-Charge pursuant to Clause-7 of the contract or
after commissioning the work, whichever is earlier in the opinion of the Engineer-in-
Charge, the said work is defective in any manner whatsoever, the contractor shall
forthwith on receipt of notice in that behalf from the Executive Engineer, duly commence
execution and completely carry out at his cost in every respect all the work that may be
necessary for rectifying & setting right the defects specified therein including
dismantling and reconstruction of unsafe portions strictly in accordance with and in
Contractor No of Corrections A.E.1 Executive Engineer
131

the manner prescribed and under the supervision of the Executive Engineer. In the
event of the contractor failing or neglecting to commence execution of the said rectification
work within the period prescribed therefor in the said notice and / or to complete the
same as aforesaid as required by the said notice, the Executive Engineer get the same
executed and carried out departmentally or by any other agency at the risk on account and at
the cost of the contractor. The contractor shall forthwith on demand pay to the
Corporation the amount of such costs, charges and expenses sustained or incurred by the
Corporation of which the certificate of the Executive Engineer shall be final and binding
on the contractor. Such costs, charges and expenses shall be deemed to be arrears of land
revenue and on the event of the contractor failing or neglecting to pay the same on
demand as aforesaid without prejudice to any other rights and remedies of the
Corporation, the same may be recovered from the contractor as arrears of land revenue.
The Corporation shall also be entitled to deduct the same from any amount which may
then be payable or which may thereafter become payable by the Corporation to the
contractor either in respect of the said work or any other work whatsoever or from the
amount of security deposit retained by Government / Corporation.
However, for the purpose of security towards the maintenance in the defect’s liability period
the SD at the time of final bill shall be converted into an irrevocable BG from any branch of a
Nationalized /Scheduled Bank in the State of Maharashtra, if requested by the contractor. The
BG shall valid for a period one month after completion of defect liability period.

CLAUSE 21- Contractor to supply plant, ladders, scaffolding etc. and is liable for
damages arising from non-provisions of light, fencing etc.
The contractor shall supply at his own cost all material (except such special
materials, if any as may, in accordance with the contract be supplied from the Corporation
stores) plant, tools, appliances, implements, ladders, carriage, tackle, scaffolding and
temporary work requisite for the proper execution of the work, whether in the original,
altered or substituted form, and whether included in the specification or other documents
forming part of the contract or referred to in these conditions or not and which may be
necessary for the purpose of satisfying or complying with the requirements of the
Engineer-in-Charge as to any matter as to which under these conditions he is entitled to be
satisfied, or which he is entitled to require together with the carriage therefore to and from
the work. The contractor shall also supply without charge the requisite number of persons
with the means and materials necessary for the purpose of setting out works and

Contractor No of Corrections A.E.1 Executive Engineer


132

counting, weighing and assisting in the measurement or examination at any time and from
time to time of the work or the materials, failing which the same may be provided by the
Engineer-in-Charge at the expense of the contractor and the expenses may deducted from
any money due to the contractor under the contract or from his security deposit or the
proceeds of sale thereof or of a sufficient portion thereof. The contractor shall provide all
ncessary fencing and lights required to protect the public from accident and shall also be
bound to bear the expenses of defense of every suit, action or other legal proceeding that
may be brought by any person for injury sustained owing to neglect of the above
precautions and to pay damages and cost which may be awarded in any such suit, action or
proceedings to any such person or which may with the consent of the contractor be paid
in compromising any claim by any such person. List of machinary in contractor's possession
and which they propose to use on the work should be submitted along with the tender. The
contractor shall indemnify the Corporation against all such claims.

CLAUSE 21 (A)-
The contractor shall provide suitable scaffolds and working platforms, gangways and
stairways and shall comply with the following regulations in connections therewith.
a. Suitable scaffolds shall be provided for workmen for all works that can not be safely
done from a ladder or by other means.
b. Scaffold shall not be constructed, taken down or substantially altered except under the
supervision of a competent and responsible person and as far as possible by competent
workers possessing adequate experience in this kind of work.
c. All scaffolds and appliances connected therewith and ladders shall be of sound material
be of adequate strength having regard to the loads and strains to which they will be subjected
and be maintained in proper condition.
d. Scaffolds shall be so constructed that no part thereof can be displaced in consequence of
normal use.
e. Scaffolds shall not be overloaded and so far, as practicable the load shall be evenly
distributed.
f. Before installing lifting gear on scaffolds special precautions shall be taken to ensure the
strength and stability of the scaffold.
g. Scaffold shall be periodically inspected by the competent person.

Contractor No of Corrections A.E.1 Executive Engineer


133

h. Before allowing a scaffold to be used by his workmen the contractor shall, whether the
scaffold has been erected by his workmen or not, take steps to ensure that it complies fully
with the regulations herein specified.
i. Working platform, gangways, stairways shall ,be so constructed that no part thereof can
sag unduly or unequally, be so constructed and maintained having regard to the prevailing
conditions as to reduce as far as practicable risks of persons tripping or slipping, and be kept
free from any unnecessary obstruction.
j. In the case of working platform, gangways, working places and stairways at the height
exceeding 3 meters.
1. Every working platform and every gangway shall be closely boarded unless other
adequate measures are taken to ensure safety.
2. Every working platform and gangway shall have adequate width; and
3. Every working platform, gangway, working places and stairways shall be suitably
fenced.
k. Every opening in the floor of a building or in a working platform shall except for the
time and to the extent required to allow the access of persons or the transport or shifting of
materials be provided with suitable means to prevent the fall of persons or materials.
l. When persons are employed on roof where there is a danger of falling from a height
exceeding 3 metres suitable precautions shall be taken to prevent the fall of persons or
materials.
m. Suitable precautions shall be taken to prevent persons being struck by articles which
might fall from scaffold or other working places.
n. Safe means of access shall be provided to all working platforms and other working
places.
o. The contractor(s) will have to make payments to the labourers as per Minimum Wages
Act and will have strictly followed all relevant labour laws.

CLAUSE 21 (B) –
The contractor shall comply with the following regulations as regards the Hoisting
Appliances to be used by him:
a. Hoisting machine and tackle, including their attachments, anchorages and support
shall-

Contractor No of Corrections A.E.1 Executive Engineer


134

i. Be of good mechanical construction, sound material and adequate strength and


free from patent defect, and

ii. Be kept in good repair and in good working order.

b. Every rope used in hoisting or lowering materials or as a means of suspension shall be


of suitable quality and adequate strength and free from patent defect.

c. Hoisting machine and tackle shall be examined and adequately tested after erection on
a site and before use and be reexamined in position at intervals to be prescribed by the
Corporation.

d. Every chain, ring, hook, shackle swivel and pulley block used in hoisting or lowering
materials or as a means of suspensions shall be periodically examined.

e. Every crane driver or hoisting appliance operator shall be properly qualified.

f. No person who is below the age of 18 years shall be in control of any hoisting
machine, including any scaffold winch or give signals to the operator.

g. In the case of every hoisting machine and of every chain, ring, hook, shackle, swivel
pulley block used in hoisting or lowering or as a means of suspension, the safe
working load shall be ascertained by adequate means.

h. Every hoisting machine and all gear referred to in preceding regulation shall be
plainly marked with the safe working load.

i. In case of hoisting machine having a variable safe working load, each safe working
load and the conditions under which it is applicable shall be clearly indicated.

j. No part of any hoisting machine or of any gear referred to in regulation (g) above
shall be loaded beyond the safe working load except for the purpose of testing.

k. Motors, gearing transmissions, electric wiring and other dangerous part of


hoisting appliances shall be provided with efficient safeguards.

l. Hoisting appliances shall be provided with such means as will reduce to a minimum
risk of the accidental descent of the load.

m. Adequate precaution shall be taken to reduce to a minimum risk of any part of a


suspended load becoming accidentally displaced.

Contractor No of Corrections A.E.1 Executive Engineer


135

CLAUSE 22 – Measure for Prevention of fire


The contractor shall not set fire to any standing jungle, trees, brushwood or grass without a
written permit from the competent authority under the law. When such permit is given,
and also in all cases when destroying out or dug up trees, brushwood, grass etc. by fire,
the contractor shall take the necessary measure to prevent such fire spreading to or
otherwise damaging surrounding property. The contractor shall make his own arrangements
for drinking water for the labour employed by him and provide sanitary and other
arrangements.
CLAUSE 23 – Liability of Contractor for any Damage Done in or Outside Work Area.
Compensation for all damages done intentionally or unintentionally by contractor's
labour whether in or beyond the limits of Corporation property including any
damage caused by the spreading of fire mentioned in Clause 22 shall be estimated by
the Engineer-in-Charge or such other officer as he may appoint and the estimate of the
Engineer- in-charge subject to the decision of the Superintending Engineer on appeal
shall be final and the contractor shall be bound to pay the amount of the assessed
compensation on demand, failing which the same will be recovered from the contractor
as damages in the manner prescribed in clause 1 or deducted by the Engineer-in-Charge
from any sums that may be due or become due from Corporation to contractor under
this contract or otherwise.

The contractor shall bear the expenses of defending any action or other legal proceeding
that may be brought by any persons for injury sustained by him owing to neglect of
precautions to prevent the spread of fire and he shall pay any damages and cost that may
be awarded by the court in consequence. The contractor shall indemnify the
Corporation against all such legal actions and consequences thereto.

CLAUSE 24- Employement of Female Labour


The employment of female labour on works in neighbour- hood in soldier's barracks should
be avoided as for as possible.

CLAUSE 25 - Works on Weekly Holidays


No work shall be done on weekly local holidays without the sanction in writing of the
Engineer-in-Charge.

Contractor No of Corrections A.E.1 Executive Engineer


136

CLAUSE 26 - Work not to sublet. Contract may be rescinded and security deposit
forfeited if subletting without approval, for bribing a corporation officer or contractor
becomes insolvent.
The contractor shall not be assigned or sublet without the written approval of the competent
authority who has accepted the tender. And if the contractor shall assign or sublet his
contract, or attempt so to do, or become insolvent or commence any proceeding to
get himself adjudicated and insolvent or make any composition with his creditors; or
attempt so to do or if bribe, gratuity, gift, loan, perquisite reward of advantage,
pecuniary or otherwise, shall either directly or indirectly be given, promised or offered by
the contractor or any of his servants or agents to any Corporation officer or person in the
employ of Corporation in any way relating to his office or employment or if any such
officer or person shall become in any way directly or indirectly interested in the contract,
the Engineer-in-Charge may thereupon by notice in writing rescind the contract and the
security deposit of the contractor shall thereupon stand forfeited and he absolutely at the
disposal of Corporation and the same consequences shall ensure as if the contract had been
rescinded under Clause 3 hereof and in addition the contractor shall not be entitled to recover
or be paid for any work there for actually performed under the contract.

CLAUSE 27- Sum payable by way of compensation to be considered as reasonable


compensation without reference to actual loss.
All sums payable by a contractor by way of compensation under any of these conditions
shall be considered as a reasonable compensation to be applied to the use of Corporation
without reference to the actual loss or damage sustained and whether any damage has or has
not been sustained.

CLAUSE 28- Changes in the constitution of firm to be notified


In the case of tender by partners, any change in the constitution of a firm shall be forthwith
notified by the contractor to the Engineer-in-Charge for his information

CLAUSE 29- Direction and Control of the Superintending Engineer.


All works to be executed under the contract shall be executed under the direction and
subject to the approval in all respects of the Superintending Engineer of the Circle, for the
time being, who shall be entitled to direct at what point or points and in what manner they
are to be commenced, and from time to time carried out.

Contractor No of Corrections A.E.1 Executive Engineer


137

CLAUSE 30 (1)- Direction and Control of The Superintending Engineer


Except where otherwise specified in the contract and subject to the powers delegated
to him by Corporation under the code, rules then in force, the decision of the Superintending
Engineer of the circle for the time being shall be final, conclusive and binding on all parties
of the contract upon all question relating to the meaning of the specifications, designs,
drawings and instructions herein before mentioned and as to the quality or workmanship or
materials used on the work or as to any other question, claim, right, matter or thing
whatsoever, if any way arising out of or relating to the contract, designs, drawings,
specifications, estimates, instructions, orders or these conditions or otherwise
concerning the works or the execution or failure to execute the same, whether arising
during the progress of the work or after the completion or abandonment thereof.

CLAUSE 30 (2)- Direction and Control of the Superintending Engineer


The contractor may within thirty days of receipt by him of any order passed by
the Superintending Engineer of the Circle as aforesaid appeal against it to the Chief
Engineer concerned with the contract work or project provided that-
a. The accepted value of the contract exceeds Rs.100 Lakhs (Rs. One Hundred Lakhs).
b. Amount of claim is not less than Rs.1 lakhs (Rupees one Lakhs).

CLAUSE 30 (3)- Direction and Control of the Executive Committee / Claims


Committee
If the contractor is not satisfied with the order passed by the Chief Engineer
as aforesaid, the contractor may, within thirty days of receipt by him of any such order,
appeal against it to the Executive Director of the Corporation who if convinced that
prima-facia the contractor's claim rejected by Superintending Engineer / Chief Engineer
is not frivolous and that there is some substance in the claim of the contractor as would
merit a detailed examination and decision by the Executive Committee at Corporation
level for suitable decision, shall put up to such committee for decision in respect of
claims up to Rs. 50 lakhs and to claims committee at Government level in respect of
other claims.

CLAUSE 31- Stores of International Manufacture To Be Obtained From The


Corporation.
-------- DELETED --------

Contractor No of Corrections A.E.1 Executive Engineer


138

CLAUSE 32- Lump sum in estimates


When the estimate on which a tender is made includes lump sums in respect of parts of
the work, contractor shall be entitled to payment in respect of the item of work involved
or the part of the work in question at the same rates as are payable under this contract for
each item, or if the part of work in question is not in the opinion of the Engineer-in-
Charge capable of measurement, the Engineer-in-Charge may at his discretion pay the
lump sum amount entered in the estimate and the certificate in writing of the Engineer-in-
Charge shall be final and conclusive against the contractor with regard to any sum or
sums payable to him under the provision of this clause.

CLAUSE 33- Actions where no specifications


In the case of any class of work for which there is no such specification as is mentioned in
rule, such work shall be carried out in accordance with the divisional specifications and in
the event of there being no divisional specification, then in such case the work shall be
carried out in all respects in accordance with all instructions and requirements of the
Engineer-in-Charge.

CLAUSE 34- Definition of work.


The expression ‘Work ’ or ‘Works ’ where used in these condition shall unless there
be something in the subject or context repugnant to such construction, be construed to
mean the work or works contracted to be executed under or in b y virtue of the
contract, whether temporary or permanent and whether original, altered, substituted or
additional.

CLAUSE 35- Contractors Percentage Whether Applied To Net or Gross Amount of


Bill
The percentage referred to in the tender shall be deducted from/added to the gross
amount of the bill before deduction the value of any stock issued.

CLAUSE 36- Payment of quarry fees and Royalties


A) Payment of Quarry fees and Royalties.
All quarry fees, royalties, octroi dues and ground rent for stacking materials, if any
shall be paid by the contractor, as per latest G.R. issued by Govt. of Maharashtra.
The tender rates are exclusive of royalty charges. The contractor is liable under
Maharashtra Minor Minerals Extraction Rules 2013 and amendment thereof and the

Contractor No of Corrections A.E.1 Executive Engineer


139

contractor shall take all steps necessary as are essential in terms of Maharashtra Minor
Minerals extraction rules 2013 and amendment thereof. The bill wise Current Rate royalty
charges for construction material paid by the contractor shall be calculated separately and
amount so calculated shall be reimbursed to the contractor on production of proof, only in the
form of certificate from the mining officer, of payment of royalty charges to the Revenue
Department of Government of Maharashtra. The Contractor shall be solely responsible for
payment of quarry fees, royalty charges etc.
No Price escalation will be paid on Royalty.

CLAUSE 37- Compensation under workmen’s compensation Act.


The contractor shall be responsible for and shall pay any compensate to his
workmen payable under The Workmen's Compensation Act, 1923 (VIII of 1923) and
amendment thereof (hereinafter called the said Act) for injuries caused to the workmen.
If such compensation is payable and / or paid by Corporation as principle under sub-
section (1) of section 12 of the said Act on behalf of the contractor, it shall be
recoverable by Corporation from the contractor under sub-section (2) of the said section.
Such compensation shall be recovered in the manner laid down in Clause 1 above. The
contractor shall indemnify the Government / Corporation against such compensation.

CLAUSE 37 (A)-
The contractor shall be responsible for and shall pay the expenses of providing medical
aid to any workmen who may suffer a bodily injury because of an accident. If such
expenses are incurred by Corporation the same shall be recoverable from the contractor
forthwith and be deducted without prejudice to any other remedy of Corporation from any
amount due or that may become due to the contractor.

CLAUSE 37 (B)-
The contractor shall provide all necessary personal safety equipment and first aid
apparatus available for the use of the persons employed on the site and shall maintain the
same in condition suitable for immediate use at any time and shall comply with the
following regulations inconnection therewith.
(a) The workers shall be required to use the equipment so provided by the contractor and the
contractor shall take adequate steps to ensure proper use of the equipment by those
concerned.
(b) When work is carried on in proximity to any place where there is a risk of drowning all
necessary equipment shall be provided and kept ready for use and all necessary steps
shall be taken for the prompt rescue of any person in danger.
Contractor No of Corrections A.E.1 Executive Engineer
140

(c) Adequate provision shall be made for prompt first-aid treatment of all injuries like to be
sustained during the course of the work

CLAUSE 37 (C) -
The contractor shall duly comply with the provisions of The Apprentices Act, 1961 (III of
1961), the rules made there under and the orders that may be issued from time to time
under the said Act and the said rules and on his failure or neglect to do so, he shall be
subject to all the liabilities and penalties provided by the said Act and said Rules.

CLAUSE 38- Claim for quantities entered in the tender or estimates.


1) CLAUSE 38:

Claim for quantities entered in the tender.

i) Change in quntities shall not vitiate the contract. Quantities shown in the tender are
approximate and no claim shall be entertained for quantities of work executed being either
more or less than those entered in the tender.

ii) Quantities in respect of the several items shown in the Schedule “B” of the tender are
approximate and no revision in the tendered rates shall be permitted in respect of any items
so long as subject to any special provision contained in the specification prescribing
different percentage of permissible variation where the quantity of the item does not exceed
the tender quantity by more than 25 percent and so long as the value of the excess quantity
beyond this limit at the rate of the item specified in the tender is not more than Rs.50,000/-

iii) The contractor shall if ordered in writing by the Engineer so to do, also carry out any
quantities in excess of the limit mentioned in sub clause (2) hereof on the same condition as
and in accordance with the specification in the tender and at the rates lesser of following
rates (i) Rate derived from the rates entered in the current schedule of rates prevailing at the
time of crop up date of specified item OR (ii) Agreemented rate with price escalation upto
the crop up rate, when quantity exceeds more than 25%. If contractors offer is below the
estimated cost of tender, the said rate will be decreased by contractors offer. But when
contractors offer in tender is above the estimated cost of tender, the rate of prevailing CSR
will be applicable without imposing above percentage applicable to tender. The price
variation clause shall be applicable with the initial basic index existing on the date when

Contractor No of Corrections A.E.1 Executive Engineer


141

quantity Exceeds/decreases more that 25 % in Schedule “B”. The rates once decided as
above shall not be revised till completion of the quantity under that item.

iv) In case the quantity of any item reduced by more than 25%. The rates of such item
shall be revised as per provisions of sub clause 3 of clause 38. However, the total payment
of such item shall be limited to 75% of estimated cost of that item put to tender.

v) Payment for quantities in excess of 125 % for tendered quantities in respect of


excavation, masonry and concrete, will be regulated as per the Provisions of para 55 of
special conditions of contract.

vi) For tender cost going above 100 %, prior sanction from Competent authority shall be
essential. Decision of Competent authority binding on the contractor.

CLAUSE 39- Employment of Famine Labour


The contractor shall employ any faminine labour, convict or other labour of a
particular kind of class if ordered in writing to do so by the Engineer- in-charge.

CLAUSE 40- No Claim for Compensation for Delay in Starting Work.


No compensation shall be allowed for any delay caused in the starting of the work on
account of acquisition of land or in the case of clearance work on any account of any delay
in accordance to sanction of estimates.

CLAUSE 41- No Claim for Compensation for Delay in Execution of Work.


No compensation shall be allowed for any delay in the execution of the work on account
of water standing in borrow pits or compartments. The rates are inclusive for hard or
cracked soil, excavation in mud, sub-soil, water standing in borrow pits and no claim for
an extra rate shall be entertained unless otherwise expressly specified in this regard.

CLAUSE 42- Entering Upon or Commencing Any Portion of Work


The contractor shall not enter upon or commence any portion of the work except with
the written authority and instructions of the Engineer-in-Charge or of his subordinate in
charge of the work. Failing such authority, the contractor shall have no claim to ask for
measurements of or payment of work.

Contractor No of Corrections A.E.1 Executive Engineer


142

CLAUSE 43- Minimum age of persons employed, the employment of donkeys and
other animals
i. No contractor shall employ any person who is under the age of 18 years.
ii. No contractor shall employ donkeys or other animals with breeching of string or thin
rope. The breeching must be at least three inches wide and should be of tape (Newar).
iii. No animal suffering from sores, lameness or emaciation or which is immature shall be
employed on the work.
iv. The Engineer-in-Charge or his agent is authorised to remove from the work, any
person or animal found working which does not satisfy these conditions and no
responsibility shall be accepted by the Corporation for any delay, caused in the
completion of the work by such removal.
v. The contractor shall pay fair and reasonable wages which will not be below the
minimum wages to the workmen employed by him in the contract undertaken by him.
In the event of any dispute arising between the contractor and his workmen on the
grounds that the wages paid are not fair and reasonable, the dispute shall be referred
without delay to the appropriate Government Authority concerned with labour who
shall decide the same. The decision of the said Authority shall be conclusive
and binding on the contractor but such decision shall Not in any way affect
the conditions in the contract regarding the payment to be made by the Corporation
at the sanctioned tender rates.
vi. Contractor shall provide drinking water facilities to the workers. Similar amenities
shall be provided to the workers engaged on large work in urban areas.
vii. Contractor to take precaution against accidents which takes place on account of labour
using loose garments while working near machinery.
viii. All facilities provided in the contract labour (Regulation & Abolition Act, 1970), the
Maharashtra Contract Labour Regulation and Abolition Rule, 1971, should be
provided.

CLAUSE 44- Method of Payment


Payment to contractors shall be made by cheque drawn on any Scheduled /
Nationalised bank provided the amount exceeds Rs.500/-, amounts Not exceeding Rs.500
will be paid in cash.

Contractor No of Corrections A.E.1 Executive Engineer


143

CLAUSE 45- Acceptance of conditions Compulsory before tendering the Work.


Any contractor who does not accept these conditions shall not be allowed to tender
for works.

CLAUSE 46- Employment of Scarcity Labour.


If Government declares a state of scarcity or famine to exist in any village situated
within 16 kilometres of the work, the contractor shall employee upon such parts of the work,
as are suitable for unskilled labour, any person certified to him by the Executive Engineer, or
by any person to whom the Executive Engineer may have delegated this duty in writing to be
in need of relief and shall be bound to pay to such person wages not below the minimum
which the government may have fixed in this behalf. Any disputes which may arise in
connection with the implementation of this clause shall be decided by the Executive
Engineer whose decision shall be final and binding on the contractor.

CLAUSE 47-
The price quoted by the contractors shall not in any case exceed the control price, if any,
fixed by Government or reasonable price which it is permissible for him to charge a private
purchaser for the same class and description, the controlled price or price permissible under
hoarding and Profiteering prevention ordinances, 1948, as amended from time to time.
If the price quoted exceeds the controlled price or the price permissible under Hording and
Profiteering Prevention Ordinance, the contractor will specifically mention this fact in his
tender along with the reasons for quoting such higher price. The purchaser at his discretion
will in such case exercise the right of revising the price at any stage so as to conform with
the controlled price as permissible under the Hoarding and Profiteering Prevention
Ordinance. This discretion will be exercised without prejudice to any other action that
may be taken against the contractor

CLAUSE 48- Good and services Act-2017 (GST)


As the tender cost is exclusive of GST, therefore bidder shall quote his rate without
considering GST. Though the tender rates are not inclusive of GST , the contractor shall pay
GST as per the provisions contained under GST Act 2017 on the amount of bill of the work
done as per the prevailing rate of GST during the period of work done as applicable. This
amount of GST paid by the contractor as per prevailing GST rules, will be reimbursed to the

Contractor No of Corrections A.E.1 Executive Engineer


144

contractor on production of proof of payment of GST to the concern department of


Government.

At the time of payment, T.D.S. under GST @ rate 2% (1% CGST and 1% SGST/IGST as
applicable) or at prevailing rate as per Government notification shall be deducted from bill
amount.

GST Act 2017

1) The rates to be quoted by the Contractor/Bidder must be excluding GST but inclusive of
all other applicable taxes and duties that the Bidder will have to pay for performance of
this Contract.

2) The Tax Invoice for supply of Goods & Services should be raised as per the provision of
GST Act & Rules and must compulsorily mention the Departments and Bidder GSTIN
No., Description of Goods or Services, Taxable value, Tax Rate, Amount of Tax etc.

3) Reimbursement of GST to the bidder is contingent upon complying with the following
condition by the service provider.
a. Uploading the onward GST Return in GSTN Network portal within statutory time
period.
b. Discharging the GST tax liability to the Govt.
c. Submission of Tax Invoice to department.
d. Submission of proof of payment of GST to department.

4) The Bidder shall be responsible for deposition of applicable GST to the concerned
authority. Extra payment towards GST will be reimbursed by the department on account of
GST after due verification and subject to submission of documentary evidence by
Engineer in Charge.

CLAUSE 49-
In case of materials that may remain surplus with the contractor from those issued for
the work contracted for the date of ascertainment of the materials being surplus will be
taken as the date of sale for the purpose of sales tax and the sales tax will be recovered on
such sale.

Contractor No of Corrections A.E.1 Executive Engineer


145

CLAUSE 50-
The contractor shall employ the unskilled labour to be employed by him on the said
work only from locally available labour and shall give preference to those persons
enrolled under Maharashtra Government Employment and Self Employment Department’s
Scheme. Provided, however, that if the required unskilled labours are not available
locally, the contractor shall in the first instance employ such number of persons as is
available and thereafter may with previous permission. In writing of the Executive
Engineer in charge of the said work, obtain the rest of the requirement of unskilled labour
from outside the above Scheme.

CLAUSE 51- Wages to Be Paid To the Skilled and Unskilled Labour Engaged By the
Contractor.
The wages to be paid to skilled and unskilled labourers engaged by the contractor. The
contractor shall pay the Labour skilled and unskilled, according to the wages prescribed by
the Minimum Wages Act of 1948 the amendments thereof applicable to the area in
which the work of the contractor is located.
Contractor shall comply with the provisions of Apprentices Act 1961 and the rules and
orders issued there under from time to time if he fails to do so his failure will be a breach
of the contract and the Suprintending Engineer may in his discretion cancel the contract.
The contractor shall also be liable for any pecuniary liability arising out on account of any
violation by him of the provisions of act.
The contractor shall pay the Labour skilled and unskilled, according to the wages
prescribed by the Minimum Wages Act of 1948 applicable to the area in which the work
of the contractor is in progress.

CLAUSE 52- [Link]/ 1284(120)/ BUILDING-2 DATED 14-8-85.


All amounts whatsoever which the contractor is liable to pay to the Corporation in
connection with the execution of the work including the amount payable in respect of
(i) materials and / or stores supplied / issued hereunder by the Corporation to the
contractor (ii) hire charges in respect of heavy plant, machinery and equipment given on
hire by the Corporation to the contractor for execution by him of the work and / or on

Contractor No of Corrections A.E.1 Executive Engineer


146

which advances have been given by the Corporation to the contractor shall be deemed to
be arrears of the Land Revenue and the Corporation may without prejudice to any
other rights and remedies of the Corporation recover the same from the contractor as
arrears of Land Revenue.

CLAUSE 53- [Link]/1284(120)/ BUILDING-2 DATE 14-8-85.


The contractor shall duly comply with all the provisions of the Contract Labour
(Regulation and Abolition) Act, 1970 (37 of 1970) and the Maharashtra Contract
Labour (Regulation and Abolition) Rules, 1971 as amended from time to time and all
other relevant statutes and statutory provisions concerning payment of wages
particularly to workmen employed by the contractor and working on the site of the
work. In particular the contractor shall pay wages to each worker employed by him on
the site of the work at the rates prescribed under the Maharashtra Contract
Labour (Regulation and Abolition) Rules, 1971. If the contractor fails or neglects to pay
wages at the said rates or makes short payment and the Corporation makes such payment
of wages in full or part thereof less paid by the contractor, as the case may be, the
amount so paid by the Corporation to such workers shall be deemed to be arrears of Land
Revenue and the Corporation shall be entitled to recover the same as such from the
contractor or deduct the same from the amount payable by the Corporation to the
contractor hereunder or from any other amounts payable to him by the Corporation.

CLAUSE 54-
The contractor shall duly comply with all the provision of the Maharashtra State Tax
on profession and Traders, calling and Employment Act, 1845 (See Rule 3 (2) ). The
contractor shall obtain certificate of registration under this Act and shall produce to
Corporation clearance certificate as and when demanded.

CLAUSE 55-
The contractor shall comply with all provisions of GST on the transfer of goods
involved in the execution of work contracts.

Contractor No of Corrections A.E.1 Executive Engineer


147

CLAUSE 56- Conditions Relating To Insurance Of Contract Work

Insurance Charges:-
1) Insurance charges are to be paid by the contractor to the Director of Insurance
Maharashtra State, Mumbai.
2) Insurance amount will be reimbursed to contractor as per conditions mentioned Below.
a. The contractor shall submit proof of insurance policies to the Engineer in charge.
b. After verification of record submitted by the contractor the total amount that can be
released shall be limited to the actual payment made as mentioned in condition (a) but
limited to 1% of tendered cost.
Though the tender rates are not inclusive of insurance amount. The Contractor
shall take out necessary Insurance Policy / Policies (viz. Contractor's All risks insurance
Policy, Erection all risks insurance policy, etc. as decided by the Directorate of Insurance) so
as to provide adequate insurance cover for execution of the awarded contract work for total
contract value and complete contract period compulsorily from the ''Directorate of
Insurance, Maharashtra State, Mumbai" only and will be reimbursed after submitting &
verifying proof of insurance policy submitted by the Contractor.
Its postal address for correspondence is- 264, MHADA, First floor, Opp. Kalanagar,
Bandra (East), Mumbai - 400051. (Telephone No.022- 26590403 / 26590690 and Fax
No.022-26592461 / 26590403).
Similarly, all workmen appointed to complete the contract work are required to be
insured under workmen's compensation Act.

The contactor shall renew the insurance policy for the extended period of the
contract. The contractor shall also take out additional insurance policy for the increased
Contract cost.

The insurance policy shall be valid upto extended period.


Executive Engineer shall withhold 1% cost put to tender, if insurance policy from Directorate
of Insurance, Maharashtra State, Mumbai is not taken. Insurance Policy / Policies taken out
from any other company will not be accepted. If any contractor has not taken out the
insurance policy from the "Directorate of Insurance, Maharashtra State, Mumbai or has
effected insurance with any other Insurance Company, the same will not be accepted and
Contractor No of Corrections A.E.1 Executive Engineer
148

Executive Engineer shall withheld 1% cost put to work & shall be released after tender from
the executed contract submitting the proof of insurance policy/ Policies & after verification of
the record submitted by the Contractor, along with the amount of insurance policy submitted
by the contractor.

CLAUSE 57-
"The contractor is required to adhere to all applicable laws, regulations, bylaws, and
directives issued by any local or public authority relevant to the execution of this work.
Furthermore, the contractor shall be responsible for the payment of any fees or charges levied
in connection with these regulations at their own expense, without additional cost to the
Corporation

Contractor No of Corrections A.E.1 Executive Engineer


149

SECTION –VIII
SPECIAL CONDITIONS OF CONTRACT

Contractor No of Corrections A.E.1 Executive Engineer


150

SECTION - VIII
SPECIAL CONDITIONS OF CONTRACT
1. Contractor to inform himself fully:

The contractor shall be deemed to have carefully examined the work and site conditions, the
special conditions, the specifications, schedules and drawings and shall be deemed to have visited
the work site, his own quarries for rubble and sand and to have fully informed himself regarding
The availability of construction materials, local conditions materials, local conditions ancillary
works required to be done etc. before quoting the offer.

If he shall have any doubts as to the meaning of any portion of the special conditions or the scope
of work or the specifications or any other matter concerning the contract, he shall in good time,
set forth the particulars thereof and submit them to the Engineer-in-charge. The Engineer-in
charge generally means the Executive Engineer directly in charge of the work, but also means, the
Superintending Engineer, Chief Engineer of Corporation, for exercising powers under this contract.

2. Contract Drawings and Specifications:-


2.1 On acceptance of the tender, three sets of contract drawings and working drawings as well
as one certified copy of the accepted tender will be supplied to the contractor free of charge
‘within one week. On request by the contractor and at the discretion of Engineer-in-charge, the
contractor may be supplied additional copies of contract documents to be charged at the rate of
Rs. 3000/- (Rs, Three thousand only) per set. -

2.2 The drawings which form part of this contract show the works to be done in such details as
possible to do for the present. They will be supplemented or superseded by such additional
detailed drawings as may be necessary as the work progresses. The contractor shall carry out the
work in accordance with these additional and / or revised drawings as the case may be at
applicable rates as per the contract. The contractor shall be supplied maximum number of three
copies of each of such working ‘drawings free of charge. Should be contractor require any
additional copy for his use, the same may be supplied at the discretion of Engineer-in-charge and
the contractor will be charged Rs. 1000/- per set of contract drawings and Rs. 500/- for each of
such additional copy of each drawing.

Contractor No of Corrections A.E.1 Executive Engineer


151

2.3 The contractor shall check all drawings carefully and intimate the Engineer-in-charge
immediately any errors or omissions discovered. The contractor shall not take advantage of any
kind of errors or omissions in the drawings supplied. All rehabilitation work should be carried out
as per detailed drawings approved by Engineer in Charge.

3. Data and Drawings to be furnished by the Contractor:-


a) Prior to the commencement of the work, the contractor shall submit to the Engineer-in-charge
for approval, drawings or prints on white ammonia paper of size 1020 mm x 690 mm or 510 mm x
345 mm as may be suitable in triplicate showing the location of major plant workshop, if any,
roadways, temporary bridges, unloading facilities and storage yards, etc. which he proposes to put
up at the site.

b) Then contractor shall submit to the Engineer-in-charge for approval within 7 days from the date
of his receiving notice to start work, a layout plan of construction plant and equipment of the
execution of the work which the contractor proposes to adopt at site.

c) Any changes in the approved layout will be subject to further approval.

d) The approval of the drawings, however, will not relieve the contractor of his responsibility from
any errors or omissions.

4. Errors, Omissions, Discrepancies:

a) In case of errors, omissions and / or disagreement between written and scaled dimensions on
the drawings or between the drawings and specifications, the following orders or preference shall
apply.

* Between actual scaled and written dimensions or description on drawing and corresponding one
in the specifications, the latter shall be adopted.

* Between the quantities in the schedule of quantities and those arrived at from the drawings, the
former shall apply.

* Between the written description of the item in the schedule of quantities and the detailed
specifications of the same item, the latter shall be adopted.

b) The information in connection with the works and work site as well as specifications are
contained in this book of contract in general and in particular in two parts, viz. special conditions
and specifications for item of work. In Case of any discrepancy or repugnancy in the clauses in

Contractor No of Corrections A.E.1 Executive Engineer


152

these sections the specifications will prevail over special conditions.

c) The special conditions of contract and the specifications shall prevail over various clauses of B-1
tender form.

d) In all cases of omission and / or doubts or discrepancies; in the dimensions or description of any
item, a reference shall be made to the Engineer-in-charge whose elucidation, elabouration of
decision shall be considered as authentic and final subject to the Clause 30 of B-1 form. The
Contractor shall be held responsible for any errors that may occur in the work through lack of such
reference and precaution.

5. Use of Site:

a) All land required shall be arranged by the contractor from private land owner/Revenue
department at his own cost and no this account shall be entertained.

b) All areas of operation, including those of his staff and labour colonies, in case handed over
to the Contractor shall be cleared and handed over back in good condition to the Engineer-in-
charge, except the areas under works constructed from the Engineer-in-charge. The contractor
shall make good, to the satisfaction of the Engineer-in-charge, any damage or alterations made to
areas which he has to hand over back or to other property or land handed over to him for the
purpose of this work.

c) The lands shall as herein before mentioned, be handed over back to the Engineer-in-
charge within three months after the completion of the work under this contractor the
termination of the contract whichever is earlier. Also no land shall be held by the contractor
longer than the Engineer- in-charge shall deem necessary and the Contractor shall, on due notice
by the Engineer-in-charge vacate and return the land which the Engineer-in-charge may certify as
no longer required by the Contractor for the purpose of the works. In case the lands are not
handed over back to the Corporation within the time limit; specified above, penal rent as may be
decided by the Engineer-in-charge will be recoverable.

d ) The vegetation and forest is noticeable in project area. The contractor should take almost care
for the preservation of this vegetation and forest. Any damage in this vegetation and forest will
have to be compensated by the contractor and decision from Engineer-in-charge will be final and
binding on contractor

Contractor No of Corrections A.E.1 Executive Engineer


153

6. Contractor Not to Dispose of Soil etc:

The contractor shall not sell or otherwise dispose off or remove except for the purpose of this
contract, sand, stone, clay ballast, earth, rock or other substance or materials which may be
obtained from the excavation made for the purpose of this contract or any produce from the site.
All such substance, materials and produces shall be the property of Corporation and shall be
disposed off in a manner and at a place shown in the drawings or as and where the Engineer-in-
charge may direct.

7. Gold / Silver, Minerals, Oils, Relies, etc. found on the site:

All gold, silver, oil or other minerals of any description and all precious stones, coins treasure,
relics, antiquities and other similar things which shall be found in or upon the site, shall be
property of Government and the Contractor shall duly preserve the same to the satisfaction of the
Engineer-in- charge and shall from time to time, deliver the same to such person or persons as the
Engineer-in- charge may appoint.

8. Access to site and work and co-operation with other contractors:

The Engineer-in-charge may, if he considers fit, from time to time, enter on any lands which may
be in the possession of the Contractor under the contract for the purpose of executing any works
not included in the contract and may execute such works not included in this contract by agents
or by other contractors at his option and the contractor shall in accordance with the requirements
of Engineer-in- charge afford all reasonable facilities for execution of the works, including
occupation of lands by structures or otherwise to any other contractor employed by the
Corporation and his workmen or for the workmen of the Corporation who may be employed in
the execution on or near the site of the work not included in the contract, or of any contract in
connection with or specially to the works and in default, the contractor shall be liable to the
Corporation for any delay or expenses incurred by reason of such default. The contractor shall not
however, on account of any such modified, new or extra work erected by or for the sake of
corporation be entitled to claim relief from the obligation to execute the works the contract shall
also co-operate with other contractors with all fairness and mutual understanding and use the
common facilities like access roads to quarries, water supply arrangements etc.

Contractor No of Corrections A.E.1 Executive Engineer


154

The contractor shall also not cause advertently or inadvertently any obstruction or impediments
in the progress of the other works being executed by Corporation or through other agencies. In
the event of dispute regarding the claim, the responsibility, liabilities etc. in respect of such
facilities, the decision of the Engineer-in-charge shall be final.

9. Cleaning up:

a) The contractor shall at all times keep the construction areas and his colony and storage
free from accumulation of waste or rejected materials.

b) Prior to the completion of the work, the contractor shall remove all rubbish from and
around the premises and all tools, scaffolding equipment and materials which are not part of
permanent structures except otherwise asked for or as provided under any other clauses of this
contract, the premises will be left in a manner fully satisfactory to the Engineer-in-charge

10. Layout of construction roads.

The contractor shall have to submit detailed plan to the Engineer-in-charge, showing the layout of
the work site, roads and approach roads proposed by him, before he starts the actual work. Such
a road layout plan will be scrutinized by the Engineer-in-charge and any modifications suggested
by him will be binding on the contractor. If it is decided by the Engineer-in-charge to have some of
the, roads proposed by the contractor as common roads for common use of Corporation and
other contractors or convenient and for compact and planned layout of work site, the contractor
will be bound to construct them and allow them to be used simultaneously by other contractors
and departments. In case of disputes, the decision of the Engineer-in-charge shall be final and
binding on the contractor.

11. Period and hours of work:

The work shall be done usually during the day time. In the interest or progress if it is felt necessary
to work during night, the contractor shall obtain specific permission of the Engineer-in-charge, for
the work to be done at night and adequate lighting arrangement shall be made as directed by the
Engineer-in-charge.
Contractor No of Corrections A.E.1 Executive Engineer
155

12. Signing Field Books, Longitudinal Sections, Cross Sections and

Measurement Books:

Before starting the work, and at the end before the work is covered, levels for plotting the
longitudinal section (along the axis as decided by the Engineer-in-charge of his authorized
representative) and cross sections of the portion of the work shall be or his duly authorized
representative and the same shall have to be got attested from the Engineer-in-charge or his
authorized representative in token of acceptance.

If the contractor fails to take measurements and sign them the measurements recorded by the
Engineer-in-charge or his representative in the authorized books shall be final and binding on the
contractor. For this purpose, suitable date or dates shall be fixed by the Engineer-in-charge and
intimated to the contractor at least three days in advance. If the contractor or his duly authorized
agent fails to attend on the appointed date or dates, the levels shall be taken in his absence and
such levels and longitudinal sections and cross sections based there on shall be final and binding
on the contractor. The levels will be taken on such alignment and cross sections as will be useful
for reference permanently and described under specifications for ‘Excavation.’ The point of
locations for the level will depend, upon the roughness of the area and will also be at least in
conformity with requirements of specifications for ‘Excavation’ as far as possible.

13. Program of Construction:


Work and Progress Schedules:
The construction programme is given in Schedule ‘D’ at the end of Schedule ‘C’ of tender
document based on which the physical programme is prepared. If the bidder does not agree with
this programme, he shall submit his own programme without changing total period of tender
along with tender documents inclusive of the physical programme as stated above, subject to the
provision that 25% of the work shall be completed in 25% of the contract period and 50% of the
work shall be completed in 50% of the contract period and 75 % of the work in 75% of the
contract period & 100 % work will be in 100 % of the contract period. If work is delay due to any
reason suitable action as per clause 2 will be taken by Engineer-in-charge.

In case, it is subsequently found necessary to alter this programmed agreed in contract document,
including the changes in the sequence of the items, the contractor shall submit in good time a
revised programmed incorporating necessary modifications proposed and get the same approved
from the Engineer-in-charge.
Contractor No of Corrections A.E.1 Executive Engineer
156

Additional detailed programmed for each working season, beginning from October, showing the
progress to be achieved month by month for controlling items shall also be submitted to the
Engineer- in-charge not later than the 31st August preceding the working season and got
approved. The Engineer-in-charge is further empowered to ask for more detailed programmed,
say week by week, for any items of special importance and Contractor shall supply the same as
and when asked for without delay.

The submission of the works programmed and approval to it by the Engineer-in-charge shall not
relieve the contractor of any of his duties or responsibilities under the contract, like timely
completion, the damages due to flood or other natural calamities etc. The contractor shall not be
entitled for any claims for any damages caused, due to particular works programmed. It is the
entire responsibility of the contractor to frame the programmed after anticipating the rains,
floods etc. Actual work turned out shall be mainly taken into account and not just the sum total of
the various payments made to the contractor. The advance on the material brought to the site of
the work will be Accounted for while arriving at the progress achieved by the contractor in terms
of proportion of the total work tendered for

14. Materials:
a) Cement:

The cement shall conform to I.S. 269-1967 & subsequently revision for Portland Cement & I.S.
1489-1976 subsequently revision for Pozzolana Cement.

All cement required for the work under this contract shall be procured, well in advance by
the contractor in polythene bags of twenty to a metric tons as received from the cement factories.
The Engineer in-charge may exempt the contractor from this condition upon his written request,
depending upon the requirement of cement of the works.

The contractor shall be written application collect the authorization letter indicating contract
number, quantity of cement, from the Engineer-in-charge to the Corporation approved cement
factory, from where the contractor intends to purchase the cement to brand the cement bags
stipulated above. Following cement factories have been approved by the Corporation. (1) ACC Ltd.
(2) Manikgarh, (3) Ultra Tech, (4) Rajashree.

Contractor No of Corrections A.E.1 Executive Engineer


157

The contractor shall produce proof of purchase of cement from the cement factories authorized
dealers. The purchase bill supported by Delivery Challan and Excise Gate Pass shall constitute
adequate proof of purchase.

Cement shall be stored in such a way as to allow the removal and use of cement in chronological
order of receipt i.e. first received being first used.

Cement shall be kept in a store under double locking arrangement (one lock to be operated by
contractor and second lock to be operated by the authorized person of Corporation) so that it can
be taken out or fresh stock admitted with the knowledge of supervising staff of the Corporation.
The watch and ward of the cement stores shall be the responsibility of the contractor.

If go down facilities are available with the Corporation, the same will have to be utilized by the
contractor as per the terms and conditions as decided by the Engineer-in-charge.

In the event of cement in branded bags remaining surplus due to authorized reduction in quantity
of work certified by the Engineer-in-charge and as noticed after the issue of completion
certificate, the contractor may choose any of the following three alternatives.

1. To transfer the cement in branded bags, with prior written permission from the Engineer-in-
charge, to any of the contract work with the Corporation and account for the same therein.

2. To sell the cement in branded bags with prior written permission from the Engineer-in-charge,
to any of the contractors carrying out the works on contract with the Corporation, at a price to be
negotiated by both the contractors and account for the same.

3. To sell the cement in branded bags with prior written permission from the Engineer-in-charge.
To the Corporation at the Ex-factory price + Sales Tax + Octroi, if any delivery at Corporation
godown as directed by the Corporation If the purchase price paid by the contractor plus delivery
at Corporation godown is less than the above the lower of the two shall be considered. The
Corporation will accept the cement in branded bags only if the same is as per the specifications
and of acceptable quality.

Contractor No of Corrections A.E.1 Executive Engineer


158

4. Daily cement consumption report:

Contractor shall maintain daily cement consumption account for each item in format as
directed by Engineer-in-charge. The daily quantity executed for all the items executed and
cement consumed shall tally with the daily cement issued from store. The report of daily
cement consumed, quantity executed shall be maintained by contractor on site and copy
signed by the site engineer of the Corporation shall be submitted to Engineer-in-charge. The
abstract of item wise daily cement consumption and quantity executed shall be enclosed with
bills by the contractor, which will form basis of payment of bills.

b) Steel: The TMT/ [Link].D. Shall confirm to I.S. 1786-1979 and M.S, steel shall confirm to I.S.
932-1966 both I.S. as amended from time to time.

15. Quality Assurance and Testing:

15.1 It is the responsibility of the contractor to assure the desired quality of work. Whenever
the testing of construction materials are required as per the detailed specifications or
otherwise required by the Engineer-in-Charge, the same shall be carried out at the labouratory,
selected by the Engineer-in-Charge at Contractor’s cost. The other tests of mortar, concrete,
sand, coarse aggregates etc. shall be carried out in field labouratory set up by the contractor in
presence of quality control representative at contractors cost. Contractor shall through this
procedure assure the quality of work.

15.2 The materials, mixes and any other arrangements, including labourers, shall be supplied
by the contractor to the Corporation at contractor’s cost. The samples for testing shall be taken
in the presence of Engineer-in-Charge or his representative present on site. The contractor or
his authorized representative shall have a free access in these laboratories, to get himself
satisfied about procedures of testing etc. Even if the contractor or his representative fails to
remain present while collecting sample or testing the results will be considered as authentic
and binding on the contractor.

15.3 On award of contract, the Contractors will have to provide adequate quality assurance setup
including Quality Assurance Engineer backed with suitable laboratories assistants, labours and
Contractor No of Corrections A.E.1 Executive Engineer
159

well equipped laboratories for taking necessary field test required as per specifications and as per
instructions of Engineer in charge.

15.4 Contractor shall provide all test reports of material used in the work as desired from the
NABL(National Accreditation Board for Testing & Calibration laboratories) approved laboratories
and from Quality Control, MERI laboratories of the WRD . Contractor shall provide periodical
quality assurance report (Weekly/fortnightly/monthly) to Engineer in Charge along with proofs in
support of quality of material brought for the work the process/ execution of work is as per
specification.

15.5 Contractor shall submit the account of all materials brought for the work, which are
necessary for execution of work and any other data necessary to assess the quality of work.

15.6 If he fails to fulfill the requirement, the required manpower for testing and field laboratory
with required equipments will be deployed by the Engineer in charge and the charges will be
recovered from the contractor (Provisions of Clause 4 will be applicable) or the agreement will be
revoked.

15.7 PERSONEL FOR QUALITY ASSURENCE

Sr.
Personnel with Qualification Nos.
No.

Quality Assurance Engineer


1 (Civil Engineering Graduate with 2 Year experience One
in QA testing and report generation work)

Laboratory Assistants
Two to Four
2 (Twelveth Pass with Science subject with 2 year
(As per work)
experience in testing of material)

Laboratory Attendants Two to Four


3
(One for each L.A.)

Contractor No of Corrections A.E.1 Executive Engineer


160

15.8 EQUIPMENTS

Sr. No. Equipments Apparatus for Tests

Earth Work – Field density, Moisture Content, Sieves for Sand &
1
Field testing Equipments Metal.

Silt, Gradation, Moisture Content, Slump, &


2 Concrete Work -
Cube Modules.

15.9 The tender rates are inclusive of quality control testing charges.

16. Hire of Construction Equipment’s:

Construction equipment owned by the Corporation, if available and can be given on hire
conveniently, will be made available on specific request, to the contractor at rates that will be
prescribed by Corporation from time to time. Supervision charges will also be levied as prescribed
by the Corporation from time to time, the contractor shall execute the agreement bond as
prescribe by the corporation and shall agree to the specific rates of hire and supervision charges in
force on the day of transaction in writing before machinery is taken out of the Corporation’s yard
by him. The contractor shall pay irrevocable bank guarantee for the value equal to 25% of the cost
of similar new machinery for a period equal to period of hire plus three months. Some such items
of equipment are indicated below:

Rated Equipment
i) Tanker
ii) Diesel road rollers
iii) Tippers
iv) Dozers
v) Loader
The machinery shall be entirely in the custody of the Corporation. It shall be issued to the
Contractor at the yard where they are stationed. The machinery will not be allowed to leave the
work area on any account. All machinery so hired will be entirely operated and maintained by the
Corporation in consideration of the hire charges to be paid by the contractor. If any equipment is
to be used in excess of 8 (eight) hours per day, permission of the Engineer-in-charge shall be
obtained in advance.
Contractor No of Corrections A.E.1 Executive Engineer
161

Reckoning of working hours will start from the time the machinery leaves Corporation yard, where
it has to return to it daily, and in other cases, when the machinery actually starts working. Closing
time of working will be when it returns to the Corporation yard or actually ceases working for day,
respectively.

Log books shall be maintained by the Engineer or his authorized representative for each piece of
equipment in the form laid down by the Engineer. The Contractor or his duly authorized agent
shall verify and sign in the log book or on the machinery duty slip in lieu thereof, daily. If the
contractor’s representative fails to sign the log book, the entries made by the Corporation’s
representative shall be binding on the contractor. Any complaint or representation regarding the
recorded working hours must be submitted in writing within 24 (twenty four) hours of the close of
the shift. The Engineer’s decision regarding such disputes pertaining to working hour shall be final
and binding on the Contractor. Complaints or representations made after lapse of 24 (twenty
four) hours limit shall not be considered. The log books shall form the basis for raising debits
against the Contractor.

All expenses in respect of oil, fuel, grease, cotton waste etc. shall be borne by the Corporation.
Crew for operating the equipment shall be provided by the Corporation.

All minor and major repairs shall be carried out by the Corporation, to keep the equipment in
working condition. However, in case of any breakage, damages, slips etc. which may occur due to
the negligence of contractor’s labour, equipment or staff or by reason, for which Corporation
personnel are not responsible, the cost of such damages shall be recovered from the contractor.
The decision regarding fixing of responsibility for any damages shall rest with the Engineer-in-
charge and decision given by him shall be binding on the Contractor.

Equipment shall be given on hire only when these can be spared. No claim on account to sickness
or non-availability of machinery shall be entertained.

In case of damage to the equipment during haulage to site of work from Corporation stores
servicing yard, full cost of repairs shall be recovered from the contractor when damage is due to
rough handling. That damage to trucks/tippers due to bad haulage roads will also be recovered
from the contractor. Decision of the Engineer-in-charge regarding of repairs and cause of damage
shall be final and binding on the contractor.

Contractor No of Corrections A.E.1 Executive Engineer


162

A truck, tipper, tanker and any other equipment may be hired for a single day at a time and the
minimum charges to be levied will be 8 (eight) hours plus mileage or for 8 (eight) hours when
mileage is not applicable.

Compressor and concrete mixers shall not be hired for less than a day time and minimum charges
for hire will be that for four hours per day. Crusher shall not be hired for a period less than month
at a time. The minimum charges for hire will be those for 25 (twenty five) days and 8 (eight hours
per day)

17. Bills and Payments:

1) One running Bill in a month is permitted. The Bill shall be submitted by the contractor on or
before the date fixed by Engineer-in-charge. Payment of this bill shall be effected as stated in
Clause 10 of B - 1 form. Non-submission of the bills on the scheduled dates will absolve the
Corporation of the liability to make payment.

2) The format of running bill on which the bills are to be submitted by the contractor will be
supplied to the contractor by the Corporation. Printed copies of the bill forms as per this format
shall be arranged by the contractor at his cost. The bills in five copies shall be submitted to the
concerned Deputy Engineer, in the standard Proforma only.

3) The final bill shall be submitted within one month of the date of issue of completion certificate;
the final bill shall be paid as per the availability of funds.

4) Payment of Bills shall be made subject to the availability of funds. No claims shall be
entertained for any delay in payment of bills.

18. Security Deposit

The security deposit accumulated from deductions from the running account bills may from time
to time and at any time, on application by and at the cost of the Contractor, be converted into an
irrevocable BG from any branch of Nationalised bank in state of Maharashtra in the name of
Executive Engineer. Should the market value of the securities fall, for any reason whatsoever
below that specified, the contractor shall make good the same in cash or as may otherwise be
acceptable whenever called upon to do so or to replace the security by other acceptable to the
Engineer-in-charge.

The contractor shall bear all charges for commission and brokerage incidental to this.
Contractor No of Corrections A.E.1 Executive Engineer
163

19. No Interest on money due the contractor.


No omission by the Engineer to pay the amount due upon measurements or otherwise shall
vitiate or make void the contract nor shall the contractor be entitled to interest on any guarantee
bond or payment in arrears nor no any balance which may on the final settlement of his account
be found due to him.

20. Other Contractor for the work:


Corporation has the right to split-up the project work detailed in the Work and Site Conditions,
into distinct items and this contract shall apply only to those items which shall have been specified
in this contract.

Should Corporation enter into other contactors for specified items of the project work, each
contractor shall co-operate with others to the fullest extent and shall allow others every facility
and cooperation for execution of their works simultaneously and satisfactorily, as intended in the
designs, specifications and drawings.

Should there be a dispute or disagreement between the contractors for any cause whatsoever,
the same shall be referred to the Engineer-in-charge whose decision regarding the co-ordination,
co-operation and facilities to be provided by any of the contractors to others shall be final and
binding on all parties and such a decision or decisions shall not vitiate any contract nor absolve
the contractor of his responsibilities under the contract nor form the grounds for any claim of
compensation.

21. Contract document and matters to be treated as confidential:

All documents, correspondence, decision and other matters concerning the contract shall be
considered as of confidential and restricted nature by the contractor and he shall not divulge
there to any unauthorized person.

22. Access to the Contractor’s Books

Whenever it is considered necessary to the Engineer-in-charge to ascertain the actual cost of


execution of any particular item of work or supply of plant or material he shall direct the
Contractor to produce the relevant documents, such a pay-rolls, records or personnel, invoices of
materials and any/all other data and documents relevant to the item or necessary to determine
its cost etc. and the contractor shall when so required furnish information to the aforesaid items
in the mode and manner that may be specified.
Contractor No of Corrections A.E.1 Executive Engineer
164

23. Breach on part of Corporation Not to Annual contract.

No breach or non-observation on the part of corporation of any of the conditions contained


herein shall annual this contract or discharge the ‘contractor from the observance and
performance thereof, but on application to the Engineer-in-charge, an extension of time

may be given to the Contractor in respect of such breach or non-observance by the Corporation,
which shall be governed by Clause 6 of B -1 form.

The Contractor shall not, however, be entitled to consideration or any extension of time for any
item of the work unless the contractor shall have made an application in writing to the Engineer-
in- charge within one month of the arising of the cause needing such extension, but the Engineer-
in- charge may at his discretion, which shall be conclusive, waive the condition regarding this
period of one month.

24. Local Laws

All local laws in force at the time of entering into the contract and those enacted thereafter shall
be binding on the Contractor and he shall abide by the same.

All import and excise duties, sales tax, local panchayat tax and other taxes shall be borne by the
Contractor and they shall be deemed to have been covered by his quoted tender rates, except
that the contractor shall not be liable to any land tax for the land handed over to him for the
operation in connection with this contract or for his colony or appurtenant works constructed by
him for the purpose of this contract.

The contractor shall also be liable to all relevant provisions of the Indian Income Tax Act, and
other Tax laws and labour laws which may be applicable to him from time to time.

The contractor shall protect and indemnify Corporation against all claims or liabilities arising
from one based on the violation of such laws, ordinances and regulations, by laws by him or his
employee.

Contractor No of Corrections A.E.1 Executive Engineer


165

25. Personnel of Contractor:

The Contractor shall, at all times, maintain on the work, a staff a duly qualified engineers and
supervisors of sufficient experience of similar other jobs, to assure that the quality of work turned
out shall be as intended in the specifications. The Contractor shall also maintain at the work, a
Works Manager of sufficient status, experience and office, and duly authorize him to deal with all
aspects of the day to day work. All communications to and commitments by this Works Manager
shall be absolutely binding on the Contractor.

The Contractor shall supply to the Engineer-in-charge details of names, qualifications and
experience in regard to all supervisory staff employed by the Contractor and notify charges when
made, and satisfy the Engineer-in-charge regarding the quality and sufficiency of staff thus
employed.

The Engineer-in-charge will have the unquestionable right to ask for changes in the quality and
number of contractor’s staff. The contractor shall on the written directives of the Engineer-in-
charge, remove from the works any person employed thereon, who may in the

opinion of the Engineer-in- charge be incompetent or has misconduct himself. Such person shall
not be employed again, on the work, without the written permission of the Engineer-in-charge.

26. Death, Bankruptcy etc.:

If the contractor shall die or commit any act of bankruptcy or being a corporation,
commences winding up except for reconstruction purpose or carry on its business under a
receiver, the executors , successors or other representatives in law of the contractor or any such
receiver, liquidator or any person whom the Corporation and shall for one month, during which he
shall take all reasonable steps to prevent a stoppage of work, have the option of carrying out this
contract subject to his or their providing such guarantee as may be required by the Corporation,
but not exceeding value of the work for the time being remaining unexecuted.

In the event of stoppage of work, the period of the option under this clause shall be fourteen days
only. Should the above option be not exercised, the contract may be terminated by Corporation,
by a notice in writing to Contractor or his successor. The power and provision reserved to
Corporation in this contractor of taking of the work out of the contractor’s hand shall immediately
become operative. Copy of such notice shall be pasted on work site and advertised in newspaper

Contractor No of Corrections A.E.1 Executive Engineer


166

27. Notices, How to be given:

Where any legal or other notice or any other document or any other direction is to be given to or
served upon the Contractor, it shall be deemed to be duly given or served, if it shall have been
either delivered to him personally or to his recognized agent or Works Manager (including in the
case of company, the Secretary of such Company) or delivered at or sent through the post,
addressed to the last known place of business, or abode or the Contractor, a notice or other
documents which shall be so given to or so served on any one of the partners in such firms, shall
be deemed to have been given or served on all of them.

27.A Work Order Book:

The contractor shall maintain bound work order book at work site as the Engineer-in-charge may
direct. This work order book shall have machine numbered pages in triplicate. The contractor shall
make them available to the Engineer-in-charge or his representative, whenever called for.

Executive Engineer or his representative may record order about works, in this book, leaving the
original copy in the book and removing the second and third copy with him, the contractor or his
authorized representative, shall also sign this work order, in token of its acceptance.

All orders recorded in these work order book, shall be deemed to have been served on the
contractor. On completion of the work all the work order books may be handed over to the
Executive Engineer.

In the event of refusal the Contractor’s representative on the spot to sign the work order book,
Engineer-in-charge shall take the necessary further steps in respect of further communication and
control, modification or stoppage of work as deemed fit at the entire responsibility of the
contractor.

28. Passing of Foundation etc.:

After the completion of the work of excavation, the same will be checked and passed by the
Executive Engineer. No masonry or concrete or back filling shall be laid unless the foundation is so
passed. No concreting shall commence unless the centering and the reinforcement is checked and
passed by the Engineer-in-charge.

Contractor No of Corrections A.E.1 Executive Engineer


167

29. Reference to Standard Specification:

The specifications of the work as enclosed with the contract document are drawn with a specific
reference to site conditions and do not every where include the details of the standard tests and
procedures which are already laid down and available in the current Indian Standard Specification.
Wherever such details are not specified in this contract, the provision under current Indian
Standard Specifications and / or the Standard Specifications (1970) of the Government of
Maharashtra shall be deemed to be applicable.

30. Communications and Notices by Contractors:

All communications and / or notices pertaining to work and concerning matters, such as passing
and approving of foundation, reinforcement and framework, measurements, mark outs, etc. shall
not be addressed by the Contractor to an Officer below the rank Sub-Divisional Officer. All such
notices communications, etc. shall be addressed in good time so as not to hold up the work.

31. Non-Compliance of Contract Conditions:


If the contractor shall neglect or fail to proceed with the works, with due diligence or he violates
any of the provisions of the contract, the Engineer-in-charge may give notice to the contractor,
identifying deficiencies in performance and demanding corrective action. The Engineer-in-charge,
shall also clearly state in the notice the nature of action that shall be taken, if contractor fails to
fulfill by necessary corrective action.

Depending on nature of default the Engineer-in-chargé at his discretion, shall have two options
regarding action to be taken in case of default by contractor. He shall withhold any of the
payments due to the contractor or shall terminate the contract in whole or in part. But Engineer-
in-charge shall, clearly mention in his notice, the action that shall be taken if the contractor fails to
take the corrective action. The period of 14 days shall be given to the contractor to take such
corrective action after the issue of such notice.

No claims for compensation of any sort, from contractor will be entertained for withholding the
bills indefinitely till specified requirements are complied by the contractor.

After the issue of the notice about default by the contractor, the contractor shall not remove,
from the site any plant, equipment and’ materials. The Corporation shall have a lien on all such
plants, equipments and materials, from the date of such notice, till deficiencies have been
corrected.
Contractor No of Corrections A.E.1 Executive Engineer
168

32. Extra items:

Extra items of work shall not vitiate the contract. The contractor shall be bound to execute extra
items of work as directed by the Engineer-in-charge. The rates for extra items will be governed by
the provisions of clause 14 and 30 of conditions of contract.

However no extra items can be started without prior written permission for the Engineer- in-
charge.

Price Escalation will not be payable for the extra items.

33. Price Variation Clause:-

If during the operative period of the contract as defined in condition (i) below, there shall be any
variation in the Consumer Price Index (New Series) for Industrial workers for Nagpur centre as per
the Labour Gazette published by the Commissioner of Labour, Government of Maharashtra
and/or in the whole sale Price Index for all commodities prepared by the Office of Economic
Advisor, Government of India, Ministry of Commerce and Industries. Department of Industrial
Policy and promotion or in the price of petrol/ Oil and Lubricants and major construction materials
like bitumen, cement, steel, various types of pipes, etc. then subject to the other conditions
mentioned below, price adjustment on account of.

1) Labour Component

2) Material Component

3) Petrol, Oil and Lubricants Component

4) Steel Component

5) Cement Component

6) D.I. Pipe Component

Calculated as per the formula herein after appearing shall be made. Apart from these, no
other adjustments shall be made to the contract price for any reasons whatsoever, component
percentage as given below are as of the total cost of work put to tender. Total of Labour, Material,
and POL Components shall be 100 and other components shall be as per actual.

Contractor No of Corrections A.E.1 Executive Engineer


169

1) Labour Component :- K1 ( 48.00%)

2) Material Component :- K2 ( 50.00%)

3) Petrol, Oil and Lubricants Component :- K3 ( 2.00%)

4) Steel Component :-

5) Cement Component :-

6) D.I. Pipe Component :-

1. Formula for Labour Component:

V1 = 0.85P x K1x [L1 –Lo]

100 Lo

Where,

V1 = Amount of price variation in Rupees to be allowed for Labour component

P= Cost of Work done during the quarter under consideration minus the cost of Cement, TMT
steel, C.I. & D.l. Pipes calculated at the basic star rates as applicable for the tender.

K1 = Percentage of Labour Component as indicated above

L0 = Basic Consumer price index for YAVATMAL centre shall be average consumer price index
for the quarter preceding the month in which the last date prescribed for receipt of
tender, falls.

L1 = Average consumer price index for YAVATMAL centre for the quarter under consideration.

Contractor No of Corrections A.E.1 Executive Engineer


170

2. Formula for Materials Component:

V2 = 0.85P x K 2 x [ M1 - M0]

100 M0

Where,

V2 = Amount of price variation in Rupees to be allowed for Materials Component.

P= same as worked out for Labour Component.

K2 = Percentage of Materials Component as indicated above.

M0 = All India wholesale price Index for all commodities as published by the Office of Economic
Advisor, Government of India, Ministry of Commerce and Industries. Department of
Industrial Policy and promotion prevalent 30 days prior to the last date of submission of
bid.

M1 = Average of monthly all India wholesale price Index for all commodities as published by the
Office of Economic Advisor, Government of India, Ministry of Commerce and Industries.
Department of Industrial Policy and promotion for the quarter under consideration.

3. Formula for Petrol, Oil and Lubricant Component:

[ K3] x [P1 - P 0]

V3 = 0.85P

100 P0
Where,

V3 = Amount of price variation in Rupees to be allowed for POL Component.

P= same as worked out for Labour Component.

K3 = Percentage of Petrol, Oil and Lubricant Component.

P0 = Average price of HSD at Mumbai during the quarter preceding the month in which the last
date prescribed for receipt of tender, falls.

P1 = Average price of HSD at Mumbai during the quarter under consideration.

Contractor No of Corrections A.E.1 Executive Engineer


171

4. Formula for Steel Component:


So x [SI1 - SI0]
V4 = x T
SI0
Where,

V4 = Amount of price variation in Rupees to be allowed for steel Component.

So = Basic rate of TMT steel in rupees per metric tonne as considered for working out

value of P

SI0 = All India wholesale price index for “Steel” as published by the Office of Economic Advisor,
Government of India, Ministry of Commerce and Industries. Department of Industrial
Policy and promotion prevalent 30 days prior to the last date of submission of bids.

SI1 = Average of monthly All India wholesale price index for “Steel” as published by the Office of
Economic Advisor, Government of India, Ministry of Commerce and Industries.
Department of Industrial Policy and promotion for the quarter under consideration.

T= Tonnage of steel used in the permanent works for the quarter under consideration.

5. Formula for cement Component:


Co x [CI1 - CI0]
V5 = x T
CI0
Where,

V5 = Amount of price variation in Rupees to be allowed for cement Component.

Co = Basic rate of cement in rupees per metric tonne as considered for working out value

of P

CI0 = Average of cement index as per RBI Bulletin during the quarter preceding the month in
which the last date prescribed for receipt of tender, falls.

CI1 = Average cement index as per RBI Bulletin during the quarter under consideration.

T= Tonnage of cement used in the permanent works for the quarter under consideration.

Contractor No of Corrections A.E.1 Executive Engineer


172

6. Formula for C.I. / D.I Pipe Component:

Do x [DI1 - DI0]

V6 = x T

DI0

Where,

V6 = Amount of price variation in Rupees to be allowed for CI / DI Pipe Component.

Do = Basic rate of Pig Iron in rupees per metric tonne as considered for working out value of P

DI0 = All India wholesale price index for “ Pig Iron” as published by the Office of Economic
Advisor, Government of India, Ministry of Commerce and Industries. Department of
Industrial Policy and promotion prevalent 30 days prior to the last date of submission of
bids.

DI1 = Average of monthly All India wholesale price index for “Pig Iron” as published by the Office
of Economic Advisor, Government of India, Ministry of Commerce and Industries.
Department of Industrial Policy and promotion for the quarter under consideration.

T= Tonnage of C.I. / DI Pipes used in the permanent works for the quarter under
consideration.

Contractor No of Corrections A.E.1 Executive Engineer


173

The following conditions shall prevail:

i) The Operative Period of the contract shall mean the period commencing from the
date of work order issued to the Contractor and ending on the date on which the time
allowed for the completion of the works specified in the contract for work expires, taking
into consideration the extension of time, if any, for completion of the work granted by
Engineer under the relevant clause of the conditions of contract in cases other than those
where such extension is necessitated on account of default of the contractor. The decision of
the Engineer as regards the Operative Period of the contract shall be final and binding on the
contractor. Where compensation for liquidated damages is levied on the contractor on
account of delay in completion or inadequate balance of work from the date of levy of such
compensation shall be worked out by pegging the indices L1, M1, P1, Sl1, Cl1, DI1 to the levels
corresponding to the date from which such compensation is levied.

ii) This price variation clause shall be applicable to all contracts in B1 / B2 & C form but
shall not apply to piece works. The price variation shall be determined during each quarter
as per formula given above in this clause.

iii) The escalation is payable for the extra items since the rates for them are to be fixed
without yearly rate revision.

iv) This clause is operative in both ways, i.e. if the price variation as calculated above is
on the plus side, payment on account to the price variation shall be allowed to the
contractor and if it is on the negative side the Corporation shall be entitled to recover the
same from the contractor and the amount shall be deductible from any amount due and
payable under the contract.

v) To the extent that full compensation for any rise or fall in costs to the contractor is
not entirely covered by the provision of this or other clauses in the contract, the unit rate
and prices included in the contract shall be deemed to include amounts to cover the
contingency of such other actual rise or fall in costs.

34. ----------------DELETED-----------------------

Contractor No of Corrections A.E.1 Executive Engineer


174

35. Co-ordination with other contractors

The contractors should note that there will be other agencies including Corporation, working
in the same area for works other that included in this contract. The contractor shall co-
operate with these agencies to the fullest extent and shall allow them reasonable facility and
co-ordination for execution of works simultaneously and satisfactorily as intended in the
contract conditions, specifications and drawings.

Should there be a dispute or disagreement between the contractor and other


Agencies for any cause what so ever, the same shall be referred to the Engineer-in-charge
whose decision regarding Co-ordination and facilities to be provided by all the contractors to
others shall be final and binding on all parties and such decision shall not vitiate any contract
or absolve the contractor of his responsibility under the contract and shall not form ground
for any claim or compensation.

36. Undertaking under Contract Labour Act

The contractor shall furnish the undertaking towards implementation of contract Labour Act
as given in Form No. IX.

37. Photographs of the works

The contractor will not be allowed to take photographs showing field work or the general
location of the work. The Engineer, may however, at his discretion, allow a few construction
photographs to be taken for the purpose of the contractor’s record. Prior approval of the
Engineer-in-charge should be obtained in such cases and also in case such photographs are
to be exhibited in public literature and calendars etc. in all such cases, negatives of the
photos shall be submitted to the Engineer, after taking approved number of copies and the
negative will become the absolute property of the Corporation.

Contractor No of Corrections A.E.1 Executive Engineer


175

38. Fencing, Lighting & Ventilation

a) The Contractor shall be responsible for the proper lighting, fencing, guarding and
necessary health and safety measures while executing all works under this contract and for
proper provision of temporary roadways, guards, footways, fences, caution notices, etc. as
far as the same may be rendered

Necessary by reasons of the work, for the accommodation of Workmen, foot passengers or
other traffic and of owners and occupiers of adjacent property and of the public and shall
remain responsible for any accidents that may occur on account of his failure to take proper
and timely precaution.

b) Maintenance of Services
After all the work Under this contract is completed and accepted as such, in case the
Engineer-in-charge so directs, the contractor shall maintain the lighting, ventilation,
communication facilities etc. up to date determined by the Engineer-in-charge, but not
longer than for a period of twelve months. All reasonable charges for such maintenance
otherwise not required by the Contractor for his purposes under the contract will be borne
by Corporation As regards the reasonableness of such charges, the decision of the Engineer-
in-charge shall be final and binding on the Contractor.

39. Liability for accidents of Persons

It shall be contractor’s responsibility to protect against accidents on the work site. He shall
indemnify the Corporation against any claims for damage to the property, injury to workers
or any other persons, deaths etc.

On the occurrence of an accident resulting in death or which is so serious as to be likely to


result in death, the contractor shall within 24 hours, report in writing to the Engineer-in-
charge, the facts stating clearly about the circumstances in which accident has occurred and
the subsequent action taken. Other minor accidents causing minor injuries and loss to
property should be communicated in writing, promptly to the Engineer-in-charge. In all cases
the contractor shall indemnify the Corporation against all losses or damage resulting directly
or indirectly from the contractor’s failure to report in the manner aforesaid to otherwise
arising from such occurrences. This includes penalties or fines, if any, payable by the
Corporation as a consequence of failure to give notice under Workmen’s Compensation Act
or failure to confirm to the provisions of the said Act in regard to such accidents.

Contractor No of Corrections A.E.1 Executive Engineer


176

In the event of accident in respect of which compensation may become payable under the
Workmen’s Compensation Act. VIII of 1923 including all subsequent modifications thereof,
Engineer-in- charge may retain the sums of money as may in the opinion of Engineer-in-
charge be sufficient to meet such liability out of the amounts payable to the contractor.
These sums shall be recovered from the immediate payment due to the contractor in one
installment or in more than one installment. The decision of the Engineer-in-charge
regarding this shall be final and binding on the contractor. On receipt of award from the
Labour Commissioner, the balance amount shall be reimbursed to or recovered from the
contractor.

It should be noted that though the Corporation is a Principal employer, the complete
responsibility of compensation shall be on the contractor.

40. The contractor to supply and be responsible for the sufficiency of the means
employed.

The Contractor shall supply and take upon himself the entire responsibility of the sufficiency
the scaffolding, timbering, machinery, tools, and implements and generally of all the means
irrespective of whether such means may or may not have been approved of or
recommended by the Engineer-in-charge and the Contractor must accept and discharge all
risks of Accidents or damages from whatever cause they may arise, until the completion of
this contract.

41 Covering of work
The Contractor shall give not less than seven days notice in writing to the Engineer-in-charge
of the work which is proposed to be covered up or placed beyond the reach of
measurements so that the measurements may be taken before the work is covered up or
placed beyond the reach of measurements. No work shall be covered up or placed beyond
the reach of measurement, before ensuring that the measurements of work to be covered
up are recorded. Any work covered up or placed beyond the reach of measurements without
such notice have been given and consent

obtained the same shall be uncovered at the Contractor’s Expenses and in Default thereof
no payment or allowance shall be made for such work or for materials with which the same
was executed.

Contractor No of Corrections A.E.1 Executive Engineer


177

42. Quantities of work:

The Quantities of work under the various items in the Schedule ‘B’, Part - I, Schedule of
quantities and bid rates as estimated by Corporation, have been provided as could be
reasonable anticipated and should be taken as indicative only. The amount of work will
depend upon the actual conditions that will be encountered in the construction and the
results of detailed designs which will continue to be defined as more field data end
information comes to hand. If the work is started by the Corporation, the quantities put to
tender shall be reduced to the extent the work is done by the Corporation up to the date of
starting the work by the contractor. No claims due to reduction in quantity on his account
will be entertained.

43. Accuracy of lines, levels and Grades setting out:

a) The contractor shall be responsible for the true and proper setting out of the work and for
the correctness of the position, levels, dimension, and alignment of all parts of the work and
for the provisions of all necessary instruments, appliances and labour in connection with
this.

b) For the purpose of setting out, one permanent bench mark shall be established by the
Corporation near the site, the value of which shall be given to the contractor, by the
Engineer-in-charge on demand by the contractor. Similarly the reference line in the form of
centre line of junction wall and of some other components, if found by the Engineer-in-
charge for complete setting out of the structure shall be given. All the setting out shall be
with reference to this bench mark and reference line.

c) If at any time during the progress of works the error shall appear or arise in the position,
level, dimension or alignment of any part of the work, the contractor shall rectify such error
to the satisfaction of Engineer-in-charge without any extra cost to the Corporation.

d) The periodical checking of these by Corporation staff shall not absolve the contractor of
his responsibility regarding accuracy. In case of deviation, the contractor shall make good to
the discrepancy at his own cost and without any compensation for the additional work
involved. Wherever such discrepancies, if any are found to arise between the work of
different contractors at the junction of their works, the relative liability to set right their
respective discrepancies shall be fixed by the Engineer-in-charge whose decision shall be
final & binding on the contractor concerned the engineer-in-charge shall further have the

Contractor No of Corrections A.E.1 Executive Engineer


178

unquestioned right to rectify the discrepancies and recover the costs from the contractor or
contractors according to proportions as he may consider reasonable.

e) It is the responsibility of contractor to preserve the bench mark and the reference points
established for setting out.

44. Excavated Material

All the materials available from excavation will be the property of Corporation and shall be
disposed off only as directed by the Engineer-in-charge. The materials of approved quality
available from the excavation including that carried out by the Corporation may be used by
the contractor in the items of works included in Schedule ‘B’ or for ancillary or preparatory
work, free of cost Prior approval of Engineer-in-charge of such use shall, however, be taken.
The Contractor shall make proper arrangements for sorting out and stacking material of
approved quality that he proposes to use as aforesaid. Corporation will be free to make use
other materials not required or not likely to be required for use by the contractor as will be
determined by the Engineer-in-charge.

The excavated material not be used by the contractor as above or stacked for his use, but
remaining unused to site after completion of works, shall be disposed off by the contractor
at his own cost in a manner and at place shown the drawings or as and where the Engineer-
in-charge may direct.

The contractor should utilize material available from excavated stuff for backfilling.

45. Safety Measures:

The Contractor shall arrange for the’ safety in his operations as required including the
provisions in the safety manual published by the Central Water and Power Commission New
Delhi. (Jan, 1962 Ed) In case the contractor fails to make such arrangements the Engineer-in-
charge shall be entitled to cause them to be provided and to recover the cost thereof from
the contractor. The following are some of the measures listed, but the same are not
exhaustive and the contractor shall add to and suggest improvement to these precautions
on his own where necessary and should comply with the directions issued by the Engineer-
in-charge in this behalf from time to time and at all times.

Contractor No of Corrections A.E.1 Executive Engineer


179

Providing protective head guard to workers in the works like deep excavation to protect
them against fall of overburden materials.

Getting the workers in such jobs periodically examined for chest trouble due to too much
breathing in fine dust.

Taking such normal precautions like fencing and lighting to excavations or trenches, not
allowing, nails or metal parts or useless timber spread around, marking danger area for
blasting whistles etc.

Providing sufficient suitable and safe, accesses to all work, spots including ladders,
gangways, platforms, etc. avoiding naked wires, etc. such would electrocute the worker.

Taking necessary steps towards training the workers concerned on the use of machinery
before they are allowed to handle them independently and taking all necessary precautions
in and around areas where machines hoists and similar units are working.

46. Maintenance:

After the works are completed in all respects in accordance with the contract condition, a
completion certificate will be issued by the Engineer-in-charge.

From the date of issue of the completion certificate, till the expiry of 12 calendar months,
the Contractor shall be liable for the replacement of any part of plant or work found to be
defective form the causes arising from faulty materials or workmanship or other causes, for
making good any damage arising there from.

47. Sundays and Holidays:

No work shall be done on, weekly local holidays or on other Government holidays duly
gazette or on. Holidays observed by local usage without the prior sanction of the Engineer-
in-charge. Withholding of such sanction shall not form any grounds for compensation of time
limit.

If on the other hand, the Engineer-in-charge directs that the work shall be proceeded with
on days and during hours otherwise not permissible under this contract, the Contractor shall
proceed with the works as directed, without, in any way violating this contract or forming
any grounds for compensation or claim.

The Contractor shall, in his dealing with labour at all times during the period of this contract,
have due regard to local festivals, religious and other customs and all relevant laws.

Contractor No of Corrections A.E.1 Executive Engineer


180

48. Bank Guarantee:

1. Bank guarantee shall be given on the stamp paper of Rs. 100/- in the form prescribed by
the Corporation. The bank guarantees for security deposit and additional performance
security deposit if any, shall be valid for the entire period of contract, including defect
liability period. It will be the responsibility of the contractor to get validity of Bank
Guarantee extended at least minimum Seven (7) days before prior to expiry date from time
to time, failing which the Bank guarantees shall be encashed by the Corporation minimum
Seven (7) days before expiry date of Bank guarantees and cash accrued will be at the
disposal of the Corporation, without interest.

2. If the bidder is going to submit Security deposit/ Additional Performance Security Deposit
in the form of bank guarantee, then original bank guarantee must be submitted by the bank
to the Executive Engineer through registered post.

3. In the exceptional case, if bank has given bank guarantee to the bidder then, the bidder
should request to concerned bank to submit unstamped duplicate copy to the Executive
Engineer.

4. In the case, if bank guarantee received from the bidder but unstamped duplicate copy is
not received from bank in such case the verification of bank guarantee will be done by
sending the copy of bank guarantee to concerned bank by registered post. Work order will
not be issued till verification of bank guarantee from the concerned bank.

49. Handing over of work:

All the work and materials, before finally taken over by Corporation will be the entire liability
of the contractor for guarding,, maintaining and making good any damages of any
magnitude. Interim payments made for such work will not alter this position. The handing
over by the contractor and taking over by the Executive Engineer or his authorized
representative will be always in writing of which copies will go to the Executive Engineer or
his authorized representative and the contractor. It is however, understood that before
taking over such work, Corporation will not put it into regular use as distinct from casual or
incidental one, except as specifically mentioned elsewhere or as mutually agreed to.

Contractor No of Corrections A.E.1 Executive Engineer


181

50. Instrumentation

In case, it is proposed to have any instrumentation, in work, the instruments and their
accessories will be procured and installed by the Corporation as per programmed framed by
the Engineer-in-charge. Care should be taken by the Contractor to protect these instruments
as well as their connection during various constructions operations.

The Contractor shall also extend all facilities for installation and observation of these
instruments. All the operations required for facilitating the installation of the instruments
shall stand included in the relevant items of tender. No claim however shall be entertained
due to any delay or obstruction that might be created due to installation or observation.

51. Inspection of Works:

The Engineer or his duly authorized representative shall have at all times full power to
inspect the work, whenever in progress either on the site, in the contractor’s premises or the
work site. Further, contractor shall not without written authorization, permit entry on site of
work of any person except authorized representative of the Corporation or the Engineer or
the Contractor’s staff and labour directly engaged on and in connection with the work.

The contractor shall, at his cost, provide all necessary facilities for proper inspection and
supervision of the work gangways, platforms, scaffolding and ladders, etc. of suitable
dimensions and sufficiently strong at appropriate locations and all accesses to passage etc.
shall be well light and maintained in good order. The Engineer’s decision about the
sufficiency and adequacy thereof shall be final.

The contractor shall, during working hours, maintain supervisor of sufficient training and
experience to supervise various items and operations of the work and the said supervisors
shall remain present during inspections of the Engineer. All orders and directions given to
such supervisors or other staff of the contractor shall be deemed to have been given to the
contractor directly. Further the Engineer may, by due notice to the contractor, he shall then
remain present on any specified inspection and the contractor, he shall then remain present
on any specified inspection and the contractor shall comply with such directions.

Contractor No of Corrections A.E.1 Executive Engineer


182

52. Opening out works:

Should the Engineer consider, if necessary, in order to satisfy himself as to the quality of
work the contractor shall at any time during the continuance of the contract pull down or
cut. into any part of the work, and make such opening into and to such an extent through
the same as the Engineer may direct and the contractor shall make good the same at his cost
and to the satisfaction of the Engineer.

53. Removal of Imperfect work:

If it shall appear, that the work has been executed with unsound, imperfect or of an inferior
quality or otherwise not in accordance with contract documents, the contractor shall at his
own cost rectify, reform, remove or reconstruct the same, wherein whole or in part as may
be, directed by the Engineer, whether or not, the value of any such work of material shall
have been included in any payment made to the contractor. The Executive Engineer may if
he thinks fit, allow provided further that the rates fixed by the Engineer, be not acceptable
to the contractor, he shall have the option to replace the defective work or materials with
once in accordance with the specified standards.

54. Jurisdiction of court for disputes:

Disputes, if any, arising out of this contract shall be subject to the jurisdiction of the High
Court of Mumbai.

55. Mode of payment of the quantities of excavation, masonry and concrete items
executed in excess of 125%.

Clause No. 38 of B-1 Tender Form pertains to payment of quantities of different


items of Schedule ‘B’ in excess of 125 % of the tendered quantities. It is to be clarified that in
the case of item of excavation in soft strata and hard strata, in the present tender, this
clause will become applicable only if the total quantity of excavation (i.e. quantity executed
in excess of 125% of total i.e. quantity given in schedule “B” of excavation in soft strata plus
quantity given for excavation in hard strata) exceeds 125% during execution. For payment of
quantity executed in excess of 125% of total quantity of excavation following procedure will
apply.

Contractor No of Corrections A.E.1 Executive Engineer


183

Case 1: Where quantity of excavation executed exceed 125% of total of tendered quantity of
items of excavation in soft strata and in hard strata, but quantity executed of any one of the
individual items is less than or equal to the tendered quantity for that item. All the excess
quantity beyond 125% total tendered quantity in items of excavation in soft strata and hard
strata; taken together, will be paid by revising the rate of only that item where excess has
occurred.

Case 2: Where total quantity of excavation executed for both items (excavation in soft
strata and in hard strata) exceeds 125% of the total tendered quantity of items of excavation
quantity in excess of 125% of total tendered quantity will be distributed in Ratio of:

_________ Executed quantity of individual item of excavation,___________


Total executed quantity of items of excavation in soft strata and hard strata.

And will be paid by revising the rate of individual item as per clause 38(2), subject to the
provision that the revision of rate will be applicable only for the quantity of individual item
executed beyond the tender quantity.

In case of executed quantity is less than 75% of the total quantity of excavation in soft strata
and hard strata, these will be treated on similar lines as in case (1) and (2) above.

Case 3: Where total quantity of all masonry items taken together exceeds 125% of the total
tendered quantities of all masonry items quantity in excess of 125% of total tendered
quantity will be distributed in the Ratio of :

Executed quantity of individual item of masonry,


.
Total executed quantity of all masonry items taken together.

And will be paid by revising the rate of individual item as per clause 38(2), subject to the

provision that the revision of rate will be applicable only for the quantity of individual item
executed beyond the tender quantity.

Contractor No of Corrections A.E.1 Executive Engineer


184

In case of executed quantity is less than 75% of the total quantity of all masonry item taken
together, these will be treated on similar lines as in case (1) and (2) above.

Case 4: Where total quantity of all concrete items taken together exceeds 125% of the total
tendered quantities of all concrete items quantity in excess of 125% of total tendered
quantity will be distributed in the Ratio of :

Executed quantity of individual item of concrete,


Total executed quantity all concrete items taken together.

And will be paid by revising the rate of individual item as per clause 38(2), subject to the
provision that the revision of rate will be applicable only for the quantity of individual item
executed beyond the tender quantity.

In case of executed quantity is less than 75% of the total quantity of all concrete items taken
together. These will be treated on similar limes as in case (1) and (2) above. For payment of
quantities in excess of 125% of tendered quantity for items other than excavation masonry
and concrete items provision of clause 38 (2) & (B) of B-1 Tender Form will be applicable.

56. Mode of payment of excavation quantities in running bill and final bill.

Payment of work done under items of excavation in soft strata and hard strata will be made
of 90% of the contract rate in R.A. Bills for all excavated quantities till the final designed
cross section of component as decided by the Engineer-in-charge is reached. The component
cross section as per design shall be deemed to have been reached only if no work remains to
be executed between the two adjacent cross sections. 100% of payment at contract rate in
R.A. Bills may be released only after the work of excavation is completed between two
adjacent cross sections.

Contractor No of Corrections A.E.1 Executive Engineer


185

56 (A). In case of agreement for the "Construction of pipe distribution network“ the
following provisions shall apply. (As per Govt. Resolution WRD dated 13.01.2017)

The break up to payment for supplying, laying, jointing & hydraulic testing of pipe line shall
be as under:-
1. 80% of the payment will be released after supplying, lowering,
laying, jointing and third party inspection of pipes in one WUA area.
2. Balance 10% of the payment will be released after satisfactory
hydraulic testing of pipeline and backfilling of trenches.
3. Remaining 10% amount will be withheld and it will be released
after successful maintenance and operation for a period of Two years
after commissioning of work of respective WUAs.
The schedule of release of this 10% will be in following manner,
1. After Successful Operation and Maintenance for First year-05%
2. After Successful Operation and Maintenance for Second year-
05%
3. After Successful Operation and Maintenance for Third year- %
4. After Successful Operation and Maintenance for Fourth year- %
5. After Successful Operation and Maintenance for Fifth year- %

A certificate regarding smooth working of pipe distribution network from the


Chairman of WUA shall be binding for annual release of this amount.

57. Location & Layout

The VIDC reserves the right to change the location of different components of work, amend
the layout, due to any reason whatever. No claim of any nature due to above change shall be
entertained.

59. Special Condition:-

The work will have to be carried out in phases as per direction of Engineer in Charge. The
priority of each phase shall be got finalized by Engineer in Charge.

Contractor No of Corrections A.E.1 Executive Engineer


186

60. LEAD :

The lead for different construction materials required for this work included in estimate is
assured and accepted to contractor.

Hereafter wherever the item of lead of different construction material arises the above
condition will be applicable to contractor.

61. Stamp Duty –

Contractor shall pay the stamp duty on works contract, as per Maharashtra Stamp Act (LX of
1958), Article 63 at the following ranges.

i. For works contract up to 10.00 Lakhs – Rs. 500.00

ii. For works contract above Rs. 10.00 Lakhs – Rs. 500.00 + 0.1% of the amount above
Rs. 10.00 Lakhs subject to maximum of Rs. 25.00 Lakhs.

No claim for reimbursement of this amount shall be considered on any ground. If the
contractor fails to pay this amount the acceptance of tender shall be liable to be considered
as withdrawn.

62. No claim against idleness:

No claim of any nature due to idleness of men labour and machinery shall be
entertained.

63. Building & Other Construction Employee Welfare Cess under rule 1996
(Employment & Service Clauses Regulation) @ 1% of the agreement value of the work shall
be recovered from bills payable to contractor.

64. Written Permission before starting work & components of work:

Contractor should obtain written permission & follow the instructions and guidelines issued
by the Engineer in charge. The work should be started as per instructions of Engineer in
charge. No work should be started without prior written permission of Engineer in charge.

Contractor No of Corrections A.E.1 Executive Engineer


187

65. Contractor shall make payments of salaries and wages to all the employees and
Labouers through bank account linked to Unique Identification Number (AADHAR
CARD) and shall submit a certificate accordingly to the Engineer in charge. The
Certificate shall submitted by the Contractor within 60 days from the
commencement of contract. If the time period of contract is less than 60 days, then
such certificates shall be submitted within 15 days from the date of
commencement of contract.

67. Formation of WUA as per MMISF Act 2005 and handing over the Pipe Distribution
Network to WUA :
a) The MMISF Act 2005 will be made applicable to Bembla Project. As per MMISF Act
2005, for the works of Pipe Distribution Network having capacity less than 1 cumecs it is
compulsory to establish WUA.

Accordingly the provision of the formation of WUA and training to farmers in this tender. It
is compulsory for the contractor to start the work of formation of WUA. WUA formation may
be done phase wise but at least the WUAs under each phase shall be formed before
completion of work of that phase. The copy of MMISF Act-2005 and its rules are available on
W.R.D. website and is part parcel of this tender. It is binding on Contractor to follow this act
while execution of work.

b) Even the contractor has executed the work without starting formation of WUA due to any
reason. The contractor will not be paid final bill for the Executed work. It is mandatory for
the contractor to form the WUA first and then execute the works in consultation and
suggestion of the WUA and Engineer-in-Charge. The Contractor shall submit the item wise
programme for above schedule

a. If Contractor fails to execute the work as per the schedule of phasing of work as
explained above. The 5% amount will be withheld from that time from his
subsequent bills till the Contractor attains the above schedule. If in view of Engineer-
in-charge, compensation as per clause-2 can be imposed on the Contractor.

Contractor No of Corrections A.E.1 Executive Engineer


188

b. For the education and training of office bearers and few beneficiaries of the WUA it is
mandatory for the contractor to appoint a NGO working in this field or take the help
of organization like WALMI, Aurangabad or as directed by Engineer-in-Charge.
c. It is mandatory for the contractor to appoint a retired revenue / Local self Govt.
Officials like Talathi, Gramsevak as directed by Engineer-in-Charge for handing the
works related to elections of WUA.

68. O & M (Operation & Maintenance) of the Pipe Distribution Network:

This Tender involves execution of pipe line distribution Network (PDN) along with
formation of WUA on the distribution system. Contractor has to execute, operate and
maintain the works related to irrigation management for 02 years. The O & M charges are
included in the schedule-B of this Tender. The irrigation water shall be provided to every
member of WUA. It is binding on the contractor that water shall reach to every turnout as
per design head & discharge. Therefore contractor should visit the site and thoroughly
inspect the position and nature of pipe line laying works before quoting his Offer.

69. PROVOSION FOR INSTRUMENTATION

Contractor shall make appreciate arrangement for accommodating installation of measuring


device at later stage at the start of jurisdiction of WUA so that volumetric measurement can
be done.

70. HANDING OVER PIPE DISTRIBUTION NETWORK SYSTEM TO WUAs

It is mandatory for the contractor to provide Operation Manual and tool kit for O&M
works while handing over the pipe distribution network system to WUAs. The
operation manual should include following points

1. Assumption in design and drawings (Especially about scheduling)

2. Responsibilities of water distribution staff

3. Solution and instruction about probable critical and Emergencies situations.

4. Complete map, L section showing sluice valve, air valve etc. of pipe distribution network
system

Contractor No of Corrections A.E.1 Executive Engineer


189

5. List of standard specification

6. Information about specification and rating of valve and contact information of supplier,
manufacture and repairing agencies

71. Survey, detailed drawing and Design of Pipe Distribution Network

Design of Pipe distribution network should be designed as per surveyed ground levels
and as per Government Guidelines issued time to time as early as possible if necessary.

The design of pipe distribution network shall be carried out from reputed consultant
/ designer and design shall be economical. The detailed drawing includes all the details such
as position of sluice valves, air valves, chambers, thrust blocks and special arrangement if
any required as per site conditions . The design shall be vetted from CDO or from institute as
finalized by concerned Chief Engineer and got approved by Chief Engineer before starting
the work. Though design is approved by Chief Engineer, the contractor is solely responsible
for intended benefits as per design should be ensure at site, so that each outlet should get
their design head and discharge.

The parameters of pumps and pumphouse mentioned in section IV are tentative and
final parameters are subjected to the approval of standing committee & detailed design of
pumphouse.

72. Land Acquisition

The temporary procurement of land for pipe laying shall be the responsibility of
contractor. He should obtain relevant permission from revenue authorities. The land so
taken in possession should restore to its original position to the satisfaction of the
farmers. No delay on this account will be entertained.

74. No Cutting of Trees For The Purpose Of Fuel is Permitted

The contractor shall make arrangements to supply fuel for domestic use to all the
labours engaged on site and prevent the labours from cutting trees for the purpose of
fuel. If the contractor’s labour found to cut the trees the contractor shall be held
responsible for the same and shall be punished as per the provision in Forest
Conservation Act, 1980.

Contractor No of Corrections A.E.1 Executive Engineer


190

75. During the tender process e.g. checking, acceptance, payments or after completion ,if
it is found that documents submitted by the bidding contractor are incorrect or
fraudulent, the EMD/SD/Additional performance security deposits will be forfeited.
Such contractors shall be barred to participate in any of the tender processes in the
W.R.D for three years, also action under I.P.C and I.T. act 2000 shall be initiated
against such contractors.

76. Scanned copy of Registration & Latest Professional tax clearance Certificate / challan
and Employees provident fund registration and its clearance, (if applicable)is to be
submitted by the bidder at the time of signing of agreement.

Contractor No of Corrections A.E.1 Executive Engineer


191

SECTION –IX
SPECIFICATIONS
SCHEDULE SHOWING ITEMS OF
WORK AND APPLICABLE
SPECIFICATIONS

Contractor No of Corrections A.E.1 Executive Engineer


192

INDEX

SCHEDULE SHOWING ITEMS OF WORKAND APPLICABLE SPECIFICATION

Sr.
Item No./ Tech. Section No Particulars Page No.
No.

1 General Specification 193-201

2 I.N.1/Section 5.1 Section 1 202-203

3 I.N. 2/Section 5.18 Section 2 204-204

4 I.N. 3/Section 5.2 & 5.3 Section 3 205-209

5 I.N. 4/Section 5.14 Section 4 210-211

6 I.N. 58/Section 3.25 Section 5 212-212

7 Drawing 213-213

Contractor No of Corrections A.E.1 Executive Engineer


193

GENERAL SPECIFICATION
1.0.0 SCOPE
The general specification shall apply to all items of Schedule 'B' under this Tender.

1.1.0 GENERAL DESCRIPTION OF THE PROJECT

The information is given in Annexure “A” to section l'- Detailed Tender Notice.

1.1.1 WORK AND SITE CONDITION

it shall be presumed that the Contractor has acquainted fully himself as to the nature
and locations of works, general and local conditions and particularly those having
bearing on approaches to the site, location of stone and sand quarries, availability and
transport of material tools and plants machinery disposal areas availability of labour,
weather conditions and River stages etc. and has estimated his cost accordingly.
Corporation will bear no responsibility for any .lack of such acquaintance with site
conditions on the part of the contractor and consequence thereof to the contractor. The
information about site conditions shown in the drawings and mentioned herein is
furnished as a rough guide only ‘but Corporation will not be responsible for the
accuracy three or for any deductions interpretations and conclusions drawn there from
by the contractor.

1.1.2 Results of trial pits and exploratory bores taken along the canal axis are as Shown in
the drawings. The Corporation does not accept any responsibility for any variation in
strata classification found in actual excavations.'

1.1.3 CLIMATIC CONDITIONS


The information is given in Annexure “A” to Section 1- Detailed Tender Notice.

1.1.4 LABOUR AVILABILTY


Some local unskilled labour may be available during non agricultural season but
skilled labour may not be available. Contractor must however make his own enquires.

1.1.5 LOCATION
The information is given in Annexure “A” to SECTION -1 Detailed Tender Notice.

1.1.6 RAIL ROUTE


The information is given in Annexure “A’’ to SECTION-1 of Detailed Tender Notice.

1.1.7 ROADS
The information is given in Annexure “A’’ to SECTION-1 of Detailed Tender Notice.

Contractor No of Corrections A.E.1 Executive Engineer


194

1.1.8 WATER SUPPLY


The Contractor will have to make his own arrangements for the water supply required
for his work staff and labour. He will have to provide all arrangements for making water
potable and safe for drinking by his staff labourers and other dependents on Contractor's
services. Disinfection of all drinking water by chlorination will be obligatory on the part of the
Contractor. Fresh and potable drinking water shall be made available by the Contractor to all
persons working at work spots in clean and hygienic earthen or other pots at all working
places and in sufficient quantity.

1.2.0 ELECTRIC POWER


Electric power if required shall be arranged by the contractor at his own efforts and
cost and he shall have to make his own arrangements for laying installation
maintaining the power lines etc. He should observe all requirements of the Indian
Electricity Act. 1910,1948. Indian Electricity rules 1956 and rules in existence and
framed from time failure to which Corporation accepts no responsibility for any
damage, injury or compensation.

1.3.0 TELEPHONE AND TELEGRAMS

Nearest telephone and telegraph facilities are available at the places indicated in
Annexure “A” to SECTION - 1- of Detailed Tender Notice.

1.4.0 COLONY
ESTABLISHMENT OF COLONY

The Contractor shall be allowed to construct his own colony for his workers and
Supervisory staff within the limit of Corporation land, if available.

The land used by the Contractor for his staff and labour colony shall be handed over
back to the Corporation within three months after the physical completion of work or
termination of the contract whichever is earlier duly cleared and fairly brought to the
original condition. No structure of constructions shall be left on the land at the time
of vacating it without the specific approval of the Engineer-in-charge. The contractor
shall prepare and submit his proposed plan of colony either for the Labourers or for
the supervisory staff. The Contractor shall have to construct and maintain all access
and approach roads etc. in his colony areas at his own cost. Any modifications
changes and alterations suggested by the Engineer-in-charge in respect of area of
colony, layout of roads etc. will be binding on the Contractor and shall have to be
done at his cost. '

Contractor No of Corrections A.E.1 Executive Engineer


195

1.4.1 SANITATION AND UP KEEP OF COLONY

The Contractor shall be responsible for maintaining satisfactory water supply and
sanitary facilities in his labour camp and for his other staff. He will take precautions
not to allow any unhealthy and insanitary conditions in his camp. The Engineer-in-
charge shall have the right to inspect the Contractors colonies at any time and to
suggest improvement, modification etc. with special regards to cleanliness and
sanitation, sewage water and garbage disposal, any other nuisance, and proper layout,
which shall be binding on the Contractor.
The contractor shall provide adequate number of portable chemical closets for use and
urinals and water closets, and make proper lighting and scavenging arrangements to
the satisfaction of Engineer-in-charge. Separate arrangements should be made for
female labour :

1.4.2 CAMPREGULATIONS
The Contractor shall be responsible for maintaining law and order in his camp and on
his work and to that end shall employ such officers, watchmen labour etc. as required.
Unauthorized and undesirable persons shall be expelled from the camp and from the
works, lf in the opinion of Engineer-in-charge any employee or agent of the contractor
misbehaves or causes obstruction in proper execution of work or otherwise makes
himself undesirable, 'the Contractor shall on receipt of instructions from the Engineer-
in-charge remove him from premises.

MEDICAL AID
The Contractor shall arrange all the necessary medical facilities for his staff and
labour at his own cost and to the satisfaction of the Engineer-in-charge

GENERAL
The Cost for sanitation and supply of drinking water is deemed to have been included
in the unit rates of items of work.

Contractor No of Corrections A.E.1 Executive Engineer


196

1.50 MATERIALS
1.5.1 PETROL, OIL AND LUBRICANT
The Contractor shall have to install his own supply for petrol and diesel at the site
the location of pumps shall have to be got approved from the Engineer-in-charge and
usual precautions which are necessary, for such installation will have to be taken

1.5.2 STONE FOR RUBBLE MASONRYAND FOR METAL


The Contractor shall make his Own investigation regarding, location of-quarries, quality
of stone and adequacy of the various sources of stone in quarry are as known to him.
Excavated material of hard rock excavation has been dumped on the dam site.
Contractor can make use of this material. Material has to' be sorted out by Contractor
at his cost and should be got approved from the Engineer-in-charge before its use in
the work. However it is for Contractor to investigate the quarries which will yield
stone in sufficient quantities and of required quality. Over burden on quarry shall have
to be removed by the Contractor at his own cost.

The locations of quarries have to be such that they do not affect permanent structures
and should not be near the existing or proposed habitations. The locations and size of
the quarries shall be subject to the approval of the Engineer-in-charge; on it's opening
does not yield adequate or suitable stone, no claims can be raised against the
Corporation. In that case other quarries will have to be established by the Contractor
at his own cost and risk and the stone got approved from the Corporation for its
quality before using it in the work.

if the quarries located are in private properties the Contractor shall negotiate with the
respective owners and shall attend to legal rights and attend to payments etc. to. the
concerned parties for operations of these quarries at his own cost. Similarly he shall
make arrangements for roads leading to and from the stone quarries to the work site
at his own cost.

1.5.3 SAND
The Contractor is advised to make his own enquiries regarding adequacy, proper
quality and cost of sand approaches to quarries etc. The sand quarry to be used and
any change in location shall have prior approval of the Engineer-in-charge.
The Contractor shall, however obtain permission from Revenue and other authorities
before removing the material and shall pay royalty and other taxes. Octroi duty escort
fee, if any, for sand which shall not be reimbursed.

The Contractor shall have to make his enquiries regarding legal gets and attend to the
aspect of payments due etc for the operation of the quarries.

Contractor No of Corrections A.E.1 Executive Engineer


197

The extent of annual replenishment of the sand sources is unknown. The Contractor
may therefore choose to collect the sand in advance of its use for the work.

The Contractor shall make his own arrangements for quarrying and transport of sand
from the quarries to the work site. Approach roads to the quarries shall also be
constructed and maintained by the Contractor at his own cost.

All the cost of transport of sand shall be borne by the contractor and no claims on
this account will be entertained.
Use of crushed sand conforming to the required gradation and specifications can
be permitted with specific approval of the Engineer-in-charge.
The crushed sand which is to be used in construction should be obtained from
the good quality of stone quarry produced by crushing hard stone and it should be
crushed in the machine of Automatic Vertical Shaft Impact (VSI) crusher as mentioned
in IS 383:2016. Produced crushed sand should contain the micro fine particles quantity
as specified. For this purpose the machine should be equipped with wet classifier
(Washing unit) compulsorily.
Total quantity of micro fines (materials finer than 75 microns) in crushed sand
should be less than 7 % (by mass)
For the acceptance of fine aggregate classification should be done according to
grading zone and such type of test should be performed on actual field or construction
site and crushed sand used as per specification as mentioned in table 9 of I.S.
383:2016 (coarse and fine aggregate for concrete)
Before using crushed sand for concrete work below mentioned all test should
be performed as per I.S. Code and Executive Engineer must confirmed result’s are
within permissible limit.
a. Sieve Analysis b. Specific Gravity c. Water Absorption d. Bulk Density e. Test for
Silt and Clay f. Fineness Modulus g. Alkali

1.6.0 PRECAUTIONS DURING THE FLOODS


It shall be responsibility of the Contractor to preserve and maintain in safe condition
all materials, machinery and tools floods and rain and no compensation whatsoever will
be payable to him on account of loss due to floods, rain and any other causes.

1.7.0 CONTRACT DRAWING WORKING DRAWING AND SPECIFICATIONS


On acceptance of the tender, sets of copies of contract conditions and drawing to a
maximum of one, will be supplied to the Contractor free of charge. On request by,
the Contractor and in the discretion of the Engineer-in-charge, the Contractor may be
supplied additional copies of contract documents and drawing to be charged at the rate
of Rs.10000./- (Rupees Ten thousand only) per set.
The drawing which form part of this contract, show the work to be done in such
details as is possible to do for the present. They will be supplemented or superseded

Contractor No of Corrections A.E.1 Executive Engineer


198

by such additional detailed working drawings as may be necessary as the work


progresses. The Contractor shall carry out the work in accordance with the additional
or revised working drawing as the case may be and at the applicable rates as per the
contract. The Contractor shall be supplied a maximum number of four copies of each
of all such working drawings free of charge. Should the Contractor require any
additional copy for his use the same may be supplied at the discretion of the
Engineer-in-charge and the Contractor will be charged Rs. 100/- (Rupees One Hundred
Only)'for each of additional copy of each drawing.

The Contractor shall check all drawings carefully and advise the Engineer-in-charge
immediately of any errors or omissions discovered. The Contractor shall not take
advantage or any kind of errors or omissions in the drawings supplied.

1.8.0 EMBEDDED ITEMS

Before placing concrete and or masonry care shall take to see that all embedded items
are firmly and securely fast ended in place as indicated on the drawing or as directed.
All embedded items, shall be cleaned free from all foreign matter such as scale, rust,
oil, paint etc. The Contractor shall be responsible for correctly embedding the parts as
directed without any charge, the cost of such bedding being deemed to have been
included in the items of concrete and or masonry as the case may be. No extra
payment will be made for the installations of this embedded work or for delays or for
interruptions arising there from.

1.9.0 SIGNING THE FIELD BOOKS, LONGITUDINAL SECTIONS, CROSSSECTIONS


AND MEASUREMENT BOOKS

Before starting the work for intermediate payments and at the end before the work is
covered. Level for plotting the longitudinal section (along the axis as decided by the
Engineer-in-charge or his authorized representative) and cross sections of the portion of
the work shall be taken by the authorized engineer of the contractor in the presence
of Engineer-in-charge or his duly authorized representative. The contractor or his
authorized engineer shall have to sign the field books and plans showing longitudinal
sections and cross sections of the portion of the work in token of acceptance. lf the
Contractor fails to sign them, the levels recorded by the Engineer in charge or his
representative in the authorized books shall be final and binding on the Contractor. lf
the Contractor or his duly authorized agent fails to attend, the levels shall be taken in
his absence and such levels and longitudinal sections and cross sections based there
on shall final and binding on the Contractors. The levels will be taken on such
alignments and cross sections as will be useful for reference permanently and will be
in harmony with the mode of the measurements of payments as described under
specifications. The point locations for the levels will depend upon raggedness of the
areas and will also be at least in conformity with the requirements of specifications.

Contractor No of Corrections A.E.1 Executive Engineer


199

1.10.0 CEMENT AND STEEL


No material will be issued by the Corporation on Schedule “A”. The Contractor is
responsible for all materials including cement, steel, explosives, Hume pipes etc.

1.10.1 CEMENT
(A)Cement shall be ordinary Portland cement 43 Grade conforming to lS 8112 of
1989. Packed in 50 Kg. woven HDPE bags conforming to lS 11652 of 1986.
There should be a marking in black monogram as “Government of
Maharashtra” on the back side of those HDPE bags. Cement shall be procured from
recognized manufactures such as L & T, ACC, Narmada, CCI Rajashree, Manikgarh
etc.
(B) The use of admixtures and agents shall be made as per instructions of the
Engineer-in-charge. The cost of cartage/ storing/ handling/ batching/ mixing shall be
borne by the Contractor and shall be included by them in unit prices tendered for concrete.

1.11.0 STEEL
(A) The reinforcement steel shall confirm with the specification laid, down by the
Bureau of Indian Standards vide their specification Nos. I.S.432 (Part l) of 1966,
(1139-1966, 1786-1979) amended from time to time.

1.12.0 ROYALTIES
The Contractor shall arrange for the materials from approved quarries. It is necessary
for the Contractor to obtain permission from revenue authorizes or other relevant authorities
before removing the materials pay royalties etc.

Payment of quarry fees and royalties.


All octroi dues and grant rent for stacking material. If any should be paid by the contractor.
The tender rates shall be inclusive for this purpose.
All quarry fees, royalties as per Maharashtra minor mineral extraction rules will be borne by
department.
If any quarry fees royalties as par Maharashtra minor meneral extraction rule is paid by
contractor then it will be reimbursed by department For this purpose contractor should
submit documentary evidence (challan) within 90 days. Department will verify the
documentary evidence from revenue department

1.13.0 ADVANCE ON CONSTRUCTION MATERIALS


For imperishable materials brought on site by the contractor and meant to be
incorporated or consumed in work, secured advance at 75 percent (Seventy five
percent) of the cost of assessed by the Engineer-in-charge shall be paid provided that
such materials are not in excess of the requirement of the work. The contractor shall
furnish indenture bond for the amount of the advance in the form prescribed by
Corporation for the same. The recovery of such advances shall be made from each
succeeding work bill, at the rates the material have been consumed in the relevant
finished item.

Contractor No of Corrections A.E.1 Executive Engineer


200

1.14.0 PAYMENT
Generally, the Corporation will pay one running bill in a month, subject to
availability of funds. The recoveries for various advances shall be affected from this
bill. The total recovery on all accounts shall be limited to 50 percent (Fifty percent)
of the gross bill and the balance if any shall be recovered from the succeeding
monthly bill.

1.15.0 NO INTEREST ON MONEY DUE TO THE CONTRACTOR

No omission, by the Engineer-in-charge, to pay the amount due upon measurements or


otherwise shall vitiate or make void, the contract, nor shall Contractor be entitled to

get interest on any guarantee bond or payment in arrears nor on any balance which
may, on the final settlement of his account be found due to him.

1.16.0 If due to difficulties in land acquisition, land does not become available, the same
cannot be handed over to the Contractor, in such situation the Contractor shall not be
entitled to any claim. lf the lands do not become available up to 50 percent of the
time limit of the tender, the execution of the quantities of works under various items
pertaining to such, lengths shall be optional.

1.17.0 HANDING OVER OF COMPLETED RECHES AND LETTING OUR WATER


FOR IRRIGATION.

1.17.1 On the request of the Contractor the continuous completed reaches of Distributor and
Minors including sub-Minors would be taken over by Corporation provided if it fulfills
the conditions specified below.

1.17.2 The term “completed under 1.17.1 above shall be deemed to be inclusive of structures
and selective lining and ready to receive flow of water for irrigation.
The taking over (i) Distributory will be in stage with its completed Minors and sub-
minors (ii) one complete Minor with its sub-minors from Head reaches (or starting
point of contract length) taking of from completed distributor lengths as described in
sub para (i) above Reaches of canal in continuos length as specified in (i) and (ii)
above may be taken over by recording final measurements. In case silting of canal
takes place or scouring damages due to the flow of rain water/flood water entered
through incomplete reaches, it would be the responsibility of the contractor to rectify
it.

1.17.3 Water is likely to be let out in Distributory and Minors including Sub-Minors in the
completed reaches handed over to the Corporation for Irrigation purpose. However, in
reaches not handed over to the Corporation maintenance liability of the contractor
would continue to be for the entire period of contract with maintenance period of six

Contractor No of Corrections A.E.1 Executive Engineer


201

months after completion. While for reaches handed over the maintenance period of Six
months would commence from the date of taking over by the Corporation irrespective
of whether water is let out for irrigation or not.

1.17.4 Water isavailable free of cost for use on works when water is let out in the
Distributory/Minor for irrigation purpose. However, during closure periods the
contractor has make his own arrangements for storage of water for use in works.
In case Distributory/Minors are closed for intervals the contractor has to make his own
arrangement of water at his cost. No claim of any kind will be entertained on this
account.
1.18.0 The measurements for the work shall be taken by Contractor's authorized engineer in
the presence of Engineer-in-charge or his authorized representative and recorded in the
authorized books. The contractor shall obtain the signature of Engineer-in-charge or his
authorized representative on such recorded, measurements in token of acceptance. If the
contractor fails to take such measurements then the Engineer-in- charge will cause to
record the measurements which will be final and bindings on the contractor. This Para
is applicable to all items.

Contractor No of Corrections A.E.1 Executive Engineer


202

SECTION – 1
5.1 DOUBLE LEVELLING BY USING AUTO LEVEL (Item [Link] 1)

5.1.1 Description of Item


Double levelling by using Auto level to connect Geodetic Trigonometrical survey,
bench mark and establishing permanent bench mark at Dam site at place along the submergence
and in command area etc complete, as directed. (Excluding cost of B.M. structure)

5.1.2 Scope of work


Double levelling from GTS bench mark to the location (either existing permanent
structure or permanent bench mark structure especially constructed) shown by engineer in charge
in the area to be surveyed.

5.1.3 Material Specifications


[Link] Instruments
Automatic level :- Allowable mean elevation error on inverted staff graduated to 5mm
division varies between +_ 0.5 to 0.8 mm Per Km of forward or backward leveling
or Theodolite (IS : 2976-1964) or total station (ISO : 17123-
5 : 2018 (en)), with all attachments.
Levelling Staff:- folding type 4 meter leveling staff confirming IS : 1779- 1961
(reaffirmed 2006) or the Inverted staff 3m in length or Aluminium staff of 4m length may
be used.
Steel Tapes:- Confirming to IS : 1270-1965

[Link] Applicable IS Codes, ISO Codes


The manufacturing, testing, Field procedures for testing of instrument & surveying
etc shall comply with all currently applicable statutes, regulations, standards and Codes.
In particular, the following standards, unless otherwise specified herein, shall be referred.
In all cases the latest revision of the Codes shall be referred to. If requirements of this
Specification conflict with the requirements of the standards/Codes, this Specification shall
govern.

IS : 2976-1964 Specifications for Optical Theodolite


(Reaffirmed 2006)
ISO 17123-5 : 2018(en) Optics and Optical Instruments - Field procedures for
testing geodetic and surveying instruments - Part 5 Total
Stations
IS : 1779- 1961 Specifications for 4-m Levelling Staff, Folding Type
(reaffirmed 2006)
IS : 1270- 1965 Metric Steel Tape Measure (winding Type)

5.1.4 Sequence of Execution

1. The basic data/information viz. GTS bench mark value & location, no. of PBM’s & their
location to be established shall be supplied by the engineer-in-charge. The surveyors shall
have to establish the value of the PBM on constructed or existing permanent structures.

2. Each PBM shall be numbered & the value of the same shall be painted on it.
Numbering and painting value of the permanent bench marks established.

Contractor No of Corrections A.E.1 Executive Engineer


203

3. The PBM No. & value shall be clearly visible.

4. levelling from GTS bench mark to the location

5. Preparing maintaining and handing over the bench mark record

5.1.5 Presentation
1. Tracing on polymers transparent tracing film with 5 blue prints of the map shall be submitted
to engineer-in-charge the presentation shall consist of following

[Link] map (preferably on village may) showing PBM’s established on dam site,
submergence, command. Canal alignment, spillway, tail & approach channel etc.

[Link] field looks of work.


All drawings, sketches, maps, plans to be submitted to the engineer-in- charge shall be drawn on
polyester transparent tracing film of approved quality as directed by engineer-in-charge. It
shall be drawn in permanent black ink. Lettering shall be stenciled unless otherwise
specified. Proper numbering system shall be followed for all the drawings. Each such tracing
shall be accompanied by a legitimate ammonia print taken from the tracing.
For carrying out the above work , expenses for the material, stationary, survey instruments,
communication technical, staff etc. excluding labour cost shall be borned by the department.

5.1.6 Mode of Measurement


The length of double levelling for establishing PBM shall be measured up to two decimals of
a Kilometer on map & rechecked on site. The minimum of two will be considered for payment.

5.1.7 Mode of Payment


100% payment shall be made on receipt of R.A. bill to be raised after satisfactory complete
of labour work, duly certified by engineer-in-charge.

Contractor No of Corrections A.E.1 Executive Engineer


204

SECTION – 2

5.18 Providing permanent bench mark (Item [Link] 11)


5.18.1 Description of Item
Providing permanent bench mark dressed stone of basalt, granite or gneiss of size 30cm
X 30cm X 45cm at least 15Cm below the ground and embedding it to a depth of 30cm in
grade M-15 in-situ concrete of size 90cm X 90cm X 60cm deep over
1M deep foundation concrete of grade M-10 including excavation, concrete, providing and fixing
dressed stone and backfilling the pit up to ground level with sand etc. complete, as directed.

5.18.2 Scope of work


Excavation for Providing permanent bench mark dressed stone of basalt, granite or gneiss of
size 30cm X 30cm X 45cm
grade M-15 in-situ concrete of size 90cm X 90cm X 60cm deep over 1M deep foundation
concrete of grade M-10
backfilling the pit up to ground level with sand.
5.18.3Material Specifications

[Link] Instruments/Equipments
Shovel, Ghamela, Phawrah
[Link] Material
concrete of grade M-10, 30 x 30 x 45 cm stone
[Link] Applicable IS Codes, ISO Codes
IS-456:2000

5.18.4 Sequence of Execution


To cast the blocks of required dimensions
The stone (block) shall be of the dimensions 30cm X 30cm X 45cm. It should be placed at
least 15Cm below the ground and embedding it to a depth of 30cm in grade M-15 insitu
concrete of size 90cm X 90cm X 60cm deep over 1M deep foundation.
foundation concrete should be of grade M-10
The blocks shall be fixed in position & places as indicated by the Engineer
Incharge.
The side form shall be removed after 24 hours. The foundation shall be properly cured for
21 days.

5.18.5 Mode of Measurement


Measurement of Permanent Bench Mark is Per No.

5.18.6 Mode of Payment


The measurement shall be the number of such stone fixed in position at size and payment is
on per number basis.

Contractor No of Corrections A.E.1 Executive Engineer


205

SECTION - 03
5.3 Block contour survey of 10m x 10m grid using DGPS (Item [Link] 2B)

5.3.1 Description of Item


Block contour survey of 10m x 10m grid (Not less than 121 raw data points distributed
uniformly over a Hector) for irrigation projects using digital state of art DGPS, including
transfer of entire data to computer system in different georeferential layer / themes using features
of standard plotting Softwares compatible with design Software packages including contour
plotting at specified interval and scale. The test print of the drawing shall be approved by
Engineer-in- charge and the same shall be delivered in a CD format as well as hard copy in
six numbers including one print on tracing paper,as directed.

5.3.2 Scope of work

1. To fix of bench mark with double levelling by carrying the PBM from dam site to submergence
area.
2. To fix and demarcate the grid of contour as specified in the area between FTL and
TBL + 2.00 m height by chain and compass survey.
3. To take levels at every grid points specified interval on grid of submergence area.
The interval should be reduced as per topographical requirement.
4. To prepare grid map of submergence area on separate sheet.
5. Standardized notations should be used on all drawings. These should be initially got approved
from the Executive Engineer. The format for drawings (dimensions, lettering, lettering names
plate etc.) should also be initially got approved from the Executive Engineer.
6. Though design details have been supplied or referred to the consultant will be responsible
for design of a work able economic system. To achieve this he may propose change in the
specifications to the Executive Engineer. After receiving approval any other details
necessary may also be asked for the consultant, if asked will have to justify both technically
and economically any the design and layout details suggested by him and if he is not able to do
so, shall have to accept changes suggested.
7. Entire data should be transferred to computer system in different georeferential layer/
themes using features of standard plotting software’s compatible with canal irrigation system
design software packages including contour plotting at specified interval and scale.
8. The test print of the drawing shall be approved by Engineer-in-charge and the same shall
be delivered in a CD format.
9. The circumstances arise which call for additions/ modification in the design criteria the
department shall intimate the additions/modifications to the consultant. These additions/
modifications will have to be taken into account in all works undertaken under the
contract after they are intimated.
10. The data to be presented by Consultant or Contractor should be in following format.

The consultant will have to submit the following document.


1. CD and Tracing of each map/ Hard disk
(Polymer transparent tracing film) 1 No
2. Computer print of each map 5 print each
3. All the alternative survey 5 copies
4. Reports 5 copies
5. Field books All
6. Grid map of submergence area 5 copies with with 0.5 m
interval Computerized
7. Providing Dgps raw data in rinex format in CD/Hard disk.
8. Provide All data points in .CSV format in CD/Hard disk.

Contractor No of Corrections A.E.1 Executive Engineer


206

9. Provide Contours in AutoCAD format @ 0.5 metre to 3 metre, Topographical plan in


AutoCAD compatible format in CD/Hard disk.

For carrying out the above work expenses for the material, stationary, labour, technical staff survey
instrument, transport charges, communication will be beared by the consultant.
a) All the drawing, sketches, maps, plans to be finally submitted to the department should be
drawn on polyester transparent tracing/film of approved quality as directed by the
Executive Engineer. They should be drawn in permanent black ink. Lettering should be
stencilled, unless otherwise specified and also inform of CD.
b) proper numbering system should be used. Each such tracing should be
accompanied by one legible ammonia print taken from the tracing.
c) All data should be neatly typed on good quality paper. Five copies should be supplied.

5.3.3 Material Specifications

[Link] Instruments/Equipments
Lightweight, compact and streamlined Total Station-
Total station which Combines surveying, imaging and high-speed 3D scanning, Scanning
speeds of up to 26,600 Hz at ranges up to 600 m and the smallest spot size -
14 mm at 100 m
DISTANCE MEASUREMENT
Range with specified prisms Good conditions
1 With reflector sheet 5 cm x 5 cm (2 in x 2 in)
1", 2", 3", 5". . . . . . . . . . . . . . . . . . . . . . . . . . 1.5 m to 270 m (4.9 ft to 886 ft) 5"
Winterized. . . . . . . . . . . . . . . . . . . . . . . . . . 1.5 m to 300 m (4.9 ft to 984 ft)
With single prism 6.25 cm (2.5 in)
1", 2", 3", 5". . . . . . . . . . . . . . . . . . . . . . . 1.5 m to 3,000 m (4.9 ft to 9,843 ft) 5"
Winterized . . . . . . . . . . . . . . . . . . . . . 1.5 m to 5,000 m (4.9 ft to 16,404 ft)
Accuracy (Standard Deviation based on ISO 17123-4)
Prism. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ±(2+2 ppm ×D) mm
Reflectorless. . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . .±(3+2 ppm x D) mm
Total station Scannerwith dense 3D scan data at up to 26,600 Hz with high precision over the
full measurement range of up to 600 m. Which capture point cloud data and then automatically
register with survey workflow.
[Link] Stationery
Tracing Film:- A0 Size
[Link] Applicable IS Codes, ISO Codes
ISO 5457-1980

5.3.4 Sequence of Execution


The T.B.M. is to be fixed in the field of submergence area on the top of concrete block C.C
[Link] of size 45x45x100 cm and embedded at centre.

Contractor No of Corrections A.E.1 Executive Engineer


207

• Any alternative survey carried by the consultant for deciding the economics should be
submitted.
• Submergence area mark on village map with detail of apex and bench mark.

• The scale on grid sheet map shall be ten times that of horizontal scale.

• carrying out survey of submergence area with grid 10m x 10m as specified includes chaining
compassing &levelling etc. complete.

• Plotting of above levels on village map & drawing the contour at 0.5 m interval.

• Supply of survey maps in the scale of 1:1000 & 1:4000 five copies each with one mounted copy
and tracing of all maps should be supplied.

• Providing and fixing apex point by header stones of sizes 20 cm x 15 cm x 45cm which shall be
fixed kin hard murum after necessary excavation. At least three references permanent in nature
should be given for every open point. The reference permanent in nature should be given
for every open point. The reference number shall be painted on top of header stone. The header
stone shall project at least 10 cm above ground level. Location sketched of each apex point so
established shall be prepared. The list of all such apex with their notations locations with reference
to boundary line of survey numbers shall be separately submitted.

[Link] Topographical Survey:


Establishment of Permanent Bench Mark:
• The irrigation department will furnish to be contractor details of GTS bench mark with this as
datum, a network of benchmarks one for every filed in submergence should be established by the
consultant with double levelling. These bench marks should be suitably located on permanent
holdings. The PBMs are required to be constructed. The B.M will be checked by Department
simultaneously as far as possible but shall not be cause for lodging any claim if there is some
delay on this account.

▪ The consultant shall have to establish the value of the [Link] constructed by him from the bench
mark value provided by Department. The values shall be established by double levelling and
provided by checking with in the [Link] permissible error shall not exceed the least count of
the standard levelling staves. The work of establishing the values of the PBMs shall be carried out in
advance of field work. In presence of representative of the Department not below the Cadre of
Junior Engineer.

▪ A proper system shall be evolved for numbering the PBMs. A plan (to scale of 1:1000 or
1:5000) indicating location and levels of all PBMs in the submergence area be prepared and
submitted to the Department for approval which will normally be accorded within about 15
days.

• The grid map of submergence area shall be given the location of PBM with its value written by
oil paints.

• The PBMs shall be constructed by digging a pit the dimensions 450 mm x 450 mm x 1000 mm
at a location which is not likely to be disturbed.

• The PBM should located at one corner of the field, which will not hamper during agricultural
operation and shall be 1 number per 20 Ha area.

• The pit shall be refilled by concrete [Link] and the concrete top shall be about 75 mm above the
ground level. Total depth of concrete block shall be 100 cm.

• Adequate care shall be taken by the consultant for curing of the concrete laid for the PBM. The

Contractor No of Corrections A.E.1 Executive Engineer


208

PBM shall be numbered in oil paints for its identification.

• The drawing for construction of PBM is attached. At least three permanent references in
nature should be given to every BM so fixed.

[Link] Other Levels:


• Any other level of the existing bench mark will be supplied to the consultants by thedepartment or
are exhibited on drawing, pillars, etc. shall be checked by the consultant with reference to the
PBMs mentioned above and any discrepancy shall be immediately brought to the notice of
[Link] decision in this regard should be obtained in writing, before actual survey
is commenced.

[Link] Survey:
• Submergence area survey be taken as the first activity of this work along with carrying out the
GTS bench mark. The starting point shall be given by the department.

• The plan of submergence area shall be submitted for approval of Engineer-in- charge. He may
suggest correction and modification as per requirement and necessary. Such correction and
modification shall be incorporated in the map after necessary survey and final grid plan of
submergence area shall be submitted after security acceptance and approval from the competent
authority. The survey and planning of next work or its part shall be stated and completed as per
above said manner.

• After establishing a network of PBMs the actual grid survey should be undertaken to
obtain grid level as per specified interval with a properly located in identifiable base line, sharp,
local variations should be started from PBM and shall have to be closed on PBM already fixed.
Details of sketches for the survey work under all items shall be drawn in field books. So that
identification of any detail seen the future if possible to department. These field books shall be
handed over to the department.

5.3.4.4Survey Maps :-
• After the above survey works is completed, sets of survey maps will be prepared and submitted to
a scale of 1:1000 indication the grid levels, and the contours at 1.50 m interval. The step should
have sufficient overlap to enable simultaneous study of area covered in two or more maps. An
additional map to scale 1:4000 as informed by Executive Engineer would also be supplied,
indication all the area under the grid of submergence at suitable intervals as informed by the
Executive Engineer.

• Copies of available maps will be supplied to the consultant by the department. Relevant
information from these maps will be superimposed by the consultant on the maps prepared by him.
Any major discrepancies between the village maps and actual conditions of site will be
immediately brought to the notice of the Engineer- in- charge for his orders. The maps mentioned
above will be submitted to the Executive Engineer along with original field books and levels book.
They should not be used for further work till they are approved by department.

5.3.5 Mode of Measurement


a) For this purpose all the surveyed will be considered for payment. This area should be
between FTL to TBL + 2.00 m contours. This will be calculated as per length and width of grid for
the component will be cross checked by graph. Or As Directed by Engineer incharge
b) The surveyed area will be measured as for side from maps so submit this area will be
rechecked from revenue records. The minimum of the two will be taken as final area for
payment. The area put to tender for survey is approximate. However thearea exceeding the
tendered quantity shall not be surveyed without permission of theEngineer-in-charge
c) Measurement of Block contour survey is Per Ha.

Contractor No of Corrections A.E.1 Executive Engineer


209

5.3.6 Mode of Payment


The payment will be made on the hectar basis. The part payments shall be made as per
table 1.
Table -1
Revised as per Govt. Lr. No. CDA/ 1285@163619
235/86/CADA Irrigation Department
Mantrayala Dt. 24/ 10/1986
Eligibility for payment
Consultant will be eligible for part payment on completion of different stages of work
for different items as indicated below.
Stage of work % payment for which
consultant will be eligible

A. Completion of survey and submission of 40%


drawing (i.e. village map etc.)
B. Submission of computerised grid Survey 40%
map with contours.

C. After completion of above A & B 20%

----------***----------

Contractor No of Corrections A.E.1 Executive Engineer


210

SECTION – 04
5.14 Line survey using Total Station (Item [Link] 8)

5.14.1 Description of Item


Carrying out line survey with digital state of art Total Station for fixing
FRL/HFL etc complete including station, including transfer of entire data to computer
system in different georeferential layer/themes using features of standard plotting
Softwares compatible with design Softwares packages including contour plotting at
specified interval and scale. The test print of the drawing shall be approved by
Engineer-in-charge and the same shall be delivered in a CD format as well as hard copy
in six numbers including one print on tracing paper, as directed.

5.14.2 Scope of work:-

1. Plotting of above levels on village maps and drawing the contour at 20 m interval.
2. Supply of survey maps in the scale of 1:1000, 1:4000 five copies with one mounted
copy and tracing of all maps should be supplied.
3. Providing and fixing precast R.C.C. stone as apex stone directed by the Engineer
incharge. At least three references permanent in nature should be given for every
over point. The reference number shall be painted on top of stone established shall
be prepared.
4. The maps of canal needs to be submitted as per the “the note on compilation of
Govt. circulars and other on canal & canal structure”. This needs to be studied by
the Agency.
5.14.3 Material Specifications
[Link] Instruments
Total Station :- Confirming to ISO : 17123-5 : 2018 (en) with all attachments.
Lightweight, compact and streamlined Total Station-
Total station which Combines surveying, imaging and high speed 3D scanning,
Scanning speeds of up to 26,600 Hz at ranges up to 600 m and the smallest spot
size - 14 mm at 100 m

Steel Tapes :- Confirming to IS : 1270-1965

[Link] Stationery
Tracing Film :- A0 SizeConfirming to ISO : 5457 : 1980

[Link] Applicable IS Codes, ISO Codes


The manufacturing, testing, Field procedures for testing of instrument &
surveying etc shall comply with all currently applicable statutes, regulations,
standards and Codes. In particular, the following standards, unless otherwise
specified herein, shall be referred. In all cases the latest revision of the Codes
shall be referred to. If requirements of this Specification conflict with the
requirements of the standards/Codes, this Specification shall govern.

ISO 17123-5 : Optics and Optical Instruments - Field procedures for


2018(en) testing geodetic and surveying instruments - Part 5 Total
Stations
IS : 1270- 1965 Metric Steel Tape Measure (winding Type)
IS : 5457-1980 Technical Product documentation – Sizes and layout of
drawing sheets.

Contractor No of Corrections A.E.1 Executive Engineer


211

5.14.4 Sequence of Execution

1. Consultant / contractor will have to survey dam alignment. The contour map super
imposed on village shall be ready with the consultant / contractor.
2. The sill level of H.R. of dam, accordingly paper planning of dam alignment with
different alternatives should be worked out. Paper planning should be shown to
Executive Engineer. The tentative canal alignment on the basis of paper planning shall
be shown to E.E. and tentative consultant shall be obtained for this alignment for
further detailed survey.
3. Consultant / contractor will have to survey dam alignment for the alternative consulted
by the Executive Engineer. The survey includes L- sections of main canal by taking levels
at every 20 m interval c/s at every 90 m interval up to 150 m on either side. Final
alignment proposed is to be got approved from competent authority. 25% length of dam
alignment levels will be checked by sub divisional officer / Engineer & 2% by the
Executive Engineer.
4. Consultant / contractor should prepare area discharge statement cut off and C.B.L.
statement. The cut off and C.B.L. statement is to be got approved from competent
authority.
5. Any change should be suggested during the finalization shall be made good by the
consultant/contractor to the satisfaction of the concerned authority. Design parameters of
canal shall be adopted as per Govt. of Maharashtra Circulars No. MIS/1094/(156-
94) MPCA/ Dated :- 18/2/95 and subsequent modifications to it.
6. Kilo meter wise dam alignment with 150 m overlaps should be plotted with L-
sections and plan with contour & dam alignment map, with all details of survey &
design and drawings are submitted as directed by the Engineer Incharge.
7. Kilometerwise note on dam & river alignment containing detailed information of
canal,stratification and structures in that kilometers should be prepared for alignment
proposal.
8. For carrying out the above work expenses for the material stationary, labours,
technical staff, surveyinstrument, communication will be borne by the consultant /
contractor.
9. Consultant / contractor should submit the alignment proposal through proper channel
and get approval from appropriate competent authority. Any rectification suggested by
competent authority shall have to be carried out by consultant / contractor without any
extra payments.
Or As Directed by Engineer incharge

5.14.5 Mode of Measurement


Length shall be measured up to decimals of a kilometer on maps (by scale) and
rechecked on site, the minimum of two be considered for payment, on site , the
minimum of two be considered for payment. Measurement of Line Survey is Per Km.

5.14.6 Mode of Payment


The payment will be made on the basis of kilometer.

Contractor No of Corrections A.E.1 Executive Engineer


212

SECTION – 05
3.25 PROVIDING AND FIXING R.C.C BOUNDARY/ GUARD/ CHAINAGE
BLOCKS (item no CC 41)
3.25.1 DESCRIPTION OF ITEM:
Providing and fixing R.C.C Boundary / Guard / Chainage blocks of size 75x20x20
cm including excavation and fixing in a block of 45 x 45 x 45 in M- 15 concrete with
oil painting of two coats, lettering etc. complete, height of stone above GL 40 cm.

3.25.2 SCOPE OF WORK:

The work covered by this item shall consist of furnishing all materials, equipment
and labour for providing and fixing RCC Boundary / Guard / Chainage blocks
including excavation, concrete, painting and lettering as directed by Engineer in
charge and mentioned in item above.

3.25.3 MATERIALS:

The specification for materials required for concrete blocks and concrete shall be
same as described in specification of concrete work. The compressive strength of
concrete blocks shall be as per strength of concrete grade M20 as specified in the
specification of concrete. Steel reinforcement of 10mm dia.4 no. vertical and 6mm
dia. rings at 150mm c/c shall be embedded in concrete block. The size of concrete
block shall be as mentioned in the item above.

3.25.4 SEQUENCE OF EXECUTION

1. Fixing: The concrete shall be embedded in concrete for M15 grade and shall
confirm to the specifications given under section of concrete.
Any excavation necessary for fixing of concrete block and laying of cement
concrete bedding is included in the rate and shall be done by the contractor at his
cost.
2. Curing for concrete shall be done for at least seven days and shall be covered
with gunny bags as to have proper curing and kept continuously wet.
3. Exposed part of the block shall be given two coats of oil paintings, lettering as per
thedirections of Engineer in charge.

3.25.5 MODE OF MEASUREMENT AND PAYMENT.

The contractor shall be paid for one Boundary /Guard/ Chainage block inclusive of excava-
tion, concrete oil painting and lettering

Contractor No of Corrections A.E.1 Executive Engineer


213

DRAWING

213

You might also like