0 Tender Booklet
0 Tender Booklet
B-1 TENDER
------------------------------------------------------------------------------------
Name of Work- Survey for Dam Alignment, Submergence area, &Trial
Pits, Trial bores and Preparation of DPR for
Proposed M. I. Tank at Devsane (Wagdevpada),
Tal. Dindori, Dist. Nashik.
CHIEF ENGINEER
WATER RESOURCES DEPARTMENT
NORTH MAHARASHTRA REGION NASHIK
--------------------------------------------------------------------------------------
Superitending Engineer & Administrator ,
Command Area Development Authority, Ahmednagar
--------------------------------------------------------------------------------------
EXECUTIVE ENGINEER
MINOR IRRIGATION DIVISION, NASHIK
INDEX
NAME OF WORK:- Survey for Dam Alignment, Submergence area, & Trial
Pits,Trial bores and Preparation of DPR for Proposed M. I. Tank at
Devsane (Wagdevpada), Tal. Dindori, Dist. Nashik.
Name of work:- Survey for Dam Alignment, Submergence area, & Trial
Pits,Trialbores and Preparation of DPR for Proposed M. I.
Tank at Devsane (Wagdevpada), Tal. Dindori, Dist. Nashik..
CERTIFICATE
and We have gone through each and every page of Draft Tender Documents and
satisfied with same. There is no blank space, omission or any discrepancy left in the
Draft Tender Documents.
All Calculations are arithmetically and all specifications are technically correct. All
accounts related subjects of the DTP are checked as per latest Government
Resolutions.
Executive Engineer
Minor Irrigation Division Nashik.
SECTION – I
--------------------------------------------
DISCLAIMER
eemid.nashik@gmail.com )
7)
GOVERNMENT OF MAHARASHTRA
WATER RESOURCES DEPARTMENT
Godavari Marathwada Irrigation Development Corporation, Aurangabad
EXECUTIVE ENGINEER, MINOR IRRIGATION DIVISION, NASHIK
Sinchan Bhavan, Trimbak Road, Nashik-422002.
(Phone No.(0253)- 2315485 / Email ID : eemid.nashik@gmail.com)
E-TENDER NOTICE NO. FOR 2022-23
Online E-Tenders in B-1 form for the following works are invited by Executive Engineer, Minor
Irrigation Division, Nashik the Nashik District Unemployed Engineers registered in class V A &
Above with Government of Maharashtra, Public Works Department. To know about Tender Notice
& other details, please visit to http://mahatenders.gov.in . The Executive Engineer, Minor
Irrigation Division, Nashik reserves all rights of rejecting any or all tenders without assigning any
reason. Conditional tender will not be accepted.
Sr Name of work Estimated Time limit for Earnest Cost of
No. cost in (Rs.) completion Money Blank
(months) in (Rs.) tender
form (Rs.)
1 Survey for Dam Alignment,
Submergence area, & Trial
Pits,Trialbores and Preparation of
DPR for Proposed M. I. Tank at
Devsane (Wagdevpada), Tal.
Dindori, Dist. Nashik..
Note:- 1. Tender fees and EMD to be paid via “Online gateway payment mode” only.
2. Right to reject any or all Tenders without assigning any reason is reserved by the
undersigned.
3. The tender document Fee and EMD to be paid via online Payment Gateway mode only.
EMD exempted Certificate shall be not be accepted.
4. The competent authority reserves all rights of rejecting any or all tenders without assigning
any reason.
E-Tender Process
Sr Water Resources Dept. Stage Contractors Date & Date & Envelope
No. Stage Time from Time to
1 To publish the E-Tender -- --
Note:-
2. The tender document Fee and EMD to be paid via online Payment Gateway mode only.
EMD exempted Certificate shall be not be accepted.Tender fee & E.M.D. must be
paid bidders own bank A/c
3. The Bid will remain valid for 60 days from the date of opening of envelope no.2
financial/commercial Bid.
4. As per on line Tender Schedule at the time of tender opening contractor or his
representive must be present or else no compliant will be entairtend
5. The Government of Maharashtra reserves the right to reject any or all tenders without
assigning any reason thereof or to get the clarification on the queries, (if any). Right to
revise or amend this notice ane or the Bid Documents fully or Partly, prior to the last date
notified for submission of offers or on any subsequent date is reserved by the Government.
6 It shall be binding for all contractors to inspect the work site, quarry area and
other important site location before filling the tender.
7 The Officers calling for the tender have fix 3 (Three) site location for Geo-Tagging
for effective site visit. 1) vagdevpada 2) Bhanwad 3) Devsane
8 . During the periods 5 Working days before tender closing date from Dt 24.03.2023 to
28.03.2023 for the site visit to carry out the procedure of Geo-Tagging effectively. For convenience
Geo –tagging locations Latitude & longitude as below-
1) vagdevpada Latitude - 20º 41’ 18” N, Longitude - 73º 68’ 74” E
9 The contractor himself or his Authorized Representative shall carry out Geo-Tagging and
shall submit authority letter. The authority letter duly attested with Date and Time of the site
visit.
10 The contractor shall submit Form- 8(a) And Geo-Tagging photo in Envelope No. 1 of the
tender. Without Geo-Tagging the tender will not be considered.
11 No pre- bid conference will be held. If the contractor has any queries, he should ask online
last date of submission of tender. E-mail eemid.nashik@gmail.com.
Address for Correspondence:- Office of the Executive Engineer, Minor Irrigation Division,
Nashik. Sinchan Bhavan,Trimbak Road, Nashik Pin-422002. Telephone-0253-2315485.
Sd/-
Executive Engineer,
Minor Irritation Division
Nashik.
1.2 All tenderers are cautioned that tenders containing any deviation from the contractual
terms and conditions, specifications or other requirements and conditional tenders will
be treated as non responsive. The tenderer should clearly mention in forwarding letter
that his offer (in envelope No. 1 & 2) does not contain any conditions, deviations from
terms and conditions stipulated in the tender.
1.3 Tenderers should have valid Class II/III Digital Signature Certificate (DSC) obtained
from any Certifying Authorities. In case of requirement of DSC, interested Bidders
should go to https://mahatenders.gov.in/ and follow the procedure mentioned in the
document ‘Information about DSC (Digital Sigining Certificate)’.
1.4 For any assistance on the use of Electronic Tendering System, the Users may call
the numbers given on ‘Contact us’ page of website
1.5 Tenderers should install the Mandatory Components available on the ‘Downloads’
Page of https://mahatenders.gov.in/ and make the necessary Browser Settings
provided under section ‘Bidders’ manual kit’.
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 Enroll under the section E-Tendering Toolkit for Bidders on the Home
Page of the Electronic Tendering System.
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 also to establish
the identity of the Contractor transacting o n 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.
on behalf of the Partnership Firm. The Partnership Firm has to authorize a specific
individual via an authorization certificate signed by a partner of the firm (and in case the
applicant is a partner, another partner in the same firm is required to authorize) to use
the digital certificate as per Indian Information Technology Act, 2000.
For information on the process of application for obtaining Digital Certificate, the
Contractors may visit the section Digital Certificate o n the Home Page of the Electronic
Tendering System.
In the uploadable document type of formats, the Contractors are required to select the
relevant document / compressed file (containing multiple documents) from the local
computer disk.
Notes :
a. The Contractors upload a single document or a compressed file containing multiple
documents against relevant unloadable option.
b. The Hashes are the thumbprint of electronic data and are based o n one–way
algorithm. The Hashes establish the unique identity of Bid Data.
c. The bid hash values are digitally signed using valid Class–II or Class–III Digital
Certificate issued any Certifying Authority. The Contractors are required to obtain
Digital Certificate in advance.
d. After the hash value of bid data is generated, the Contractors cannot make any
change / addition in its bid data. The bidder may modify bids before the deadline for
Bid Preparation and Hash Submission as per Time Schedule mentioned in the
Tender documents.
e. This stage will be applicable during both, Pre-bid / Post-qualification and
Financial Bidding Processes.
The Tendering Authority will first open the Technical Bid documents of all
Contractors and after scrutinizing these documents will shortlist the Contractors who are
eligible for Financial Bidding Process. The short listed Contractors will be intimated by
email.
Privacy P olicy
The Merchant respects and protects the privacy of the individuals that access the
information and use the services provided thro ugh them. Individually identifiable
information about the User is not willfully disclosed to any third party without first
receiving the User's permission, as covered in this Privacy Policy.
a) in order to comply with any valid legal process such as a search warrant, statute, or
court order, or available at time of opening the tender
b) if any of User’s actions on our website violate the Terms of Service or any of our
guidelines for specific services, or
c) to protect or defend Merchant’s legal rights or property, the Merchant’s site, or the
Users of the site or;
d) to investigate, prevent, or take action regarding illegal activities, suspected fraud,
situations involving potential threats to the security, integrity of Merchant’s
website/offerings.
6. Refund For Charge Back Transaction: In the event there is any claim for/ of charge
back by the User for any reason whatsoever, such User shall immediately approach
Merchant with his/ her claim details and claim refund from Merchant alone. Such
refund (if any) shall be effected only by Merchant via payment gateway or by means
of a demand draft or such other means as Merchant deems appropriate. No claims for
refund/ charge back shall be made by any User to the Payment Gateway Service
Provider(s) and in the event such claim is made it shall not be entertained.
7. In these Terms and Conditions, the term “Charge Back” shall mean, approved and
settled credit card or net banking purchase transaction(s) which are at any time
refused, debited or charged back to merchant account (and shall also include similar
debits to Payment Gateway Service Provider's accounts, if any) by the acquiring bank
or credit card company for any reason whatsoever, together with the bank fees,
penalties and other charges incidental thereto.
8. Refund for fraudulent/duplicate transaction(s): The User shall directly contact
Merchant for any fraudulent transaction(s) on account of misuse of Card/ Bank details
by a fraudulent individual/party and such issues shall be suitably addressed by
Merchant alone in line with their policies and rules.
9. Server Slow Down/Session Timeout: In case the Website or Payment Gateway
Service Provider’s webpage, that is linked to the Website, is experiencing any server
related issues like ‘slow down’ or ‘failure’ or ‘session timeout’, the User shall, before
initiating the second payment,, check whether his/her Bank Account has been
debited or not and accordingly resort to one of the following options:
i. In case the Bank Account appears to be debited, ensure that he/ she does not
make the payment twice and immediately thereafter contact Merchant via e-mail
or any other mode of contact as provided by Merchant to confirm payment.
ii. In case the Bank Account is not debited, the User may initiate a fresh
transaction to make payment. However, the User agrees that under no
circumstances the Payment Gateway Service Provider shall be held responsible
for such fraudulent/duplicate transactions and hence no claims should be raised to
Payment Gateway Service Provider No communication received by the
Payment Gateway Service Provider(s) in this regard shall be entertained by the
Payment Gateway Service Provider.
Limitation of Liability
2. Merchant and/or the Payment Gateway Service Providers shall not be liable for
any inaccuracy, error or delay in, or omission of (a) any data, information or
message, or (b) the transmission or delivery of any such data, information or
message; or (c) any loss or damage arising from or occasioned by any such
inaccuracy, error, delay or omission, non-performance or interruption in any such
data, information or message. Under no circumstances shall the Merchant and/or
the Payment Gateway Service Providers, its employees, directors, and its third
party agents involved in processing, delivering or managing the Services, be
liable for any direct, indirect, incidental, special or consequential damages, or any
damages whatsoever, including punitive or exemplary arising o ut of or in any way
connected with the provision of or any inadequacy or deficiency in the provision of
the Services or resulting from unauthorized access or alteration of transmissions of
data or arising from suspension or termination of the Services.
3. The Merchant and the Payment Gateway Service Provider(s) assume no liability
whatsoever for any monetary or other damage suffered by the User o n account of:
i) the delay, failure, interruption, or corruption of any data or other information
transmitted in connection with use of the Payment Gateway or Services in
connection thereto; and/ or
ii) any interruption or errors in the operation of the Payment Gateway.
4. The User shall indemnify and hold harmless the Payment Gateway Service
Provider(s) and Merchant and their respective officers, directors, agents, and
employees, from any claim or demand, or actions arising out of or in connection
with the utilization of the Services.
The User agrees that Merchant or any of its employees will not be held liable by the
User for any loss or damages arising from your use of, or reliance upon the
information contained o n the Website, or any failure to comply with these Terms and
Conditions where such failure is due to circumstance beyond Merchant’s reasonable
control.
Miscellaneous Conditions :
1. Any waiver of any rights available to Merchant under these Terms and Conditions
shall not mean that those rights are automatically waived.
2. The User agrees, understands and confirms that his/ her personal data including
without limitation details relating to debit card/ credit card transmitted over the
Internet may be susceptible to misuse, hacking, theft and/ or fraud and that
Merchant or the Payment Gateway Service Provider(s) have no control over such
matters.
3. Although all reasonable care has been taken towards guarding against unauthorized
use of any information transmitted by the User, Merchant does not represent or
guarantee that the use of the Services provided by/ thro ugh it will not result in theft
and/or unauthorized use of data over the Internet.
4. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and
associates shall not be liable, at any time, for any failure of performance, error,
omission, interruption, deletion, defect, delay in operation or transmission,
computer virus, communications line failure, theft or destruction or unauthorized
access to, alteration of, or use of information contained on the Website.
5. The User may be required to create his/ her own User ID and Password in order to
register and/ or use the Services provided by Merchant on the Website. By
accepting these Terms and Conditions the User agrees that his/ her User ID and
Password are very important pieces of information and it shall be the User’s own
responsibility to keep them secure and confidential. In furtherance hereof, the User
agrees to;
i. Choose a new password, whenever required for security reasons.
ii. Keep his/ her User ID & Password strictly confidential.
iii. Be responsible for any transactions made by User under such User ID
and Password.
The User is hereby informed that Merchant will never ask the User for the User’s
password in an unsolicited pho ne call or in an unsolicited email. The User is
hereby required to sign out of his/ her Merchant account on the Website and close
the web browser window when the transaction(s) have been completed. This is to
ensure that others cannot access the User’s personal information and
correspondence when the User happens to share a computer with someone else
or is using a computer in a public place like a library or Internet café.
Personal Information
3. The User agrees that, to the extent required or permitted by law, Merchant and/ or the
Payment Gateway Service Provider(s) may also collect, use and disclose
personal information in connection with security related or law enforcement
investigations or in the co urse of cooperating with authorities or complying with legal
requirements.
4. The User agrees that any communication sent by the User vide e-mail, shall imply
release of information therein/ therewith to Merchant. T he User agrees to be
contacted via e-mail on such mails initiated by him/ her.
5. In addition to the information already in the possession of Merchant and/ or the
Payment Gateway Service Provider(s), Merchant may have collected similar
information from the User in the past. By entering the Website the User consents to
the terms of Merchant’s information privacy policy and to our continued use of
previously collected information. By submitting the User’s personal information to us,
the User will be treated as having given his/her permission for the processing of the
User’s personal data as set out herein.
6. The User acknowledges and agrees that his/ her information will be managed
8 The offer of the Contractor shall remain valid for acceptance for a minimum period of
75 days from the date fixed for opening of Envelope No. 2 ( Main Tender) and thereafter
until it is withdrawn by the Contractor by notice in writing duly addressed to the
authority opening the tender and sent by Registered Post Acknowledgement Due.
11 The tender if firm or company shall in their forwarding letter mention the names of
all the partners of the firm or the company ( as the case may be) and the name of the
partner who holds the power attorney if any, authorizing him to conduct transaction on
behalf of the Firm or Company.
12 Right is reserved to revise or amend the contract documents fully or part
thereof prior to the date notified for the last date of receipt of tender. Such
deviations/ amendments if any, shall be communicated in the form of corrigendum or by a
letter as may be considered suitable.
13 The Tenderer shall enter his percentage rates in words and figures " below / above"
In case there is difference between percentage written in figures and words, the lower
offer will be taken as final. No pages should be removed from, added in or replaced in the
Tender.
14 Right is reserved to reject any or all tenders without assigning any reason thereof.
15 Tenders which do not fulfill all or any conditions or are incomplete in any respect
are liable to summary rejection.
16 The Tenderer may, in the forwarding letter, mention any points he may wish to make
clear but right is reserved to reject the same or the whole of the tenders if the same
become conditional tender thereby .
SECTION – II
--------------------------------------------
FOR TENDER
DETAILS OF WORKS
Name of work:- Survey for Dam Alignment, Submergence area, & Trial
Pits,Trial bores and Preparation of DPR for Proposed M. I. Tank at
Devsane (Wagdevpada), Tal. Dindori, Dist. Nashik
CONTENTS OF FORM
FROM TO
General Conditions Sheet
Form B-1 Sheet
Schedule “A" Sheet
Schedule "B" Sheet
Appendix Sheet
Special Conditions Sheet
Item wise specifications Sheet
Plans. Nos.
I / We have quoted my our rates against each item in words as well as in figures &
amount have been worked out I / We further undertake to enter in to contract in
regular-B-1 From in with Irrigation Department.
TENDER NOTICE
A. Sealed Percentage rate tenders in B-1 from are invited from the Nashik District
Unemployed Engineers registered with the Government of Maharashtra in Class V
A & Above .
B. appropriate Class as per Govt G.R. date. Category only for the work as detailed
below.
Name of work:- Survey for Dam Alignment, Submergence area, & Trial Pits,trial
bores and Preparation of DPR for Proposed M. I. Tank at
Devsane (Wagdevpada), Tal. Dindori, Dist. Nashik.
.
b. Each tender shall accompanied by earnest money Via online gateway payment
mode only in the prescribed form in favor of Executive Engineer, Minor
Irrigation Division Nashik.
c. Tenders will be submitted through online e-tender process only As per Key
dates shedule and will be opened on the same day if possible. The offer will
remain valid for a period of 60 days from the date of receipt of the tender and
there after until it is withdrawn in written by the tenderer.
d. Right is reserved of reject any item of the tender or a tender or all the tenders
without assigning any reason therefore. Decision for acceptance or rejection will
rest with the competent authority.
f. The tenderer are requested to read carefully all the instructions mentioned in
detailed tender notice, while submitting their tender in E-Tender online System.
They should also be very careful regarding the documents to be submitted in the
envelopes. Non observance of the things may result in rejecting the tender.
1. Sealed Percentage rate tenders B-1 form are invited from the Nashik District
Unemployed Engineers registered with the Government of Maharashtra, in Class
5A & Above for the Survey for Dam Alignment, Submergence area, & Trial Pits,
trial bores and Preparation of DPR for Proposed M. I. Tank at Devsane
(Wagdevpada), Tal. Dindori, Dist. Nashik
1. .Estimated Cost (Approximately) : Rs. 2314321/-
2. Earnest Money Rs 23150/-
3. Security Deposit Rs 46300/- 2% Against Tender Cost
4. Time Limit : 6 Calendar Months.
5. Date of issue of blank tender forms: From : 23/03/2023 to 06/04/2023
6. Last date and time of receipt of tender : As per Key Dates Shedule
Blank tender forms can be obtained from the web site of https://mahatenders.gov.in
under tender head. Blank tender forms can be purchased on the payment of Tender Fee Rs.
2,000/- (Two Thousand Rs. only) + GST Non refundable Via online gateway payment
mode only in favour of Executive Engineer,Minor Irrigation Division Nashik Only prior to
downloading tender documents per the Tender Schedule .payment by a cheque will not be
accepted.
gateway payment mode only in the prescribed form, in favour of the Executive
Payment of earnest money without which the tender will not be considered. As
per Govt. G.R. dt.24.02.2016 Earnest money exemption certificate will not be
acceptable.
9.00 Tender will be submitted through online only As per Key Dates Shedule and
will be opened on the same day if possible. The offer will remain valid for a period of 60
days from the date of opening of tender until it is withdrawn by the contractor, by notice
10.00 Right is reserved to reject any item of the tender or a tender or all the tenders
without assigning any reason therefore. Decision for acceptance or rejection will rest
with the Superintending Engineer & Administrator, Command Area Development
Authority, Ahmednagar.
12.00 QUARRIES:-
A) In the event of difficulties in getting land ear-marked for quarry site or due to
inadequate quantity of materials as actually obtained at these quarry sites the Engineer
may direct the contractor to obtained material from quarry sites other than those shown
in the quarry chart attached to the tender (Which should be insisted upon if wanting).
the average lead in respect of these new quarry area shall as far as possible be kept
the same at least for the quarry areas shown in the quarry chart. However no claim on
account of variation in the up to one extra kilometer shall be entertained. Borrow areas
will be provided by Government.
B) When the Fresh Quarry sites are likely to involve average lead which would be
more than the shown in the quarry chart by one kilometers or more the fresh quarry
site will be approved by the Executive Engineer and the matter will be referred to the
Superintending Engineer who would inspect the quarry and approve the modified
location of the quarry site after ascertaining that no other site with lesser average lead
is available.
9.1 The tenderer shall be presumed to have carefully examined all documents,
forms, statements, special conditions, schedules, drawings, general conditions and
specifications of contract and to have fully acquainted themselves with all the details of
site labour conditions and in general with all necessary information and date etc.
pertaining to and needed for the work.
9.2 The tenderer should see in particular the quarry sites and satisfy themselves
about the quantity of the material available as the rates quoted will be inclusive of all
leads and lifts involved in bringing the materials from the quarry areas as shown in the
10. ROYALTIES :- All quarry fees, royalties, octroi dues and ground rent for
stacking materials, if any, shall be paid by the contractor. (As per Revenue and Forests
Department Notification
If the cement procured by the contractor (To be filled by the contractor for work costing
more than Rs. 50.00 Lakhs) Rs................/Bag.
11.00 PREFERENCE :-
Preference will be given to those contractors who have previous experience of such
type of large works and who have necessary machinery with them.
ii) The tenderers are requested to read carefully all the instruction mentioned in
para 15 while submitting their tenders in T-1 & C-1 two envelope system. They should
also be very careful regarding the documents to be submitted in the envelopes. Non
observance of these things may results in rejecting the tender. Tenders which do not
fulfil any of the conditions of notifications and general rules and directions for the
guidance, the contractors on page 1 of agreements form (printed B-1 form) or are
incomplete in any respect at liable to be rejected without assigning any reason there of.
14.a) The tendered should quote percentage below or above both in words and
figures. No alteration in the form of the tender and in the schedule of quantities and no
addition in the form of special stipulation will be permitted. No change in the units shall
be allowed. The rates quoted in tender shall be taken as applying to all conditions of
weather and the rates quoted will be inclusive of all taxes if any.
b) Tendered percentage below or above shall be written at the appropriate place
in English or in Marathi in ink both in words and figures. In
Case the percentage expressed in words differs from that expressed in figures, the
general in the tenderer documents. Every correction shall be made by crossing the pen
across the correct or required portion above. All corrections shall bear the dated initial
or the tenderer.
d) All pages of the tender documents, conditions, specifications and drawings etc.
shall be signed by the tendered with his full dated signature at the lower left hand
corner.
The tender shall contain the name, residence and place of business of
person/persons submitting the tender and each page of the tender documents
including drawings shall be signed by the tenderer with his full dated signature. Tender
by partnership firm shall furnish the full names of all authorized representative on
behalf of each partner followed by the name and designation of the person, signing. An
attested copy of the partnership deed shall be furnished along with the tender. Tender
by companies shall be signed with the legal name of the company and signed by the
Witnesses and sureties shall be the persons of status and probity and their
names, occupations and address shall be stated below their signatures. All signatures
shall be dated.
15.00 TENDERING PROCEDURE :-
a) Blank Tender Forms:-
Blank tender forms can be obtained from the web site of
https://mahatenders.gov.in under tender head. Blank tender forms can be purchased on
the payment of Tender Fee Rs 2,000/- (Two Thousand Rs. only) +GST Non refundable Via
online gateway payment mode only in favour of Executive Engineer,Minor Irrigation
Division Nashik Only prior to downloading tender documents per the Tender Schedule
.payment by a cheque will not be accepted.
opportunity to obtain clarifications regarding the work and the tender conditions.
ii) The prospective tenderers are free to ask for any additional information or
clarification either in writing or orally and the reply to the same will be given by the
Chief Engineer, Waters Resources Department, North Maharashtra Region,
Nashik./Superintending Engineer & Administrator, Command Area Development
Authority, Ahmednagar. in writing and this clarification referred to as common set of
conditions shall form part of tender documents and which will also be common and
applicable to all tenders.
iii) The tender submitted by the tenderer shall based on the clarification,
additional facility issued (if any) by the Department, and this tender shall be
unconditional, tenders will summarily rejected.
iv) All tenderers are cautioned that the tenders containing any deviation from
.f Details of work of similar type and magnitude carried out by the contractor, (in Statement
No.II)
g
Affidavit on Stamp paper Marathi or English worth Rs.500/- (Information to be given in
Performa Marathi on Page No.44 & Performa English on Page No.45)
h The tenderer shall submit the scanned copy of non-judicial stamp paper of Rs.500/-
on agreement in the form of Appendix "J" .
i Contractor shall submit Geo-Tagging Photography in Envelope No.- 1 and self attested
authority letter in Form- 8 (A), without which the tender will not be considered
All the documents from Sr. No. a to i shall be uploaded by contractor in Envelope
No.1 correctly and completely otherwise his Envelope No. 2 will not be opened. Even
though the Bidders meet the above qualifying criteria, they are subject to be
disqualified if they have made. Misleading or false representations in the
Statements, attachments submitted in proof of the qualification requirements.
And / or
Record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures etc.
16.2. C-1:- Commercial Bid (Part- II Stage)
Commercial Bid shall contain, Volume No.1 commercial Booklet,
containing section 1 to IV fully filled and digitally signed by contractor document
in which PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS – B-1
TENDER FORM, UNDER HEAD TENDER FOR WORKS is incorporated. Also
this volume No.1 booklet shall contain.
indirectly in Envelope No.1, failing which the Envelope No.2 shall not be opened
and his tender shall stand rejected. The contractor shall quote for the work as
per details given in the main tender and also based on the common set of
conditions issued / additional stipulations made by the Corporation as informed
to him by a letter from the Superintending Engineer, of the office as given in
Annexure ‘A’ of this Section after pre-tender conference. This tender shall be
unconditional. Documents, as required in clause 9 ( I to V ) of this Detailed
Tender Notice, if applicable, shall also be included.
B) SUBMISSION OF TENDER :-
The documents in form of envelop No1 i.e. T1 and Envelope No.2 i.e. C.1 is to be
submitted only through online e-tendering portal and no Physical summation will be
accepted in person or by post.. Due date and time for receipt of envelope containing
tender shall strictly apply in all cases. The tenderers should ensure that their tender is
received by the Officer, as stated in Annexure ‘A’, before the expiry of the date and
time. No delay on account of any cause will be entertained for the last receipt of tender.
Tender offered or received after the stipulated date and time is over, will either not be
accepted or if inadvertently accepted, will not be opened and shall be returned to the
tenderer unopened.
TENDERED RATE :-
The Tenderer should quote his offer in the form of percentage at appropriate place
BOQ in the portal, in figures only in English. The words will be generated automatically
from the entered figures, by the software to be installed by the tenderer.
16.3 OPENING OF TENDERS:-
Tenderer/Bidder shall quote his “OFFER IN THE SYSTEM GENERATED
FORMAT “ For on line Evaluation purpose, in opening stage of bid.
16.4 TECHNICAL ENVELOPE (T-1)
Technical Envelope shall contain “Specification & Drawings” upload T-1
envelope with “Specification & Drawings”
3. The percentage above or below are not clearly mentioned both in figures
and words in ink of the tender documents.
4. The tenderer in the case of a partnership firm each partner there of does
not sign or the signatures is/are not attested by a witness of the tender in the
space provided for the purpose (or provisions of paragraph 14 (d) are not
complied with). In case of tender by companies it should be signed by the legal
name of the company and signed by the person authorised to bind it in the
matter.
5. Any erasures are made him in the tenderer.
6. All corrections and additions or pasted slips are not signed by the
tenderer.
0 % to 10 % 1
1.9.3 The Demand Draft shall be valid up to 3 months from the date of submission of the
tender. It should bear MICR and IFC code. Submit demand draft in office of the
Executive Engineer, Minor Irrigation Division, Nashik on the date specified in
schedule of opening financial envelop.
1.9.4 In case it is found that the documents/demand draft submitted by the tenderer are
false or misleading his earnest money shall be forfeited. Also the registration of the
tenderer shall be suspended for the period of 3 year. Additionally legal action may be
initiated against the tenderer.
1.9.5 The work order shall be given to the concerned tenderer after the clearance of the
Demand Draft submitted by him.
1.9.6 The amount of the performance security shall be refunded as per the G.R.No
Government of Maharashtra Water Resorces Department Mantralaya Mumbai–
30.11.2018 (i.e. within 3 months after successfully Completion of work).
if the contractor submitted P.S.D.in the from of B.G. its validity should be beyond one
month after completion of Defect liability period.
22. The successful tenderer should produced to the satisfaction of the competent
authority accepting the Tender a valid and valid and concurrent license issued in
his favour under the provisions of the contract labour (Regulation and Abolition)
Act 1970 and the Maharashtra contract labour (Regulation and abolition) Rule
1971 before starting the work. On failure to do so the acceptance of the tender
will be liable to the withdrawn and also the earnest money will be forfeited to the
Government.
23. As per Government of Maharashtra Irrigation Department circular No. Misc.
1997(S97) MPCP Mantralaya Mumbai Dt. 22/5/98.
In the case of possibility of excess execution of the quantities of several items.
Necessary proposals will be submit to competent authority for approval before
execution of work and the decision will be binding on the contractor.
24. The rates are inclusive of leads and lifts charges etc. of the construction material
and no claim in the regard will be entertained by the Department. The Contractor
will have to furnish necessary undertaking in this regard before issue of the work
order.
25. Contractor is banded to submit his yearly work programmed regarding item wise
quantities amount and other details regarding it month wise will be finalized by the
Executive Engineer before issue of work order and the same will be received at
the beginning of the financial year as per availability of the funds mutualy.
Income tax @ 2.00 % and surcharge thereon or at the rates amended from time to time as
intimated by competent Income tax authority shall be deducted from bill amount, whether
measured bills, advance payment or secured advance.
27. GST-:
The tender rates are inclusive of all taxes and cesses excluding and GOODS and
SERVICES Tax (GST).The bidder shall quote his offer considering all prevailing
taxes excluding GST.As per the guide lines laid down in the Government of
Maharashtra resolution No. Tender/ 0417/ . - 247/मो -1 Dated 22 May 2018 of
Water Resource Department, the provision made in Government Circular
No.Sankirna-2017/CR-121(Part- II) Building-2, Dated 19.9.2017 of PWD& the
For GST the TDS of @ 2.00 % and surcharge thereon or at the rates
amended from time to time as intimated by competent authority shall be deducted
from bill amount, whether measured bills, advance payment or secured advance
for GST.
28. Insurance:-
As per the Govt. Resolution No. FD/Insurance 1098/cess No. 28/98 dated
19/08/1998 and Director of Insurance Maharashtra, Mumbai letter dated 26/04/2005.
Contractor has to submit Govt. insurance policy before starting the work, failing to
which an amount equivalent to (1%) one percent of the tendered cost will be recovered
from the first Running Account Bill of this work.
Building & other Construction workers welfare cess @ 1% or at the rates amended
from time to time as intimated by the competent authority of Building and other
construction workers welfare Act, 1996 shall be deducted from bill amount, whether
measured bill, advance payment or secured advance.
30. The contractor whose tender is accepted is required to note that no foreign exchange
will be released by the Department.
31. The e-notice-inviting tender and any amendments to it shall form part of the tender
agreement.
32. The Tender Authority is interested to make payment of contractor’s bill through ECS –
N.E.F.T./R.T.G.S. system. For this purpose contractor should open his Bank
Account, having core banking facility only.( if possible)
I. If the tenderer is a firm or company, they should in their forwarding letter mention the
names of all partners together with the name of the person who holds the power of Attorney
authorizing him to conduct all transactions on behalf of the body, along with the tender.
II. The tenderer may in the forwarding letter mention any points he may wish to make clear
but right is reserved to reject the same or the whole of the tenders if the same become
conditional tender thereby.
III. The contractor or the firms tendering for the work shall inform the Department if they
appoint their authorized Agent on the work.
IV. No foreign exchange will be released by the dept. for the purchase of plants and machinery
for the work by the contractor.
V. Any dues arising out of contract will be recovered from the contractor as arrears of Land
Revenue if not paid amicably. Moreover, recovery of Government dues from the
contractors will be affected from the payment due to the contractor from any other
Government works under execution with them.
VI. All pages of tender document, conditions, specifications correction slips etc. shall be
initialed by the tenderer. The tender should bear full signature etc. shall be initialed by the
tenderer. Or his authorized power or Attorney holder in case of firm.
VII. The Successful tenderers will be required to produce to the satisfaction of the specified
concerned authority, a valid and concurrent license issued in his favor.
UNDERTAKING
I/We desire to completethis work for which I/We need extension of time limit up
to______
I/We am /are aware of the present financial problems of the Corporation and in
knowledge of the fact that timely payments towards the work executed by me/us are
not possible. I/We however desire to complete the above work by mobilizing our own
financial resources.
Notwithstanding anything contained in the tender documents of this work. I/We hereby
undertake as follows.
i) I/We not claim for any compensation for delayed payments of delay in execution of
this work for any reason whatsoever, executed by me/us in past as well as the work
that will be executed in future.
ii) It will be my/our responsibility to get information about availability of funds with the
corporation for the above work allotted to me as and accordingly arrange for the
labourers, construction materials and finance.
iii) This undertaking will be part and parcel of the B.1 Agreement Bearing
No.__________
6.3 If EMD/Security Deposit is in the form Any Nationalised /Schedule Bank Branch
I______________________________________age_______address__________
below:-
1. I am liable for action under Indian Penal Code for submission of any false /
2. I am liable for action under Indian Penal Code if during contract period and
defect liability period, any false information, false bill of purchases supporting
3. I am liable for action under Indian Penal Code if any paper are found false /
fraudulent during contract period and even after the completion of contract
(Signiture of Contractor)
(Seal of Company)
P.W. 287e
Corrected upto 3/06
FORM B-1
NAME OF WORK :- Survey for Dam Alignment, Submergence area, & Trial Pits,
Trial bores and Preparation of DPR for Proposed M. I. Tank at Devsane
(Wagdevpada), Tal. Dindori, Dist. Nashik.
.
This form will state the work to be carried out as well as the date for submitting and
opening tenders, and the time allowed for carrying out the work, also the amount of
earnest money to be deposited with the tender and the amount of security deposit to
be deposited by the successful tendered, and the percentage, if any, to be deducted
from bills. It will also, state whether a refund of quarry fees, royalties, dues and ground
rents will be granted. 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 Engineers
during office hours.
2. In the event of the tender being submitted by a firm, it must be signed by each partner
thereof, and in the event of the absence of any partner, it shall be signed on his behalf
by a person holding a power of attorney authorizing him to do so.
2.A i) The contractor shall pay along with the tender the sum of Rs.23150/- ( Rs.
Twentythree thousand one hundred fiftty only ) as and by way of earnest money
Via online gateway payment mode only in the prescribed form in favor of
Executive Engineer, Minor Irrigation Division Nashik. The paid amount of earnest
money shall not carry any interest what-so-ever.
ii) In the event of his tender being accepted, subject to the provisions of sub clause (iii)
below, the said amount of earnest money shall be appropriated towards the amount of
security deposit payable by him under conditions of General Conditions of Contract.
ii) If, after 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
Government, hereunder, or in law, Government shall be entitled to forfeit the full
amount of the earnest money deposited by him.
iii) 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 provisions of sub
clause (iii) above, be refunded to him on his passing receipt therefor.
Amended vide G.R.B. & C. Deptt’s No. CAT 1272/44277 – C, Dt. 3.3.1973.
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 a 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
for the firm.
4. Any person who submits a tender shall fill up the usual printed 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 one rate or
such percentage on all the estimated rates/ Schedule rates shall be named. Tenders
which propose any alteration in the works specified in the said form of invitation to
tender, or in the time allowed for carrying out the work, or which contain any other
conditions, of any sort will be liable to rejection. No printed form of tender shall include
a tender for more than one works but if contractors who wish to tender for two or more
works, they shall submit separate tender for each. Tenders shall have the name and
number of the work to which they refer, written outside the envelope.
5. The Executive Engineer/ Superintending Engineer or his duly authorized Assistant shall
open tenders in the presence of contractors who have submitted tenders or their
representatives who may be present at the time, and he will enter the amounts of the
several tenders in a comparative statement in a suitable form. In the event of a tender
being accepted, the contractor shall for the purpose of identification, sign copies of the
specifications and other documents mentioned in Rule 1. In the event of tender being
rejected, the competent officer shall authorize the Treasury Officer concerned to refund
the amount of earnest money deposited to the contractor making the tender, on his giving
a receipt for the return of the money.
6. The officer competent to dispose of the tenders shall have the right of rejecting all or
any of the tenders.
7. No receipt for any payment alleged to have been made by a contractor in regard to
any matter relating to this tender or the contract shall be valid and binding on
Government unless it is signed by the Executive Engineer.
9. All works shall be measured net by standard measure and according to the rules and
customs of the Irrigation Department / Public works Department without reference to
any local custom.
10. Under no circumstances shall any contractor be entitled to claim enhanced rates for
items in this contract.
12. The measurements of work will be taken according to the usual methods in use in the
Irrigation Department / Public Works Department and no proposals to adopt alternative
methods will be accepted. The Executive Engineer decision as to what is the usual
method in use in the Irrigation Department / Public Works Department will be final.
12 (a) The contractor shall give a list of machinery in their possession and which they propose
to be used on the work.
12 (b) The contractors will have to construct shed for storing controlled and valuable materials
issued to him under Schedule “A” of the agreement, at the work site, having double
locking arrangement. The materials will be taken for use in the presence of the
Departmental person. No materials will be allowed to be removed from the site of
works.
13 (a) If Government Machinery is available and the contractor desired to have it for work on
the project it may be hired to him subject to the rules and hire charges that may be laid
down by the Government from time to time during the currency of tender.
13 (b) No security deposit will be taken from the contractor, so long as the machinery is
worked by the department staff and under the entire control of department and is not
handed over to the contractor at all for operation on work by his crew and staff and the
charges for the use of machinery are levied on plant hour basis.
13 (c) The machinery should be worked only where the departmental staff is confident to use
it safely and never in difficult situation and dangerous spots.
13 (d) The recovery of plant hour charges will be immediately made through the next R.A.Bills.
14. Every tenderer shall furnish a declaration along with the tender showing all works for
which he has already entered into contract, and the value of work that remains to be
executed in each case on the date of submitting the tender.
15. Every tenderer shall submit along with the tender, information regarding the income-
tax circle or ward of the district in which he is assessed to income tax, the reference to
the number of assessment and the assessment year, and a valid Income Tax
clearance certificate.
16. In view of the difficult position regarding the availability of foreign exchange no foreign
exchange would be released by the Department for the purchase of plant and
machinery for the execution of the work contracted for.
17. The successful tenderer 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, 1973) before starting work, failing
which acceptance of the tender will be liable for withdrawal and earnest money will be
forfeited to Government.
(Occupation)
The above tender is hereby accepted by me for and on behalf of the Governor of Maharashtra
CONDITIONS OF CONTRACT
Clause 1 – The person/persons whose tender may be accepted Security
(hereinafter called the contractor, which expression shall unless excluded deposit
PWD
by or repugnant to the context include his heirs, executors, administrators, Resolution
and assigns) shall (A) within 10 days (which may be extended by the No. CAT/
1087/ CR-94
Superintending Engineer concerned up to 15 days if the superintending /Bldg –2, Dt.
Engineer thinks fit to do so ) of the receipt by him of the notification of the 14/6/89.
acceptance of his tender deposit with the Executive Engineer in cash or
Govt. securities endorsed to the Executive Engineer (if deposited for more
than 12 months) of sum sufficient which will make up the full security
deposit specified in the tender or (B) (Permit Government at the time of
making any payment to him for work done under the contract to deduct
such sum as will. Amount to *-----------percent of all money so payable such
deductions to be held by Government by way of security deposit) Provided
always that in the event of the contractor depositing a lump sum by way of
security deposit as contemplated at (A) above, then and in such case, if the
sum so deposited shall not amount to 2%----------percent of the total
estimated cost of the work, it shall be lawful for Government at the time of
making any payment to the contractor for work done under the contract to
make up the full amount of 2% -- percent by deducting a sufficient sum
from every such payment as last aforesaid until the full amount of the
security deposit is made up. All compensation or other sums of money
payable y the contractor to Government 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 therefrom, or from any sums which may
be due or may become due by Government 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/ sale as aforesaid, the contractor shall, with in 10 days thereafter,
make good in cash or Government 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 cash may, at the cost of the depositor, be converted into interest
bearing securities provided that the depositor has expressly desired this in
writing.
For any work therefor 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 Government 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
Government 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 three courses mentioned in
clause (a), (b) or (c) is adopted by the Executive Engineer, the contractor
shall have no claim 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 advance on account of or with a view to
the execution of the work or the performance of the contract.
Clause 4 – If the progress of any particular portion of the work is Action when the
progress of any
unsatisfactory the Executive Engineer shall notwithstanding that the particular
general progress of the work is in accordance with the conditions portion of the
mentioned in clause 2, be entitled to take action under clause 3 (b) after
work is
unsatisfactory.
giving the contractor 10 day’s notice in writing. The contractor will have no
claim for compensation, for any loss sustained by him owing to such action.
Clause 5 – In any case in which any of the power conferred upon the
Executive Engineer by clause 3 and 4 hereof shall have become Contractor
remains liable
exercisable and the same shall not have been exercised the non-exercise
to pay
thereof shall not constitute a waiving of any of the conditions hereof and compensation if
such powers shall notwithstanding be exercisable in the event of any future action not
taken under
case of default by the contractor for which under any clause hereof he is
clauses 3 and 4
declared liable to pay compensation amounting to the whole of his security
deposit and the liability of the contractor for past and future compensation
shall remain unaffected.
Payment at Clause 9 – The rates for several items of work estimated to cost more
reduced rates on than Rs. 1000 agreed to within, shall be valid only when the item
account of items of
concerned is accepted as having been completed fully in accordant
work not accepted
as completed to be with the sanctioned specifications. In cases where the items of work
at the discretion of are not accepted as so completed by the Engineer-in-charge may
the Engineer-in-
make a payment on account of such items at such reduced rates as
charge
he may consider reasonable in the preparation of final or on account
bills.
Clause 11 – The contractor shall submit all bills on the printed forms to be Bills to be on
had on application at the office of the Engineer-in-charge. The charges to
printed forms
be made in the bill shall always be entered at the rates specified in the
tender or 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
here-in-after provided for such work.
Clause 12 – If the specification or estimate of the work provides for the use
of any special description of material to be supplied from the store of the Stores supplied
Dept. store or if it is required that the contractor shall use certain stores to by Government
be provided by the Engineer-in-charge (such material and stores and the
process to have charged therefor as hereinafter mentioned being so far as
practicable for the convenience of the contractor but not so as in any way to
control the meaning or effect of this contract specified in the schedule or
memorandum hereto annexed.) the contractor shall be supplied with such
materials and stores as may be required from time to time to be used by
him for the purpose of the contract only. And value of the full quantity of the
materials and stores so supplied shall be set off or deducted from any sums
then due, or thereafter to become due to the contractor under the contract,
or otherwise, or from the security deposit or the proceeds of sale thereof if
the security deposit is held in Government securities, the same or a
sufficient portion thereof shall in that case be sold for the purpose. All
materials supplied to the contractor shall remain the absolute property of
Government and shall on no account be removed from the site of the work,
and shall at all times be open for inspection be the Engineer-in-charge. Any
such materials unused and in perfectly good condition at the time of
completion or termination of the contract shall be returned to the
Departmental store if the Engineer-in-charge so requires by a notice in
writhing given under his hand but the contractor shall not be entitled to
refinery such materials except with consent of the Engineer-in-charge and
he shall have no claim for compensation on account of any such material
supplied to him as aforesaid but remaining unused by him or for any
wastage in or damage to any such materials.
If the additional or altered work for which no rate is entered in the schedule
of Rates of he Division is ordered to be carried out before the rates are
agreed upon, then the contractor shall within seven days of the date of
receipt by him of the order to carry out the work, inform the Engineer-in-
charge of the rate which it is his intention to charge for such class of work.
And if the Engineer-in-charge does not agree to this rate he shall by notice
in writing be at liberty to cancel his order to carry out such class of work
and arrange to carry out in such manner as he may consider advisable
provided always that if the contractor shall commence work or incur any
expenditure in regard thereto before the rates shall have been determined
as lastly herein before mentioned, then in such case he shall only be
entitled to be paid in respect of the work carried out or expenditure incurred
by him prior to the date of the determination or the rate as aforesaid
according to such rate or rates as shall be fixed by the Engineer-in-charge.
In the event of a dispute the decision of Superintending Engineer of the
Circle will be final.
Where, however, the work is to be executed according to the designs,
drawings and specifications, recommended by the contractors and
accepted by the competent authority the alterations 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 Extension of
time
proportion that increase in its cost occasioned by alterations or additions
inconsequence
bears to the cost of the original contract work, and the certificate of the of additions or
Engineer-in-charge as to such proportion shall conclusive. alterations
( B & C deptt’s No. CIR-MEMO-No. 1268/59382-Q dt. 14/31974)
(i) any total stoppage of work on notice from Engineer under Sub clause
(1) in that behalf
The Government shall thereafter take over the material so offered, provided
the quantities offered, are not in excess of the requirement of the unexecuted
work as specified in the accepted tender and are of quality and specifications
approved by the Engineer
No claim to Clause 15 A – The contractor shall not be entitled to claim any compensation
compensation from Government for the loss suffered by him on account of delay by
on account of
loss due to Government in the supply of materials entered in Schedule A where such
delay in supply delay is caused by –
of material by (i) Difficulties relating to the supply of railway wagons.
Govt.
(ii) Force major.
(iii) Act of God.
(iv) Act of enemies of the State or any other reasonable cause
beyond the control of Government.
In the case of such delay in the supply of materials, Government shall grant
such extension of time of the completion of the work as shall appear to the
Executive Engineer to be reasonable in accordance with the circumstances
of the case. The decision of the Executive Engineer as to the extension of
time shall be accepted as final be the contractor.
Time limit for
unforeseen
claims Clause 16 – Under no circumstance whatever shall the contractor be entitled
to any compensation from Government 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.
Clause 21 – The contractor shall supply at his own cost all material (except Contractor to
such special materials if any as may in accordance with the contract, be supply plant,
ladder,
supplied from the ------------------------------ stores ) plant, tools, appliances, scaffolding etc.
implements, ladders, cordage, tackle, scaffolding and temporary works
requisite or proper for the proper execution of the work, whether, in the
original, altered or substituted forming part of the contract or referred to in
these conditions or not and which may be necessary for the purpose of And is liable for
satisfying or complying with the requirements of the Engineer-in-charge as damages
to any matter as to which under these conditions he is entitled to be satisfied arising from
non provisions
of which he is entitled to required together with the carriage therefor to and of light fending
from the work. The contractor shall also supply without charge the requisite etc.
number of persons with the means and materials necessary for the purpose
of setting out works and 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 be 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 necessary fencing and lights required to
protect the public from accident and shall also be bounds to bear the
expenses of defense of every suit, action or other legal proceeding, that may
a) Suitable scaffolds shall be provided for workmen for all works that
can not safely done from ladder or by other means.
i. be of sound material
d) Scaffolds shall not over loaded and so far as practicable the load
shall be evenly distributed.
(n) The contractor(s) will have to make payment to the laborers as per
Minimum Wages Act 1948 applicable to zone on accordance to the
orders issued in Govt. P.W.D. G.R.No. MWA –10, dt. 5/12/58, Any
change in types of Zone shall not entitle the contractor any claims
(d) Every Chain, ring, hook, shackle, swivel and pulley block used in
hoisting or lowering materials or as a means of suspension shall be
periodically examined.
(g) In the case of every hoisting machine and of every chain, ring,
hook, shackle, swivel, pulley block used in hosting or lowering or as
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 the case of hoisting machine having a variable safe working load,
each safe working load & the conditions under which it is applicable
shall be clearly indicated.
(l) Hosting appliances shall be provided with such means as will reduce to
minimum the risk of the accidental descent of the load.
Clause 22 – The contractor shall not set fire to any standing jungle,
Measure for
trees, brushwood or grass without a written permit from the Executive prevention of
Engineer. fire.
When such permit is given, and also in all cases when destroying cut
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.
Work on Sunday Clause 25 – No work shall be done on a Sunday without the sanction
in writing of the Engineer-in-charge.
Work not to sublet Clause 26 – The contract shall not be assigned or sublet without the
written approval of the Engineer-in-charge. And if the contractor shall
Contractor may be assign or sublet his contract, or attempt so to do, or become insolvent
rescinded any or commence any proceeding to get himself adjudicated and insolvent
security deposit or make any composition with his creditors, or attempt so to do or if
forfeited for
subletting it bribe, gratuity, gift, loan, perquisite, regard or advantage, pecuniary or
without approval otherwise, shall either directly or indirectly be given, promised or
or for bribing a
offered by the contractor or any of his servants or agents to any public
public officer or if
contractor becomes officer or person in the employ of Government in any way relating to
insolvent. his officer 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 be absolutely at the disposal of Government 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 therefor actually
performed under the contract.
Sum payable be way
of comp-ensation to
be considered as
reasonable comp-
ensation with out
reference to actual
loss
(2) 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. 10 Lakhs (Rs. Ten Lakhs). (b) Amount of claim is not less than Rs.
1.00 Lakh (Rupees one Lakh)
(3) 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 concerned
Secretary, Public Works Department/ Irrigation Department who if
convinced that prima facie 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
Stores of European Clause 31 – The contractor shall obtain from the Departmental stores,
or American
all stores and articles of European or American manufacture which
manufacture to be
obtained from the may be required for the work, or any part thereof or in making up any
Government articles required therefor or in connection therewith unless he has
obtained permission in writing from the Engineer-in-charge to obtain
such stores and articles else where. The value of such stores and
articles as may be supplied to the contractor by the Engineer-in-charge
will be debited to the contractor in his account at the rates shown in the
schedule, in Form A attached to the contract and ir they are not
entered in the said schedule, they shall be debited to him at cost price
which for the purpose of this contract shall include the cost of carriage
and other expenses whatsoever which shall have been incurred in
obtaining delivery of the same at the stores aforesaid.
Lumsums in estimates Clause 32 – When the estimate on which a tender is made includes
lump sums in respect of parts of the work the contractor shall be
entitled to payment in respect of the items of work involved or the part
of the work in question at the same rates, as are payable under
this contract for each items, 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 – In the case of any class of work for which there is no such Actions where no
specification as is mentioned in rule 1 such work shall be carried out in specifications.
accordance with the Divisional specifications, and in the event of there
being no Divisional specification, then in such case work shall be carried
out in all respects in accordance with all instructions and requirements of
the Engineer-in-charge.
Clause 37 – The contractor shall be responsible for and shall pay any
compensation to his workmen payable under the Workmen’s Compensation
under
Compensation Act 1923 (VIII of 1923) (here-in-after called the said Act)
Workmen’s
for injuries caused to the workmen. If such compensation payable is paid Compensation
by Government as principal under Sub-section (1) of section 12 of the Act.
said Act on behalf of the contractor, it shall be recoverable by
Government 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.
Clause 37 A – The contractor shall be responsible for and shall pay the
expenses of providing medical aid to any workman who may suffer a
bodily injury as a result of an accident. If such expenses are incurred by
Govt. the same shall be recoverable from the contractor forthwith and be
deducted without prejudice to any other remedy of Government from any
amount due or that may become due to the contractor.
(c) Adequate provision shall be made for prompt first aid treatment of
all injuries likely to be sustained during the course of the work.
Clause 38 –
Claim for
quantities entered “ ”
in the tender or (1) – Quantities in respect of the several items shown in the tender
estimates.
are approximate and no revision in the tendered rate shall be
permitted in respect of any of the items so long as, subject to any
special provision contained in the specifications prescribing a different
percentage of permissible variation the quantity of the item does not
exceed the tender quantity by more than 25%$ 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. 5000. Sub-Clause No. 2
of revised clause 38 of B-1 tender as per Government Circular
Memorandum No. CAT 1268/59382 DESK-II Dt. 22.2.78 of the
O.W.Deptt. Mantralaya, Bombay.
“ ”
(2) The contractor shall it ordered in writing by the Engineer so to do, also
carry out any quantities in excess of the limit mentioned in sub clause (1)
hereof on the same conditions as and in accordance with the specifications
in the tender and at the rates (I) derived from the rates, (ii) at the rate
prevailing in the market, the said rates being increased or decreased as the
(3) Claims arising out of reduction in the tendered quantity of any item
beyond 25% will be governed by the provision of clause 15 only when the
amount of such reduction beyond 25 percent at the rate of the item specified
in the tender is more than Rs. 5000/-
Clause 39 – The contractor shall employ any famine, convict or other labour Employment of
of particular kind or class if ordered in writing to do so by the Engineer-in- famine labour etc.
charge.
Clause 40 – No compensation shall be allowed for any delay caused in the Claim for
starting of the work on account of acquisition of land or in the case of compensation for
delay in starting
clearance works, on account of any delay in according to sanction of the work.
estimates.
Clause 42 – The contractor shall not enter upon or commence any portion Entering upon or
of work except with the written authority and instruction of the Engineer-in- commencing any
portion of work
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 for
work..
Minimum age of Clause 43 – (i) No contractor shall employ any person who is under
persons employed, the age of 14 years.
the employment of
donkeys and / or (ii) No contractor shall employ donkeys or other animals with
other animals and breeching of string or thin rope. The breaching must be at least three
the payment of fair
wages. inches wide and should be of tape (Newer)
Clause 47 – The price quoted by the contractors shall not in any case
exceed the control price, if any, fixed by Govt. 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 Ordinances, 1948 as amended from time to time, if the price
quoted exceeds the controlled price or the price permissible under
a) Bidder shall quote his rate considering the provisions covered under
G.S.T. Act 2017.
b) Provisional amount of GST @ 2% i.e.1% C.G.S.T + S.G.S.T. 1% will be
deducted at source (TDS) after the enforcement of Sections 51 of
Maharashtra Goods and Services Act.2017.
c) Bidder shall quote his rate excluding G.S.T.
d) GST shall be paid on the amount of bill of work done as per prevailing
rates of GST during the period of work done as applicable.
e) The rates quoted by the contractor shall be deemed to be inclusive of
labour welfare cess & other taxes (other than GST) that the contractors
have to pay for the performance of this contract. The employer will perfor
such duties in regard to the deduction of such taxes at sources as
applicable law.
Clause 49 – In case of materials that may remain surplus with the
contractor from hose issued for the work contracted for the date
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 sales.
P.W.Dept. No. Clause 53 – The contractor shall duly comply with all the
CAT 1284 (120) provisions of the Contract Labour (Regulation &Abolition ) Act,
/Building 2, dated
14/8/85 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 provision
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 worker at the rates prescribed under the Maharashtra
Contract Labour (Regulation and Abolition ) Rules 1971. It the contractor
fails or neglects to pay wages at the said rates or makes short payment and
the Government 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
Government to such workers shall be deemed to be arrears of Land
Revenue and the Government shall be entitled to recover the same as such
from the contractor or deduct same for, the amount payable by the
Government to the contractor hereunder or from any other amount payable
Clause 54 (1) - The anti malaria and other health measures shall be as
directed by the Joint Director (Malaria & Filaria) of Health Services, Pune
Clause 54 (2) – Contractor shall see that mosquitogenic conditions are not
created so as to keep vector population to minimum level.
Clause 54 (3) – Contractor shall carry our anti-malaria Measures in the area
as per the guide lines prescribed under National Malaria Eradication
Program & as directed by the Joint Director ( M & F) of Health Services,
Pune.
The Contractor shall comply with all rules, regulations, bye laws and
directions given from time to time by any local or public authority in
connection with this work and shall pay fees or charges which are livable to
him without any Extra cost to Government.
Schedule showing (approximately) the materials to be supplied from the Department stores
for work contracted to be executed and preliminary and ancillary works thereto and the rates
at which they are to be charged for.
Note:- 1) The rates mentioned in Schedule “A” are inclusive of all taxes and storage charge.
2) The person or firm submitting the tender should see that the rates in the above
Schedule “A” are to be filled up by the Executive Engineer-in-charge on the issue of
the form prior to the submission of tender.
3) The contractor should furnish the account of all materials before placing demand
for further material and furnish full account of all materials to the department. It any
material remained unused with the contractor, he should return the same to the
department. In the event of non return of such material recovery at panel rate of twice
the issued rate with S.T. & G.T. will have to be effected from the contractor.
4) Wastage of steel to be borne entirely by the contractor.
5) The charges for loading, unloading. Conveyance etc. for the material shown from
the place of delivery to the site of work shall be borne by the contractor and deemed
to have been taken into consideration while quoting for the tender.
NOTES :-
1. No claim for Extra payment on account of delay in supply of these material will be
entertained..
3. The charges for loading, un-loading conveyance etc. for the material shown above
form the place of delivery to the site of work will be borne by the contractor and
deemed to be included while quoting for the tender. All the materials shall be made
available for delivery on working days during the office hours.
4. All the materials mentioned in Schedule “A” required for the work shall be taken from
the department only. The materials from the outer Sources in lieu of materials in
Schedule “A” shall not be allowed except under written permission from the Executive
Engineer. The Samples of such materials shall be tested at the contractors cost. The
materials not conforming to the required standard shall be removed by the contractor
at once from the site of work at his own cost.
5. The contractor will have to construct a shed with double locking arrangements at his
own cost.
6. It the controlled materials viz. Electric Materials unused with the contractor after
completion of the work and if they are not returned, the contractor shall pay for such
materials at double rate @ which the materials were issued to him. Recovery of S.T. &
G.T. on cost of surplus materials which are not returned by the contractor will be
levied.
7. Proper account of day to day consumption of the materials as per Schedule “A” be
maintained by the contractor or his authorised representative on site and it shall be
checked by the departmental officer every day in token of its correctness.
3. The quantities in Schedule “A” are approximate and may vary according to actual and
bonafied use as certified by the Engineer-in-charge.
4. All the materials mentioned in Schedule “A” required for the work shall be taken from
the Department only. The materials from other source, in lieu of the materials in
Schedule “A” shall not be allowed except under written permission for the Executive
Engineer.
5. The rate mentioned in Schedule “A” are inclusive of sales tax and storage charges.
6. After issue of any material for use on bonafide Govt. work to contractor if the Engineer-
in-charge ascertains on any particular date that the portion of such supplies comes to
surplus to the requirement of the work, the date of ascertainment will be taken as the
date for sale for the purpose of payment of sales tax on such portion and recovered
from the contractor as per rules.
8. The contract shall make his own arrangement for the safe custody of he materials
which are supplied to him by the Department.
9. The contractor shall not use cement and other materials under schedule “A” in items
other than as per this tender except for such ancillary small item as are connected with
and absolutely necessary for execution of this work as may be decided the Engineer.
10. The charges for conveyance of materials from the place of delivery to the site of work
and the actual spot on work site shall be entirely borne by the contractor. No claims on
this account shall be entertained.
11. It surplus materials after completion of the work are not returned by the contractor,
recovery of such materials at the penal rate of twice the issue rate of these materials
shall be made from the contractor. Sales tax and General tax on the cost of surplus
materials which are not returned shall also be recovered from the contractor as decided
by the Executive Engineer which are not returned is in unserviceable or in damaged
conditions, the same will not be accepted. In such case the cost will be recovered from
the Contractor as stated above in the clause.
12. The contractor shall furnish unstamped receipts for all material issued under Schedule
“A”
Schedule “B”
Memorandum showing items of work to be carried out.
Note 1 :- All work shall be carried out as per Public Works Department Hand Book and
Standard Specifications of the Division or as directed and as per specifications given
in Chapter No.
Note 2 :- Rates quoted include clearance of site (Prior to commencement of work and at its
close) in all respects and hold good for work under all site conditions, moisture,
weather etc.
SCHEUDLE-B
MEMORANDUM SHOWING ITEMS OF WORKS OT BE CARRIED BY THE CONTRACTOR
Name of work:- Survey for Dam Alignment, Submergence area, & Trial Pits, trial
bores and Preparation of DPR for Proposed M. I. Tank at Devsane (Wagdevpada),
Tal. Dindori, Dist. Nashik
.
Sr. Item of work Quantit Unit Rate in Rate in Amount
No. y figure words
PART- A
1 One
Item No. 1: Double levelling using Auto Thousand
Level to connect Geodetic Trignometrical One
Survey, Bench mark and establishing the Hundred
permanent Bench mark at Dam site at place Sixty Eight ₹ 5840.80
along the canal alignment submergence and Rupees
in command area etc complete.(Excluding Sixteen
cost of P.B.M. structure). 5.00 Km 1168.16 Paise
2 Item No. 2, Providing permanent bench
mark dressed stone of basalt granite or
gneiss of size 30cmx30cmx45cm at least 15
cm below the ground and embedding it to a
depth of 30cm in grade M-15 in situ
concrete of size 90cmx90cmx60cm deep
Six Thousand ₹ 6289.48
over 1M deep foundation concrete of grade Two
M-10 including excavation, concrete, Hundred
providing and fixing dressed stone and Eighty Nine
backfilling the pit upto ground level with Rupees Forty
sand etc complete as directed. 1.00 Nos 6289.48 Eight Paise
3 Item No. 3:- Carrying out line survey using
digital state of art Total station for fixing
FRL/HFL including C/s survey with levels
at 20m interval / survey for 'L' section of
alternative Dam site and 'L' section of river
1Km U/s 1Km D/s of alternative Dam line
etc complete including transfer of entire Eight
data to computer system in different Hundred
georeferential layer / themes using features Fifty One
1.00 Km 851.65 851.65
of standard plotting Software compatible Rupees
with canal irrigation system design Sixty Five
Software packages including contour Paise
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.
4 Item No 4 :- Block contour survey of 15 x 15 Five
m grid (Not less than 64 raw data points 20 Ha. 579.03 Hundred 11580.80
distributed uniformly over a Hector) for Seventy
Name of work - Survey for Dam Alignment, Submergence area, & Trial Pits, trial bores and Preparation of DPR for Proposed M. I.
Tank at Devsane (Wagdevpada), Tal. Dindori, Dist. Nashik
.
WORK PROGRAMME
No Item of Work Quantity Estimated Physical Programme for Major Items of Work
1 Excavation
2 Cement Concrete
3 Reinforcement
4 Embankment
5 Other Items
¨STATEMENT NO.I
DETAILS OF OTHER WORK TENDERED FOR AND IN HAND ON THE DATE OF SUBMISSION OF TENDER
Sr. No. Name of Place of Country Works in hand Anticipated date Works tendered for Remakrs
work of completion
STATEMENT NO.II
DETAILS OF WORK OF SIMILARY TYPE AND MAGNITUDE CARRIED OUT BY THE CONTRACTOR
Sr.No. Name of work Cost of work Date starting Stipulated date Actual date of Remarks
of period of complete
completion
1 2 3 4 5 6 7
STATEMENT NO.III
Performa for information regarding availability / procurement of machinery required for this work.
1. DGPS
1
2. Total Station
2
3. Boring Machine 1
4.
5
STAEMENT NO.IV
Sr.No. Name and Qualification Whether working Experience of Period for which Remarks
Designation in field or in office execution of the person is
similar works working with the
tenderer
1 2 3 4 5 6 7
APPENDIX- A
The wages as per Minimum Wages Act, 1948 and amendments thereto
applicable to the zone in which work lies and acts accordingly. I/We also
undertake to abide by the various laws in force and extend necessary facilities
and amenities to the staff and worker employer by me / us.
2. I/ We hereby declare that I/We have made myself / our selves thoroughly
conversant with the local conditions regarding all materials and labour on which
I / We have bided my / our rates for this work. The specifications of this work
have been carefully studied and understood by me / us before submitting this
tender.
4 I/ We hereby declare that I / We are aware of the inclusion of all leads and lifts
charges of the required materials in the rates of items in the Schedule ‘B’ of this tender
for the work:- Survey for Dam Alignment, Submergence area, & Trial Pits, trial
bores and Preparation of DPR for Proposed M. I. Tank at Devsane
(Wagdevpada), Tal. Dindori, Dist. Nashik
4. I/ We hereby declare that I/We are fully aware about the procurement of Cement
and Steel required for this work to be done by me / us as per specification laid
down in the special condition of contract.
APPENDIX "G"
Vide para 9 (ii) of Detailed Tender Notice
MODEL FORM OF BANK GUARANTE E BOND
GUARANTEE BOND.
undertake not be revoke this guarantee during its currency except with the
pervious consent of the Corporation in writing.
Date the _______________day of _________20
For____________________
(Indicate the Name of Bank )
APPENDIX 'H'
(Vide para 1.14 of General specification Section)
INDENTURE FOR SECURED ADVANCES
(For use in case in which the contract is for finished work and the contractor has
entered into an agreement for the execution of a certain specified quantity of
works in a given time.)
THIS INDENTURE made the __________ day of ________ between
_______________________________ (thereinafter called "the contractor
which expression shall where the context so admits or implies be deemed to
include his executor’s administrators and assigns) of the one part and the
Godavari marathwada Irrigation Developm ent Corporation, Aurangaba
(thereinafter called as the Corporation which expression shall where the
context so admits or implies be deemed to included his successors in officer
and assigns) of the other part.
these present paid to the contractor by the Corporation ( the receipt where of the
contractor both hereby acknowledge) and of such further advances (if any) as may
be made to him as aforesaid, the contractor does here by convenient and agree
with the Corporation and declare as follows:
1. That the said sum of Rs. ....................so advanced by the Corporation to the
contractor aforesaid shall be employed by the Contractor in or towards expediting
the execution of the said work and for non other purpose whatsoever.
2. That the material detailed in the said running account bill which have been offered
to and accepted by the Corporation as security are absolutely the
Contractor's own property and free from encumbrances of any kind and the
Contractor will not make any application for or receive a further advances on the
security of materials which are not absolutely his own property, and free from
encumbrances of any kind and the Contractor indemnifies the Corporation against
all claims to any materials in respect of which an advance has been made to him
as aforesaid.
3. That the materials detailed in the said running account bill and all other materials
on the security of which any further advance or advances may hereafter be
made as aforesaid (hereinafter called 'the said materials') shall be used by
the Contractor solely in the execution of the said works in accordance with
the directions of the Divisional Officer, Division (hereinafter called ' the Divisional
Officer') and in the terms of the said Agreement.
4. That the Contractor shall make at his own cost all necessary and adequate
arrangements for the proper watch, safe custody and protection against all risks of
the said materials and that until used in construction as aforesaid, the said materials
shall remain at the sit of the said works in the Contractor's custody and on
his own responsibility and shall at all times be open to inspection by the
Divisional Officer or any officer authorised by him. In the event of the said
material or any part here of being stolen, destroyed or damage, the Contractor
will forthwith replace the same with other materials of like quality or repair and
make good same as required by the Divisional Officer.
5. That the said materials shall not on any account be removed from the site of the
said works except with the written permission of the Divisional Officer or an
officer authorises by him in that behalf.
6. That the advances shall be repayable in full when or before the Contractor
receives payment from the Corporation of the price payable to him for the said
works under the term s and provisions of the said agreement, provided that if
any intermediate payments are made to the Contractor on account of work done,
then on occasion of each such payment, the Corporation will be liberty to
make a recovery from the Contractor’s bill for such payment by deducting
there from the value of the said materials then actually used in the construction
and in respect of which recovery has not been made previously, the value for this
purpose being determined in respect of each description of materials at the
rates at which the amounts of advances made under these present were
calculated.
7. That if the contractor shall at any time make any defaults in the performance
of observance of any of the terms and provisions of the said agreement or
of these present, the total amounts of the advance or advances that may still be
owing to the Corporation Maharashtra shall immediately on the happening of
such defaults be repayable by the Contractor to the Corporation together
with interest there on at twelve percent per annum from the date of
respective dates of such advance or advance to the date of repayment and with
all costs, charges, dam ages and expenses incurred by the Corporation in or for
the recovery there of or the enforcement of this security or otherwise by reason
of the default of the Contractor and the Contractor hereby covenants and
agree with the Corporation to repay and pay the same respectively to him
accordingly
8. That the Contractor hereby charges all the said materials with the repayment
to the Corporation of the said sum of Rs. ................... and any further sum
of sums advanced as aforesaid and all costs, charges, damages and expenses
payable under these present PROVIDED ALWAYS and it is hereby agreed and
declared that notwithstanding anything in the said Agreement and without
prejudice to the powers contained therein, if an whenever the covenant for
payment and repayment here in before contained shall become enforceable and
the money owing shall not be paid in accordance therewith, the Corporation may at
any time there after adopt all or nay of the following course as he may deem
best:
a) Size and utilize the said materials or any part thereof in the completion of the
said works on behalf of the Contractor in accordance with the provisions in
that behalf contained in the said agreement, debiting the Contractor with the
actual cost of effecting such completion and the amount due in respect of
advances under these presents and crediting the Contractor with the value of work
done, as if he has carried it out in accordance with the said agreement and at the
rates there by provided. If the balance is against the Contractor, he is to pay
the same to the Corporation on demand.
b) Remove and sell by public auction the seized materials or any part thereof and out of
the moneys arising from the sale, retain all the sums aforesaid repayable to
the Corporation under these present and pay over the surplus (if any) to the
Contractor
c) Deduct all or any part of the money owing out of the security deposits or any sum
due to the contractor under the said agreement.
9. That except in the event of such default of the part of the Contractor as
aforesaid interest on the said advance shall not be payable.
10. That in the event of any conflict between the provisions of these present and the
said Agreement, the provisions of these present shall prevail and in the event
of any dispute or difference arising over the construction or effect of these
present, the settlement of which has not been herein before expressly provided for
the same shall be referred to the Superintending Engineer & Administrator,
Command Area Development Authority, Ahmednagar whose decision on shall be
final.
IN WITNE SS WHERE OF the said and by the order and under the
direction of the Corporation have here unto set their respective hands the day
and year first above written.
Signed , sealed and delivered by the said Contractor in the presence
Witness Signature
Name & Address
Signed by the Order and direction of the Godawari Marathwada Irrigation Development Corporation
in presence of..
Witness Signature
Name & Address
APPENDIX "I"
The said dealer has paid all tax dues up to 31st March _____________ (previous
year) under the act. The dealer has paid the professional tax dues for the
employees mentioned below.
There is no Professional Tax due Outstanding against the dealer under the act.
This Certificate is valid for One Year from the date of issue.
Place :
Date. Signature
Professional Tax Officer
APPENDIX "J"
(Vide Para 7 (a) for envelope No. 1)
have hereunto set their hand the days and year shown against their respective
signature.
Signed by Shri._________________________________date___________
In the presence of witness.
1_________________________________
2._________________________________
Signed by Shri.__________________________in the presence of witness.
1._________________________________
2._________________________________
APPENDIX ‘K’
APPENDIX ‘L’
UNDERTAKING.
Place:
Date :
Signature of Contractor.
(With Stamp/Seal in case of Company)
UNDERTAKING
I /We
Contractor hereby undertake that I / we have not made any
correction or any changes in the tender document while downloading tender
document.
These undertaking are part and parcel of the tender document.
I / We
Contractor hereby undertake that I/we have been seen all the tender drawings
published on website and accordingly I have quoted my offer for this work
considering these drawings. These drawings are part and parcel of the tender
documents. If my offer accepted, I will be signed all the drawings before depositing of
initial security deposit.
Signature of Contractor
FORM No.- 8 (A )
Name of work :- Survey for Dam Alignment, Submergence area, & Trial Pits ,
trial bores and Preparation of DPR for Proposed M. I. Tank at Devsane
(Wagdevpada), Tal. Dindori, Dist. Nashik
Date:-
Place:-
Time:- Signature with stamps of the
Contractor
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 drawing 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 the applicable rates as per the contract. The contractor
shall be supplied a maximum number of three copies of each of the 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
Engineer-in-charge and the contractor will be charged Rs. 500/- per set of
contract drawings and Rs. 100/- for each of such additional copy each
drawings.
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 ommission in
the drawings supplied.
3.0 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 1020mm x 690mm or 510mm x 345mm 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 one month from the date of his receiving notice to start
work, a layout plan of construction plant and equipment for 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.
All gold, silver, oil or other mineral 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 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.
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.
for the level will depend upon the roughness of the area and will also be at
least in conformity with the requirements of specifications for Excavation
as far as possible.
13 PROGRAMME OF CONSTRUCTION :
1 Programme of work:-
The works is required to be completes within a period of Eighteen
month (including the monsoon period) the tentative programme may be as
per the construction programme. Details tender notice/ enclosed at the
end of schedule B of tender document based on which the physical
programme is prepared.
1 a) Methodology of construction and construction
equipments:-
Constructor shall furnish at least 15 days in advance his
programme of commencement of item of work, the details, actual methods
that would be adopted by the contractor for the execution of various items.
of work such as dismantling, excavation for foundation jacketing by
pressure concrete, converting for super structure/wings. embankment
lining a nalla excavation etc. for structure supported by necessary detailed
drawing stitches including those of the plant and machinery that would be
used their locations arrangement for conveying & handling materials etc.
and abstain prior approval of Engineer-in-charge well in advance of such
item of work. Programme of work should be prepared such that no
hindrance or disturbance to canal water release.
14.0 MATERIALS :
a) CEMENT:-
The cement shall conform to I.S. 269-1967 and subsequent
revisions for Portland Cement and I.S. 1489-1976 and subsequent
revisions for Pozollana 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 tonne as received from the cement factories. The cement bags
shall be branded by words "GOVERNMENT OF MAHARASHTRA' with
80mm high and 1.5 mm thin letters on one side of the bag. The contractor
shall by written application collect the authorization letter indicting contract
number, quantity of cement, from the Engineer-in-charge to the
Government approved cement factory, from where the contractor intends
to purchase the cement to brand the cement bags as stipulated above.
down the bureau of Indian standards vide their specification Nos. I.S.432
(Part-1) of 1139- 1966, 1786-1979)
B) The contractor should store the steel of 60 days requirement at
least one month in advance.
C) The contractor will have to construct sheds for storing steel
having capacity not less than the steel required for 90 days use at
approved location. The Engineer-in-charge or his representative shall
have free access to such stores at all times.
4) The Quality Control Unit/ Division/ Circle may all for the reports as
in 1 to 3 above . The same should be produced by the concerned.
Rated Equipment
1 Tankers
2 Diesel road rollers
3 Tippers
4 Dozers
5 Loader
6 Seismopactor
Reckoning of working hours will start from the time the machinery
leaves yard, where it has to return to it daily, and in other cases, when the
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, which may be applicable to him from time to time.
The contractor shall protect and indemnify. against all claims or
liabilities arising from or based on the violation of such laws, ordinances,
regulations, bylaws by him or his employee.
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. The contractor shall have to submit
information regarding proof of payment of Professional Tax and the
clearance certificate in format vide Appendix 'I'.
materials. The shall have a lien on all such plants, equipment's and
materials, from the date of such notice, till deficiencies have been
corrected.
Star Rate
1. Cement (OPC 43 Grade) Rs .---- per M.T.
2. Steel Rs.---- per M.T.
100 L0
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, HYSD and Mild Steel, Bitumen, C.I. & D.I. Pipes
calculated at the basic rates as applicable for the tender, consumed
during the quarter under consideration.
V2 = 0.85 P ( K2 X M1-M0 )
100 M0
L0= Basic Wholesale price Index for Nashik Center shall be average
Wholesale price index for the quarter preceding the month in which the
date of Acceptance of tender.
M1= Average Wholesale Price Index during the quarter under
consideration.
(C) FORMULA FOR PETROL, OIL AND LUBRICANT COMPONENT:
-
V3 = 0.85 P ( K3 X P1-P0 )
100 P0
Where,
V3= Amount of price variation in rupees to be allowed for POL
Component.
P1= Average price of H.S.D. for Mumbai, during the period under
consideration.
P0= Average Price of H.S.D. for Mumbai during the quarter preceding
the month in which the date of Acceptance of tender.
SI0
Where,
V4= Amount of price variation in rupees to be allowed for HYSD / MILD
Steel component.
T= Tonnage of steel used in the permanent works for the quarter under
consideration.
(E) FORMULA FOR CEMENT COMPONENT :-
V5 = C0 ( CI1 X CI0 ) xT
CI0 Where,
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. upto a 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, 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 TO PERSONS:
The contractor shall supply and take upon himself the entire
responsibility of the sufficiency of the scaffolding, timbering, machinery,
tools, 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 all risks of
accidents or damages from whatsoever cause they may arise, until the
completion of this contract.
b) For the purpose of setting out, one permanent bench mark shall
be established by the, 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 center line of junction wall and of
some other components, if found by the Engineer-in-charge for complete
getting 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 apper 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 the Engineer-in-
charge without any extra cost to the.
d) The periodical checking of these by. 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 works 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 and binding on the contractors concerned.
carried out by the, 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 the Engineer-in-charge for 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. 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 to be used by the contractor as above
or stacked for his use, but remaining unused at site after completion of
works, shall be disposed off by the contractor at his own cost in a manner
and at place shown in the drawings or as and where the Engineer-in-
charge may direct.
The contractor should utilize material available from excavated
stuff for back filling.
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 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.
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 precaution like fencing and lighting to
excavations or trenches, not allowing, nalls or metal parts or useless
timber spread around, marking danger area for blasting whistles etc.
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 authorised representative of the, 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 passages etc. shall be well
lighted 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 tothe contractor directly.
Further the Engineer may, by due notice tothe contractor, to be the
contractor, to be present on any specified inspection and the contractor
shall comply with such directions.
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 decision of the Engineer-in-charge shall be final and binding on the
contractor, The Executive Engineer may, if he thinks fit, allow such work
to be paid at reduced rates and his decision will be final and binding,
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 ones in accordance with the specified standards.
will become, applicable only if the total quantity of excavation (i.e. quantity
given in Schedule "B" part-1 Excavation in soft strata, quantity given for
Excavation in hard strata) exceeds by 125% during execution . For
payment of quantity executed in excess of 125% of Total quantity of
excavation following procedure will apply.
Case.1 Where quantity of excavation executed, exceeds 25% 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 tothe tendered quantity for that item. All the excess quantity
beyond 125% of total tendered quantity in items of excavation in soft
strata and hard strata; 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 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 the Ratio of
Executed quantity of individual items 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
tendered 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
PART-II
GENERAL CONDITIONS &
SPECIFICATIONS
GENERAL CONDITIONS
1) Income Tax or any other tax payable to Govt. shall be borne the
contract.
2) There are other contractor’s also doing the work in the area. Good
relations with other agencies is essential and in case of any dispute
hampering the speed and quality of work. The Executive Engineer
decision is final and binding on both or more contractors involved in the
dispute.
4) All items in the contractor shall be paid at 90% of the tendered rate. The
full rate will not only be released in the final bill after successful
completion of all the works in the tender. Due to or other reason, if the
contractor fails to complete the work, the tender will be finalized @ 90%
of the approved rate.
7) After giving extension period too, if the contractor fails to complete the
work in the stipulated extension period, the tender work will be finalized
as it is at 90% of the tendered approved rate with no claim on Govt.
10) The Irrigation is being in the area and there is rotation period in every
month when water would flow in canals, distributors, minors, sub-minors
etc. The contractor should plan his work accordingly. No compensation
or claim will be entertained if his executed work is damaged during the
rotation. He should make good of such damaged portion without any
extra cost of Govt.
11) Contractor will not have liberty to start the work anywhere he wants. The
Engineer-in-charge or his authorised representative will give him a
programme fixing the priority of work to be done. The contractor should
followed the instructions strictly. Due to one or other reason if contractor
executes the works of his own choose first, payment shall not be made
unless he complete the priority work shown by the Department.
12) The work is remained to be completed within the stipulated time only.
Any claim or liabilities on account of his work will not be entertained and
considered for payments.
Item to include:-
1) Double levelling using Auto Level to connect Geodetic
Trigonometrical Survey, Bench mark and establishing the permanent
Bench mark at Dam site at place along the canal alignment
submergence and in command area.
All labour, materials and use of equipment necessary to carry out the
item satisfactorily as directed by Engineer in charge.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be
in Km. the quantity entered in Schedule B is approximate. The quantity
for final payment will be as per actual measurements.
Mode of Payment:-
1) After Double levelling using Auto Level to connect Geodetic
Trigonometrical Survey, Bench mark and establishing the permanent
Bench mark of the Field book to Sub Division along with submission
– 80%
2) After submission of DPR to GMIDC, Aurangabad and after
submission of final DPR to the Government of Maharashtra for
approval – 20%
Item No.2 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 insitu 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.
Item to include:-
1) The PBMs shall be constructed by providing 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 insitu concrete at a location which is not likely to be
disturbed.
2) The PBM should be located at one corner of the field which will
not hamper obstruct the agricultural operations.
3) Backfilling the pit up to ground level with sand/soil/murum etc.
4) Adequate care shall be taken by the contractor for curing of the
concrete laid for the PBM. The PBM shall be numbered in oil
paint for its identification.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in
No. The quantity entered in Schedule B is approximate. The quantity for
final payment will be as per actual measurements.
Mode of Payment:-
Item No. 3 Carrying out line survey using digital state of art Total station for fixing
FRL/HFL including C/s survey with levels at 20m interval / survey for 'L'
section of alternative Dam site and 'L' section of river 1Km U/s 1Km D/s
of alternative Dam line etc complete including station, including transfer of
entire data to computer system in different geo-referential layer / themes
using features of standard plotting Software compatible with canal
irrigation system 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 by engineer-in-charge.
Item to include:-
1) Carrying out line survey using digital state of art Total station for
fixing FRL/HFL including C/s survey with levels at 20m interval /
survey for 'L' section of alternative Dam site and 'L' section of river
1Km U/s 1Km D/s of alternative Dam
2) Transfer of entire data to computer system in different geo-
referential layer / themes including contour plotting at specified
interval and scale.
3) Get the test print of the drawing approved by engineer-in-charge
4) provide fresh hard copy after completion of corrections whenever
suggested at any level from Sub-Division to Government of
Maharashtra by Competent authority in six numbers including one
print on tracing paper along with soft copy to be delivered in a
CD/Pen drive format as well
All labour, materials and use of equipment necessary to carry out the
item satisfactorily as directed by Engineer in charge.
Mode Of Measurement :-
The Unit for the measurement of the quantity of this item will be in
Km. The quantity entered in Schedule B is approximate. The quantity for
final payment will be as per actual measurements.
Mode Of Payment:-
1) After Carrying out line survey using digital state of art Total
station and submission of the Field book to Sub Division along
with submission of digitized data stored in Pen Drive/Compact
Disk – 80%
2) After submission of DPR to GMIDC, Aurangabad and after
submission of final DPR to the Government of Maharashtra for
approval – 20%
Item No. 4 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 total station/ DGPS, including transfer of entire data to
computer system in different geo-referential 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. 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 by engineer-in-charge.
Item to include:-
1) Block contour of 10m x 10m grid survey in the submergence area
of dam HFL levels along with pegging of levels required for forest
proposal and along link-cut /tunnel of both alternative
2) Survey shall be conducted with reference to permanent G.T.S.
bench mark which have already been carried by the contractor
and have been established in the submergence area.
3) Transfer of entire data to computer system in different geo-
referential layer / themes including contour plotting at specified
interval and scale.
4) Get the test print of the drawing approved by engineer-in-charge
5) provide fresh hard copy after completion of corrections
whenever suggested at any level from Sub-Division to
Government of Maharashtra by competent authority in six
numbers including one print on tracing paper along with soft copy
to be delivered in a CD/Pen drive format as well
All labour, materials and use of equipment necessary to carry out the
item satisfactorily as directed by Engineer in charge.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in
Ha. The quantity entered in Schedule B is approximate. The quantity for
final payment will be as per actual measurements.
Mode of Payment:-
1) After Carrying out Block contour survey and submission of the
Field book to Sub Division along with submission of digitized data
stored in Pen Drive/Compact Disk – 80%
2) After submission of DPR to GMIDC, Aurangabad and after
submission of final DPR to the Government of Maharashtra for
approval – 20
Item No. 5 Fixing Chainage Stone /Bench mark Stone / Center Stone / Apex
Stone in earth and all sorts of soil and soft murum including
conveying excavated material, fixing stone, including maintaining
lettering numbers and back filling etc. complete.
Item to include:-
1) Fixing Chainage Stone in earth along dam line , link-cut/tunnel
and FRL of both alternative 1 and 2 including painting lettering
numbers and back filling etc. complete.
2) Painting and numbering of stone on both alternative dam line
should be done as directed by engineer in charge.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in
No. The quantity entered in Schedule B is approximate. The quantity for
final payment will be as per actual measurements.
Mode of Payment:-
Item No.6 Excavation for taking trial pits on final alignments Dam and Canal
at specified interval and in nalla bed of size 2.00 x 2.00 x 2.50 m in
length, breadth and depth respectively or size as may be directed
by Engineer in charge including back filling trial pits etc complete
as directed.
Item to include:-
1) The trial pit excavation is of 2.0 m x 2.0 m x 2.50 m size & up to
2.50 m depth or up to hard strata, if hard strata is met within 2.50 m
depth as per classification and refilling, the Trial pit as per directions
of the Engineer-in-charge.
2) Submission of detailed trial pit wise strata classification in
Sheet/Register to concern authority.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in No.
The quantity entered in Schedule B is approximate. The quantity for final
payment will be as per actual measurements.
The Unit for the measurement of the quantity of this item will be in
Cum. The quantity entered in Schedule B is approximate. The quantity
for final payment will be as per actual measurements.
Mode of Payment:-
1) After taking trial pit on final alignments and supplying trial pit
Item No.7 Taking trial bore for detailed investigation with NX diamond drill double
tube in all sorts of soil like soft murum, hard murum and boulders
including all materials such as casing pipes, accessories, grease, steel
balsams and other such materials and or as required including conveying
such materials and machinery to site of works, preserving the loose
samples in glass/plastic jar and core samples serially numbered at site of
work and conveying the same to the head quarter of concerned office as
directed and submission of detailed bore log sheet complete.(As directed
by the Engineer in charge).
samples at laboratory – 100%
General:-
1) Trial bores of the specified diameter shall be taken to the required depth
ascertain the strata below ground level. The diameter of the bore refers
to the diameter of the core.
2) Boring rig and operation: - boring rig of standard make hydraulically
operated capable of taking out cores up to 50 meter depth should be
used. It shall be such as to give core samples of the required diameter.
3) Only experienced operators who know proper handling of the machine,
careful collection of the cored and samples and correct logging of the
operation shall be employed.
4) The equipment shall be set up at predetermined location as directed by
the Engineer. Boring shall be done from the foundation level to the
required depth in the strata met with as directed by Engineer-in-charge.
5) Any water that will be met with shall be removed whenever necessary
either by pumping or by any other method. Suitable casing pipe shall
be provided wherever necessary to prevent collapse of the sides. The
Permanent mark shall be left to indicate the location of the borehole
6) The equipment shall be dismantled and removed from the site after
boring is complete
7) Classification:- Boulders , soft rock , hard rock and laterite as indicated
by the core recovered shall be consider as rock and all other strata
including no recovery portion shall be considered as strata other than
rock for purpose of this item.
8) Marking and numbering on core samples of specified diameter received
with oil paint and maintaining sequence of cores while placing in core
boxes.
9) submission of detailed bore log Sheet/Register complete.
Item to include:-
1) Carrying out core drilling.
2) Dewatering if any necessary during the operation.
3) Conveying, erecting the boring machinery, dismantling and
removing the same after completion.
4) All labour, materials and use of equipment necessary to carry out
the item satisfactorily.
5) Placing Core in Core boxes in well manner with numbering and
sequence.
All labour, materials and use of equipment necessary to carry out the
item satisfactorily as directed by Engineer in charge.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in
RMT. The quantity entered in Schedule B is approximate. The quantity
for final payment will be as per actual measurements.
The contract rate shall be per running meter of the trial bore taken in
rock and strata other than rock separately. The diameter of the trial
bore shall be as mentioned in the wording of the item. The depth shall
be measured correct up to two places of decimals of a meter.
Mode of Payment:-
1) After Core logging and supplying core samples to office /
Godown/ Warehouse – – 100%
Aft
r submission of DPR to
Item to include:-
1) Providing core boxes of M.S. of size 1.25mx0.35mx0.15m for
preserving core sample with all fixtures and fastening handles including
locking arrangement etc. complete.
2) The core boxes should be prepared of good quality of mild steel.
3) There should be four longitudinal compartments inside the core box.
4) The core box should have a shutter with necessary fixtures and locking
arrangement.
5) Core boxes should be serially numbered as per core sample sequence
with oil paint.
6) Dam line/Spillway/Link-cut/Tunnel/Alternative 1 or 2 and Chainage
should be mentioned on core boxes in visible font and colour.
All labour, materials and use of equipment necessary to carry out the item
satisfactorily as directed by Engineer in charge.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in No.
The quantity entered in Schedule B is approximate. The quantity for final
payment will be as per actual measurements.
Mode of Payment:-
1) After Core logging and taking core boxes to office / Godown/Warehouse –
100%
Item No.9 Carrying out water intake test / permeability test at any stage or depth
as may be directed by Engineer In charge by filling the bore hole with
water or air at specific pressure of specified limit as and where directed
etc complete.
Item to include:-
1) Carrying out water intake test with specific pressure as directed by
engineer in charge.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in
number. The quantity entered in Schedule B is approximate. The quantity for
final payment will be as per actual measurements.
Mode of Payment:-
1) After Carrying out water intake test and providing results for the
same– 100%
Item No.10 Providing and fixing of retro reflectorize informatory sign board
rectangular/square in shape having area greater than 0.9 square meter made
out of …..mm aluminum sheet bonded with white retro reflective sheeting of
class……..(Type IV high intensity micro-prismatic grade sheeting HIP) having
pressure sensitive/ heat activated adhesive retro reflective specified
background, border and back side retro reflective symbols ,letters, numerals,
arrows per IRC:67-2012 TABLE NO.8.3 ,Supported with back support frame
25mmx25mmx3mm,duly painted on backside with two coats of grey stove
enamel paint and supported on two numbers of mild steel angle iron post
75mmx75xmmx6mm,3.5 meter long firmly fixed to the ground by means of
properly designed foundation with M-25 grade cement concrete
45cmx45cmx60cm below ground level as per approved drawing. The angle
iron post shall be duly painted with one coat of epoxy primer and two coats of
epoxy finish paints having alternate black and white bands of 25cm width
including GI fixtures and transportation etc. complete. Then U bolts of board
with angle iron post /supporting structure after fixing at site has to be
electrically welded. Class B (Type IV HIGH INTENSITY micro prismatic
grade sheeting HIP)sheeting shall have 7 years written warranty from the
manufacturer and authorized distributor/convertor issued for field
performance including the screen printing and as and cut out sheeting and
cut out durable transparent overlay film and this warranty certificate in
original should be submitted to the Engineer-in-Charge by the
contractor/supplier 2mm
Item to include:-
1) Providing and fixing of retro reflectorize informatory sign board with
matter provided by Engineer-in-Charge on sign board.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in Sqm
the quantity entered in Schedule B is approximate. The quantity for final
payment will be as per actual measurements
Mode of Payment:-
1) After Providing and fixing of retro reflectorize informatory sign
board – 100%
Item to include:-
1) Soil samples for hearting , casing should be collected from quarry same
shall be conveyed to the testing laboratory.
2) Tests to be carried out-
a. Liquid limit and plastic limit
b. Specific Gravity
c. Permeability (Constant Head)
d. Compaction
e. Direct Shear test (U.U.)
f. Mechanical Sieve Analysis.
3) Additional transport charges for all the tests whenever incurred shall be
paid by the contractor requiring tests to be carried out.
4) Regarding field tests all the charges are excluding those for mazdoors
required on field and field assistance.
5) Charges for auguring /Boring to have added whenever incurred.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in
number of Test. The quantity entered in Schedule B is approximate. The
quantity for final payment will be as per actual measurements.
Mode of Payment:-
1) After taking soil samples, conveyed to the testing laboratory
and provide test Results to Sub-Division – 80%
2) After submission of DPR to GMIDC, Aurangabad and after
submission of final DPR to the Government of Maharashtra
for approval – 20%
Item to include:-
1) Purchase of Hydro-meteorological data and Hydrological data from
Hydro Projects Office Nashik for Hydrological studies to be considered
while designing dam, link-cut/tunnel and Spillway.
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in No..
The quantity entered in Schedule B is approximate. The quantity for final
payment will be as per actual measurements
Mode of Payment:-
1) Purchase of Hydro-meteorological data and Hydrological data.–
80%
2) After submission of DPR to GMIDC, Aurangabad and after
submission of final DPR to the Government of Maharashtra for
approval – 20%
er submission of DPR to
ITEM NO.13:- Hydrological studies, Yield Calculations , Flood Design & Simulation
Report etc...
Item to include:-
1) Prepare Hydrological studies, Yield Calculations, Flood Design &
Simulation Report for both alternatives for comparison.
2) provide fresh hard copy after completion of corrections
whenever suggested at any level from Sub-Division to
Government of Maharashtra by Competent authority in six
numbers along with soft copy to be delivered in a CD/Pen drive
format as well
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in No..
The quantity entered in Schedule B is approximate. The quantity for final
payment will be as per actual measurements
Mode of Payment:-
Item to include:-
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in No..
The quantity entered in Schedule B is approximate. The quantity for final
payment will be as per actual measurements
Mode of Payment:-
Mode of Measurement:-
The Unit for the measurement of the quantity of this item will be in No..
The quantity entered in Schedule B is Final. The quantity for final payment will
be as in Schedule B
Mode of Payment:-
2) The percentage of rates quoted in the tender shall be including all taxes, levies,
tolles’, octroi, excise, turnover tax, tax as per works contract act of Govt. of
Maharashtra etc.
No Extra payment on this behalf will be given to the contractor.
In addition to the above all above items shall be executed according to the
1) Standard specification book published by Govt. of Maharashtra Volume I & II, 1979
& 1981 Edition.
2) M.O.S.T. Edition 2000, IS. 456 – 2000 and all other standard specifications and
relevent I.S. codes and B I S codes wherever applicable and as directed by the
Engineer in charge.
S C H E D U L E "C"
Name of work:- Survey for Dam Alignment, Submergence area, & Trial Pits,
trial bores and Preparation of DPR for Proposed M. I. Tank at
Devsane (Wagdevpada), Tal. Dindori, Dist. Nashik.
Sr.N Item of work Specification as per Standard Additional
o. specification book published Specification if
by Government of any
Maharashtra Vulume 1 & 2
1979 & 1981 Edition
1 Item No. 1 :- Pag The work shall be
Double levelling using Auto Level to connect Geodetic Water Resources e executed as per
Trignometrical Survey, Bench mark and establishing the Department No. specification and
permanent Bench mark at Dam site at place along the canal Common schedule rates as directed by
alignment submergence and in command area etc specifications Section 5.1 Engineer in
complete.(Excluding cost of P.B.M. structure) charge
2 Item No:-2 Providing permanent bench mark dressed stone Pag The work shall be
of basalt, granite or gneiss of size 30cm X 30cm X 45cm at e executed as per
least 15cm below the ground and embedding it to a depth of Water Resources No. specification and
Department as directed by
30cm in grade M-15 insitu concrete of size 90cm X 90cm X
60cm deep over 1M deep foundation concrete of grade M- Common schedule rates Engineer in
specifications Section
10 including excavation, concrete, providing and fixing charge
5.18
dressed stone and backfilling the pit up to ground level with
sand etc complete, as directed.
3 Item no.3: Carrying out line survey using digital state of art Pag The work shall be
Total station for fixing FRL/HFL including C/s survey with e executed as per
levels at 20m interval / survey for 'L' section of alternative No. specification and
Dam site and 'L' section of river 1Km U/s 1Km D/s of as directed by
alternative Dam line etc complete including station, Engineer in
including transfer of entire data to computer system in Water Resources charge.
Department
different geo-referential layer / themes using features of
standard plotting Software compatible with canal irrigation Common schedule rates
specifications Section
system design Software packages including contour plotting
5.14
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 by
engineer-in-charge.
Item no.4: Block contour survey of 10m x 10m grid ( Not The work shall be
less than 121 Raw data points distributed uniformly over a executed as per
hector) for irrigation projects using digital state of art total specification and
station/ DGPS , including transfer of entire data to as directed by
computer system in different georefrential layer / theams Water Resources Engineer in
Department charge
using features of standered plotting software’s compatible
with canal irrigation system design software packages Common schedule rates
specifications Section 5.4
including contour plotting at specified interval and scale.
& 5.5
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.
Item No.5: Fixing Chainage Stone /Bench mark Stone / Water Resources
Center Stone / Apex Stone in earth and all sorts of soil and Department
Common schedule rates
DRAWINGS