0% found this document useful (0 votes)
30 views180 pages

0 Tender Booklet

The document outlines the tender for a survey and preparation of a Detailed Project Report (DPR) for a proposed Minor Irrigation Tank at Devsane, Nashik, with a tender cost of Rs. 2,314,321. It includes instructions for bidders, key dates, and requirements for e-tendering, emphasizing the necessity of a Digital Signature Certificate and adherence to submission timelines. The Water Resources Department reserves the right to reject any tenders without reason and requires contractors to inspect the site prior to bidding.

Uploaded by

roulement_juste
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
30 views180 pages

0 Tender Booklet

The document outlines the tender for a survey and preparation of a Detailed Project Report (DPR) for a proposed Minor Irrigation Tank at Devsane, Nashik, with a tender cost of Rs. 2,314,321. It includes instructions for bidders, key dates, and requirements for e-tendering, emphasizing the necessity of a Digital Signature Certificate and adherence to submission timelines. The Water Resources Department reserves the right to reject any tenders without reason and requires contractors to inspect the site prior to bidding.

Uploaded by

roulement_juste
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 180

1

GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

( For Authorised Use only)

GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION,


AURANGABAD
-----------------------------------------------------------------------------------

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.

Tender Cost :- Rs. 2314321/-


===========================================================

CHIEF ENGINEER
WATER RESOURCES DEPARTMENT
NORTH MAHARASHTRA REGION NASHIK
--------------------------------------------------------------------------------------
Superitending Engineer & Administrator ,
Command Area Development Authority, Ahmednagar

--------------------------------------------------------------------------------------
EXECUTIVE ENGINEER
MINOR IRRIGATION DIVISION, NASHIK

Contractors No. of Corrections Executive Engineer


2
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

Sr. Particular Page Number


No.
Proforma for sending advertisement for press
1
Detailed Tender Notice
2
Form B-1
3
Schedule “A”
4
Schedule “B”
5
Statement-I
6
Statement-II
7
Statement-III
8
Statement-IV
9
Special Conditions of Contract
10
Itemwise Specification
11
Drawing

Contractors No. of Corrections Executive Engineer


3
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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..

Tender Amount :- 2314321/-

CERTIFICATE

"Certified that We have scrutinized the Draft Tender Documents thoroughly

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.

“D.T.P. Recommended for Sanction”

Assistant Engineer Gr-I


Mula Canal Survey Subdivision
pandane Sr Divisional Account Officer
Minor Irrigation Division Nashik.
D.T.P.APPROVAED

Executive Engineer
Minor Irrigation Division Nashik.

Contractors No. of Corrections Executive Engineer


4
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

SECTION – I

--------------------------------------------

BRIEF TENDER NOTICE


&
KEY DATES

Contractors No. of Corrections Executive Engineer


5
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

DISCLAIMER

1. Detailed Time Table for the various activities to be


performed in e-tendering process by the tenderer for
quoting his offer is given in this Tender Document under “
Tender Schedule “. Contractor should carefully note down
the cut-off dates for carrying out each e-tendering process /
activity.

2. Every effort is being made to keep the website up to date


and running smoothly 24 x 7 by the Government and the
Service Provider. However , Government takes no
responsibility and will not be liable for the website being
temporarily unavailable due to any technical issue at any
point of time.

3. In that event, Water Resources Department will not be


liable or responsible for any damages or expenses arising
from any difficulty , error, imperfection or inaccuracy with
this website. It includes all associated services, or due to
such unavailability of the website or any part thereof or any
contents or any associated services.

4. Tenderers must follow the time table of e-tendering process


and get their activities of e tendering processes down well
in advance so as to avoid any inconvenience due to
unforeseen technical problem if any.

5. Water Resources Department will not be responsible for


any incomplete activity of e tendering process of the
tenderer due to technical error / failure of website and it
cannot be challenged by way of appeal , arbitration and in
the Court of Law. Contractors must get done all the e-
tendering activities well in advance.

Contractors No. of Corrections Executive Engineer


6
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

eemid.nashik@gmail.com )

Contractors No. of Corrections Executive Engineer


7
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

7)

1) Latitude - 20º 41’ 18” N, Longitude - 73º 68’ 74” E

2) Latitude - 20º 40’ 90” N, Longitude - 73º 67’ 65” E

3 :- Latitude - 20º 42’ 85” N, Longitude - 73º 70’ 67” E

Contractors No. of Corrections Executive Engineer


8
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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 -- --

2 To download Technical &


& purchase Financial Envelope
the tender
3 To submit the Technical &
tender Financial Envelope
documents.
4 To open the Technical Envelope -- Technical Envelope

5 To open the commercial Commercial


Envelope Envelope

Note:-

Contractors No. of Corrections Executive Engineer


9
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

1. All eligible/interested Bidders are required to be enrolled on portal


https://mahatenders.gov.in before downloading tender documents and participate in e-
tendering.

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

2) Bhanwad Latitude - 20º 40’ 90” N, Longitude - 73º 67’ 65” E

3 Devsane:- Latitude - 20º 42’ 85” N, Longitude - 73º 70’ 67” 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.

Contractors No. of Corrections Executive Engineer


10
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

General instruction for bidder for online tender


1.1 The tender submitted by the tenderer shall be based on the clarification, additional
facility offered (if any) by the Department, and this tender shall be unconditional.
Conditional tenders shall be summarily REJECTED.

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’.

1. Enrolment of Contractors on Electronic tendering System :

The Contractors interested in participating in the Tenders of Water Resources


Department – processed using the Electronic Tendering System shall be required to
enroll on the Electro nic Tendering System to obtain User ID.

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.

2. Obtaining a Digital Certificate :

The Bid Data that is prepared online is required to be encrypted and the hash value of
the Bid Data is required to be signed electronically using a Digital Certificate (Class–II or
Class–III). This is required to maintain the security of the Bid Data and 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

Contractors No. of Corrections Executive Engineer


11
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

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


Partnership Firm is used for signing and submitting a bid, it will be
considered equivalent to a no objection certificate / power of attorney to that User to
submit the bid

on behalf of the Partnership Firm. The Partnership Firm 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.

Unless the Digital Certificate is revoked, it will be assumed to represent adequate


authority of the Authority User to bid on behalf of the Firm for the Tenders processed on
the Electronic Tender Management System of Government of Maharashtra as per
Indian Information Technology Act, 2000. The Digital Signature of this Authorized User
will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform
the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and
apply for a fresh Digital Signature Certificate. The procedure for application of a Digital
Signature Certificate will remain the same for the new Authorized User.
The same procedure holds true for the Authorized Users in a Private / Public Limited
Company. In this case, the Authorization Certificate will have to be signed by the
Director of the Company or the Reporting Authority of the Applicant.

For information on the process of application for obtaining Digital Certificate, the
Contractors may visit the section Digital Certificate o n the Home Page of the Electronic
Tendering System.

3. Recommended Hardware and Internet Connectivity :


To operate on the Electronic Tendering System, the Contractors are recommended to
use Computer System with at least 1 GB of RAM and broadband connectivity with
minimum 512 kbps bandwidth.

4. Set up of Computer System for executing the operations on the


Electronic Tendering System :
To operate on the Electronic Tendering System of Government of Maharashtra, the
Computer System of the Contractors is required be set up. The Contractors are required
to install Utilities available under the section Mandatory Installation Components on the
Home Page of the System.
The Utilities are available for download freely from the above mentioned section. The
Contractors are requested to refer to the E-Tendering Toolkit for Bidders available
online on the Home Page to understand the process of setting up the System, or
alternatively, contact the Helpdesk Support Team on information / guidance on the
process of setting up the System.

Contractors No. of Corrections Executive Engineer


12
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

B Steps to be followed by Contractors to participate in the e-T enders processed


by WRD

1. Online viewing of Detailed Notice Inviting T enders :


The Contractors can view the Detailed Tender Notice along with the Time Schedule
(Key Dates) for all the Live Tenders released by WRD on the Tender Search page of e-
Tendering Portal on https://mahatenders.gov.in/ under the section Recent Online
Tender.

2. Download of T ender Documents :


The Post-qualification / Main Bidding Documents are available for free downloading.
However to participate in the online tender, the bidder must purchase the bidding
documents via online mode by filling the cost of Tender Form Fee and EMD.

4. Online Bid Preparation and Submission of Bids :


Submission of Bids will be preceded by online bid preparation and submission of the
digitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key Dates)
published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the
formats provided by the Tendering Authority of WRD. The formats will be uploadable
documents.

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.

5. Short listing of Contractors for Financial Bidding Process :

Contractors No. of Corrections Executive Engineer


13
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

6. Opening of the Financial Bids :


The Contractors may remain present in the Office of the Tender Opening Authority at
the time of opening of Financial Bids. However, the results of the Financial Bids of all
Contractors shall be available on the WRD e-Tendering Portal immediately after the
completion of opening process.

9. T ender Schedule (Key Dates) :


The Contractors are strictly advised to follow the Dates and Times allocated to each
stage under the column “Contractor Stage” as indicated in the Time Schedule in the
Detailed Tender Notice for the Tender. All the online activities are time tracked and the
Electronic Tendering System enforces time-locks that ensure that no activity or
transaction can take place outside the Start and End Dates and Time of the stage as
defined in the Tender Schedule.
At the sole discretion of the Tender Authority, the time schedule of the Tender stages
may be extended.

Terms and Conditions For Online-Payments


Bidders who are using S.B.MOPS other BANKS, INTERNET BANKING are requested to
make Online Payment Four Days in Advance.

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.

This Privacy Policy describes Merchant’s treatment of personally identifiable


information that Merchant collects when the User is on the Merchant’s website. T he
Merchant does not collect any unique information about the User (such as User's name,
email address, age, gender etc.) except when you specifically and knowingly provide
such information on the Website. Like any business interested in offering the highest
quality of service to clients, Merchant may, from time to time, send email to the User
and other communication to tell the User about the various services, features,
functionality and content offered by Merchant's website or seek voluntary information
from The User.

Please be aw are, however, that Merchant will release specific personal


information about the User if required to do so in the following circumstances :

Contractors No. of Corrections Executive Engineer


14
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

General T erms and Conditions For E-Payment


1. Once a User has accepted these Terms and Conditions, he/ she may register o n
Merchant’s website and avail the Services.
2. Merchant's rights, obligations, undertakings shall be subject to the laws in force in
India, as well as any directives/ procedures of Government of India, and nothing
contained in these Terms and Conditions shall be in derogation of Merchant's right to
comply with any law enforcement agencies request or requirements relating to any
User’s use of the website or information provided to or gathered by Merchant with
respect to such use. Each User accepts and agrees that the provision of details of his/
her use of the Website to regulators or police or to any other third party in order to
resolve disputes or complaints which relate to the Website shall be at the absolute
discretion of Merchant.
3. If any part of these Terms and Conditions are determined to be invalid or
unenforceable pursuant to applicable law including, but not limited to, the warranty
disclaimers and liability limitations set forth herein, then the invalid or unenforceable
provision will be deemed superseded by a valid, enforceable provision that most
closely matches the intent of the original provision and the remainder of these Terms
and Conditions shall continue in effect.
4. These Terms and Conditions constitute the entire agreement between the User and
Merchant. These Terms and Conditions supersede all prior or contemporaneous
communications and proposals, whether electronic, oral, or written, between the User
and Merchant. A printed version of these Terms and Conditions and of any notice
given in electronic form shall be admissible in judicial or administrative proceedings
based upon or relating to these Terms and Conditions to the same extent and subject
to the same conditions as other business documents and records originally generated
and maintained in printed form.
5. The entries in the books of Merchant and/or the Payment Gateway Service
Providers kept in the ordinary course of business of Merchant and/or the Payment
Gateway Service Providers with regard to transactions covered under these Terms
and Conditions and matters therein appearing shall be binding o n the User and shall
be conclusive proof of the genuineness and accuracy of the transaction.

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

Contractors No. of Corrections Executive Engineer


15
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

1. Merchant has made this Service available to the User as a matter of


convenience. Merchant expressly disclaims any claim or liability arising o ut of the
provision of this Service. T he User agrees and acknowledges that he/ she shall be
solely responsible for his/ her conduct and that Merchant reserves the right to
terminate the rights to use of the Service immediately without giving any prior
notice thereof.

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.

Contractors No. of Corrections Executive Engineer


16
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

Contractors No. of Corrections Executive Engineer


17
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

Debit/Credit Card, Bank Account Details


1. The User agrees that the debit/credit card details provided by him/ her for use of the
aforesaid Service(s) must be correct and accurate and that the User shall not use a
debit/ credit card, that is not lawfully owned by him/ her or the use of which is not
authorized by the lawful owner thereof. The User further agrees and undertakes to
provide correct and valid debit/credit card details.
2. The User may make his/ her payment(Tender Fee/Earnest Money deposit) to
Merchant by using a debit/credit card or through online banking account. T he User
warrants, agrees and confirms that when he/ she initiates a payment transaction
and/or issues an online payment instruction and provides his/ her card / bank details:
i. The User is fully and lawfully entitled to use such credit / debit card, bank
account for such transactions;
ii. The User is responsible to ensure that the card/ bank account details
provided by him/ her are accurate;
iii. The User is authorizing debit of the nominated card/ bank account for the
payment of Tender Fee and Earnest Money Deposit
iv. The User is responsible to ensure sufficient credit is available o n the
nominated card/ bank account at the time of making the payment to permit the
payment of the dues payable or the bill(s) selected by the User inclusive
of the applicable Fee.

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

Contractors No. of Corrections Executive Engineer


18
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

in accordance with the laws for the time in force.

Payment Gateway Disclaimer


7. The Service is provided in order to facilitate payment of Tender Fees/Earnest Money
Deposit online. The Merchant or the Payment Gateway Service Provider(s) do not
make any representation of any kind, express or implied, as to the operation of the
Payment Gateway other than what is specified in the Website for this purpose. By
accepting/ agreeing to these Terms and Conditions, the User expressly agrees that
his/ her use of the aforesaid online payment service is entirely at own risk and
responsibility of the User.

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.

9 The tender notice shall form a part of the contract agreement.

10 The tenders are invited on the Departmental design only

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 .

Contractors No. of Corrections Executive Engineer


19
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

SECTION – II

--------------------------------------------

DETAILED TENDER NOTICE

INFORMATION AND INSTRUCTION

FOR TENDER

Contractors No. of Corrections Executive Engineer


20
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

Estimated Cost Put to Tender :Rs. 2314321/-

Earnest Money 1% Rs.23150/-

Security Deposit 1% : Rs. 23150/-

and From R.A.Bills 1% Rs. 23150/-

Period : ( 6 Calendar Months including Monsoon. )


from the date of written order to start the work)

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.

Contractors No. of Corrections Executive Engineer


21
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.
.

2. Estimated Cost :Rs. 2314321/-

3. Earnest Money 1% : Rs 23150/-

4. Security Deposit : 2% against tender Cost Rs.46300/-

5. Time Limit : ( 6 Months including in monsoon)


6. Date and place of Pre-Bid : Not Applicable
Conference.
7. Date issue of Blank : 23/03/2023 to 06/04/2023
Tender Forms.(online Download & purdhase) :

8. Last date and time of : As per Key dates Shedule


Receipt of Tenders :

9. Issue of Blank Tender Forms.:-

a. 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.

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.

Contractors No. of Corrections Executive Engineer


22
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

e. The site of work is approachable for Inspection.

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.

Contractors No. of Corrections Executive Engineer


23
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

DETAILED TENDER NOTICE

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

7. Issue of 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.

8. Each tender shall be accompanied by earnest money deposited Via online

gateway payment mode only in the prescribed form, in favour of the Executive

Engineer, Minor Irrigation Division, Nashik.

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

Contractors No. of Corrections Executive Engineer


24
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

days from the date of opening of tender until it is withdrawn by the contractor, by notice

in working duly addressed to the authority.

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.

11.00 Conditional Tenders will not be accepted.

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.

9.00 INSTRUCTIONS AND NOTES FOR THE GUIDANCE OF TENDERERS.

Contractors No. of Corrections Executive Engineer


25
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

quarry chart attached to the tender.

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

10.1 Cost of cement for mix variation.

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.

12.0 TIME LIMIT:-

The works is to be completed with 06 Calendar months including monsoon from


the date of written order to commence the work.

13.00 CONDITIONAL TENDERS:-


I) Conditional tenders will not be accepted.

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

Contractors No. of Corrections Executive Engineer


26
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

lowest of the two will be taken as correct.


c) Neither erasures nor over-writings shall be made in the price schedule and in

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

Contractors No. of Corrections Executive Engineer


27
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

by companies shall be signed with the legal name of the company and signed by the

person authorised to bind it in the matter.

Whenever whether in the submission of tender or later in other matters the

signatures are made by one person on behalf of a company or partnership, the

tenderer shall supply an attested copy of the power of attorney.

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.

b) Pre-Tender Conference :- Not Applicable


i) A pre tender conference open to all prospective Tenderers shall be held at
Nashik in the office of the Chief Engineer, Waters Resources Department, North

Maharashtra Region, Nashik. Where in the prospective tenderers will have an

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.

Contractors No. of Corrections Executive Engineer


28
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

iv) All tenderers are cautioned that the tenders containing any deviation from

the contractual terms and conditions, specifications or other requirements and

conditional tenders will be rejected as non responsive.

16. METHOD OF SUBMISSION OF TENDER/BID AND ITS ACCOMPANIMENTS:-


Tender is to be submitted in two separate sealed envelopes. The tenderer shall submit
the tender and documents in two sealed envelopes as below.
Main tender shall be submitted as per “A” Tender procedure on line. The tender/Bidder
shall submit the tender /bid and documents as per following and comprising envelopes.
a) E.M.D. Stage
b) C-1 Commercial Envelope c)
c) T-1 Technical Envelope

A) TECHNICAL ENVELOPE NO.1 :


The first envelope clearly marked, as ‘Envelope No.1’ shall contain the following
documents.(Scanned Copy)

16.1. E.M.D. Stage (Part-1 Stage) :- Enclosure & contents.:-

ENVELOPE No.1: (TECHNICAL BID)


The bidder must purchase the bidding documents via online mode by filling the cost of
Tender. The first envelope “Envelope No.1” shall contain the following documents.
a Tender Fee and EMD to be paid Via Online Payment Gateway Mode Only. And upload
successful payment receipt in Envelope No.1 Technical Bid Documents.
b Earnest money of the value of Rs. 23150/- (Rupees Twentythree Thousand
OneHundred Fiftty only) to be paid via online mode only.
c Scanned copy of Valid certificate as a Registered Contractor with the Government of
Maharashtra, Public Works Department in appropriate class.
d Scanned copy of Goods & Services Tax ( GST) Registration is compulsory.

.f Details of work of similar type and magnitude carried out by the contractor, (in Statement
No.II)

Contractors No. of Corrections Executive Engineer


29
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

B) ENVELOPE NO.2 TENDER :-


1. The second envelope clearly marked as “Envelope No.2” shall contain the
main tender (Volume I) digitally signed including the common set of conditions/
stipulations issued by the Corporation after the pre-tender conference Deposit
as required. A tender submitted without this would be considered as invalid.

2. D.D. of Performance Security Deposit scan copy original if applicable.


The tenderer should quote his offer in the form of percentage below or above
the estimated cost given in Schedule-‘B’ Part-I + (part II) at appropriate place in
memorandum of B-1 form. He should not quote his offer anywhere directly or

Contractors No. of Corrections Executive Engineer


30
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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”

The Tenderer/bidder shall submit .1 E.M.D. Stage C-1 Commercial Envelope.1


T-1 Technical Envelope as per detail instruction mentioned in above procedure.
On line as per “E” tendering procedure and on website
(https://mahatenders.gov.in) if any of envelope is not uploaded on website

Contractors No. of Corrections Executive Engineer


31
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

(https://mahatenders.gov.in) in sequence for submission. Or if any missing


envelope, or uploading errors in submission, tender will be rejected. Please visit
website (https://mahatenders.gov.in) for additional information. Doubts, and
manner of submission. Also contact The Executive Engineer, Minor Irrigation
Division Nashik in person as on phone No. 0253/2315485 any inquiry of
submission.
17 SUMMERY AND SEQUENCE OF SUBMISSION ON LINE.

17.1 First Step:-


Upload E.M.D. Stage, as mentioned here in above, with all details and
enclosures.
17.2 Second Step:-
Upload and fill, C-1 Commercial Booklet No.1 Quoting OFFER IN
PERCENTAGE B-1 Form and System Generated OFFER FORMAT” with all
requisite details and enclosures.

17.3 Upload T-1 Technical Envelope:-


With all requisite details and enclosures. If any omissions in above sequential
procedure, error ness submission. Then tender /bid will be rejected Tender is to
be submitted in two separate sealed envelopes. The tenderer shall submit the
tender and document in two sealed envelopes as below.

18. THE TENDER WILL BE LIABLE TO BE REJECTED OUT RIGHT IT WHILE


SUBMITTING IT. :-
1. The tender proposed any alterations in the work specified in the tender or
in the time allowed for carrying out the work or any other condition.

2. Any of the pages of the tender are removed /or replaced.

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.

Contractors No. of Corrections Executive Engineer


32
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

6. All corrections and additions or pasted slips are not signed by the
tenderer.

19. EARNST MONEY / SECURITY DEPOSIT :-


i) Earnest Money Deposit (EMD) which should be paid of Rs.23150/- to be paid via
online gateway payment mode only in fovour of Executive Engineer, Minor
Irrigation Division, Nashik, Tal.Nashik Dist.Nashik Payble at Nashik.
(ii) After Tender opening, the EMD of the unsuccessful bidder will be returned to account
provided by the bidder during the bid preparation as given in challan under
Beneficiary Account Number. Earnest Money in the form of Cash or Demand Draft
(D.D.) or any other form except above will not be accepted. (iii) The amount will be
refunded to the unsuccessful tenderers on deciding about the acceptance or
otherwise of the tender. In case of successful tenderer, it will be refunded on his
paying initial Security Deposit and completing the tender documents in form B-1.
19.(1) ADDITIONAL SECURITY DEPOSIT:-(Performance Security Deposite)
Condition of payment of Additional performance security (as per Government Resolution
Public Works Department No. CAT/2017/Pra.Kra.08 dated 26/11/2018 & Government
Resolution WRD Department No.nivida/0417/Pra.Kra.247/17 Mopra dated 30.11.2018 And
23/06/2020 if the quoted offer by the tenderer is below the estimated rates.
In case the tenderer offers the rates lower than estimated rates,the tenderer will have to pay
additional performance security deposit in the form of demand draft/Bank Guarantee within
two Working days after Opening of Financial Bid (i.e.envelope No.2) by L-1 to Executive
Engineer,Minor Irrigation Division,Nashik drawn on nationalized banks / scheduled banks in
favor of Executive Engineer Minor Irrigation Division Nashik,payable at Nashik ,of the amount
as described below. This two days period will not be relaxed in any condition whatsoever.
If lowest bidder ( L-1) failed to submit A.P.S.D.his EMD will be forfeited and he will be debarred
form tendering in WRD/Corporation for two years froms opening of bid. There after L-2 is ready
to work at L-1 rate and condition then L-2 awarded to Contract.if L-1 is Joint Venture then all
the Partner will be declared disqualify of two years
Additional Security Deposit
(Performance Security)

0 % to 10 % 1

Contractors No. of Corrections Executive Engineer


33
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

ii )Below more than 10 % & Upto15% % of ASD = (% rate quoted -10%)


eg. If 15% below is quoted the amount of
performance security (Additional Security
Deposit) shall be (15-10) +1 = 6%
Performance Security of estimated cost
put to tender.
iii)Below more than 15 % eg. If 19% below is quoted the amount
of performance security (Additional
Security Deposit) shall be 6% + (19-15)
x 2 = 14% Performance Security of
estimated cost put to tender

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.

REFUND OF PERFORMANCE SECURITY

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).

This additional security deposit shall be extendable up to expiry of valid extensions if


any and it shall be refunded along with the final bill, after satisfactory completion of
work.
(Condition for Performance Security Deposit if the offer is received more than 10%
below)
“In case the tenderer offers the rates lower than 10% below the estimated cost put to
tender, in that case, the tenderer will have to pay Additional Security Deposit along with
the Initial Security Deposit, for performance of work. The amount of Additional Security
Deposit shall be amount exceeding 10% below offer, in the form of demand draft or
interest bearing securities of Nationalized Bank/ Scheduled Bank, pledged in favour of
the the Executive Engineer, Minor Irrigation Division, Nashik or in the form of Bank
Guarantee for full period of completion of work”. ”.

Contractors No. of Corrections Executive Engineer


34
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

20. ACCEPTANCE OF THE TENDER:-


Acceptance of the tender will rest will the Superintending Engineer &
Administrator, Command Area Development Authority, Ahmednagar. Who
reserves the right to reject any item of the tender, or a tender or all tenders
without assigning any reasons thereof. The person/persons whose tender may be
accepted shall have to pay the cash security deposit and enter into regular B-1
agreement with in ten days of being notified to do so (which period may be
extended by the------------- upto 15 days if he thinks if fit to do so) and shall abide
by all rules regulation embodied therein in the event of the failure of the tendered
to sign the agreement within stipulated time, the earnest money paid by him shall
stand forfeited to Government and the acceptance of the tender shall be
considered as withdrawn. In the case of contractors as exempted from paying the
earnest money and who fail to pay the security deposit & sign the agreement in
the stipulated time than fixed amount deposited by them as per rule and
registration of contractors shall stand forfeited to Government. The facility of not
paying earnest money extended to such contractors shall also stand withdrawn
from the date on which they fail with the requirement and near registration also
liable to cancelled
. VALIDITY PERIOD.
The offer shall remain open for acceptance for a minimum period of 60 (sixty)
days from the date fixed for opening the same and there after until if is withdrawn)
by the contractor by notice in writing duly addressed to the authority opening the
tender sent by registered post acknowledged due to otherwise delivered at the
officer of such authority and also subject to other conditions shown in
memorandum of agreement printed.
21. The right is reserved to revise or amend the tender documents prior to the date
notified for the issue of tenders. Such revisions or amendments or extensions
shall be communicated to all concerned in the form of addenda or by notice in the
press as may be considered suitable.

Contractors No. of Corrections Executive Engineer


35
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

26. Income Tax:

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

Contractors No. of Corrections Executive Engineer


36
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

provision made in Government Circular No 0918/( . - 590/18)मो -1 Dated


13.11. 2018.The Contractor shall submit the relevant & duly certified documents in
support of the payment of GST to the concerned Executive Engineer who on
receipt of these documents will scrutinize it through the Divisional Accountant and
reimburse the eligible amount for the GST within the period of 30 days from the
receipt of the proposal for the same. This condition will supersede all such
relevant provision clauses regarding applicability of GST.

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.

29 BUILDING & OTHER CONSTRUCTION WORKERS WELFARE CESS:-

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.

Contractors No. of Corrections Executive Engineer


37
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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)

33. POWER OF ATTORNEY :-

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.

Contractors No. of Corrections Executive Engineer


38
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

UNDERTAKING

I/We have allotted the work of _________________________________vide


agreement bearing No.____________________. The Stipulated date completion of this
work as per agreement was _____________which was subsequently extended up to
_______. However, the work is still in an incomplete stage.

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.__________

Signature of the Contractor,


(With Stamp/Seal in case of Company)

Contractors No. of Corrections Executive Engineer


39
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

ANNEX – A (SECTION - I)–


DETAILED TENDER NOTICE, INFORMATION AND INSTRUCTIONS

DESCRIPTION OF THE PROJECT : GRAVITY DIVERSION SCHEME

B) STATUS OF THE PROJECT.


C) CLIMATIC CONDITIONS There is Dry Cold climatic condition.
D) SCOPE OF THE WORK :-DETAILS OF WORK : (Para 1,2,3,5 of Detailed Tender
Notice.)

1.1 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
1.2. Estimated Cost Rs. 2341321/-

1.3 Earnest Money (EMD) Rs23150/-

1.4 Security Deposit.

I) Initial 1% Rs. 23150/-

ii) Through R.A.Bills.1% Rs. 23150/-

1.5 Class of Contractor. PWD Class – 5 A & Above, Registered

1.6 Period of completion of 6 (Six) Calendar months Including


work:
Monsoon Period

2. INFORMATION FOR OBTAINING PQ DOCUMENTS, TENDER PAPERS AND


ITS SUBMISSION

2.1 Name and address of the Executive Engineer- -Executive Engineer


in-charge of work issuing tender papers and in
whose name earnest money and security Minor Irrigation Division,
deposit is to be pledged. Nashik

Period for issue of tender document. As per key date


Schedule

Time and date of submission of dully filled As per e-tender


tender document schedule

Name and address of the officer receiving Executive Engineer


Minor Irrigation Division,

Contractors No. of Corrections Executive Engineer


40
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

tender document. Nashik

2.0 DETAILS OF WORK:

2.2 Period for issue of blank As per e-tender schedule


tender forms

2.3 Cost of Blank tender form Rs.2000/- +360/-(GST)

2.4 Extra Cost if tender N. A.


papers/ bid capacity
prequalification
documents required by
post (for each)

2.5 Time and date of As per e-tender schedule


submission of tenders

2.6 Name and address of the Executive Engineer


officer receiving and
Minor Irrigation Division, Nashik
opening the tender
document

2.7 Time & Date of opening of As per e-tender schedule


tenders

2.8 The name of authority for Executive Engineer


accepting the tender
Minor Irrigation Division, Nashik
3. 3. WORK AND SITE CONDITIONS :

3.1 Location - Tal. Dindori, Dist. Nashik

3.2 Nearest Railway Station - Nasik Road

3.3 Nearest Airport - Ozar

3.4 Roads - Mumbai Agra Highway (NH-3)

3.5 Nearest Telephone and Tal. Dindori


Telegraph facility

3.6 Nearest Petrol and diesel Pump Tal. Dindori

3.7 Position of land Acquisition Completed/Not Required

Contractors No. of Corrections Executive Engineer


42
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

4.0 Period of Completion & Programme of Work


4.1 Period of Completion 6 (Six) Calendar months. Including Monsoon
period.
4.2 A) For works costing less than Rs.
100 Lakhs.

4.2 B) For works Costing More than Rs. 100 Lakhs.


The Construction programme is enclosed @ the end of Schedule B of Tender
Documents based on which the physical programme is prepared if the tendered does
not agree with this programme, he shall submit his own programme without changing
total period of tender along with tender documents inclusive of the physical programme
subject to the provision that 50% of the work shall be completed in 50% of the Contract
Period.
5.0 Updated estimate cost of work based Rs. 2314321/-
upon schedule of Rates for the year
When tenders were invited (Clause 38 W.R.D. C.S.R. Year 2022-23
of Sec. IV (1) Condition of Contracts) PWD STATE SSR 2022-23
C.S.R.2011-12.
6.0 Earnest Money.Para 9(i) and (ii) of Rs. 23150/-
detailed Tender Notice.
6.1 Initial Security Deposit
i) In the form of D.D. of Nationalised / Rs.23150/- Lakhs.
Scheduled bank Payable @ Nashik
ii) In the form of Irrevocable Bank Rs. ....................................Lakhs.
Guarantee of Nationalised Bank /
scheduled bank situated in the state
of Maharashtra

iii) Additional Earnest Money Rs. ...................................../-

6.2 Security Deposit (2%) Rs.46300/-

A) Initial 1% Rs. 23150/-

i) In the form of D.D. of Rs. 23150/-


Nationalised / Scheduled bank
Payable @ Nashik
ii) In the form of Irrevocable Bank Rs. /-
Guarantee of Nationalised Bank/
scheduled bank situated in the state
of Maharashtra

B) Through R.A. Bills. 1% Rs23150/-


C) Additional Security Deposit (If Rs. --- (Assessed and paid as per 9(iii)(b) of
required) Detailed Tender Notice.

6.3 If EMD/Security Deposit is in the form Any Nationalised /Schedule Bank Branch

Contractors No. of Corrections Executive Engineer


43
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
of Demand Draft, it should be drawn situated in the State of Maharashtra Payable @
on Nashik.

6.4 Name of Executive Engineer in Executive Engineer, Minor Irrigation


charge of the work in whose name the Division,Nashik.
Demand Draft is to be drawn

7.00 Price Varation Information. (Vide Para 33 of Special Condition of Contract)

Sr. Component Centre/Place Percentage


No
1. Labour Component (K1) Nashik
2. Material Component (K2) Nashik
3. POL Component (K3) Mumbai --
4. Steel (S0) Mumbai (JPC market)
5. Cement (C0) All India Average
Govt.Circular No. Govt. Resolution from PWD No.CAT/06/04/148 Date 16/05/05.
Star Rate Cement . Rs. --- / M.T.
Star Rate Steel. Rs. -- /M.T. .

7.00 A) Cost of Cement for Mix Variation. Rs-- /- /Bags.


(If the Cement is procured by the
Contractor.

Contractors No. of Corrections Executive Engineer


44
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Contractors No. of Corrections Executive Engineer


45
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Affidavit (on Rs.500/- Stamp Paper)

I______________________________________age_______address__________

______________________ (Authorized signatory to sign the contract), hereby

submit, vide this affidavit in truth, I am the owner of the contracting

firm______________/ authorized signatory and I am submitting the documents in

envelope no.1for the Work------------------------------------------------------------

purpose of scrutiny of the contract. I hereby agree to the conditions mentioned

below:-

1. I am liable for action under Indian Penal Code for submission of any false /

fraudulent paper / information submitted in envelope no.1.

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

proof of purchase, proof of testing submitted by my staff, subletting company

or by myself, I will be liable for action under Indian Penal Code.

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

(finalization of final bill).

(Signiture of Contractor)
(Seal of Company)

Contractors No. of Corrections Executive Engineer


46
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

P.W. 287e
Corrected upto 3/06
FORM B-1

PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS

DEPARTMENT :- WATER RESOURCES DEPARTMENT

CIRCLE :- S.E. COMMAND AREA DEVELOPMENT AUTHORITY, AHMEDNAGAR

DIVISION :- E.E. MINOR IRRIGATION DIVISION,NASHIK

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.
.

General Rules and Directions for the Guidance of contractors :


1. All works proposed to be executed by contract shall be notified in a form of invitation to
tender pasted on a board hung up in the office of the Executive Engineer and signed
by the Executive Engineer.

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.

Contractors No. of Corrections Executive Engineer


47
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

(Amended vide G.R.P.W.H. Department’s corrigendum NO. CAT-107 16967 – D – 3


Dt. 14.5.1976)

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.

Contractors No. of Corrections Executive Engineer


48
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

8. The memorandum of work to be tendered for and the schedule of materials to be


supplied by the Irrigation Department / Public works Department and their rates shall
be filled in and completed by the office of the Executive Engineer before the tender
form is issued. If a form issued to an intending tenderer has not been so filled in and
completed he shall request the said office to have this done before he completes and
delivers his tender.

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.

11. All corrections and additions or pasted slips should be initialed.

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.

Contractors No. of Corrections Executive Engineer


49
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

Contractors No. of Corrections Executive Engineer


50
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
(Reference Govt. of Maharashtra, Irrigation & Power Deptt’s letter No. LAB
1076/1181/(666 E-(17), dt. 8.9.1976.)

TENDER FOR WORKS


* In figure as well I/We hereby tender for the execution, for the Governor of
as in words Maharashtra (herein before and hereinafter referred to as
Government”) of the work specified in the under written
memorandum with in the time specified in such memorandum at
(----------)--------------------------percent below/above the estimated
rates entered in Schedule “B” (memorandum showing items of
work to be carried out) and in accordance in all respects with the
specifications, designs, drawings and instructions in writing
referred to in Rule 1 hereof and in clause 12 of the annexed
conditions of the contract and agree that when materials for the
(a) If several work are provided by the Government, such materials and the
sub’works are
included they should rate to be paid for them shall be as provided in Schedule “A”
be detailed in a hereto.
separate list.
MEMORANDUM

(a)GeneralDescription:- 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) Estimated cost ---- Rs. 2314321/-

(c) Earnest Money 1% ---- Rs. 23150/-

(d) This deposit shall be


in accordance with paras
213 and 214 of the (d) i) Initial Security Deposit 1% Rs. 23150/-
M.P.W. Manual
.
ii) To be deducted from Rs. 23150/-
R.A. bills 1%
Total Rs. 46300/-

Contractors No. of Corrections Executive Engineer


51
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

e) Percentage, if any, to be deducted from bills so as to


make up the total amount required as security deposit by (e) This percentage
where no security
the time, half the work, as measured by the cost, is dome
deposit is taken, will
…………2…. Percent vary from 5 percent to
10 percent according
to the requirement of
(f) Time allowed for the work from the date of written the case where
security deposit is
order to commence
taken see note 1 to
………6…….. Calendar Months clause 1 of conditions
including monsoons. of contract.
Should this tender be accepted I/We hereby agree to abide by (f) Give schedule
and fulfil all the terms and provisions of the conditions of where necessary
showing dates by
contract annexed hereto so far as applicable and in default which the various
thereof to forfeit and pay to Government the sums of money items are to be
completed
mentioned in the said conditions.
I/We agree that the offer shall remain open for acceptance
for a minimum period of 90 days from the date fixed for opening the
same and thereafter until it is withdrawn by me/us by notice in
writing duly addressed to the authority opening the tenders and sent
by registered post A.D. or otherwise delivered at the office of such
authority.
Treasury Bank Challan No……………Date………………..one year
tem deposit receipt No………………..date…………………...
In respect to the sum of Rs……………………… in words
Rupees.--------------------------------------------- representing the earnest
money is herewith forwarded. The amount of earnest money shall
not bear interest and shall be liable to be forfeited to the
Government should I/We fail to (I) abide by the stipulation to keep
the offer open for the period mentioned above or (ii) sign and
complete the contract documents as required by the Engineer and
furnish the security deposit as specified in item (d) of the
memorandum contained in paragraph (I) above within the time limit
laid down in clause (1) of the annexed General Conditions of
contract. The amount of earnest money may be adjusted towards
the security deposit or refunded to me/us if so desired by me/us in
writing, unless the same or any part thereof has been forfeited as

Contractors No. of Corrections Executive Engineer


52
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

aforesaid. I/We have secured exemption from payment of


earnest money after executing the necessary bond in favour of the
Govt. a true copy of which is enclosed herewith. Should any
occasion for forfeiture of earnest money for this work arise due to
failure on my/our part to (i) abide by the stipulations to keep the offer
open for the period mentioned above or (ii) sign and complete the
contract documents and furnish the security deposit as specified in
item (d) of the Memorandum contained in paragraph (i) above within
the time limit laid down in clause (1) of the annexed General
Conditions of contract the amount payable by me/us may at the
option of he Engineer, be recovered out of the amount deposited in
lump sum for securing exemption in so far as the same may extend
in terms of the said bond and in the event of the deficiency out of
any other moneys which are due or payable to me/us by the
Government under any other contract or transaction of any nature
whatsoever or otherwise.
Amended vide G.R.B. & C
Deptts No. CAT 1 2/4477 –
Q, Dt. 3.3.1973.
Contractor Signature of contractor
Before submission of tender
Address

Dated the ……………………………day of …………………….2023 ………….

(Witness) Signature of witness to


Contractor’s signature
Address

(Occupation)
The above tender is hereby accepted by me for and on behalf of the Governor of Maharashtra

Dated the ……………………………day of …………………….2023………….

Signature of the Officer by


Whom accepted.

Contractors No. of Corrections Executive Engineer


53
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

Contractors No. of Corrections Executive Engineer


54
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

If the amount of the security deposit to be paid in a lump sum


within the period specified at (A) above is not paid the
tender/contract already accepted shall be considered as
cancelled and legal steps taken against the contractor for
recovery of the amounts. The amount of the security deposit
lodged by a contractor shall be refunded along with the payment
of the final bill, if the date up to which the contractor has agreed
to maintain the work in good order is over. If such date is not
over, only 50% amount of security deposit shall be refunded
along with the payment of the final bill.
The amount of security deposit retained by the Government shall
be released after expiry of period upto which the contractor has
agreed to maintain the work in good order is over. In the event of
the contractor failing or neglecting to complete rectification work
within the period up to which the contractor has agreed to
maintain the work in good order, then, subject to provisions of
clauses 17 to 20 hereof the amount of Security Deposit retained
by Government shall be adjusted towards the excess cost
incurred by the department on rectification work.
Note : * This will be the same percentage as that in the
tender at (e)
Clause 2- The time allowed for carrying out the work as entered
in the tender shall be strictly observed by the contractor and shall
Compensation be reckoned from the date on which the order to commence work
for delay.
is given to the contractor. The work shall through the stipulated
period of the contract be proceeded with, all due diligence (time
being deemed to be the essence of the contract on the part of the
contractor) and the contractor shall pay as compensation an
amount equal to one percent or such smaller amount as the
Superintending Engineer (Whose decision in writing shall be
final) may decide, of the amount of the estimated cost of the
whole work as shown by the tenderer for every day that the work
remains uncommenced, or unfinished after the proper dates, And
further to ensure good progress during execution of the work, the

Contractors No. of Corrections Executive Engineer


55
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

contractor shall be bound. In all cases in which the time allowed


for any work exceeds one month to complete.

-----------of the work in -------of the time


¼ of the work in of the time ¼
½ of the work in of the time ½
¾ of the work in of the time ¾
Note :- The quantity of the work to be done within a particular time to be
specified above shall be fixed by the officer competent to accept the
contracts after taking into consideration the circumstances of each cash
and inserted in the blank space kept for the purpose and abide by the
programme of detailed progress laid down by the Executive Engineer.
The following proportions will usually be found suitable :
In ¼, ½, ¾ of the time
1
Reasonable process of earth work ∕6, ½, ¾ of the total
value of the work to be done
1
Reasonable process of masonry work ∕10, 4∕10, 8∕10 of the total
value of the work
to be done.
In the event of the contractor failing to comply with this condition he shall be
liable to pay as compensation an amount equal to one percent or such
smaller amount as the Superintending Engineer (Whose decision in writing
shall be final) may decide of the said estimated cost of the whole work for
every day that the due quantity of work remains incomplete. provided
always that the total amount of compensation to be paid under the
provisions of this clause shall not exceed 10 percent of the estimated cost
of the work as shown in the tender.
Clause 3 – In any case in which under any clause of this contract the
contractor shall have rendered himself liable to pay compensation
Action when whole
amounting to the whole of this security deposit whether paid in one sum or of security deposit
deducted by installments or in the case of abandonment of the work owing is forfeited.
to serious illness or death of the contractor or any other cause the
Engineer, on behalf of the Governor of Maharashtra, shall have power to
adopt any of the following courses, as he may deem best suited to the
interest of Government.

Contractors No. of Corrections Executive Engineer


56
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

(a) To rescind the contract (for which rescission notice in writing


to the contractor under the hand of Executive Engineer shall be
conclusive evidence) and in that case the security deposit of the
contractor shall stand forfeited and be absolutely at the disposal
of Government.
(b) To carry out the work or any part of the work departmentally
debiting the contractor with the cost of the work, expenditure
incurred on tools and plant, and charges on additional
supervisory staff including the cost of work charged
establishment employed for getting the unexecuted part of the
work completed and crediting him with the value of the work done
departmentally in all respects in the same manner and at the
same rates as if it had been carried out by the contractor under
the terms of his contract. The certificate of the Executive
Engineer as to the costs and other allied expenses so incurred
and as to the work so done departmentally shall be final and
conclusive against the contractor.
(c) To order that the work of the contractor be measured up and
to take such part thereof as shall be unexecuted out of his hands
and to give it to another contractor to complete, in which case all
expenses Incurred on advertisement for fixing new contracting
agency additional supervisory staff including the cost of work
charged establishment and the cost of the work executed by the
new contract agency will be debited to the contractor and the
value of the work done or executed through the new contractor
shall be credited to the contractor in all respects and in the same
manner and at the same rates as if it had been carried out by the
contractor under the terms of his contract. The certificate of the
Executive Engineer as to all the cost of the work and other
expenses incurred as aforesaid for or in getting the unexecuted
work done by the new contractor and as to the value of the work
so done shall be final and conclusive against the contractor.
In case of contract shall be rescinded under clause (a) above the
contractor shall not be entitled to recover or be paid, any sum

Contractors No. of Corrections Executive Engineer


57
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

Contractors No. of Corrections Executive Engineer


58
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

In the event of the Executive Engineer taking action under sub-


Power to take clause (a) or (c) of clause 3, he may, if he so desires, take
possession of possession of all/ any tools and plant, materials and stores in or
or require
removal of or upon the work of the site thereof or belonging to the contractor, or
sell procured by him and intended to be used for the execution of the
contractor’s
work or any part thereof paying or allowing for the same in account at
plant.
the contract rates, or in the case of contract rates not being
applicable at current market rates to be certified by the Executive
Engineer whose certificate thereof shall be final. In the alternative the
Executive Engineer may, after giving notice in writing to the
contractor or his clerk of the work, foreman or other authorized agent
require him to remove such tools and plant, materials, or stores from
the premises within a time to be specified in such notice, and in the
event of the contractor failing to comply with any
such requisition, the Executive Engineer may remove them at the
contractor’s expense or sale them by auction or private sale on
account of the contractor and at his risk in all respects and the
certificate of the Executive Engineer as to the expense of any such
removal and the amount of the proceeds and expense of any such
sale shall be final and conclusive against the contract.

Clause 6 – If the contractor shall desire an extension of the time for


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

Contractors No. of Corrections Executive Engineer


59
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Clause 7 – On the completion of the work the contractor shall be furnished


with a certificate by the Executive Engineer(hereinafter called the Engineer- Final certificate
in-charge) of such completion; but no such certificate shall be given nor
shall the work be considered to be complete until the contractor shall have
removed from the premises on which the work shall have been executed,
all scaffolding, surplus materials and rubbish, and shall have cleaned off,
the dirt from all wood work, doors, windows, wall floor or other parts of any
building in or upon which the work has been executed or of which he may
have had possession for the purpose of executing the work, nor until the
work shall have been measured by the Engineer-in-charge or where the
measurements have been taken by his subordinate until they have received
approval of the Engineer-in-charge, the said measurements being binding
and conclusive against contractor. If the contractor shall fall to comply with
the requirements of this clause as to the removal of scaffolding surplus
materials and rubbish and cleaning of dirt on or before the date fixed for the
completion of the work the Engineer-in-charge may at the expense of the
contractor, remove such scaffolding surplus materials and rubbish, and
dispose off the same as he thinks fit and clean off such dirt as aforesaid
and the contractor shall forthwith pay the amount of all expenses so
incurred, but shall have no claim in respect of any such scaffolding or
surplus materials as aforesaid except for any sum actually realized by the
sale thereof.
Clause 8 – No payments shall be made for any work estimated to cost less
than rupees one thousand till after the whole of work shall have been Payment on
completed and a certificate of completion given. But in the case of works intermediate
estimated to cost more than rupees one thousand the contractor shall on certificate to be
regarded as
submitting a monthly bill therefore a entitled to received payment advances.
proportionate to the part of the work then approved and passed by the
Engineer-in-charge, whose certificate of such approval and passing the
sum so payable shall be final and conclusive against the contractor. All
such intermediate payments shall be regarded as payments by way of
advance against the final payments only and not as payments for work
actually done and completed and shall not preclude the Engineer-in-charge
from requiring any bad, unsound imperfect or unskillful work to be removed
or taken away and reconstructed or re-erected nor shall any such payment

Contractors No. of Corrections Executive Engineer


60
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

be considered as an admission of the due performance of the


contract or any part thereof in any respect or he occurring of any
claim nor shall if conclude, determine or effect in any other way the
powers of the Engineer-in-charge as to the final settlement and
adjustment of the accounts or otherwise, or in any other way vary or
within one month of the date fixed for the completion of the work,
otherwise the Engineer-in-charge’s certificate of the measurements
and of the total amount payable for the work shall be final and
binding on all parties.

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.

Bill to be Clause 10 – A bill shall be submitted by the contractor in each month


submitted or before the date fixed by the Engineer-in-charge for all work
monthly. executed in the previous month, and the Engineer-in-charge shall
take or cause to be taken the requisite measurement for the purpose
of having the same verified and the claim, so far as it is admissible,
shall be adjusted, if possible, within ten days from the presentation of
the bill. If the contractor does not submit the ill within the time fixed as
aforesaid, the Engineer-in-charge may depute a subordinate to
measure up the said work in the presence of the contractor or his duly
authorized agent whose counter signature to the measurement list
shall be sufficient warrant, and Engineer-in-charge may prepare a bill
from such list which shall be binding on the contractor in all respects.

Contractors No. of Corrections Executive Engineer


61
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

Contractors No. of Corrections Executive Engineer


62
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
Clause 12 (A) – All stores of controlled materials such as cements,
steel etc. supplied to the contractor by government should be kept by
the contractor under lock and key and will be accessible for
inspection by the Engineer-in-charge or his agent at all the times.
Clause 13 – The contractor shall execute the whole and every part
Works to be of the work in the most substantial and workmanlike manner, and
executed in
both as regards materials and every other respect in strict
accordance with
specifications, accordance with specifications. The contractor shall also conform
drawings, orders, exactly, fully and faithfully to the designs, drawings and instructions
etc.
in writing relating to the work signed by the Engineer-in-charge and
lodged in his office and to which the contractor shall
And to which the contractor shall be entitled to have access for the
Alterations in purpose of inspection at such office, or on the site of the work during
specifications office hours. The contractor will be entitled to receive three sets of
and designs not
to invalidate contract drawings as well as one certified copy of the accepted
contracts. tender along with the work order free of cost. Further copies of the
contract drawings & working drawings if required by him, shall be
supplied at the rate of Rs.-------------------per set of contract Drawings
& Rs.---------------------per working drawing except where otherwise
specified.
Clause 14 – The Engineer-in-charge shall have power to make any
alteration in or additions to the original specifications, drawings,
designs and instructions that may appear to him to be necessary or
advisable during the progress of the work and the contractor shall be
bound to carry out the work in accordance with any instructions in
this connection which may be given to him in writing signed by the
Engineer-in-charge and such alteration shall not invalidate the
contractor, and any additional work which the contractor may be
directed to do in the manner above specified as part of the work shall
be carried out by the contractor on the same conditions in all
respects on which he agreed to do the main work, and at the same
rates as are specified in the tender for the main work, and if he
additional and altered work includes any class of work shall be
carried out at the rates entered in the Schedule of Rates of the
Division or at the rates mutually agreed upon between the Engineer-
in-charge and the contractor, whichever are lower.

Contractors No. of Corrections Executive Engineer


63
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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)

Clause 15 (1) – If at anytime after the execution of the contract documents


the Engineer shall for any reason whatsoever (other than default on the part
No claim to any
payment or
compensation for
Contractors No. of Corrections Executive Engineer
alteration in or
restriction of
work
64
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
of the contractor for which the Government is entitled to rescind the contract)
desires that the whole or any part of the work specified in the tender should
be suspended for any period or that the whole or part of the work should not
be carried out at all, he shall give to the contractor a notice in writing of such
desire and upon the receipt of such notice the contractor shall forthwith
suspend or stop the work wholly or in part as required, after having due
regard to the appropriate stage at which the work should be stopped or
suspended so as not to causes any damage or injury to the work already
done or endanger the safety thereof provided that the decision of he
Engineer as to the stage at which the work or any part of it could have been
safely stopped or suspended shall be final and conclusive against the
contractor. The contractor shall have no claim to any payment or
compensation whatsoever by reason of or in pursuance of any notice as
aforesaid. On account of any suspension, stoppage or curtailment except to
the extent specified hereinafter.
(2) Where the total suspension of work ordered as aforesaid continued for a
continuous period exceeding 30 days the contractor shall be at liberty to
withdraw from the contractual obligations under the contract so far as it
pertains to the unexecuted part of the work be giving a 10 days prior notice
in writing to the Engineer, within 30 days of the expiry of the said period of
90 days, of such intention and requiring the Engineer to record the final
measurement of the work already done and to pay final gill. Upon giving
such notice the contractor shall be remaining unexcited work under his
contract. On receipt of such notice the Engineer shall proceed to complete
the measurements and make such payment as may be finally due to the
contractor within a period of 90 days from the receipt of such notice in
respect of the work already done by the contractor. Such payment shall not
in any manner prejudice the right of the contractor to any further
compensation under the remaining provisions of this clause.
(3) Where the Engineer required the contractor to suspend the work for a
period in excess of 30 days at anytime or 60 days in the aggregate, the

Contractors No. of Corrections Executive Engineer


65
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
contractor shall be entitled to apply to the Engineer within 30 days of the
resumption of work after such suspension for payment of compensation to
the extent of pecuniary loss suffered
by him in respect of working machinery remained idle on the site or on the
account of his having and to pay the salary or wages of labour engaged by
him during the said period of suspension provided always that the
contractor shall not be entitled to any claim in respect of any such working
machinery, salary or wages for the first 30 days whether consecutive or in
the aggregate or such suspension or in respect of any suspension
whatsoever occasioned by unsatisfactory work or any other default on his
part. The decision of the Engineer in this regard shall be final and
conclusive against the contractor.
(4) In the event of

(i) any total stoppage of work on notice from Engineer under Sub clause
(1) in that behalf

(ii) Withdrawal by the contractor from the contractual obligations to


complete the remaining unexecuted work under sub-clause (2) on account
of continued suspension of work for a period exceeding 90 days.
Or
(iii) Curtailment in the quantity of item or items originally tendered on
account of any alteration, omissions on substitution in the specifications,
drawings, designs or instructions under clause 14 (1) where such
curtailment exceeds 25% in quantity and the value of the quantity curtailed
beyond 25 percent at the rates for the item specified in the tender is more
than Rs. 5000/-
It Shall be open to the contractor, within 90 days from the service of (I) the
notice of stoppage of work or (ii) the notice of withdrawal from the
contractual obligations under the contract on account of the continued
suspension of work or (iii) notice under clause 14(1) resulting in such
curtailment to produce to the Engineer satisfactory documentary evidence

Contractors No. of Corrections Executive Engineer


66
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

that he had purchased or agreed to purchase material for use in the


contracted work, before receipt by him of the notice of stoppage, suspension
or curtailment and require the Government to take over on payment such
material at the rates determined by the Engineer, provided, however, such
rates shall in no case exceed the rates at which the same was acquired by
the contractor.
(Amended vide Govt. in P.W. & D. Deptt’s Circular memorandum NO. CAT
1268/59382 Desk –II dt 22.2.1978)

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.

Contractors No. of Corrections Executive Engineer


67
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
Clause 17 – If any time before the security deposit or any part thereof is
Action and
refunded to the contractor it shall appear to the Engineer-in-charge or compensation
his subordinate in charge of the work, that any work has been executed payable in case
of bad work
with unsound, imperfect or unskillful workmanship or with materials of
inferior quality, or that any materials or articles provided by him for the
PWD Resolution
execution of the work are unsound, or of a quality inferior to that
No. CAT 1087 /
contracted for or are otherwise not in accordance with the contract, it CR 94/ Bldg 2,
shall be lawful for he Engineer-in-charge to intimate this fact in writing to dt. 14/6/89
the contractor and then notwithstanding the fact that the work, materials
or articles complained of may have been inadvertently passed, certified
and paid for the contractor shall be bound forthwith to rectify, or remove
and reconstruct the work so specified in whole or in part, as the case
may require or if so required, shall remove the materials or articles so
specified and provide other proper and suitable materials or articles at
his own charge and cost proper and suitable materials or articles at his
own charge and sot and in the event of his failing to do so within a
period to be specified by the Engineer-in-charge in the written intimation
aforesaid, the contractor shall be liable to pay compensation at the rate
of one percent on the amount of he estimate for every day not
exceeding 10 days, during which the failure so contains and in the case
of any such failure the Engineer-in-charge may rectify or remove and re-
execute the work or remove, and replace the materials or articles
complained of as the case may be at the risk and expense in all
respects of the contractor. Should the Engineer-in-charge consider that
any such inferior work or materials as described above may be accepted
or made use of it shall be within his discretion to accept the same at
such reduced rates as he may fix therefore.

Clause 18 – All works under or in course of execution or executed in Work to be open


to inspection.
pursuance of the contract shall at all times be open to the inspection
Contractor or
and supervision of the Engineer-in-charge and his subordinates and the responsible
contractor shall at all times during the usual working hours and at all agent to be
present.
times at which reasonable notice of the intention of the Engineer-in-
charge and his subordinate to visit the work shall have been given to
the contractor, either himself be present to receive orders and

Contractors No. of Corrections Executive Engineer


68
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
instructions or have responsible agent duly accredited in writing
present for that purpose. Orders given to the contractor’s duly
authorised agent shall be considered to have the same force and effect
as if they had been given to the contractor himself.
Notice to be Clause 19 – The contractor shall give not less than five days notice in
given before writing to the Engineer-in-charge or his subordinate in charge of the
work is covered
up. work before covering up or otherwise placing beyond the reach of
measurement any work in order that the same may be measured and
correct dimensions thereof taken before the same is so covered up or
place beyond the reach of measurement any work without the consent
in writing of the Engineer-in-charge or this subordinate in charge of the
work, and if any work shall be covered up or placed beyond the reach
of measurement, without such notice having been given or consent
obtained the same shall be uncovered at the contractor’s expenses,
and in default thereof no payment or allowance shall be made for such
work or for the materials with which the same was executed.
Contractor Clause 20 – If during the period of 6 months form the date of
liable for completion as certified by the Engineer-in-charge pursuant to Clause
damage done
and for 7 of the contract or 12 months after commissioning the work,
imperfection whichever is earlier in the opinion of the Executive Engineer, the said
work is defective in any manner whatsoever, the contractor shall
forthwith on receipt of notice in that behalf from the Executive
PWD Engineer, duly commence execution and completely carry out at his
Resolution cost in every respect all the work that may be necessary for rectifying
No. CAT
1087 / CR and setting right the defects specified therein including dismantling
94/ Bldg 2, and reconstruction of unsafe portion strictly accordance with and in
Dt. 14.6.89
the manner prescribed and under the supervision of the Executive
Engineer. In the event of the contractor failing or neglecting to
commence execution of the said rectification work within the period
therefor in the said rectification work within the period prescribed
therefor in the said notice and/or to complete the same as aforesaid
as required by the said notice, the Executive Engineer may get the
same executed and carried out departmentally or by any other agency
at the risk on account and at the cost of the contractor. The contractor
shall forthwith on demand pay to the Govt. the amount of such cost of

Contractors No. of Corrections Executive Engineer


69
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
the contractor. The contractor shall forthwith on demand pay to the
Govt. the amount of such costs charges and expenses sustained or
incurred the Government of which the certificate of the Executive
Engineer shall be final and binding on the contractor. Such costs,
charges and expenses shall be deemed to be arrears of land revenue
and on the event of the contractor failing or neglecting to pay the
same on demand as aforesaid without
prejudice to any other rights and remedies of the Government, the same
may be recovered from the contractor as arrears of land revenue. The
government shall also be entitled to deduct the same from any amount
which may then be payable or which may thereafter become payable by the
Government to the contractor either in respect of the said work or any other
work whatsoever or from the amount of security deposit retained by
Government.

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

Contractors No. of Corrections Executive Engineer


70
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
be brought by any person for injury sustained owing to neglect of the above
precautions, and to pay any damages and cost which may be awarded in
any such suit, action or proceedings to any such person or which may with
consent of the contractor be paid for compromising any claim by any such
person.
Clause 21 A – The contractor shall provide suitable scaffolds and
working platforms, gangways and stairways and shall comply with the
following regulations in connections therewith.

a) Suitable scaffolds shall be provided for workmen for all works that
can not safely done from ladder or by other means.

b) A scaffold shall not be constructed, taken down or substantially


altered except.

i. Under the supervision of a competent and responsible person and

ii. As far as possible by competent workers possessing adequate


experience in this kind of work.

b) All scaffolds and appliances connected therewith and ladders shall

i. be of sound material

ii. be of adequate strength having regard to the loads and strains to


which they will be subjects, and

iii. be maintained in proper conditions.

c) Scaffolds shall be so constructed that no part thereof can be


displaced in consequence of normal use.

d) Scaffolds shall not over loaded and so far as practicable the load
shall be evenly distributed.

e) Before installing lifting gear on scaffolds special precautions shall be


taken to ensure the strength and stability of the scaffold.

f) Scaffold shall be periodically inspected by the competent person.

g) Before allowing a scaffold to be used by his workmen the


contractor shall, whether the scaffold has been erected by his
workmen or not take steps to ensure that it complies fully with
the regulations

h) Working platform, gangways, stairways shall,

Contractors No. of Corrections Executive Engineer


71
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
(i)be so constructed that no part thereof can sag unduly or
unequally.

(ii) be so constructed and maintained having regard to the


prevailing conditions as to reduce as far as practicable risks of
persons tripping or slipping, and

(iii) be kept free from any unnecessary obstruction.

(i) In the case of working platform, gangways, working places and


stairways at the height exceeding 3 meters.

(i) Every working platform and every gangway shall be closely


boarded unless other adequate measures are taken to ensure
safety.

(ii) Every working platform and gangway shall have adequate


width &

(iii) Every working platform, gangways, working place and stairway


shall be suitably fenced.

(j) Every opening in the floor of a building or in a working platform shall


except for the time and to the extent required to allow the access of
persons or the transport or shifting of materials be provided with
suitable means to prevent the fall of persons or materials.

(k) When peons are employed on rood where there is a danger of


falling from a height exceeding 3 meters suitable precautions shall
be taken to prevent the fall of persons or materials.

(l) Suitable precautions shall be taken to prevent persons being struck


by articles which might fall from scaffold or other working places.

(m) Sate means of access shall be provided to all working platforms


and other working places.

(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

Contractors No. of Corrections Executive Engineer


72
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
Clause 21 B – The contractor shall comply with the following regulation
as regard the Hoisting Appliances to be used by him :

(a) Hoisting machine and tackle, including heir attachments,


anchorage and support shall –

(i) Be of good mechanical construction, sound material and adequate


strength and free from patent defect and,

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

(b) Every rope used in hoisting or lowering materials or as a means of


suspensions shall be of suitable quality and adequate strength and
free from patent defect.

(c) Hoisting Machine and tackle shall be examined and adequately


tested after erection on the site and before use and be re-examined
in position at intervals to be prescribed by the Government.

(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.

(e) Every crane driver of hoisting appliance operator shall be properly


qualified.

(f) No person who is below the age of 18 years shall be n control of


any hoisting machine, including any scaffold winch, or give signals
to the operator.

(g) In the case of every hoisting machine and of every chain, ring,
hook, shackle, swivel, pulley block used in 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.

(j) No part of any hoisting machine or of any gear referred to in regulation


(g) above shall be loaded beyond safe working load except for the
purpose of testing.

Contractors No. of Corrections Executive Engineer


73
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
(k) Motors, gearing transmissions, electric wiring and other dangerous part
of hoisting appliances shall be provided with efficient safeguards.

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

(m) Adequate precaution shall be taken to reduce to a minimum the risk of


any part of a suspended load becoming accidentally displaced.

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.

Clause 23 – Compensation fro all damages done intentionally or


Liability of
unintentionally or unintentionally by contractor’s labour whether in or
contractor for
beyond the limits of Government property including any damage caused any damage
by the spreading of fire mentioned in clause 22 shall be estimated by done in or
outside work
the Engineer-in-charge or such other officer as he may appoint and the
area.
estimate of the Engineer-in-charge subject to the decision of the
Superintending Engineer on appeal shall be final and the contractor
shall be bound to pay the amount of the assessed

compensation on demand, failing which, the same will be recovered


from the contractor as damages in the manner prescribed in clause 1
or deducted by the Engineer-in-charge from any sums that may be
due or become due from Government to contractor under this contract
or otherwise.

The contractor shall bear the expenses of defending any action or


other legal proceeding that may be brought by any persons for injury
sustained by him owing to neglect of precautions to prevent the
spread of fire and he shall pay any damages and cost that may be
awarded by the court in consequence.

Contractors No. of Corrections Executive Engineer


74
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
Clause 24 – The employment of female labour on works in neighbor-
Employment of
female labour. hood of soldier’s barracks should be avoided as far as possible.

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

Clause 27 – All sums payable by a contractor by way of


compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the use of Government
without reference to the actual loss or damage sustained, and
whether any damage has or has not been sustained.

Contractors No. of Corrections Executive Engineer


75
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
Clause 28 – In the case of tender by partners, any change in the
Changes in the
constitution of a firm shall be forthwith notified by the contractor to the constitution of
Engineer-in-charge for his information. firm to be notified
.
Clause 29 – All works to be executed under the contract shall be Direction and
executed under the direction and subject to the approval in all respects of control of the
Superintending
the Superintending Engineer of the Circle, for the time being, who shall be
Engineer
entitled to direct at what point or points and in what manner they are to be
commenced, and from time to time carried on.
Direction and
Clause 30 (1) – Accept where otherwise specified in the contract and
control of the
subject to the powers delegated to him by Government under the Code, Superintending
rules then in force, the decision of the Superintending Engineer of the Engineer.
circle for the time being shall be final, conclusive and binding on all
parties to the contract upon all questions relating to the meaning of the
specifications, designs, drawings and instructions herein before
mentioned and as to the quality or workmanship or materials used on the
work or as to any other question, claim, right, matter, or thing whatsoever,
if any way arising out of, or relating to the contract designs, drawings,
specifications, estimates, instructions, orders, or these conditions, or
otherwise concerning the works, or the execution or failure to execute the
same whether arising during the progress of the work, or after the
completion or abandonment thereof.

(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

Contractors No. of Corrections Executive Engineer


76
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
a detailed examination and decision by the Standing Committee, shall
put up to the Standing Committee at Government level for suitable
decision.

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.

Contractors No. of Corrections Executive Engineer


77
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
Clause 34 – The expression “work” where used in these conditions shall
unless there be something in the subject or context repugnant to such Definition of work

construction, be construed to mean the work or works contracted to be


executed under or in virtue of the contract, whether temporary of
permanent and whether original, altered, substituted or additional.
Contractor’s
Clause 35 – The percentage referred to in the tender shall be deducted
percentage whether
from / added to the gross amount of the bill before deducting the value of applied to net or
any stock issued. gross amount of
bill
Clause 36 – All quarry fees, royalties, octroi dues and ground rent for Refund of quarry
fees and
stacking materials, if any, should be paid by the contractor. As per
royalties.
revision of time to time and paid voucher of royalty / all quarry fees is
submit before submission of R.A. Bill’s.

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.

Clause 37 B – The contractor shall provide all necessary personal


safety equipment and first aid apparatus available for the use of the
persons employed on the site and shall maintain the same in
condition suitable for immediate use at any time and shall comply with
the following regulations in connection therewith.

(a) The workers shall be required to use the equipment so provided


by the contractor and the contractor shall take adequate steps to
ensure proper use of the equipment by those concerned.

Contractors No. of Corrections Executive Engineer


78
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
(b) When work is carried on in proximity to any place where there is a
risk of drowning all necessary equipment shall be provided and kept
ready for use and all necessary step shall be taken for the prompt
rescue of any person in danger.

(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 37 C – The contractor shall duly comply with the provisions of


“the Apprentices Act, 1961” (III of 1961) the Rules made there under
and the orders that may be issued from time to time under the Act and
the said Rules and on his failure or neglect to do so, he shall be
subject to all the liabilities and penalties provided by the said Act and
said Rules. (Inserted vide PWD Circular No. CAT – 6076 / 3336/(400)
Bldg. 2, Dt. 16.8.1985)

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

Contractors No. of Corrections Executive Engineer


79
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
case may be by the percentage which the total tendered amount bears to
the estimated cost of the work as put to tender based upon the schedule of
rates applicable to the year in which the tenders were invited. For the
purpose of operation of this clause, this cost shall be taken to be
Rs.2314321/- In words (Rupees Twentythree lakh Fourteen Thousand
ThreeHundred Twentyone only)

(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 41 – No compensation shall be allowed for any delay in the Claim,for


execution of the work on account of water, standing in borrow pits or compensation for
delay in execution of
compartments. The rates are inclusive for hard or cracked soil. Excavation in work
mud, soil, water standing in borrow pits & no claim for an extra rates shall be
entertained, unless otherwise expressly specified.

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)

Contractors No. of Corrections Executive Engineer


80
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
(iii) No animal suffering from sores, lameness or emaciation or which
is immature shall be employed on the work

(iv) The engineer in charge or his Agent is authorized to remove from


the work any person or animal found working which does not satisfy
these conditions and no responsibility shall be accepted by
Government for any delay caused in the completion of the work by
such removal.
(v) The contractor will have to make payment to the labours as per
wages permitted by the minimum wages act.

(vi) Contractor shall provide drinking water facilities to the workers.


Similar amenities shall be provided to the workers engaged on large
work in urban areas.

Method of Clause 44 – Payment to contractors shall be made by cheque drawn


payment on any treasury within the division convenient to them provided the
amount exceeds Rs. 10/- amounts not exceeds Rs. 10/- will be paid
in cash.
Acceptance of
conditions Clause 45 – Any contractor who does not accept these conditions
compulsory
shall not be allowed to tender for works.
before tendering
the work. Clause 46 – If Government declares a state of scarcity or famine to
exist in any village situated within 10 miles of the work, the contractor
Employment of shall employ upon such parts of the works, as are suitable for
scarcity labour.
unskilled labour, any person certified to him by the Executive
Engineer, or be any person to whom the Executive Engineer may
have delegated this duty in writing to be in need of relief and shall be
bound to pay to such person wages not below the minimum which
Government may have fixed in this behalf. Any disputes which may
arise in connection with the implementation of this clause shall be
decided by the Executive Engineer whose decision shall be final and
binding on the contractor.

Clause 47 – The price quoted by the contractors shall not in any case
exceed the control price, if any, fixed by 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

Contractors No. of Corrections Executive Engineer


81
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
Hoarding and Profiteering Prevention Ordinance, the contractor will
specifically mention this fact in his tender along with the reasons for quoting
such higher prices. The purchaser at his discretion will in such case
exercise the right of revising the price at any stage so as to conform with
the controlled price on the permissible under the Hoarding and Profiteering
Prevention Ordinance. This discretion will be exercised without prejudice to
any other action that may be taken against the contractor.

Clause 48 –Conditions for G.S.T. :- As per Govt. of Maharashtra Finance


Department, Marathi Circular No. GST-

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.

Clause 50 – The contractor shall employ he unskilled labour to


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

Contractors No. of Corrections Executive Engineer


82
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
(Revised vide P.W. Deptt’s Govt. Resolution NO. CAT/1097/P.C.
478/ Bldgs.2, Dt. 23/3/1998)

Wearing of loose Clause 51 - The contractor to take precautions against accidents


clothes prohibition
of. which takes place on account of the labour using loose garments
while working near machinery.

Clause 52 – All amount whatsoever which the contractor is liable


to pay to the Government in connection with the execution of the
work including the amount payable in respect of (i) materials and /
or stores supplied/ issued hereunder by the Government to the
contractor (ii) hire charges in respect of heavy plant, machinery
and equipment given on hire by the Government to the contractor
for execution by him of the work and / or on which advances have
been given by the Government to the contractor shall be deemed
to be arrears of the Land Revenue and the Government may
without prejudice to any other rights and remedies of the
Government recover the same form the contractor as arrears of
land revenue.

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

Contractors No. of Corrections Executive Engineer


83
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
to him by the Government (Inserted vide Government Public Works
Departments Circular No. CAT 1284/(120)/ Building 2, Dated 14/8/1985)

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.

Clause 54 (4) – In case of default in carrying our prescribed anti-malaria


measures resulting in increase in Malaria incidence contractor shall be liable
to pay to Govt. the amount spent by Govt. on Anti-Malaria measures to
control the situation in addition to fine.

Clause 55 – RELATION WITH PUBLIC AUTHORITIES :- The Contractor


shall make sufficient arrangement for draining away the suffrage water as
well as water coming form the bathing & washing places and shall dispose
off this water in such way as not to cause nuisance. He shall also deep the
premises clean by employing sufficient number of sweepers.

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.

Clause 56 :- Where the workers are required to work near


machines and are liable to accident they should not be allowed to
ware loose cloth like Dhoti Jhabba etc.

Clause 57 :- Deduction of income tax 2% plus surcharge will be


made from contractor’s bill.

Clause 58:- The Contractors is free to utilizes suitable material


out of the excavated available material on site However, he could
not claim on account of non suitability or non availability of
sufficient excavated material not entertain.

Contractors No. of Corrections Executive Engineer


84
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Clause 59 :-¶ÉɺÉxÉÉSªÉÉ +ÆMÉÒEÞòiÉ ={ÉGò¨ÉÉÆSªÉÉ ºÉÆ¤ÉÆvÉÒiÉÒ±É EÆòjÉÉ]õnùÉ®úÉÆSªÉÉ


ºÉÆnù¦ÉÉÇiÉ EòɨÉMÉÉ®ú ¦ÉʴɹªÉ ÊxÉ´ÉÉǽþ ÊxÉvÉÒ +ÊvÉÊxɪɨÉÉiÉÒ±É iÉ®úiÉÖnùÒxÉÖºÉÉ®ú
EÆòjÉÉ]õnùÉ®úɱÉÉ xÉÉånùhÉÒEÞòiÉ +ºÉhÉä Vɯû®úÒSÉä +ɽäþ iɺÉäSÉ EòɨÉMÉÉ®ú ¦ÉʴɹªÉ ÊxÉ´ÉÉǽþ
ÊxÉvÉÒ +ÊvÉÊxɪɨÉÉxÉÖºÉÉ®ú iªÉÆÉxÉÒ ¦ÉʴɹªÉ ÊxÉ´ÉÉǽþ ÊxÉζSÉiÉ +ɴɶªÉEò iÉÉä ¦É®úhÉÉ Eäò±ÉÉ
+ɽäþ ËEò´ÉÉ EòºÉä ªÉÉ ¤ÉɤÉiÉ EÆòjÉÉ]õnùÉ®úÉxÉä ºÉIÉ¨É +ÊvÉEòÉ­ªÉÉSÉä +ɴɶªÉEò iÉä
|ɨÉÉhÉ{ÉjÉ ºÉÉnù®ú Eò®úhÉä Vɯû®úÒSÉä +ɽäþ.
Clause 60 :- Insurance Policy to Government and Semi
Government Property.:-
Contractors shall take out necessary Insurance Policy/ Policies
be as to provide adequate insurance cover for excution of the
awarded contract work from the "Director of Insurance,
Maharashtra state, Mumbai400 051" only it's postal address for
correspondance is " 264 MHADA, Opp Kalanagar,Bandra (Tel.
No.6438403) (Fax) 0438401/ 6438690. Insurance Policy/ Policies
taken-out from any other company will not be accepted,
However, If the contractors desire to effect insurance with the
local office of any insurance company, the same should be under
the co-insurance cum-servicing arrangements approved by the
Director of Insurance Company If the policy taken out by the
contractors not on co-insurance basis ( G.I.F.60% and Insurance
company 40% ) the same will not be accepted and the amount of
premium calculated by Director of Insurance will be recovered
directly form the amount payable to the contractors the executed
contract work which may be noted.

Contractors No. of Corrections Executive Engineer


85
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
SCHEDULE “A”

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.

Particulars Rates at which the material will be Place of


charged to the contractor delivery

Unit In figure Inwards

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

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..

Contractors No. of Corrections Executive Engineer


86
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
2. The quantities indicated in the above schedule are approximate and may vary as per
actual requirement as ascertained by the Engineer-in-charge.

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.

Contractors No. of Corrections Executive Engineer


87
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Conditions for materials issued under Schedule “A”


The issue of material by Department under Schedule “A” of this contract will be subject
to interlaid the following the conditions.
1. All the materials shall be made available for delivery on working days only during
working hours, to be arranged mutually by the contractor between himself and the
Store-Keeper or the Sub-Divisional officer, who so ever shall issue the same. The
material shall be made available at the place of delivery mentioned in schedule “A” of
the tender.

2. The Contractor shall submit periodically as well as on completion of work, an account


of all materials issued to him in a manner as directed by Engineer-in-charge. The
contractor shall also furnish an account, of previous materials issued, before placing
demand for further materials. In addition, a separate register shall be maintained on
site for recording daily item-wise consumption of issued to them and also itemwise
contractor or his representative and representative of Engineer-in-charge.

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.

7. The contractor shall construct shed/sheds as per direction of the Engineer-in-charge of


the work for storing the materials issued to him by this Department and provide double
locking arrangements, but of which one lock shall be him by this Department and
provide double locking arrangement, but of which one lock shall be with in charge of
Department person, and materials shall be taken for use presence of the Departmental
persons only.

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.

Contractors No. of Corrections Executive Engineer


88
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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”

Contractors No. of Corrections Executive Engineer


89
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Schedule “B”
Memorandum showing items of work to be carried out.

Item Quantities Item of work Estimated Rates Unit Total


No. estimated amount
but may be In figures In words according
more or to
less estimated
quantities

------- ------------- --As Per Separate Sheet Attached ----------------

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.

Contractors No. of Corrections Executive Engineer


90
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

Contractors No. of Corrections Executive Engineer


91
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
irrigation projects using digital state of art Nine
instrument, Including transfer of entire data Rupees
to computer system in different geo- Three Paise
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.
5 Item No 5 Fixing precast RCC alignment
Six Hundred
blocks(Pillars) on alternative dam site
Twenty
finally approved of size 900x175x100 mm
Three
at 90 M interval including fixing in 1:3:6 160.00 Nos 623.76 99803.20
Rupees
(600x450x450mm) cement concrete,
Seventy Six
excavation, back filling, and coloring etc as
Paise
directed.
6 Item no. 6 Excavation for taking trial pits
on final alignment of dam line and canal at One
specified interval and in Nalla-bed of size Hundred
2.00 x 2.00 x 2.50mtr. in length, breadth 50.00 Cum 160.40 Sixty 8020.00
and depth respectively or size as may be Rupees
directed by the Engineer In charge including Forty Paise
back filling trial pits etc complete.
7 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 boolsam and other such materials and
or a
A) overburden (Soil of all sorts, soft Two
murum, hard murum, boulders and soft Thousand
rock) Three
Hundred
24.00 Rmt 2314.35 55544.40
Fourteen
Rupees
Thirty Five
Paise
B) Hard Rock Four 413452.80
Thousand
Three
96.00 Rmt 4306.80 Hundred Six
Rupees
Eighty
Paise

Contractors No. of Corrections Executive Engineer


92
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

8 Item no. 8 Providing core boxes of MS of Three


size 1.25mx0.35mx0.15m for preserving Thousand
core sample with all fixtures and fastening Thirty One
26.00 Nos 3031.63 78822.43
handles including locking arrangement etc. Rupees
complete. Sixty Three
Paise
9 Item no. 9 Carrying out water intake test /
permeability test at any stage or depth as
Eight
may be directed by Engineer in charge by
Hundred
filling the bore hole with water or air at
64.00 Nos 810.24 Ten Rupees 51855.65
specific pressure of specified limit as and
Twenty
where directed. (Reference : P.W.D.
Four Paise
Chapter-6, Page 71,BFoundation
Exploration)
Item No 10
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 Thirteen
numbers of mild steel angle iron post Thousand
75mmx75xmmx6mm,3.5 metre long firmly 2.54 Sq.m 13600.40 Six Hundred 34545.02
fixed to the ground by means of properly Rupees
designed foundation with M-25 grade Forty Paise
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

Contractors No. of Corrections Executive Engineer


93
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD
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
11 Item No. 11:- Nineteen
Testing of Soil Samples Liquid limit & Thousand
Plastic limit-1Sp. Gravity-1Permeability ( Samp One
Constant Head)-1Compaction-1Direct Shear 5.00 19184.00 95920.00
les Hundred
(U.U)-1Mechanical Sieve Analysis-1 Eighty Four
Rupees
12 Item No. 12: Two
Purchase of Hydro-meteorological data and Year Hundred
40 225.00 9000.00
Hydrological data. s Twenty Five
Rupees
13 Item No. 13: Hydrological Studies One lakh
Sixty
1.00 Nos 160000.00 160000
Thousand
Rupees
14 Item No. 14: Design of Dam and Canal etc. One Lakh
Sixty
6.00 Nos 160000.00 960000.00
Thousand
Rupees
15 Item No.15 Preparation of Draft/Final Report
comprising of technical, financial, economic
feasibility and environmental aspects of the
project including executive summary and
Three Lakh
detailed chapter so necessary and
Twenty
introduction of project existing and future
Two
traffic ,design philosophy scope of work,
Thousand
summary of available cost estimates 1 No. 322795.00 322795.00
Seven
justification for rates adopted, key points of
Hundred
execution, salient features of the projects,
Ninety Five
location of the toll plaza, toll rate/policy to
Rupees
be adopted and specification of major
construction items etc.in 8 copies having
attractive cover and binding as directed by
Engineer-in-Charge etc.complete.

Grand Total Rs 2314321.23


Say Rs 2314321.00

Contractors No. of Corrections Executive Engineer


94
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

Contractors No. of Corrections Executive Engineer


95
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

¨STATEMENT NO.I

DETAILS OF OTHER WORK TENDERED FOR AND IN HAND ON THE DATE OF SUBMISSION OF TENDER

NAME OF THE TENDERED:-

Sr. No. Name of Place of Country Works in hand Anticipated date Works tendered for Remakrs
work of completion

Tendered cost Cost of Estimated Date by Stipulated


Rs. In lakhs remaining cost Rs. In which date or
works Rs. lakhs decision period of
In lakhs is complete
expected

Contractors No. of Corrections Executive Engineer


96
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

STATEMENT NO.II

DETAILS OF WORK OF SIMILARY TYPE AND MAGNITUDE CARRIED OUT BY THE CONTRACTOR

NAME OF THE TENDERERE:

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

Note ;- Similar typr of work survey and trial bores

Contractors No. of Corrections Executive Engineer


97
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

STATEMENT NO.III

DETAILS OF PLANTS & MACHINERY IMMEDIATELY AVAILABLE WITH THE TENDERED

NAME OF THE TENDERERE:

Performa for information regarding availability / procurement of machinery required for this work.

Sr.No. Machinery No. of Machinery Owned Hire


(filled by Contractor)

1. DGPS
1

2. Total Station
2

3. Boring Machine 1
4.
5

NOTE:- Scanned copy of Proof of Ownership attached herewith

Contractors No. of Corrections Executive Engineer


98
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

STAEMENT NO.IV

DETAILS OF TECHNICAL PERSONNEL AVAILABLE WITH CONTRACTOR

NAME OF THE TENDERED.

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

Contractors No. of Corrections Executive Engineer


100
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

APPENDIX- A

DECLARATION OF THE CONTRACTOR


1. I/We
Contractor(s),hereby undertake that I/We shall pay the laborers engaged on 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
.

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.

3. I/ We hereby undertake to indentify and hereby to indentify the Government


against all liabilities arising out of application of all labour laws viz. the minimum
wages Act the workmen compensation act the payment of wages act, ESIS
and PF act, etc. with reference to labour engages on subject work.

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.

Contractors No. of Corrections Executive


Engineer
101
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

APPENDIX "G"
Vide para 9 (ii) of Detailed Tender Notice
MODEL FORM OF BANK GUARANTE E BOND
GUARANTEE BOND.

1) This deed of guarantee is made on the by _____________________________


having his head office at demand under the terms and conditions of
Agreement dated _____________ made between _______________ and
____________________ for ______________________________ (Hereinafter
called "the Agreement") of additional security deposit for the fulfillment by the said
contractor s of the terms and conditions contained in the said Agreement on
production of Bank guarantee for Rs....................... (Rs.
........................................................................Only) We,
____________________________________ (Hereinafter referred to as "the
Bank") at the request of ________________________________ (Contractor)
do hereby undertake to pay to the Godawari Marathwada Irrigation Development
Corporation, Aurangabad hereafter referred to as Corporation, as amount not
exceeding Rs................... against any loss or damage caused to or suffered by the
Corporation by reasons of any breach by the said contractor of any of the term s or
conditions contained in the said agreement.

2) We, __________________________________ ( Indicate the name of bank )


do hereby undertake to pay the amount due and payable under this guarantee
without any demur , merely on a demand from the Corporation stating the amount
claimed is due by way of loss or damage caused to or would be caused to or
suffered by the Corporation by reason of breach by the said contractor(s) of
any of the terms of conditions contained in the said agreement or any reason of
the contractor(s) failure to perform the said agreement. Any such demand
made on the bank shall be conclusive as regards the amount due and
payable under this guarantee shall be restricted to any amount not exceeding
Rs............................... .
3) We undertake to pay to the Corporation any money so demanded not
withstanding any dispute or dispute raised by the contractor(s) /
Supplier(s) in any suit or proceeding pending before any court or Tribunal
relating there to, or liability under this present being absolute and
unequivocal. The payment so made by us under this bond shall be valid
discharge of our liability for payment there under and the contractor(s)

Contractors No. of Corrections Executive


Engineer
102
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Supplier(s) shall have no claim against us for making such payment.

4) We,____________________________ (Indicate the name of bank)further agree


that the guarantee herein contained shall remain in full force and effect
during the period that would be taken for the performance of the said
agreement and that it shall continue to be forceable till all the dues of the
Corporation under or by virtue of the said agreement have been fully paid
and its claims satisfied or discharged or till
______________________________________ (office/ Corporation) of
_____________________________ (indicate the name of Administrative
Officer ) certifies that terms and conditions of the said agreement have been
fully and properly carried out by the said contractor(s) and accordingly
discharges this guarantee. Unless a demand or claim under this guarantee is
made on us in writing on or before the __________________________ We
shall be discharge form all liability under this guarantee there after.
5) We, _____________________________________ ( Indicate the name of
Bank) further agree with the Corporation that the Corporation shall have the
fullest liberty without our consent and without affecting in any manner our
obligations hereunder to vary any of the terms and conditions of the said
Agreement, or to extend time of performance by the said Contractor from
time to time or postpone for any time or from time to time of the powers
exercisable by the Corporation against the said Contractor(s), and to
forbear or enforce any of the terms and conditions relating the said Agreement,
and we shall not be relieved from the terms and conditions relating to the said
agreement, and we shall not to be relieved from our liability by reason of any
such variation or extension being granted to the said contractor(s) or for
any forbearance, act or commission on the part of the Corporation(s) or any
indulgence by the Corporation to the said contractor or by any such matter or
thing whatsoever which under the law relating to surety would , but for this
provision , have effect of so relieving us.
6) This guarantee will not be discharged due to the change in the constitution
of the Bank or the change in the constitution of the contractors/ Suppliers.
7) We, ____________________________ (indicate the name of the Bank) lastly

Contractors No. of Corrections Executive


Engineer
103
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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 )

Contractors No. of Corrections Executive


Engineer
104
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

WHERE AS by an agreement dated _____________ (hereinafter-called Said


Agreement) the contractor has agreed.

AND WHERE AS the contractor has applied to the Corporation that he be


allowed advances on the security of materials absolutely belonging to him and
brought by him to the site of the works, the subject of the said Agreement for use in
the construction of such of the works as he has undertaken to execute at
rates fixed for the finished work (inclusive of the cost of material and labour and
other charges.)
AND WHEREAS the Corporation has agreed to advance to the contractor
the sum of Rupees .................. (in words,
Rupees___________________________) on the aforesaid security and has
reserved to himself the option of making any further advance or advances on
security of aforesaid nature , the quantities and other particulars of the materials
on the security of which the advance or advances are made being detailed in
part-II of the running account bill for the said works, signed at the time
being by the contractor on.
NOW THIS INDENTURE WITNESSES that in pursuance of the said Agreement
and in consideration of he sum of Rs................. on or before the execution of

Contractors No. of Corrections Executive


Engineer
105
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

Contractors No. of Corrections Executive


Engineer
106
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

Contractors No. of Corrections Executive


Engineer
107
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

Contractors No. of Corrections Executive


Engineer
108
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Witness Signature
Name & Address

Signed by the Order and direction of the Godawari Marathwada Irrigation Development Corporation
in presence of..

Witness Signature
Name & Address

Contractors No. of Corrections Executive


Engineer
109
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

APPENDIX "I"

PROFESSIONAL TAX CLEARANCE CERTIFICATE

This is to certify that M/s _______________________________________


of (address), is a registered dealer under the Maharashtra State Tax on
Professions, Traders Callings ad Employment Act No. XVI of 1975 , holding
Registration Certificate No. _____________________ w.e.f. ___________

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.

Sr. No. Name of Employee Designation Remarks.

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

Contractors No. of Corrections Executive


Engineer
110
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

APPENDIX "J"
(Vide Para 7 (a) for envelope No. 1)

AGREEMENT on Rs-500 Stamp Paper

Articles of agreement executed on this the of Tow thousand and _____)


between the Executive Engineer, G.M.I.D.C. Aurangabad (hereinafter referred to
as Corporation of the one part and Shri ____________________________
(name and address of the tenderer) (hereinafter referred to as "the bounden") of
the other part.
Where as in response to the notification No. dated the bounden has
submitted to the Corporation a tender for the work specified there in subject to the
terms and conditions contained in the said tender.
Whereas the bounden has also deposited with Corporation a sum of Rs. ______
as earnest money for execution of an agreement undertaking the due
fulfillment of the contract in case his tender is accepted by Corporation.
Now these presents witness and it is mutually agreed as follows:
1. In case the tender submitted by the bounden is accepted by the Corporation
and the contract for _____________________________ is awarded to
the bounder, the bounden shall within days of acceptance of his tender
execute an agreement with the Corporation. Incorporating all the terms and
conditions under which Corporation his tender.
2. In case the bounden fails to execute the agreement as aforesaid
incorporating terms and conditions governing the contract, the Corporation
shall any loss or nay damage, caused to the Corporation by such
appropriating the earnest money deposited by the bounden and if the
earnest money is found to be inadequate the deficit amount may be
recovered from the bounden and his properties, movable and immovable, in
the manner here after contained.
3. All sums found due to the Corporation under or by the virtue of this agreement
shall be recoverable from the bounden and his properties, movable and im
movable , under the provisions of the Maharashtra Land Revenue Code for
the time being in force as thought such sums are arrears of land revenue and in
such other manner s Corporation may deem fit.
In witness where of Shri.______________________________(Name and
designation) for an on behalf on the GMIDC and
____________________Shri.__________________________the bounden

Contractors No. of Corrections Executive


Engineer
111
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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._________________________________

Contractors No. of Corrections Executive


Engineer
112
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

APPENDIX ‘K’

I/We have been allotted the work of


____________________________No._________Year 20 -20 . The Stipulated
date of completion this work as per agreement is / /20.
I/We desire to complete this work in time.
I/We am/are of the present financial problems of the Corporation and in knowledge
of the fact that timely payment 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 will not claim for any compensation for delayed payments or 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 the information about availability of
funds with the Corporation for the above work allotted to me/us and
accordingly to arrange for the labourers, construction materials and finance.
iii) This undertaking will be part and parcel of the B.1 agreement bearing
No._________of Year 20 -20

Signature of the Contractor,


(With Stamp/Seal in case of Company).

Contractors No. of Corrections Executive


Engineer
113
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

APPENDIX ‘L’
UNDERTAKING.

I/We have allotted the work of __________________________________vide


Agreement bearing No.B.1/ for 20 -20 . The Stipulated date of
completion of this work is / /20.
Notwithstanding anything contained in the tender of this work. I/We hereby
undertake as follows.
1. U/We will not claim any demand for extra lead and lift charges as I/We aware
fully that the charges for lead and lift are included in the Schedule B. Rates for
the item concerned, and I have to find out the suitable quarry for material
required for the concerned construction of work.
2. I/Will not claim any quarry fees, Royalties, Octroi charges and ground rent for
stacking the materials paid by me as per Clause No.36 of the concerned
authorities as I am fully aware that the charges is included in the tender rate and
I will submit the paid voucher of Royalty to Revenue or Competent authority
before submission of R. A. Bills.
3. This undertaking will be part of the B.1 agreement bearing No.B.1/ for 20 -
20

Place:
Date :

Signature of Contractor.
(With Stamp/Seal in case of Company)

Contractors No. of Corrections Executive


Engineer
114
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

Signature of the Contractor.

Contractors No. of Corrections Executive


Engineer
115
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

UNDRTAKING FOR TENDER DRAWING

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

Contractors No. of Corrections Executive


Engineer
116
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

FORM No.- 8 (A )

Declaration/Authority letter for site visit and Geo-Tagging

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 Contractor & Agency :-

I ------------------------------------------------------------------------------------ myself here by

Declare / authorize my authorized representative Shri ------------------


----------

------------------- --------- to carry out site visit, quarry


visit and inspect/visit other important location on site of above mentioned work. The
details of Geo-Tagging as mentioned in the tender will be uploaded in Envelope No. 1
of the tenders.

Date:-
Place:-
Time:- Signature with stamps of the
Contractor

Contractors No. of Corrections Executive


Engineer
117
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

SPECIAL CONDITIONS OF CONTRACT


1 CONTRATOR TO INFORM HIMSELF FULLY :-
The contractor shall be deemed to have carefully examined the
work and site conditions, the special conditions, the specifications,
schedules and drawings and shall be deemed to have visited the work
site, his own quarries for rubble sand and to have fully informed himself
regarding the availability of construction materials, local conditions,
ancillary work required to be done etc. before quoting the offer.
If he shall have any doubts as to the meaning of any portion of
the special conditions or the scope of work or the specifications or any
other matter concerning the contract, he shall in good time set forth the
particulars thereof and submit them to the Engineer-in-charge. The
Engineer-in-charge generally means the Executive Engineer directly in
charge of the work, but also means the Superintending Engineer, Chief
Engineer of Government , for exercising powers under this contract. Once
a tender submitted the matter will be decided according to tender
conditions in the absence of such authentic pre certification.
1.2 There is established irrigation system on Godawari canals and
water will be released as and when required for irrigation, industrial and
drinking water purposes through out the year. contractor shall plan the
construction programme taking this fact into account such that no him
durance to water releases through canal during execution of work. Also on
claims or compensation on account of hindrance or break in execution
due to to canal flows will be entertained.
1.3 The entire irrigation system of the said canal depends on the
tendered structure. Therefore in any case the work once started should
not be discontinued on any ground.
2.0 CONTRACT DRAWINGS AND SPECIFICATIONS :
2.1 On acceptance of the tender 3 sets of contract drawings, and
working as well as one certified copy of the accepted tender will be
supplied to the contractor free of charge within one week, On request by
the contractor and at the discretion of Engineer in charge, the contractor

Contractors No. of Corrections Executive


Engineer
118
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

may be supplied additional copies of contract documents to be charged at


the rate of Rs 2500/- (Rs. Two Thousand Five hundred only per set.).

2.2 The drawings, which form, part of this contract show the works to
be done in such details as possible to do for the present. They will be
supplemented or superseded by such additional detailed 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.

Contractors No. of Corrections Executive


Engineer
119
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

d) The approval of the drawings, however, will not relieve the


contractor of his responsibility from any errors or omissions.

4.0 ERRORS, OMISSIONS, DISCREPANCIES :

a) In all case of errors, omissions and/or disagreement between


written and scaled dimensions on the drawings or between the drawings
and specifications, the following orders of preference shall apply.
Between actual scaled and written dimensions or description on
drawing and corresponding one in the specification, the latter shall be
adopted.
Between the quantities in the schedule of quantities and those
arrived at from the drawings, the former shall apply.
Between the written description of the item in the schedule of
quantities and the detailed specifications of the same item, the latter shall
be adopted.

b) The information in connection with the works and work site as


well as specifications are contained in this book of contract in general and
in particular in two parts, viz. Special conditions and specifications for item
of work. In case of any discrepancy of repugnancy in the clauses in these
sections, the specifications will prevail over special conditions.

c) The special conditions of contract and the specifications shall


prevail over various clauses of B-1 tender form.

d) In all cases of omission and/ or doubts or discrepancies; in the


dimensions or description of any item, a reference shall be made to the
Engineer-in-charge whose elucidation, elaboration or decision shall be
considered as authentic and final subject of the Clause 30 of B-1 form.
The Contractor shall be held responsible for any errors that may occur in
the work through lack of such reference and precaution.

Contractors No. of Corrections Executive


Engineer
120
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

5.0 USE OF SITE:-


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

b) All areas of operation, including those of his staff and labour


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

c) The lands shall as herein before mentioned be handed


over back to the Engineer-in-charge within three months after the
completion of the work under this contract or the termination of the
contract whichever is earlier. Also no land shall be held by the Contractor
longer than the Engineer-in-charge shall deem necessary and the
Contractor shall, on due notice by the Engineer-in-charge vacate and
return the land which the Engineer-in-charge may certify as no longer
required by the Contractor for the purpose of the works. In case the lands
are not handed over back to the within the time limit, specified above,
penal rent as may be decided by the Engineer-in-charge will be
recoverable.
d) The vegetation and forest is noticeable in project area. the
contractor
should take utmost care for the preservation of this vegetation
and forest, Any damage in this vegetation and forest will have to be
compensated by the contractor and decision from Engineer-in-charge will
be final and binding on contractor.

Contractors No. of Corrections Executive


Engineer
121
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

6.0 CONTRACTOR NOT TO DISPOSE OFF SOIL ETC.:


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

7.0 GOLD/ SILVER, MINERALS, OILS,RELICS,ETC. FOUND ON


THE SITE:

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.

8.0 ACCESS TO SITE AND WORK AND CO-OPERATION WITH


OTHER CONTRACTORS:
The Engineer-in-charge may, if he considers fit, from time to time,
enter on any lands which may be in the possession of the Contractor
under the contract for the purpose of executing any works not including in
the contract and may execute such works not included in this contract by
agents or by other contractors at his option and the contractor shall in
accordance with the requirements of Engineer-in-charge afford all
reasonable facilities for execution of the works. including occupation of
lands by structures or otherwise to any other contractor employed by the
and his workmen or for the workmen of the who may be employed in the
execution on or near the site of work not included in the contract, or of any
contract in connection with or specially to the works and in default, the
contractor shall be liable to the for any delay or expenses incurred by

Contractors No. of Corrections Executive


Engineer
122
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

reason of such default. The contractor shall not however, on account of


any such modified, new or extra work executed by or for the sake of the
be entitled to claim relief from the obligation to execute the works. The
Contractor shall also co-operate with other contractors with all fairness
and mutual understanding and use the common facilities like access
roads to quarries, water supply arrangements etc.
The contractor shall also not cause advertently or inadvertently
any obstruction or impediments in the progress of the other works being
executed by or through other agencies. In the event of dispute regarding
the claim, the responsibility, liabilities etc. in respect of such facilities, the
decision of the Engineer-in-charge shall be final.
9.0 CLEANING UP :
a) The contractor shall at all times keep the construction areas and
his colony and storage free from accumulation of waste or rejected
materials.

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

10 LAYOUT OF CONSTRUCTION ROADS:


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

Contractors No. of Corrections Executive


Engineer
123
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

other contractors and departments, In case of disputes, the decision of the


Engineer-in-charge shall be final and binding on the contractor.

11 PERIOD AND HOURS OF WORK :


The work shall be done usually during the day time. In the interest
of progress if it is felt necessary to work during night, the contractor shall
obtain specific permission of the Engineer-in-charge. If the work is to be
done at night, prior permission of Engineer-in-charge should be obtained
and adequate lighting arrangement shall be made as directed by the
Engineer-in-charge. Contractor has to carryout work at night as per
necessity of work and if Engineer in charge instructs to do so taking all
necessary precautions.
12 SIGNING FIELDS BOOKS, LONGITUDINAL SECTIONS,
CROSS SECTIONS AND MEASUREMENT BOOKS:
12.1 Before starting the work, and at the end before the work is
covered, levels for plotting the longitudinal section (along the axis as
decided by the Engineer-in-charge or his authorised representative) and
cross sections of the portion of the work shall be taken by the authorised
Engineer of the contractor in the presence of Engineer-in-charge or his
duly authorised representative and the same shall have to be got attested
from the Engineer-in-charge or his authorised representative in token of
acceptance. If the contractor fails to take measurements and sign them,
the measurements recorded by the Engineer-in-charge or his
representative in the authorised books shall be final and binding on the
contractor. For this purpose, suitable date or dates shall be fixed by the
Engineer-in-charge and intimated to the contractor at least three days in
advance.
If the contractor or his duly authorised agent fails to attend on the
appointed date or dates, the levels shall be taken in his absence and such
levels and longitudinal sections and cross sections based thereon shall be
final and binding on the contractor. The levels will be taken on such
alignment and cross sections as will be useful for reference permanently
and described under specifications for Excavation, The point of locations

Contractors No. of Corrections Executive


Engineer
124
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

The Engineer-in-charge reserves the right to suggest


modification or make complete charge in the method proposed by
contractor whether accepted previously or not any stage of work, to obtain
the designed accuracy, quantity and progress of the work which shall
binding on the contractor and no claim an account of such charge of
execution will be entertained by Government so long as specifications of
the items remain unaltered. The sole responsibility for the safety and

Contractors No. of Corrections Executive


Engineer
125
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

adequacy of the methods adopted by the contractor. will however, rest on


the contractor, irrespective of any given by the Engineer.

In case of slippage from the approved work programme at any


stage, the contractor shall furnish revised programme to make up the
slippage within the stipulated time schedule and obtain the approval of the
Engineer to the revised programme. In case of disturbance to canal water
supply schedule at any stage due to improper progress or lack if
management by the contractor being a perennial canal it will course heavy
national less so contractor will be heavily panelized as deviled by
Engineer-in-charge or competent authority of Government.
b) Construction Equipment:-
The contractor shall be required to give a trial run of the
equipments for establishing their capacity to achieve the laid down
specifications and tolerance to the satisfaction of the Engineer before
commencement of the work. All equipment provided shall be of proven
efficiency and shall be operated and maintained at all times. In a manner
acceptable to the Engineer and no equipment of personnel will be
removed from site without permission of the Engineer.
13.1 Progress Schedule :-
The contractor shall furnish within the period stipulated in writing
by Engineer-in-charge a detailed programme schedule using CPM/PERT
technique in quadruplicate indicating the date of actual start, the monthly
progress expected to be achieved and the anticipated completion date of
each major item of work to be done by him, also including dates of
procurement and setting up of materials, plant and machinery. The
schedule is to be such as is practicable of achievement towards the
completion of work in the time limit, and of the particular items, if any, on
the due dates specified in the contract and shall have the approval of the
Engineer-in-charge. No revision is further empowered to ask for more
detailed schedule or schedules say, weekly for any item or items, in any
case of urgency of work as will be directed by him and the contractor shall
supply the same as and when asked for.

Contractors No. of Corrections Executive


Engineer
126
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

The contractor shall furnish sufficient plant, equipment, and


labour as may be necessary to maintain the progress as scheduled. The
working and shift hours restricted to one shift a day for operations to be
done under the Government supervision shall be such as may be
approved by the Engineer-in-charge. They will not be varied without the
prior approval of the Engineer. Night work which required supervision
shall not be permitted except when specifically allowed by Engineer each
time if requested by the contractor. The contractor shall provide necessary
lighting arrangement etc. for night work as directed by Engineer without
extra cost. Further, the contractor shall submit the progress report of work
in prescribed forms and charts etc. as periodical intervals, as may be
specified by the Engineer-in-charge, schedule shall be in the form of
progress charts, forms progress statement and / orreportsas may be
approved by the Engineer. The contractor shall maintain programs charts,
details regarding machinery, equipment's labour material, personnel etc.
as may be specified by the Engineer and submit periodic returns thereof
as may b specified by the Engineer-in-charge.

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.

Contractors No. of Corrections Executive


Engineer
127
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Cement shall be stored in such a way as to allow the removal and


use of cement in chronological order of receipt i.e. first received being first
used.

In the event of cement in branded bags remaining surplus due to


authorised reduction in quantity of work certified by the Engineer-in-
charge and as noticed after the issue of completion certificate, the
contractor may choose either of the following three alternatives.
1. To transfer the cement in branded bags, with prior written
permission from the Engineer-in-charge, to any of the contractors carrying
out the works on contract with the Corporation, at a price to be negotiated
by both the contractors and account for the same.

2. To sell the cement in branded bags with prior written permission


from the Engineer-in-charge, to any of the contractors carrying out the
works on contract with the Corporation at a price to be negotiated by both
the contractors and account for the same.

3. To sell the cement in branded bags with prior written permission


from the Engineer-in-charge, to the Corporation at the Ex-factory price +
Sales Tax + Octroi, if any + delivery at Corporation go down as directed
by the Corporation. The Corporation will accept the cement in branded
bags only if the same is as per the specifications and of acceptable
quality.
For works costing less than Rs.100 lakhs, cement shall be
supplied by Government at the rate and places of delivery as specified in
Schedule A.
B) Steel: ( Procured by Contractor)
Steel required for the work under the contract shall be procured
well in advance by the contractor.
A) The contractor shall procure T.M.T. steel from the market. The
contractor shall make necessary arrangement at his own costs for sample
from the available stock and shall conform with the specifications laid

Contractors No. of Corrections Executive


Engineer
128
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

D) The contractor shall further, at all times satisfy the Engineer-in-


charge on demand by production of records and books or by submission
of returns and other proofs as directed that the steel is being used as
tested and approved by the Engineer-in-charge for the purpose and the
contractor shall at all times keep his records upto date to enable the
Engineer- in-charge to apply such checks as he may desire.
E) Quality of supply & testing :-
1.) All materials supplied shall be strictly as per specifications laid
down and in strict accordance with and as per I.S.I. standard and the test
shall give results on parameters and recommendation as
below(TECHNICAL SPECIFICATION FOR STEEL).
2) The contractor should submit the test certificate / reports (as
detailed above from the Manufacture's/form whom the supply is effected
for respective quantity of material i .e. convergent Agent/ISI approved
rolling mills.
3) The material should be tests to ISI specification. The third party
inspection and testing and steel bears be got done through one of the
following agencies.
i) Loyd's Register industrial Services (i) Ltd. Mumbai.
ii) Certification Engineers international Ltd (A wholly owned
subsidiary of Engineer India Ltd. )Mumbai.
iii) RITES.Mumbai.
iv) S.G.S. India Limited, Mumbai.
v) Bureau Verities Industrial Services (India Pvt. Ltd. Mumbai.

Contractors No. of Corrections Executive


Engineer
129
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

vi) Tata Consultancy Services, Mumbai.


vii) ITENG Engineer Pvt. Ltd. Mumbai.
viii) MERI,Nashik.

All the test viz, for parameters(listed in Technical specifications)


as specified in the relevant Indian Standards shall be carried out by Third
part inspection and reports should be produced. For M.S.
Rounds(I.S.2062 Grade "A") and Tor Steel /CTD Bars (IS: 1786) the
physical and chemical testing should be witnessed by the inspector of
Third part inspecting Agency and Approval Note should be given
truck/trailer- wise by the third part inspecting Agency. All the charges for
the same be borne by the contractor.

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.

15. LABORATORY FOR TESTING WORK :


Whenever the testing of materials, concrete mixes, mortar and
also of foundations of completed works are required as per the detailed
specifications or otherwise required by the Engineer-in-charge, the same
shall be carried out at the laboratory, selected by the Engineer-in-charge
at corporation cost and the results given by this laboratory shall be
considered correct and authentic by the contractor.
The materials, mixes and any other arrangements, including
laborers,
shall be supplied by the contractor to the, free of cost. The
samples for testing shall be taken in the presence of Engineer-in-charge
or his representative present on site.
The contractor or his authorized representative shall have a free
access in these laboratories, to get himself satisfied about procedures of
testing etc. Even if the contractor or his representative fails to remain
present while collecting samples or testing the results will be considered
as authentic and binding on the contractor.

Contractors No. of Corrections Executive


Engineer
130
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

16. HIER OF CONSTRUCTION EQUIPEMENTS :


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

Rated Equipment
1 Tankers
2 Diesel road rollers
3 Tippers
4 Dozers
5 Loader
6 Seismopactor

The machinery shall be entirely in the custody of the. It shall be


issued to the Contractor at the yard where they are stationed. The
machinery will not be allowed to leave the work area on any account. All
machinery so hired will be entirely operated and maintained by the in
consideration of the hire charges to be paid by the contractor.

if any equipment is to be used in excess of 8(eight) hours per day.


permission of the Engineer-in-charge shall be obtained in advance.

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

Contractors No. of Corrections Executive


Engineer
131
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

machinery actually starts working. closing time of working will be when it


returns tothe yard or actually ceases working for the day, respectively.

Logbooks shall be maintained by the Engineer or his authorised


representative for each piece of equipment in the form laid down by the
Engineer. The contractor or his duly authorised agent shall verify and sign
in the log book or on the machinery duty slip in lieu thereof, daily. If the
contractor's representative fails to sign the log book, the entries made by
the is representative, shall be binding on the contractor. Any complaint or
representation regarding the recorded working hours must be submitted in
writing 24 (twenty-four) hours of the close of the shift. The Engineer's
decision regarding such disputes pertaining to working hours shall be final
and binding on the Contractor. Complaints or representations made after
lapse of 24 (twenty-four) hours limit shall not be considered. The logbooks
shall form the basis for raising debits against the Contractor.
All expenses in respect of oil, fuel grease, cotton waste etc. shall
be borne by the., Crew for operating the equipment shall be provided by
the.
All minor and major repairs shall be carried out by the, to keep the
equipment in working condition. However, in case of any breakage
damages, slips etc. which may occur due to the negligence of contractor's
labour equipment or staff or by reason, for which personnel are not
responsible, the cost of such damages shall be recovered from the
contractor. The decision regarding fixing or responsibility for any damages
shall rest with the Engineer-in-charge and decision given by him shall be
binding on the Contractor.
Equipment shall be given on hire only when these can be spared.
No claim on account of sickness or non-availability of machinery shall be
entertained.
In case of damages to the equipment during haulage to site of
work from. stores or servicing yard, full cost of repairs shall be recovered
from the contractor when damage is due to rough handling. That damage
to trucks/tippers due to bad haulage roads will also be recovered from the

Contractors No. of Corrections Executive


Engineer
132
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

contractor, Decision of the Engineer-in-charge regarding of repairs and


cause of damage shall be final and binding on the contractor.
A truck, tipper, tanker and any other equipment may be hired for a
single day at a time and the minimum charges to be levied will be 8 (eight)
hours plus mileage or for 8(eight) hours when Mileage is not applicable.
Compressor and concrete mixers shall not be hired fro less than a
day time and minimum charges for hire will be that for four hours per day.
Crusher shall not be hired for a period less than a month, at a time. The
minimum charges for hire will be those for 25(Twenty-five) day and 8
(eight) hours per day.

17. BILLS AND PAYMENTS ;-


1) Only two running payment in a month will be permitted. First Bill
shall be submitted by the contractor by 10th day of the month, payment of
this bill shall be effected as stated in clause 10 of B-1 form. Second bill if
necessary, shall be submitted by the contractor by the 25 th
day, payment
thereof shall be effected as stated above. Non-submission of the bill on
the schedule dates may absolve the, of the liability to make payment.
2) The format of running bill on which the bills are to be submitted by
the contractor will be supplied to the contractor by the. Printed copies of
the bill forms as per this format shall be arranged by the contractor at his
cost. The bills in five copies shall be submitted to the concerned Deputy
Engineer, in the standard preformed only.
3 The final bill shall be submitted within one month of the date of
issue of completion certificate. The final bill shall be paid within six months
of initial submission.
18. SECURITY DEPOSIT :
The security deposit accumulated from deductions from the
running account bills may from time to time and at any time. on application
by and at the cost of the Contractor, be converted in to interest bearing,
securities, approved by and in the name of the, Should the market value
of the securities fail,for any reason whatsoever below that specified, the
contractor shall make good the same in cash or as may otherwise be

Contractors No. of Corrections Executive


Engineer
133
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

acceptable whenever called upon to do so or to replace the security by


other acceptable to the Engineer-in-charge.
The Contractor shall bear all charges for commission and
brokerage incidental to the purchase, safe custody, withdrawal and
collection of interest on these securities.

19. NO INTEREST ON MONEY DUE TO THE CONTRACTOR:


No omission by the Engineer to pay the amount due upon
measurements or otherwise shall vitiate or make void the contractor nor
shall be contractor be entitled to interest on any guarantee bond or
payment in arrears nor on any balance which may on the final settlement
of his account be found due to him.
20. OTHER CONTRACTOR FOR THE WORK :
has the right to split-up the project work detailed in the work and
site conditions, into distinct items and this contract shall apply only to
those items which shall have been specified in this contract.
Should enter into other contractors for specified items of the
project work each contractor shall co-operate with others to the fullest
extent and shall allow others every facility and co-operate for execution of
their works simultaneously and satisfactorily, as intended in the designs,
specifications and drawings.
Should there be a dispute or disagreement between the
contractors for any cause whatsoever, the same shall be referred to the
Engineer-in-charge whose decision regarding the co-ordination, co-
operation and facilities to be provided by any of the contractors to others
shall be final and binding on all parties and such a decision or decisions
shall not vitiate any contract nor absolve the contractor of his
responsibilities under the contract nor form the grounds for any claim of
compensation.

Contractors No. of Corrections Executive


Engineer
134
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

21 CONTRACT DOCUMENTS AND MATTERS TO BE TREATED


AS CONFIDENTIAL :
All documents correspondence, decisions and other matters
concerning the contract shall be considered as of confidential and
restricted nature by the contractor and he shall not divulge or allow access
thereto any unauthorized person.

22. ACCESS TO THE CONTRACTOR'S BOOKS:


Whenever it is considered necessary by the Engineer-in-charge
to ascertain the actual cost of execution of any particular item of work or
supply of plant or material he shall direct the Contractor to produce the
relevant documents, such as payrolls, records of personnel, invoices of
materials and any and all other data and documents relevant to the item
or necessary to determine its cost etc. and the contractor shall when so
required furnish information, pertaining to the aforesaid items in the mode
and manner that may be specified.
23 BREACH ON PART OF NOT TO ANNUAL CONTRACT:
No breach or non-observance on the part of, of any of the
conditions contained herein shall annual this contract or discharge the
contractor from the observance and performance thereof, but on
application to the Engineer-in-charge, an extension of time may be given
to the Contractor in respect of such breach or non-observance by the,
which shall be governed by clause 6 of B-1 from.
The Contractor shall not, however, be entitled to consideration or
any extension of time for any item of the work unless the contractor shall
have made an application in writing to the Engineer-in-charge within one
month of the arising of the cause needing such extension, but the
Engineer-in-charge may at his discretion, which shall be conclusive, wave
the condition regarding this period of one month.

Contractors No. of Corrections Executive


Engineer
135
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

25. PERSONNEL OF THE CONTRACTOR:


The Contractor shall, at all times, maintain on the work, a staff of
duly qualified engineers and supervisors of sufficient experience of similar
other jobs, to assure that the quality of work turned out shall be as
intended in the specifications. The Contractor shall also maintain at the
work, a Works manager of sufficient status, experience and office, and
duly authorize him to deal with all aspects of the day to day work. all
communications to and commitments by this Works manager shall be
absolutely binding on the Contractor.
The Contractor shall supply to the Engineer-in-charge details of
names, qualifications and experience in regards to all supervisory staff
employed by the Contractor and notify changes when made, and satisfy
the Engineer-in-charge regarding the quality and sufficiency of staff thus
employed.
The Engineer-in-charge will have the unquestionable right to ask
for changes in the quality and number of contractor's staff. The contractor
shall on the written directives of the Engineer-in-charge, remove from the

Contractors No. of Corrections Executive


Engineer
136
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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'.

26. DEATH, BANKRUPTCY ETC.:


If the contractor shall die or commit any act of bankruptcy or
being a commences winding up except for reconstruction purposes or
carry on its business under a receiver, the executors, successors or other
representatives in law of the estate or the contractor or any such receiver,
liquidator or any person whom the contract may become vested, shall
forthwith give notice thereof in writing to the, and shall for one month,
during which he shall take all reasonable steps to prevent a stoppage of
work, have the option of carrying out this contract subject to his or their
providing such guarantee as may be required by the, but not exceeding
value of the work for the time being remaining unexecuted. In the event of
stoppage, of work, the period of the option under this clause shall be
fourteen days only should the above option be not exercised, the contract
may be terminated by, by a notice in writing to Contractor or his
successor. The power and provisions reserved to. In this contract of
taking of the work out of the Contractor's hand shall immediately become
operative. Copy of such notice shall be pasted on work site and
advertised in newspaper.
27. NOTICES, HOW TO BE GIVEN :
Where any legal or other notice or any other document or any
other direction is to be given to or served upon the Contractor, it shall be
deemed to be duly given or served, if it shall have been either delivered to
him personally or to his recognized agent or works Manager (including in
the case of company, the Secretary of such company) or delivered at or
sent through the post, addressed to the last known place of business, or
abode of the Contractor, a notice or other documents which shall be so

Contractors No. of Corrections Executive


Engineer
137
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

given to or so served on any one of the partners in such firms, shall be


deemed to have been given or served on all of them.
Work order Book :
The Contractor shall maintain bound work order book at work site
as the Engineer-in-charge may direct. This work order book shall have
machine numbered page in triplicate. The contractor shall make them
available to the Engineer-in-charge or his representative whenever called
for.
Executive Engineer or his representative may record order about
works, in this book, leaving the original copy in the book and removing the
second and third copy with him. The contractor or his authorised
representative shall also sign this work order, in token of its acceptances.
All orders recorded in these work order book, shall be deemed to
have been served on the contractor. On completion of the wok all the
work order books may be handed over to the Executive Engineer.
In the event of refusal of the Contractor's representative on the
spot to sign the work order book, Engineer-in-charge shall take the
necessary further steps in respect of further communication and control,
modification or stoppage of work as deemed fit at the entire responsibility
of the contractor.

28. PASSING OF FOUNDATION ETC.:-


After the completion of the work of excavation, the same will be
checked and passed by the Executive Engineer. No masonry or contract
or back filling shall be laid unless the foundation is so passed. No
concreting shall commence unless the centering and the reinforcement is
checked and passed by the Engineer-in-charge.
29. REFERENCE TO STANDARD SPECIFICATIONS:
The specifications of the work as enclosed with this contract
document are drawn with a specific reference to site conditions and do not
every where include the details of the standard test and procedures which
are already laid down and available inthe current Indian standard
specifications. Whenever such details are not specified in this contract,

Contractors No. of Corrections Executive


Engineer
138
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

the provision under current Indian Standard specification and/or the


Standard specifications(1970) of the Government of Maharashtra shall be
deemed to be applicable.
30. COMMUNICIATIONS AND NOTICES BY CONTRACTORS:
All communications and/ or notices pertaining to works and
concerning matters, such as passing and approving of foundation,
reinforcement and formwork, measurements, mark outs, etc. shall not be
addressed by the contractor to an officer below the rank of Sub-Divisional
officer. All such
notices communications etc. shall be addressed in good time so
as not to hold up the work.
31. NON-COMPLIANCE OF CONTRACT CONDITIONS:
If the contractor shall neglect or fail to proceed with the works,
with due diligence or he violates any of the provisions of the contract, the
Engineer-in-charge may give notice to the contractor, identifying
deficiencies in performance and demanding corrective action. the
Engineer-in-charge. Shall also clearly state in the notice the nature of
action, that shall be taken, if contractor fails to fulfil by necessary
corrective action.

Depending on nature of default the Engineer-in-charge at his


discretion shall have two options, regarding action to be taken in case of
default by contractor. He shall withhold any of the payments due to the
contractor or shall terminate the contract in whole or in part.
But Engineer-in-charge shall, clearly mention in his notice, the
action that shall be taken if the contractor fails to take the corrective
action. The period of 14 days shall be given to the contractor to take such
corrective action after the issue of such notice.
No claims, for compensation of any sort, from contractor will be
entertained for withholding the bills indefinitely till specified requirements
are complied with by the contractor.
After the issue of the notice about default by the contractor, the
contractor shall not remove, from the site any plant, equipment and

Contractors No. of Corrections Executive


Engineer
139
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

32. EXTRA ITEMS:


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

33) PRICE VARIATION :


If during the operative period of the contract as defined in
condition (i) below, there shall be any variation in the Consumer Price
Index (New Series) for Industrial workers for Nashik center as per the
labour Gazette published by the Commissioner of Labour, Government of
Maharashtra and / or in the wholesale price index for all commodities
prepared by the officer of Economic Advisor, Ministry of Industry
Government of India, as compared to the respective figure therefore on
the last month before the last date prescribed for receipt of tender and/ or
in the prices / petrol / oil and lubricants then. subject to the other
conditions mentioned below, price adjustment on account of

(i), Labour component

(ii) Material component

(iii) Petrol, Oil and Lubricant components


(i) TMT & Mild Steel Component.
(ii) Cement Component

Calculate as per the formula hereinafter appearing, shall be made,


Apart from these, no other adjustment shall be made to the contractor
price for any reasons whatsoever. Component percentage as given below
are as of the total cost of work put to tender. Total of Labour Material &
POL components shall be 100 and other components shall be as per
actual.

Contractors No. of Corrections Executive


Engineer
140
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

1) Labour Component – K 1 --- %

2) Material Component – K2 --- %

3) POL Component – K3 ----- %

4) TMT & Mild Steel Component As per actual

5) Cement Component As per actual

Star Rate
1. Cement (OPC 43 Grade) Rs .---- per M.T.
2. Steel Rs.---- per M.T.

(A) FORMULA FOR LABOUR COMPONENT: -


V1 = 0.85 P ( K1 X L1-L0 )

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.

(These star rates shall be specified here)


K1= Percentage of Labour component as indicated above.
L
o
=Basic consumer price Index for Nashik Center shall be average
consumer price index for the quarter preceding the month in which the
date of Acceptance of tender.
L1= Average Consumer Price Index for Nashik center ascertained as
above during the period under consideration.
(B) FORMULA FOR MATERIALS COMPONENT: -

V2 = 0.85 P ( K2 X M1-M0 )

Contractors No. of Corrections Executive


Engineer
141
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

100 M0

V2= Amount of price variation in rupees to be allowed for materials


component.

P = Same as worked out for labour component.


K2= Percentage of Material components as indicated above.

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.

P = Same as worked out for labour component.


K3= Percentage of Petrol, oil, lubricant 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.

Contractors No. of Corrections Executive


Engineer
142
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

(D) FORMULA FOR HYSD AND MILD STEEL COMPONENT :-


V4 = S0 ( SI3 X SI0 ) xT

SI0

Where,
V4= Amount of price variation in rupees to be allowed for HYSD / MILD
Steel component.

S0 = Basic rate of HYSD/Mild Steel 1 rupees per metric tonne as


considered for working out value of P.
SI1= Average Steel index as per RBI Bulletin during the quarter under
consideration.
SI0= Average of steel index or price as per RBI Bulletin for the quarter
preceding the month in which the date of Acceptance of tender.

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,

V5= Amount of price variation in rupees to be allowed for Cement


component.
C0 = Basic rate of Cement 1 rupees per metric tonne as considered for
working out value of P.
CI1= Average Cement index as per RBI Bulletin during the quarter
under consideration.
CI0= Average of Cement index or price as per RBI Bulletin for the
quarter preceding the month in which the date of Acceptance of tender.

Contractors No. of Corrections Executive


Engineer
143
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

T= Tonnage of Cement used in the permanent works for the quarter


under consideration.

THE FOLLOWING CONDITIONS SHALL PREVAIL :-


(I) The Operative period of the contract shall mean the period
commencing from the date of the work order issued to the contractor and
ending on the date when the time allowed for the work specified in the
Memorandum under “Tender for work” expires, taking into consideration
the extension of time, if any, for completion of the work granted by
Engineer-in-charge under the Relevant clause 3 conditions of contract in
cases other than these where such extension is necessitated on account
of default of the Contractor. The decision of the Engineer-in-charge as
regards the Operative period of the contract shall be final and binding on
the contractor, Where compensation for liquidated damages is levied on
the Contractor on account of delay in completion or inadequate progress
under the Relevant contract provision, the escalation amount for the
balances work form the date of levy of such compensation shall be
worked out be paging the indices, C-1, I-1, and P-1 to levels
corresponding to the date from which such compensation is levied.
(II) The Price Variation clause shall be applicable to all contracts in
B-1, B-2 and C forms but shall not apply for piece works. The Price
Variation shall be determined during each quarter as per formula given
above in this clause.
(III) The Price variation under this clause shall not be payable for the
royalty charges, extra item required to be executed during the completion
of the work and also on the excess quantities payable under the
provisions of clause 38/37 of the contract form B-1, B02 respectively,
since the rates payable for the extra items or the extra quantities under
clause 38/37 are to be fixed as per the current DST or as mutually agreed,
subject to yearly revision till completion of such work in other words, when
the completion / execution of extra item as well as extra quantities under
clause 38/37 of the contract form B-1, B-2 extends beyond the operative
date of the then DST, the rates payable for the same beyond that date
shall be revised with reference to the next current DSR prevalent at that

Contractors No. of Corrections Executive


Engineer
144
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

time on year to year basis or revised in accordance with mutual


agreement there on, as provided for in the contract, whichever is less.
(IV) The clause is operative, both ways, i.e. if the price variation as
calculated above is on the plus side, payment on account of the price
variation shall be allowed to the contractor and if it on the negative side,
the Government shall be entitled to recover the same form the contractor
and the payment shall be deductible from any amounts due and payable
under the contract.
(V) To the extent that full compensation for any rise or fall in costs to
the Contractor is not entirely covered by the provision of this or other
clauses in the contract, the unit rate and prices included in the contract
shall be deemed to include amounts to cover the contingency of such
other actual rise or fall in costs.
34. CO-ORDINATION WITH OTHER CONTRACTORS:
The contractor should notes that there will be other agencies
including working in the same area for works other than that including in
this contract. The contractor shall co-operative with these agencies to the
fullest extent and shall allow them reasonable facility and co-ordination for
execution of work, simultaneously and satisfactorily as intended in the
contractor conditions, specifications and drawings.
Should there be a dispute or disagreement between the
contractor and other agencies for any cause whatsoever, the same shall
be referred to the Engineer-in-charge whose decision regarding Co-
ordination and facilities to be provided by all the contractors to others shall
be final and binding on all parties and, such decision shall not vitiate any
contract or absolve the contractor of his responsibility under the contract,
and shall not from ground for any claim or compensation.

35 UNDERTAKING UNDER CONTRACT LABOUR ACT:


The Contractor shall furnish the undertaking towards
implementation of contract Labour Act as given in Appendix =F.
36 PHOTOGRAPHS OF THE WORKS:

Contractors No. of Corrections Executive


Engineer
145
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

The contractor will not be allowed to take photographs showing


field work or the general location of the work. the Engineer, may however,
at his discretion, allow a few construction photographs to be taken for the
purpose of the contractor's record. Prior approval of the Engineer-in-
charge should be obtained in such cases and also in case such
photographs are to be exhibited in public literature and calendars etc. in
all such cases, negatives of the photos shall be submitted to the Engineer,
after taking approved number of copies and the negative will become the
absolute property of the Government..

37 DATA, 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 in 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 at the site and the contractor is supposed to
plan with respect to the land provided and it shall not be responsibility of
the to make available the land suitable to the plan submitted by the
contractor.
b) The contractor shall submit to the Engineer-in-charge for approval
within one month from the date of his receiving notice to start work.
i) A layout plan of constructions plants and equipments for
the execution of the work which the contractor proposes to adopt at site
and
c) Any changes in the approved layout will be subject to further
approval from the Engineer-in-charge.
d) The approval of the drawings, however, will not relieve the
contractor of his responsibility from any errors or omissions.

Contractors No. of Corrections Executive


Engineer
146
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

38. FENCING,LIGHTING AND VENTILATION :

a) The contractor shall be responsible for the proper lighting,


fencing, guarding and necessary heath and safety measures while
executing all works under this contract and for proper provision of
temporary roadways, guards, footways, fences, caution notices, etc. as far
as the same may be rendered necessary by reasons of the work, for the
accommodation of workmen, foot passengers or other traffic and of
owners and occupiers of adjacent property and of the public and shall
remain responsible for any accidents that my occur on account of his
failure to take proper and timely precaution.

b) Maintenance of Services :
After all the work under this contract is completed and accepted
as such, in case the Engineer-in-charge so directs, the contractor shall
maintain the lighting, ventilation, communication facilities etc. 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:

It shall be contractor's responsibility to protect against accidents


on the work site. He shall indemnify the, against any claims for damage to
the property, injury to workers or any other persons, death etc.
On the occurrence of an accident resulting in death or which is so
serious as to be likely to result in death, the contractor shall within 24
hours, report in writing to the Engineer-in-charge, the facts stating clearly
about the circumstances in which accident has occurred and the
subsequent action taken. Other minor accidents causing minor injuries
and loss to property should be communicate in writing, promptly to the
Engineer-in-charge. In all cases the contractor shall indemnify the, against

Contractors No. of Corrections Executive


Engineer
147
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

all losses or damages resulting directly or indirectly from the contractor's


failure to report in the manner aforeasaid. This includes penalty or fines if
any, payable by the Government as a consequence of failure to give
notice under the Workmen's compensation Act or failure to conform to the
provisions of the said Act or failure to conform to the provisions of the said
Act in regard to such accidents. i.e.
In the event of accident in respect of which compensation may
become payable under the Workman's compensation Act VIII, of 1923
including all subsequent modifications thereof, Engineer-in-charge may
retain the sums of money as may in the opinion of the Engineer-in-charge
be sufficient to meet such liability out of the amounts payable to the
contractor. These sums shall be recovered from the immediate payment
due to the contractor in one installment or in more than one installment.
the decision of the Engineer-in-charge regarding this shall be final and
binding on the contractor. On receipt of award from the labour
commissioner, the balance amount shall be reimbursed to or recovered
from the contractor.
It should be noted that the is a Principal employer the complete
responsibility of compensation shall be on the contactor.

40. THE CONTRACTOR TO SUPPLY AND BE RESPONSIBLE


FOR THESUFFICIENCY OF THE MEANS EMPLOYED.:

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.

Contractors No. of Corrections Executive


Engineer
148
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

41. COVERING OF WORK :


The contractor shall give not less than seven days notice in
writing to the Engineer-in-charge of the work which is proposed to be
covered up or placed beyond the reach of measurement so that the
measurements may be taken before the work is covered up or placed
beyond the reach of measurements. No work shall be converged up or
placed beyond the reach of measurements, before ensured that the
measurements of work to be covered up are recorded. Any work covered
up or placed beyond the reach of measurements without such notice
having been given or consent obtained, the same shall be uncovered at
the contractor's expenses and in default thereof no payment or allowance
shall be made for such work or for materials with which the same was
executed.

42. QUANTITIES OF WORK:


The quantities of work under the various items have been
provided as could be reasonably anticipated and estimated should be
taken as indicative only. The amount of work will depend upon the actual
conditions that will be encountered in the construction and the results of
detailed designs which will continue to be refined as more field data and
information comes to hand. If the work is started by the, the quantities put
to tender shall be reduced to the extent, the work is done by the upto the
date of starting the work by the contractor. No. claims due to reduction in
quantity on this account will be entertained.

43. ACCURACY OF LINES, LEVELS AND GRADES :


Setting Out :
a) The contractor shall be responsible for the true and proper setting
out of the work and for the correctness of the position, levels, dimension,
alignment of all parts of the work and for the provisions of all necessary
instruments, appliances and labour in connection with this.

Contractors No. of Corrections Executive


Engineer
149
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

The Engineer-in-charge shall further have the unquestioned right


to rectify the discrepancies and recover the costs from the contractor or
contractors according to proportions as he may consider reasonable.
e) It is the responsibility of contractor to preserve the benchmark
and the reference points established for setting out.

44. EXCAVATED MATERIAL :

All the materials available from excavation will be the property of


and shall be disposed off only as directly by the Engineer-in charge. The
materials of approved quality available from the excavation including that

Contractors No. of Corrections Executive


Engineer
150
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

Contractors No. of Corrections Executive


Engineer
151
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Providing sufficient suitable and safe accesses to all work sports


including ladders gangways, platforms, etc. avoiding naked wires, etc.
such would electrocute the workers.
Thanking necessary steps towards training the workers
concerned on the use of machinery before they are allowed to handle
them independently and taking all necessary precautions in and around
areas where machines hoists and similar units are working.
46. MAINTENANCE :
After the works are completed in all respects in accordance with
the contract condition, a completion certificate will be issued by the
Engineer-in-charge.
From the date of issue of the completion certificates, till the expiry
of 12 calendar months, the Contractor shall be liable for the replacement
of any part of the plant or work found to be defective from the causes
arising from faulty materials or workmanship or other causes, for which in
the judgment of the Engineer-in-charge, the Contractor is responsible and
for making good any damage arising there from. Contractor has to
maintain his staff/ machinery @ site of work during construction and also
Adequate number of rotations of water releases through canal after
completion of work to maintain designed canal discharge @ site of work
to the disposal of Engineer-in-charge.
If any problem arises during water releases at the said work
necessary work should be carried out @ contractors cost to maintain
designed discharge as per instructions of Engineer-in-charge.

QUALITY ASSURANCE AND MAINTAINANCE :-


1) To ensure the specified quality of work which will also
inlcude necessary surveys, temporary works etc.the contractor shall
prepare a quality assurance plan and get the same approved from the
Engineer-in-charge within one month from the date of work order. For this,
contractor shall submit an organization chart of his technical personnel to
be deployed on the work along with their qualifications. Job descriptions
defining the functions of reporting, supervising,

Contractors No. of Corrections Executive


Engineer
152
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

inspection and approving. inspection and approving. The


contractor shall also submit a list of tools, equipments and
the machinery and instrumentation which he propose to use for the
construction and for testing in the field and / or in the laboratory and
monitoring. The contractor shall modify/ supplement the organization chart
and the list of machinery. Equipment etc. as per direction of the
Superintending Engineer and shall deploy the personnel and equipment
on the field as per the approved chart and list respectively. The contractor
shall submit written method statements detailing his exact proposals of
execution of the work in accordance with the specifications. He will have
ot get these approved from the Engineer-in-charge. The quality of the
work shall be properly documented through certificate, records, checklists
and logbooks of results etc. such records shall be completed from the
beginning of the work and be continuously updated and supplemented
and this will be the responsibility of the contractor. The forms should be
get approved from the Engineer-in-charge.
47. SUNDAYS AND HOLIDAYS :
No work shall be done on weekly local holidays or on other
Government holidays duly Gazetted or on holidays observed by local
usage without the prior sanction of the Engineer-in-charge. Withholding of
such sanction shall not form any grounds for compensation or extension
of time limit.
If on the other hand, the Engineer-in-charge directs that the work
shall be proceeded with on days and during hours otherwise not
permissible under this contract, the Contractor shall proceed with the
works as directed, without in any way violating this contract or forming any
grounds for compensation or claim.
The contractor shall, in his dealing with labour at all times during
the period of this contract, have due regard to local festivals, religious and
other customs.
48. BANK GUARANTEE:
Bank guarantee shall be given on the stamp paper of Rs.100/- in
the form prescribed by the. The bank guarantee shall be valid for the

Contractors No. of Corrections Executive


Engineer
153
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

entire period of contract till the date of issue of completion certificate as


prescribed under para No.7 of conditions of contract. It will be the
responsibility of the contractor to get validity of Bank Guarantee extended
on the stamp paper of Rs.100/- at least one month prior to expiry date
from time to time, failing which the Bank Guarantees shall be encased by
the well before expiry date of bank guarantees and cash accrued will be at
the disposal of the.
49. HANDING OVER OF WORK:
All the work and materials, before being finally taken over by will
be the entire liability of the contractor for guarding, maintaining and
making good any damages of any magnitude. Interim payments made for
such work will not alter this position.
The handling over by the contractor and taking over by the
Executive Engineer or his authorised representative will be always in
writing of which copies will go to the Executive Engineer or his authorised
representative and the contractor, It is however, understood that before
taking over such work, will not put it into regular use as distinct from
casual or incidental one, except as specifically mentioned elsewhere or as
mutually agreed to.
50. INSTRUMENTATION:
In case, it is proposed to have any instrumentation, in work, the
instruments and their accessories will be procured and installed by the, as
per programme formed by the Engineer-in-charge. Care should be taken
by the contractor to protect these instruments as well as their connections
during various construction operations. The contractor shall also extend
all facilities for installation and observation of these instruments, All the
operations required for facilitating the installation of the instruments shall
stand included in the relevant items of tender. No claim, however shall be
entertained due to any delay or obstruction that might be created due to
installation or observation.
51. INSPECTION OF WORKS:
The Engineer or his duly authorised representative shall have at
all times full power to inspect the work, whenever in progress either on the

Contractors No. of Corrections Executive


Engineer
154
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

52. OPENING OUT WORKS:


Should the Engineer consider, if necessary, in order to satisfy
himself as to the quality of work the contractor shall at any time during the
continuance of the contract pull down or cut into any part of the work, and
make such openings into and to such an extent through the same as the
Engineer may direct and the contractor shall make good the same at his
cost and to the satisfaction of the Engineer.

53. REMOVAL OF IMPERFECT WORK:


If it shall appear, that the work has been executed with unsound,
imperfect or of an inferior quality or otherwise not in accordance with the
contract documents, the contractor shall at his own cost rectify, reform,
remove of reconstruct the same, wherein whole or in part as may be,

Contractors No. of Corrections Executive


Engineer
155
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

54. JURISDICATION OF COURT FOR DISPUTES:-

Disputes, if any, arising out of this contract shall be subject to the


jurisdiction of the High Court of Mumbai, Bench at Aurangabad.

55. SPECIAL TERMS AND CONDITION READ WITH THE CLAUSE


2 AND 10 OF THE CONTRACT DOCUMENTS.
The Contractor shall take every care while carrying out
excavation for foundation near and around the old structure to be
strengthened, concerting around the piers & below the old arches & other
necessary works, so that the old structure should not be damaged.
In the event of contractor causing any sort of damage to the old
structure while carrying out the work of strengthening to it & due to such
damages creating instruction/ interruption in rotation of water through the
canal, he will be liable to pay the cost of such damages & pay as a
compensation an amount equal to 1% per day of the tendered amount till
the rein station of canal system.
56. MODE OF PAYMENT OF THE QUANTITIES OF EXCAVATION,
MASONARY AND CONCERTE ITEMS EXECUTED IN EXCESS OF
125% :-
55.1 Clause No.38 of B-1 Tender form pertains to payment of
quantities of different items of Schedule "B" in excess of 125% of the
tendered quantities. It is to be clarified that in the case of items of
excavation in soft strata and hard strata, in the present tender, this clause

Contractors No. of Corrections Executive


Engineer
156
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

Contractors No. of Corrections Executive


Engineer
157
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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 bye on the
tendered quantity.
In case of executed quantity is less than 75% of the total quantity
of all masonry items taken together, these will be treated on similar lines
as in cases (1) and (2) above.
Case 4 :- Where total quantity of all concrete items taken together
exceeds 125% of the total tendered quantities of all concrete items,
quantity in excess of 125% of total tendered quantity will be distributed in
the Ratio of
Executed quantity of individual item of Concrete
Total executed quantity of all Concrete items taken together
and will be paid by revising the rate of individual item as per
clause 38(2), subject to the provision that the revision of rate will be
applicable only for the quantity of individual item executed beyond the
tendered quantity.
In case of executed quantity is less than 75% of the total quantity
of all concrete items taken together, these will be treated on similar lines
as in cases (1) and (2) above.
For payment of quantities in excess of 125% of tendered quantity
for items other than excavation, masonry and concrete items, provision of
clause 38(2) of B-1 Tender Form will be applicable.
57. MODE OF PAYMENT OF EXCAVATION QUANTITIES IN
RUNNING BILL AND FINAL BILL :
57.1 Payment of work done under items of excavation in soft strata
and hard strata will be made at 90% of the contract rate in R.A. bills for all
excavated quantities till the final designed cross section of component as
decided by the Engineer-in-charge is reached. The component cross
section as per design shall be deemed to have been reached only if no
work remains to be executed between the two adjacent cross sections.
100% of payment at contract rate in R.A. bills may be released only after
the work of excavation is completed between two adjacent cross sections

Contractors No. of Corrections Executive


Engineer
158
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

and in continuous lengths from head reach to tail reach of canal . No


intermediate lengths will be considered.
Corporation reserves the right to change the location of different
components of works. amend the layout due to any reason, whatsoever.
No claim of any nature due to above change shall be entertained.
The information in connection with the works and worksite as well
as specifications ae contained in this book of contract in general and in
three parts. viz., work and site conditions special conditions and
specifications for items of work in case of any discrepancy or repugnance
in the clauses in those sections following, priorities/Interpretation will hold
good.
i) Special conditions of contracts will prevail over work and
site conditions.
ii) The Specifications will prevail over special conditions.
iii) The works and site conditions, the special conditions of the
contract of the contract and specifications shall prevail over the various
clauses of B-1 tender form.
58 The contractor shall be held responsible for any errors that may
occur in the work through lack of such reference and precaution.

59 PROPOSED CONDITION RELATING TO INSURANCE:


Contractors shall take out necessary Insurance Policy/ Policies
so as to provide adequate insurance cover for execution of the awarded
contract work from the "Director of Insurance, Maharashtra state, Mumbai
400 051" only it's postal address for correspondence is " 264 MHADA,
Opp Kalanagar, Bandra(E), (Tel.No.6438403) (Fax)6438461/6438690.
Insurance Policy/ Policies taken-out from any other company will not be
accepted,
However, If the contractors desire to effect insurance with the
local office of the insurance company, the same should be under the co-
insurance cum-servicing arrangements approved by the Director of
Insurance Company If the policy taken out by the contractors is on co-
insurance basis. (G.I.F.60% and Insurance Company 40%) the same will

Contractors No. of Corrections Executive


Engineer
159
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

not be accepted and the amount of premium calculated by the Director of


Insurance will be recovered directly from the amount payable to the
contractors for the executed contract work which may be noted.
60 LABOUR CESS:-
Cess payable on building and other works for labour welfare as
per
an amount equal to one percent
an contract amount shall be deducted from the payment of the contractor.

61 LIABILITY OF CONTRACT OF PAY THE ROYALTY:-


1)The contractor should pay royalty charges of construction
materials required for the and produce necessary paid vouchers, then
only as per produced vouchers the amount of Royalty charges will be
released as per item of Schedule "B"
2) The rates of items mentioned in schedule B are excluding
royalty charges. The items of Royalty charges is taken separately. The
percentage quoted above or below will not be applicable to the of Royalty
charges. ( Item No.15)The amount of Royalty charges for this works is
Rs.-- Contractor shall take this fact in consideration while
quoting this offer.
3) If rate royalty is increased by revenue department Extra
amount due to increase in rate of Royalty will be paid by contractor.

62) SPECIAL CONDITION OF THE CONTRACT @ SOIL SAMPLES


ETC.
1) Samples of the material (Soil,Murum, Rock, Rubble etc.)
required for testing from laboratory should be collected from borrow area
of quarries proposed or site of work by the contractor in presence of
concerned field officer not below the rank of Sub-Divisional
Officer/Asstt.Engineer-Gr.1 of the work.
Samples collected should be in sufficient quantity & manner
required as per norms of MERI Material like empty polythene bags etc. &

Contractors No. of Corrections Executive


Engineer
160
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

labour required for collection of samples should be provided by the


Contractor.
2) All the samples collected by the contractor should be handed
over by the contractor in the laboratory in presence of concerned Sub-
Divisional Officer/Asstt. Engineer Gr-I of the work.
Arrangement of transportation of the samples collected for testing
from site of works to the laboratory should be made by the contractor.
3) After submission of samples to the laboratory concerned Sub-
Divisional Officer /Asstt. Engineer Gr-I of the work, should personally
inspect the work of testing of samples in the laboratory for this purpose
concerned Sub-Divisional Officer/Asstt. Engineer Gr-I should attend the
laboratory frequently & observe that the testing has been done
satisfactorily.
4) Above test result will be submitted by the laboratory to the this
office by the Post.

Contractors No. of Corrections Executive


Engineer
161
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

PART-II
GENERAL CONDITIONS &
SPECIFICATIONS

Contractors No. of Corrections Executive


Engineer
162
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

3) The contractor shall execute the items in sequence of priority fixed by


the Engineer-in-charge or his authorised representative on site. The
payment of any other item executed by the contractor, other than
sequence of priority shall be with held till the items of priority is
sequence are fully attended to by the contractor.

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.

5) If the contractor to complete the work, his security deposit will be


confiscated.

6) Generally no extension will be granted to the work. However in extra


ordinary cases only one extension for one month will be granted.

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.

8) The quantity shown in schedule B may be less due to change in


departmental planning. If it is happened no compensation or claim will
be entertained for less quantity.
9) The contractor should visit the site and gate him self acquainted with the
work to be done. Condition of the area before quoting the tender.

Contractors No. of Corrections Executive


Engineer
163
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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.

13) Mode Of Payment

Item no.1 Double levelling using Auto Level to connect Geodetic


Trignometrical Survey, Bench mark and establishing the
permanent Bench mark at Dam site at place along the canal
alignment submergence and in command area etc
complete.(Excluding cost of P.B.M. structure)

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:-

Contractors No. of Corrections Executive


Engineer
164
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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:-

Contractors No. of Corrections Executive


Engineer
165
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

1) After Construction of P.B.M. backfilling etc. complete – 100%

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%

Contractors No. of Corrections Executive


Engineer
166
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

Contractors No. of Corrections Executive


Engineer
167
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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:-

1) After fixing, painting and numbering of Chainage stone.


backfilling etc. complete – 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.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:-

Contractors No. of Corrections Executive


Engineer
168
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

Contractors No. of Corrections Executive


Engineer
169
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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

Contractors No. of Corrections Executive


Engineer
170
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

r submission of DPR to

Item No.8 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.

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.

Contractors No. of Corrections Executive


Engineer
171
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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%

Contractors No. of Corrections Executive


Engineer
172
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

ITEM NO.11:- Testing Of Soil Samples.

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 NO.12:- Purchase of Hydro-meteorological data and Hydrological


data.

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:-

Contractors No. of Corrections Executive


Engineer
173
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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:-

1) After vetting of related components from CDO Nashik and


providing soft copy of same to the 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 NO.14:- Design Of Dam Canal etc.

Item to include:-

Contractors No. of Corrections Executive


Engineer
174
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

1) After finalizing alternative accordingly Design of approved Dam,


Spillway And Link-Cut/Tunnel shall be done .
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
3) Provide Drawing of following in A-0,A-1,A-2,A-3 size paper as required
along with soft copies-
a. Index Map
b. Location Map
c. General Layout
d. Block Contour survey map
e. C/S of Dam section
f. C/S of Spillway section.
g. C/S of Link-Cut/Tunnel section
h. L- section of Dam
i. L- section of Spillway
j. L-section of Link-Cut/Tunnel etc. as per requirement of 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 approval/ vetting of related components from


appropriate authority / CDO Nashik and providing soft copy
of same to the 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 NO.15:- Preparation of Draft/Final Report comprising of technical,


financial, economic feasibility and environmental aspects of the
project including executive summary and detailed chapter so
necessary and introduction of project existing and future traffic
,design philosophy scope of work, summary of available cost
estimates justification for rates adopted, key points of execution,
salient features of the projects, location of the toll plaza, toll
rate/policy to be adopted and specification of major construction
items etc.in 8 copies having attractive cover and binding as
directed by Engineer-in-Charge etc. complete.
Item to include:-
1) Layout, Design and Estimation of Dam
2) Design and Estimation of Tunnel/Link-cut

Contractors No. of Corrections Executive


Engineer
175
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

3) Design and Estimation of spillway


4) Preparation of Detail Project Report and compliance of remarks of Chief
Engineer and Executive Director G.M.I.D.C. Aurangabad.
5) Provide Drawing of following in A-0,A-1,A-2,A-3 size paper as required
along with soft copies -
a. Index Map
b. Location Map
c. General Layout
d. Block Contour survey map
e. C/S of Dam section
f. C/S of Spillway section.
g. C/S of Link-Cut/Tunnel section
h. L- section of Dam
i. L- section of Spillway
j. L- section of Link-Cut/Tunnel.

6) provide fresh hard copy after completion of corrections whenever


suggested at any level from Sub-Division to Government of
Maharashtra by Competent authority in Eight numbers attractive cover
and binding as directed by Engineer-in-Charge 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 Final. The quantity for final payment will
be as in Schedule B

Mode of Payment:-

1) After submission of DPR to GMIDC, Aurangabad and after


submission of final DPR to the Government of Maharashtra
for approval – 100%

Contractors No. of Corrections Executive


Engineer
176
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

General Additional Specification For All Items:-


1) For all above items all the materials shall be got tested from the approved laboratory
before use at the cost of Contractor. He must preserve the Forest Conservation Act. 1980.
He is fully wholy and solely responsible for violance of Forest Conservation Act. 1980. The
rates shown in Schedule ‘B’ will be deemed to have including all leads, lifts, royalty
charges, octroi duty, sales tax etc. If the Government quarries are not available the
material from the private quarry his own cost, for which the contractor should obtain the
permission of the owner and the competent authority at his own cost and no extra lead
charges will be given to the contractor.

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.

Contractors No. of Corrections Executive


Engineer
177
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

S C H E D U L E "C"

SPECIFICATIONS : SCHEDULE SHOWING ITEMS OF WORK AND APPLICABLE


SPECIFICATIONS

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

Contractors No. of Corrections Executive


Engineer
178
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

soft murum including conveying excavated material, fixing specifications Section


stone, including maintaining lettering numbers and back 5.19
filling etc. complete.
Item No.6: Excavation for taking trial pits on final The work shall be
Water Resources executed as per
alignments Dam and Canal at specified interval and in nalla Department
bed of size 2.00 x 2.00 x 2.50 m in length, breadth and specification and
depth respectively or size as may be directed by Engineer in Common schedule rates as directed by
specifications Section Engineer in
charge including back filling trial pits etc complete as
5.24 charge
directed.
Item No.7:Taking trial bore for detailed investigation with The work shall be
NX diamond drill double tube in all sorts of soil like soft executed as per
murum, hard murum and boulders including all materials specification and
such as casing pipes, accessories, grease, steel boolsams as directed by
and other such materials and or as required including Water Resources Engineer in
Department
conveying such materials and machinery to site of works, charge
preserving the loose samples in glass/plastic jar and core Common schedule rates
specifications Section
samples serially numbered at site of work and conveying
5.21
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) As per PWD DSR
2018-19.
Item No.8: Providing core boxe of M.S. of size The work shall be
Water Resources executed as per
1.25mx0.35mx0.15m for preserving core sample with all Department
fixtures and fastening handles including locking specification and
Common schedule rates as directed by
arrangement etc. complete. specifications Section
Engineer in
5.22
charge
Item No.9: Carrying out water intake test / permeability The work shall be
Water Resources executed as per
test at any stage or depth as may be directed by Engineer In Department
charge by filling the bore hole with water or air at specific specification and
Common schedule rates as directed by
pressure of specified limit as and where directed etc specifications Section
complete. Engineer in
5.23
charge
Item no.10: Providing and fixing of retro reflectorize The work shall be
informatory sign board rectangular/square in shape having executed as per
area greater than 0.9 square meter made out of …..mm specification and
aluminum sheet bonded with white retro reflective sheeting as directed by
of class……..(Type IV high intensity micro-prismatic grade Engineer in
sheeting HIP) having pressure sensitive/ heat activated charge
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
MORTH 801
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

Contractors No. of Corrections Executive


Engineer
179
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

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 no.11: Testing Of Soil Samples Rates of Soil mechanics The work shall be
referral laboratory, executed as per
MERI, Nashik-4, specification and
Sectioned by - S.E, as directed by
M.E.R.I Nashik-4 As per Engineer in
office note SMRL- charge
(3/2018) Dated.
18.06.2018
Item.no.12: Purchase of Hydro-metereological data and Data dissemination The work shall be
Hydrological data. policy (HP- executed as per
Maharashtra)New specification and
applicable Rates of data as directed by
pricing and its policy Engineer in
approved in third charge
meeting of HDUG co-
ordination committee
held on 27 June 2005
Item no. 13: Hydrological studies… The Marathi letter by The work shall be
Chief executed as per
Engineer,C.D.O,Nashik specification and
outward no.- as directed by
CDO/PB/TC/Advise- Engineer in
Scrutiny/51/2018/Date- charge
12/3/2018…
Item no. 14: Design of Dam and Canal etc. The Marathi letter by The work shall be
ChiefEngineer,C.D.O., executed as per
Nashik outward no.- specification and
CDO/PB/TC/Advise as directed by
Engineer in
Scrutiny/51/2018/Date
charge
-12/3/2018
Item no. 15: Preparation of Draft/Final Report comprising The work shall be
of technical, financial, economic feasibility and executed as per
environmental aspects of the project including executive specification and
summary and detailed chapter so necessary and as directed by
introduction of project existing and future traffic ,design Engineer in
philosophy scope of work, summary of available cost charge
estimates justification for rates adopted, key points of
execution, salient features of the projects, location of the
toll plaza, toll rate/policy to be adopted and specification of
major construction items etc.in 8 copies having attractive
cover and binding as directed by Engineer-in-Charge etc.
complete.

Contractors No. of Corrections Executive


Engineer
180
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

DRAWINGS

Contractors No. of Corrections Executive


Engineer
181
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Contractors No. of Corrections Executive


Engineer
182
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD

Contractors No. of Corrections Executive


Engineer

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy