0% found this document useful (0 votes)
145 views167 pages

Volume 1

The document is a tender notice from the Godawari Marathwada Irrigation Development Corporation for the design, manufacturing, supply, erection, testing, and commissioning of a surge protection system for the Krishna Marathwada Lift Irrigation Scheme. The estimated cost of the project is Rs. 1782.14 lakhs, and the e-tendering process is open from March 16, 2024, to April 5, 2024, with the opening date set for April 8, 2024. Interested contractors must download the tender documents from the government website and comply with the specified conditions and requirements for submission.

Uploaded by

Pravin Chaudhari
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)
145 views167 pages

Volume 1

The document is a tender notice from the Godawari Marathwada Irrigation Development Corporation for the design, manufacturing, supply, erection, testing, and commissioning of a surge protection system for the Krishna Marathwada Lift Irrigation Scheme. The estimated cost of the project is Rs. 1782.14 lakhs, and the e-tendering process is open from March 16, 2024, to April 5, 2024, with the opening date set for April 8, 2024. Interested contractors must download the tender documents from the government website and comply with the specified conditions and requirements for submission.

Uploaded by

Pravin Chaudhari
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

GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR.

TENDER PAPERS
B-1/ for YR. 2023-24

(FOR AUTHORISED USE ONLY)

GODAWARI MARATHWADA IRRIGATION DEVELOPMENT


CORPORATION, CHHATRAPATI SAMBHAJINAGAR
(A GOVERNMENT OF MAHARASHTRA UNDERTAKING)

CHIEF ENGINEER (WR), WATER RESOURCES DEPARTMENT,


CHAATRAPATI SAMBHAJINAGAR

SUPERINTENDING ENGINEER, DHARASHIV IRRIGATION CIRCLE, DHARASHIV

EXECUTIVE ENGINEER, KRISHNA MARATHWADA CONSTRUCTION DIVISION


NO.1, DHARASHIV

B-1 TENDER DOCUMENT

VOLUME I
NAME OF WORK : DESIGN, MANUFACTURING, SUPPLY,
ERECTION, TESTING AND COMMISSIONING OF
SURGE PROTECTION SYSTEM FOR KRISHNA
MARATHWADA LIFT IRRIGATION SCHEME
NO.2: STAGE 1 TO STAGE 5, TAL. - MOHOL, TAL-
NORTH SOLAPUR DIST.- SOLAPUR AND TAL-
TULJAPUR DIST - DHARASHIV UNDER KRISHNA
MARATHWADA IRRIGATION PROJECT.

COST PUT TO TENDER : Rs. 1782.14 LAKHS (EXCLUDING GST)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 2

THIS PAGE INTENTIONALLY LEFT BLANK

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 3

INDEX

SR. PERTICULARS PAGE NO


NO. FROM TO
VOLUME-I

1 SECTION-A : Brief Tender Notice 4 6

SECTION-B : Detailed Tender Notice 7 11

SECTION-C : Definitions & Instructions For Bidders 12 25

SECTION-D : Qualifications and Qualification documents required 26 74

2 SECTION-E : General Description of Proposed Work 75 80

a) Schedule “A” 81 82

b) Schedule “B” 83 87

c) Work Programme 88 93

d) Applicable Specifications Schedule 94 96

SECTION- F : Printed Form of Agreement 97 99

a) B-1 Tender form 100 102

SECTION- G : General Conditions of Contract 103 130

SECTION- H : Special Conditions of Contract 131 167

B VOLUME-II : Detailed Specifications for All Items


Seperately
C VOLUME-III : Drawings Attached

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 4

SECTION – A
BRIEF TENDER NOTICE

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 5

महाराष्ट्र शासन
जलसंपदा विभाग
गोदािरी मराठिाडा पाटबं धारे विकास महामंडळ, छत्रपती संभाजीनगर
(महाराष्ट्र शासनाचा अंगीकृ त उपक्रम)
कार्यकारी अविर्ांता, कृष्णा मराठिाडा बाांधकाम वििाग क्र.01, धाराविि.
E-mail:[email protected], दूरध्ििी क्रमाांक : 02472-228745/295159
ई-विविदा सुचिा क्र. 18 सि 2023-24
Main Portal: https://mahatender.gov.in

महारष्ट्र राज्याच्या राज्यपालाांच्या वतीने कार्यकारी अविर्ांता, कृष्णा मराठिाडा बाांधकाम वििाग क्र.1, धाराविि.
जलसांपदा वििाग, महाराष्र िासि हे सक्षम विविदाकाराांकडू ि खालील कामासाठी ई-विविदा प्रणालीद्वारे (ऑिलाईि) विविदा
मागिीत आहे त. विविदा कागदपत्रे िासिाचे सांकेतस्थळ https//mahatenders.gov.in र्ेथुि डाऊिलोड करण्र्ात र्ावीत.
सववस्तर वनववदा व ई-वनववदेबाबत सवव मावहती शासनाच्या सांकेतस्थळावर व ववभागीय कायालयाच्या सूचना फलकावर
उपलब्ध आहे .
विविदा स्स्िकारण्र्ाचा अथिा िाकारण्र्ाचा अवधकार कार्यकारी अविर्ांता, कृष्णा मराठिाडा बाांधकाम वििाग क्र.1,
धाराविि र्ाांिी राखुि ठे िला आहे . अट असलेली विविदा स्स्िकारली जाणार िाही. विविदा सुचिेमध्र्े काही बदल होत
असल्र्ास https//mahatenders.gov र्ा सांकेतस्थळािर कळविण्र्ात र्ेईल.

1 कामाचे नाि कृष्ट्णा मराठवाडा ससचन प्रकल्प अांतगवत कृष्ट्णा मराठवाडा उपसा ससचन योजना क्र.2 मधील टप्पा क्र.1 ते 5
करीता प्रवतजलाघात यांत्रणेसाठी उपकरणाांचे सांकल्पन, उत्पादन, पुरवठा, उभारणी, चाचणी व कायान्वयीत करणे चे काम.
ता.मोहोळ, ता.उत्तर सोलापूर वज. सोलापूर, ता.तुळजापूर, वज. धारावशव.

2 वजल्हा कामाचे वठकाण : सोलापूर वजल्हा व धारावशव वजल्हा

3 विविदे ची ककमत (लक्ष मध्र्े) रु. 1782.14 लक्ष (िस्तु ि सेिाकर वगळू न)

4 ई विविदा उपलब्ध कालािधी वद.16/03/2024 ते 05/04/2024

5 Geo-Tagging कालािधी वद.18/03/2024 ते 22/03/2024

6 ई विविदा उघडण्र्ाचा वदिाांक: वद.08/04/2024 रोजी शक्य असल्यास सकवा त्यापुढे

जा.क्र.कृमबाांविक्र.1/लेखा-2/विविदा/693
कार्यकारी अविर्ांता, कृष्णा मराठिाडा बाांधकाम वििाग क्र.1,
कार्यकारी अविर्ांता,
धाराविि र्ाांचे कार्ालर्
कृष्णा मराठिाडा बाांधकाम वििाग क्र.1,
वदिाांक : 15/03/2024
धाराविि

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 6

GOVERNMENT OF MAHARASHTRA
WATER RESOURCES DEPARTMENT
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION,
CHATRAPATI SAMBHAJINAGAR
( A GOVERNMENT OF MAHARASHTRA UNDERTAKING)
Executive Engineer, Krishna Marathwada Construction Division No.1, Dharashiv
E-mail:[email protected] Tel.No.: 02472-228745/295159
E Tender Notice No.18 of 2023-24
Main Portal: https://mahatender.gov.in

On behalf of the Governor of the State of Maharashtra, the Executive Engineer, Krishna
Marathwada Construction Division No.1, Dharashiv, Water Resources Department, Government of
Maharashtra invites tenders through e-tendering system (online) from competent tenderers for the following
works. Tender documents should be downloaded from the Government website https://mahatenders.gov.in.
Detailed tender instructions and all information regarding e-tendering is available on the government
website and on the notice board of the divisional office.
Executive Engineer, Krishna Marathwada Construction Division No.1, Dharashiv reserves the
right to accept or reject tenders. Conditional tender will not be accepted. If there is any change in the said
tender notification, it will be informed on the website https//mahatenders.gov

1 Name of Work :- Design, Manufacturing, Supply, Erection, Testing and Commissioning Of Surge
Protection System For Krishna Marathwada Lift Irrigation Scheme No.2: Stage 1 To Stage 5, Tal. -
Mohol, Tal- North Solapur Dist.- Solapur and Tal- Tuljapur Dist- Dharashiv Under Krishna
Marathwada Irrigation Project.

2 District Solapur & Dharashiv


3 Estimated Cost Put to Tender Rs. 1782.14 Lakh (Excluding GST)
(in Lakh)
4 E-tender available period Dt. 16/03/2024 to Dt. 05/04/2024
5 Geo-Tagging Duration Dt. 18/03/2024 to Dt. 22/03/2024
6 E-tender Openinng Date Dt. 08/04/2024 (If possible or next suitable date)

Letter No. KMCD.01/AB-2/Tender/693 Date : 15/03/2024


Executive Engineer
Krishna Marathwada Construction Division No.1,
Dharashiv
Executive Engineer
Krishna Marathwada Construction
Division No.1, Dharashiv

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 7

SECTION – B
DETAILED TENDER NOTICE

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 8

DETAILED TENDER NOTICE

GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION,


CHHATRAPATI SAMBHAJINAR

DHARASHIV IRRIGATION CIRCLE, DHARASHIV


EXECUTIVE ENGINEER, KRISHNA MARATHWADA CONSTRUCTION DIVISION NO.1,
DHARASHIV
Ph. No. 02472 - 228745; E-mail [email protected]

NOTICE INVITING TENDER

1. Online electronic bids in B-1 form for below mentioned work are invited by Executive Engineer,
Krishna Marathwada Construction Division No.1, Dharashiv Water Resources Dept., Govt. of
Maharashtra from contractors registered in appropriate class with any central or State Government
Organization / Central or State Government undertaking in India. Main Tender documents are available
for online bid preparation & Submission on website as per "Key Dates" The time schedule for various
bidding phases is given in the detailed tender notice, which is also available on website as a part of the
bid documents.
Sr. Name of Work Estimated Earnest Cost of Class of Time
No. Cost Put to Money Blank Registratio Limit for
Tender Deposit Tender n Comlition
(in Lakh) (in Lakh) Form
(in Rupees)
1 Design, Manufacturing, Rs. 1782.14 Rs.8.91 Rs. 5900 /- All eligible 12 Months
Supply, Erection, Lakhs Lakh/- contractors (Including
Testing and who can Monsoon)
Commissioning Of (Rs. 5000 /- fulfill the
+ terms and
Surge Protection System
Rs.900 /- conditions
For Krishna Marathwada G.S.T.) of the
Lift Irrigation Scheme Contract
No.2: Stage 1 To Stage
5, Tal. - Mohol, Tal-
North Solapur Dist.-
Solapur and Tal-
Tuljapur Dist- Dharashiv
Under Krishna
Marathwada Irrigation
Project.
.
2. The Post Qualification process is applicable for this tender.

3. The forms of Main Tender documents are available on the e-Tendering website of Govt. of
Maharashtra http://mahatenders.gov.in. The aspiring Bidders may download Main Tender form, from
the website mentioned above if required free of cost. But to participate in bid he has to purchase tender
document online.

4. Tender form, conditions of contract, specifications and contract drawings can be downloaded from the
e-Tendering portal of Water resources Department, Government of Maharashtra i.e.
https://mahatenders.gov.in after entering the details, payment of Rs. 5000 /- + GST Rs.900 /- = Rs.5900
should be paid online using payment gateway. The fees of tender document will be non-refundable.
Further information regarding the work can be obtained from the office of the Executive Engineer,
Krishna Marathwada Construction Division No.1, Dharashiv.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 9

5. The EMD applicable amount shall be paid via online mode using NEFT /RTGS or payment gateway
mode drawn only from self bank account.

6. All rights are reserved to reject any or all online bids without assigning any reasons thereof by the
competent authority.

7. All rights are reserved to Cancel the tender, reject any or all Main Tender documents without assigning
any reason by the competent authority.

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

9. The offer of the Contractor shall remain valid for acceptance for a minimum period of 90 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 tender opening authority the tender and sent by
Registered Post Acknowledgement Due.

10. The tenders are invited on the Departmental design and drawing only.

11. The Tenderer the firm or the company shall in their forwarding letter mentioned the names of all the
partners of the firm or the company ( as the case may be ) & name of the partner who hold the power
of 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 there of prior to the date
notified for the 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.

14. No pages should be removed from, added in or replaced in the Tender.

15. Conditional tender, Tenders which do not fulfill all or are incomplete in any respect are liable to
summarily 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 of the whole of the tenders if the same become conditional tender thereby.

17. Condition for payment of Additional performance security Deposit, if offer quoted by the tenderer is
less than estimated cost put to tender should as per Govt. Resolution Water Resource Department,
Tender 417/247/MP-1 Mantralay, Mumbai Dated 18 Oct. 2023

18. Post Qualification will be evaluated as per Govt. Resolution Water Resource Department, Tender
417/247/MP-1 Mantralay, Mumbai Dated 18 Oct. 2023 & Amended thereof & necessary criteria of
post Qualification evaluation are included in main Tender.

19. If the documents submitted by the contractor along with the tender is/are found to be false or
fraudulent at any stage up to defect liability period than the EMD, Security deposit and additional
performance deposit shall be forfeited to the Govt. and the contractor shall be banned to participate in
tender process for a period of 3 years in Water Resources Department and action will be taken as per
PWD Marathi Gr. No CAT/2018/Pra.Kra.127/Buildg.-2/dated 28/11/2018, WRD GR Dt. 18 Oct. 2023.

20. It shall be binding for all contractors to inspect the work site, quarry area and other important site
locations before filling the tender.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 10

21. Only scanned copy from original document information will be accepted. Scanned copy from other
than original will not be accepted. All bidders are instructed to take due care while uploading documents
(appropriate size, templets etc.) Inviter will not be held responsible if uploaded documents are not
downloaded or not opened during evaluation. The unreadable documents will be treated as null & void.
Tender will be evaluated only on the basis of documents recovered online in proper manner. No other
documents hard copy will not be accepted in any circumstances.

22. The Bidders shall submit the Qualification information in the prescribed proforma for assessment of
eligibility in online Envelope No.1 with price bids in separate online Envelope No.-2.

23. The tenderer should upload 'Technical Bid' i.e. (Envelope 1) along with Qualification information,
prescribed forms and other documents and scanned copy of EMD paid through their own bank
account.

24. 'Financial Bid' i.e. (Envelope 2) is to be filled online with offer of the tenderer in the form of
percentage above or below on work cost (Excluding GST) the estimated cost as per schedule B of the
tender form at appropriate place.

25. After assessment of eligibility of the tenderer by the competent authority on the basis of Post-
Qualification documents submitted by the bidders in Envelope - '1' and after verification of the
certificates (Genuineness of the certificates) at the discretion of the competent authority, Envelope -
‘2’ (Price Bid) of only Post- qualified bidders will be opened online. Date and time of opening will
be intimated to bidder 48 hours before the opening of Envelope -2 (price bid) only on portal.

26. If any assistance is required regarding e-tendering (Uploading and Downloading), please contact on
NIC‘s e-procurement help line Number 0120-4001 002, 0120-4001 005, 0120-6277787.

27. Bidders can use ‘seek clarification option’ on NIC portal for their queries. There will be no pre-bid
meeting for this purpose. Queries received through ‘seek clarification’ tab option provided on portal,
shall only be considered for reply. Communication by other mean shall not be considered.

28. As per published date and time of opening of tender on website Bidder/authorized representative
should be present otherwise any objection will not be accepted after opening of tender.

29. The Time Schedule for various bidding Process is as follow.

TIME SCHEDULE (KEY-DATES)

Sr. Start Date Hrs. End Date Hrs.


No. Details
18.00
1 Published Date 16/03/2024 10.00 05/04/2024
18.00
2 Document Download 16/03/2024 10.05 05/04/2024
18.00
3 Bid Submission 16/03/2024 10.05 05/04/2024
18.00
4 Geo-Tagging 18/03/2024 10.00 22/03/2024
18.00
5 Seek-Clarification 16/03/2024 10.00 29/03/2024
18.00
6 Common Set of Deviation 02/04/2024 11.00 02/04/2024
-
7 Opening of Bids 08/04/2024 13.00 -

(if Possible or next Suitable


date)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 11

30. Geo-Tagging

The following Standard Operating Procedure (SOP) should be followed for field inspection
and Geo-Tagging.

i. Each tenderer shall be required to inspect the work site, minor mineral area and other
important work areas before submitting the tender.
ii. The officer calling for tender has fixed following site location for Geo-tagging.
a) L.I.S.2 - Stage 1 : Bhoyare Rising Main CH.140 m
(Latitude - 17 o 51’ 09.1’’ N & Longitude – 75o 40’ 07.7’’ E)
b) L.I.S.2 - Stage 2 : Padsali Rising Main CH.120 m
(Latitude - 17o 54’ 10.8’’ N & Longitude – 75o 49’ 53.5’’ E)
c) L.I.S.2 - Stage 5 : Sindhphal Pump House
(Latitude - 17o 59’ 41.3’’ N & Longitude -76o 01’ 51.6’’ E)
iii. The Geo-Tagging should be carried out by the bidder during period from 18/03/2024 to
22/03/2024 from (10.00 to 18.00 Hrs on all days, including Holidays).

iv. Geo-Tagging should be done by the bidder himself or by his authorized representative. It
shall be mandatory for the bidder or their authorized representative to mention the date
and time of the visit along with self- attestation on certificate of Geo-Tagging along
with Geo-Tagged photographs at each site location mentioned above and submits with
Envelop No.1
v. It is mandatory for the bidder to submit the above Geo-Tagged photo with Geo Tagging
certificate in Envelope No.1 of tender document otherwise his Envelope No.2 will not be
opened & his tender will not be considered.
vi. Since bidder has followed above standard procedure, claims regarding non availability of
sufficient quantity & quality of quarry material, non-availability of labour, Extra lead for
material, non availability of construction material etc will not be considered.

31. All subsequent corrigendum, amendments shall be available only on e-tendring web site. Hence
bidders are advised to visit website untill last date and time of completion of Bidding process.

Executive Engineer
Krishna Marathwada Construction Division No.1,
Dharashiv

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 12

SECTION – C
DEFINITIONS &
INSTRUCTIONS FOR BIDDERS

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 13

DEFINITIONS

2.0 GMIDC:
GMIDC means the ‘Godavari Marathwada Irrigation Development Corporation, Chhatrapati
Sambhajinar, acting through its Executive Director, as defined in Maharashtra Act XXIII of 1998.
Additional Information about GMIDC:
The headquarters of the Godavari Marathwada Irrigation Development Corporation is Chhatrapati
Sambhajinar. The official postal address for correspondence is-
The Office of the Executive Director, Godavari Marathwada Irrigation Development Corporation,
Sinchan Bhavan, Jalna Road, CHHATRAPATI SAMBHAJINAR. Phone–0240-2342096/2342097.
The functions & powers of the Corporation have been listed in the Maharashtra Act XXIII of
1998. In general it has been entrusted with the work of investigation, planning, designing of projects
maintenance of completed projects construction of projects and irrigation management of the Major,
Medium and Minor projects (command area more than 250 Ha) in the Godavari River Basin.

2.1 Executive ENGINEER:


Executive Engineer means in charge Executive Engineer, Krishna Marathwada Construction
Division No.1, Dharashiv

2.2 WEB SITE:


Web Site means official web sites for e-tendering having following web addresses
http://mahatenders.gov.in

2.3 APPLICANT:
Applicant means individual proprietary firm, firm in partnership, Limited Company, Corporation
applying to be come eligible to tender.

2.4 CHIEF ENGINEER:


Chief Engineer means Chief Engineer (WR), Water Resources Department, Chhatrapati
Sambhajinar.

2.5 SUPERINTENDING ENGINEER:


Superintending Engineer means In-Charge Superintending Engineer, Dharashiv Irrigation Circle,
Dharashiv.

2.6 COMPETENT AUTHORITY


Competent Authority shall mean authority competent as per extant rules.

2.7 ENGINEER / ENGINEER-IN-CHARGE:


Engineer / Engineer-in-charge means the Executive Engineer, Krishna Marathwada Construction
Division No.1, Dharashivand shall also include the superior Officers of the Engineering Department of
the Corporation, i.e. the Superintending Engineer, Dharashiv Irrigation Circle, Dharashiv & Engineer
(WR), Water Resources Department, Chhatrapati Sambhajinar.

2.8 ENGINEER’S REPRESENTATIVE:


“Engineer’s representative” means the Sub-Divisional Engineer / Assistant Executive Engineer /
Sub-Divisional Officer / Assistant Engineer (Grade I)/ Assistant Engineer (Grade II)/ Junior Engineer
who is in direct charge of the works and shall include any Civil Engineer of the Corporation.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 14

2.9 CONTRACTOR/TENDERERS:
Contractor means the person, firm or company who enters into contract, with the Corporation and
shall include their executors, administrators, successors and submitted assignees.

2.10 CONTRACT:
Contract means and include following documents.
i. Volume-I: Tender Documents.(Tender document & information/data submitted by contractor.)
ii. Common set of conditions
iii. Volume-II: Specifications.
iv. Volume-III: Drawings.

2.11 WORK:
Work means the work to be executed in accordance with contract.

2.12 SPECIFICATIONS:
Specifications means the specifications for material and works as specified in the contract.

2.13 DRAWING:
Drawing means prints of the maps, drawings, plans in the contract and shall include any
modifications of such drawings and any further detailed drawings as may be issued by the Engineer-in-
charge from time to time.

2.14 SITE:
Site means the land and the other places on, under, in or through which the works are carried out
and any other lands or places provided by the Corporation.

2.15 DEFECT(S) LIABILITY PERIOD:


Defect(s) liability period" shall mean period as defined in B-1 tender form from the date of issue
of completion certificate by Engineer-in-charge. Contractor will be responsible to make good of
manufacturing / construction defects within above period.

2.16 SINGULAR AND PLURAL:


Works imparting the singular number shall also include the plural and vice versa where the
context requires.

2.17 HEADINGS AND MARGINAL HEADINGS:


The headings and the marginal headings in the contract are solely for the purpose of facilitating
references and shall not be deemed to be part thereof or taken into consideration in the interpretation of
construction thereof or of the contract.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 15

2.18 ABBREVIATIONS
AE1 Assistant Engineer Grade 1
AE2 Assistant Engineer Grade 2
APSD Additional Performance Security Deposit
BG Bank Guarantee
BOQ Bill of Quantities
CA Chartered Accountant
CBL Canal Bed Level
CE Chief Engineer Chh. Sambhajinagar
CSD Common set of Deviations
CSR Common Schedule Rates
CV Curriculum vitae
DD Demand Draft
Dept Department
Dist. District
DSC Digital Signature Certificate
DSR District Schedule Rates
ED Executive Director
EE Executive Engineer
EMD Earnest money deposit
EPF Employees Provident Fund
FDR Fixed Deposit Receipt
FRL Full Reservoir Level
FSL Full Supply Level
GL Ground Level
GMIDC Godawari Marathwada Irrigation Development Corporation
GoM Government of Maharashtra
Govt Government
GPS Global Positioning System
GR Government resolutions (Maharashtra)
GST Goods and Services Tax
Hq. Headquarter
HT High Tension transmission line
ICA Irrigable Command Area
ID Identification card
i.e. that is
IPC Indian penal Code
IS Indian Standards
IT Income Tax
JE Junior Engineer
JV Joint Venture
KMIP Krishna Marathwada Irrigation Project
LIS Lift Irrigation Scheme
LOI Letter of Intent
LT Low Tension transmission line
MDDL Maximum Draw Down Level
MI Minor Irrigation
MM3 Million cubic Meter
MP Medium Projects
MPW Maharashtra Public Works (Manual)
MSEDCL Maharashtra State Electricity Distribution Company Limited
MSETCL Maharashtra State Electricity Transmission Company Limited
MWL Maximum Water level
NEFT National Electronic Funds Transfer
NIC National Informatics Centre
KMCD1 Krishna Marathwada Construction Division No.1, Dharashiv

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 16

O&M Operation and Maintenance


PAN Permanent Account Number
PH Pump House
POL Petroleum, oil, and lubricants
POL Pump Operating Level
PSD Performance Security Deposit
PSU Public Sector Undertaking
PWD Public works Department
RMC Ready Mixed Concrete
RPAD Registered Post with Acknowledge Due
RTGS Real Time Gross Settlement
SBL Sump Bottom Level
SCADA Supervisory control and data acquisition
SD Security Deposit
SDE Sub Divisional Engineer
SDO Sub Divisional Officer
SE Superintending Engineer
SSR State Schedule Rates
ST Storage Tank
Tal./ Tq. Taluka
TBL Top of Bund Level
TDS Tax Deducted at Source
TMC Thousand Million Cubic
VT Vertical Turbine Pump
WRD Water resources Department
WUA Water User Association

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 17

INSTRUCTIONS FOR BIDDERS FOR BIDDING PROCESS


3.1.0 INFORMATION AND INSTRUCTIONS TO APPLICANTS:

3.1.1. The Online tenders in B-1 forms are invited by the Corporation from the contractors for the work,
details of which are given in Section E of this Tender document.

3.1.2. The Contractor should download Tender Document from the website. https:// mahatenders.gov.in

3.1.3. The Online forms of master fields should be filled in completely and all questions should be
answered. All information requested for in the enclosed forms should be furnished against the
respective columns in the form. If any particular query is not relevant, it should be stated as "Not
Applicable" Only 'dash' reply will be treated as incomplete information. All applicants are cautioned
that incomplete information in the application or any change(s) made in the prescribed forms will
render application to be treated as non- responsive.

3.1.4. The letter of transmittals, qualification Information, Forms, Undertakings, Affidavits (given in Section
D) shall be typed on applicant's letter head and scanned and uploaded online.

3.1.5. Any overwriting or correction shall be attested. All pages of the Documents to be uploaded shall be
numbered and should be submitted as package with a signed letter of transmittal.

3.1.6. All the information must be filled in English language only.

3.1.7. Information and certificate(s) furnished along with the application form (the respective application that
vouches to the suitability, technical know-how and capability of the applicant) should be digitally
signed by the applicant.

3.1.8. The applicant is encouraged to attach any additional information of works which were already carried
out which he thinks necessary in regards to his capabilities. No further information will be entertained
after submission of Tender Document and copies of documents required for qualification unless it is
requested by the Godawari Marathwada Irrigation Development Corporation, Chh. Sambhajinagar
(here in after referred to as GMIDC or Corporation).

3.1.9. The Tender Document in prescribed forms as required in this booklet duly completed and signed should
be uploaded on web site along with scanned copies of all relevant documents. The documents
submitted in connection with the qualification shall be treated as confidential and will not be returned.
The cost incurred by applicant in preparing this offer, in providing clarification or
attending discussions, conference in connection with this document, shall not be reimbursed by the
GMIDC, Chh. Sambhajinagar under any circumstances.

3.2.0 METHOD OF APPLYING

(a) If the application is made by an individual, it shall be digitally signed by the individual above his full
name and current address.

(b) If the application is made by a proprietary firm, it shall be digitally signed by the proprietor above his
full name and the full name of his firm with its current address.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 18

3.2.1 If the application is made by a firm in partnership, it shall be digitally signed by all the partners of the
firm above their full type written names and current addresses or by a partner holding valid power of
attorney on behalf of the firm by signing the application, in which case a certified copy of the power
of attorney shall accompany the application. A certified copy of the partnership deed, current address
of all the partners of the firm shall also accompany the application.

3.2.2 If the application is made by a limited company or a Corporation, it shall be digitally signed by a duly
authorized person holding the power of attorney for signing the application, in which case a certified
copy of the power of attorney shall accompany the application. Such limited company or corporation
may be required to furnish satisfactory evidence of its existence before the pre-qualification is
awarded.
If the application made by international bidder, they should have sub company in India.

3.2.3. If the application is made by joint venture, it shall be signed by a duly authorized signatory of JV.

3.2.4 JOINT VENTURE - DELETED

3.2.5 ONE BID PER BIDDER


Each Bidder shall submit only one bid either by himself, A bidder who submits or participates
in more than one bid then all bids submitted by him shall be treated as non- responsive.

3.3.0 REVISION OR AMENDMENT OF TENDER DOCUMENTS:


Right is reserved to revise or amend the tender document released on website, prior to time
instance specified in time schedule for tender preparation. Any further revisions or amendments or
time extensions shall be communicated to all concerned by e-mail and as may be displayed on website.

3.4.0 BIDDER TO INFORM HIMSELF FULLY:


The bidder shall be deemed to have fully acquainted with,
(i) The type of work and site conditions.
(ii) Conditions in B-1 form, special conditions, specifications, schedules and drawings, common set of
deviations issued.
(iii) Various leads and lifts involved in the works and materials of Construction.
(iv) Various sources / quarries for construction materials, their availability and adequacy etc.

3.5.0 EARNEST MONEY:


All bidders shall pay entire E.M.D. & the mode of payment is indicated as specified at Para. No. 5.5.0
Tender Data of Section E.

3.6.0 REFUND / CONVERSION OF EARNEST MONEY:


After acceptance of the offer of successful bidder, the E.M.D. of another bidder will normally be
refunded.
In the case of successful bidder, the earnest money will be refunded after signing of contract
documents and payment of security deposit or it will be converted into Security Deposit, if requested
by the bidder. Earnest money amount shall not carry any interest whatsoever.

3.7.0 SECURITY DEPOSIT :


A sum as mentioned at 5.5.0 Tender Data of section E will has to be deposited by the successful
Contractor at the time of completing the contract documents.
OR

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 19

The earnest money deposited by the contractor with his tender will be retained by the Corporation
as part of security deposit if bidder requests in writing to that effect. The balance to make up this
security deposit may, unless otherwise specified in the special conditions, be deposited by the
contractor in the form of Demand Draft from any Nationalized / Scheduled Bank branch situated in the
State of Maharashtra.

The security deposit will be retained by the Corporation for the due and fulfillment of the contract
by the contractor.

In addition to the sum as above, as Security Deposit will be deducted from running account bills at the
rate shown in 5.5.0 Tender Data of Section E . The sum of Security Deposit thus deducted from the
running account bills, will remain in the form of cash for a period as stated in General condition 1 &
20 of B-1 Tender (Contract).

3.8.0 ADDITIONAL PERFORMANCE SECURITY DEPOSIT:

If offer quoted by the bidder is below the cost put to tender, the L1 Bidder shall submit D.D. or B.G. or
FDR of additional performance security deposit within 8 (Eight) days from the date of opening
of financial bid, no extension for this period in any case.

(i) If the bidder quotes his offer up to 1% to 10 % below with respect to the cost put to tender, bidder
shall submit the Demand Draft or BG of the amount equal to
1% of cost put to tender subject to minimum Rs. 1000/- towards performance security deposit.

(ii) If the bidder quotes his offer more than 10% below (offer below than 10%) the cost put to tender,
bidder shall submit the Demand Draft or BG of the cumulative amount which is equal to the amount
by which offer is more than 10% below plus the amounts as per (i) above subject to minimum
Rs.1000/- (For example, for 14% below rate, 1% + (14% - 10%) i.e. 4%, then total 5% of the cost put
to tender.

(iii) If the bidder quotes his offer more than 15% below (offer below than 15%) the cost put to tender,
bidder shall submit the Demand Draft or BG of two times of the cumulative amount which is equal to
the amount by which offer is more than 15% below plus the amounts as per (ii) above subject to
minimum Rs.1000/- (For example, for 19% below rate, 6% + (19% - 15%) x 2 = i.e. 14%)

(iv) The amount of performance security shall be calculated on rounding of amount put to notice up to
two decimal places.

(v) Demand Draft / BG shall be drawn in the name of Executive Engineer, Krishna Marathwada
Construction Division No.1, Dharashiv And FDR must have name of Executive Engineer and
Contractor both. Demand Draft / BG/ FDR shall be drawn from Nationalized / Scheduled Banks.
Which have branch anywhere in Maharashtra.

(vi) The BG shall be valid up to one month after defect liability period counted from the date of
opening of financial bid. Validity of Demand Draft shall be minimum 3 months from the date of
opening of financial bid. If the Contractor willing to submit APSD in the form of BG, then the original
BG should be sent directly by the concern Bank through RPAD to Division office of Executive
Engineer on address mentioned in Section E.

(vii) The Executive Engineer shall refund the amount of Additional Performance Security deposit
within three months after completion of work successfully.

(viii) If the bidder submits false documents /Demand Draft/BG in tender process, EMD, Security
Deposit & Additional Performance Security Deposit of the bidder shall be forfeited & the bidder shall
be liable for action as per WRD GR. Dt. 18/10/2023

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 20

(ix) Executive Engineer shall issue the work order only after encasing/ Verification of the
Demand Draft/ FDR/ BG of the lowest bidder.

(x) If L1 bidder doesn’t submit Additional Performance Security Deposit within the period said above,
his EMD shall be forfeited & shall be disqualified for two years in future tenders & L2 bidder shall be
called for tender procedure at the Rate of L1 bidder with same terms & conditions.

3.9.0 MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS


Tender Documents are to be prepared & submitted on line in two envelopes Technical (Envelope
No.1) & Financial bid (Envelope No.2). Also, they have to download from web site, type in and fill
in completely and upload on web site by scanning & digitally signing wherever necessary.
The detailed step by step procedure for uploading the Tender Documents, required Tender papers,
Payment of tender fee, and E.M.D through E-payment Gateway is available on the e-Tendering
website of Govt. of Maharashtra https://mahatenders.gov.in Bidders have to follow the instructions
given on the above web site for filling up Tender Forms Online.

THE CONTRACTOR SHALL SUBMIT DOCUMENTS LISTED BELOW IN ENVELOPE


NO.1 (TECHNICAL BID)

(i) The Tender forms are available on the e-Tendering website of Govt. of Maharashtra
https://mahatenders.gov.in. The prospective Bidders will have to download Tender Booklet from
the website mentioned above. While submitting the duly filled in Qualification details and SELF
EVALUATION SHEET with all required document, the Bidders are required to Deposit Tender
Fee Rs. 5900/- (Rs. Five Thousand Nine Hundred Only) through "E- Payment Gateway" &
E.M.D. Rs. 8.91 Lakhs through "E- Payment Gateway" available on above mentioned website.
Bidder has to pay this from their own account and attach the screen shot or copy of bank statement
which may show this transaction along with bidder‟s bank details like account number,
account name, bank branch, etc. an under taking to this effect should also be uploaded. (EMD Scan
Copy)

(i) Scanned copy of PAN, GST, last five year audited balance sheet, profit and loss account, trading
account and Scanned copy of last five year Income tax returns.

(ii) Scanned copy of PTR/ PTE registration certificate and clearance certificate with list of employees

(iii) Scanned copy of EPF registration and clearance certificate

(iv) Scanned copy of partnership deed, in case of partnership firm and MOA, Memorandum of
association and article of association AOA of company

(v) Scanned copies of duly filled in forms and SELF EVALUATION SHEET typed on letterhead of
the bidder given in Section D.

(vi) Undertaking that the Bidder will be able to invest a minimum cash up to 25% contract value.

(vii) Scanned copy of all documents required as per PROFORMA 1, 2a, 2b, 2c, 3, 4/1(A), 4/1(B),
4/2, 4/3, 4/4, 5, 6, 7A, 7B, 8, 9, 10, 11, 12, 12(A) & 12(B) All Undertakings & Affidavits, SELF
EVALUATION SHEET No. 1 to 3 of Section D must be submitted. Also Geo- Tagging Certificate
along with color Geo-tagged photographs, must be submitted. All documents shall be self-attested and
if required, original copies shall be made available for verification.

(viii) TENDER BOOKLET SHOULD NOT BE UPLOADED ONLINE. ONLY UPLOADING


OF THE CERTIFICATE OF ACCEPTANCE OF ALL TERMS AND CONDITIONS OF
THE TENDER BOOKLET WILL SUFFICE. (FORMAT GIVEN IN SECTION D)

(ix) Evidence of access to line of credit (10 % Contract Value) and this is not more than 3 Months old

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 21

(x) Certificate of Geo-Tag (Proforma-11) with date and time of visit and self attestation as per para
3.12.0.

(xi) Certificate of CA showing the Bidder has not Applied for CDR (Corporate debt restructuring).

3.9.1 i) In any case or situation, hard copy of bid/ tender document shall not be accepted.

ii) Original AFFIDAVIT, UNDERTAKING FORM OF AGREEMENT may be submitted to the office
of Executive Engineer, K.M.C. Division No.1, Dharashiv after opening of tender but before
acceptance of tender or whenever asked.

iii) If contractor submits fake or bogus documents Envelope No.1 in acceptance of tender
or at the time of payment the contractor shall be responsible for this Act. No Govt. Official of WRD
or GMIDC shall be responsible. In such case action against bidder shall be taken as per W RD GR No.
Nivida 0417/ (Para.kra. 247/17)/ MP-1, Mantralaya, Mumbai - 400032 Dated 18 Oct. 2023 and
amendments thereof.

3.10.0 FINAL DECISION-MAKING AUTHORITY:


The Competent Authority of W ater Resources Department, reserves right to accept or reject any or
all the applications for this Tender without assigning any reasons thereof and his decision will
be final.

3.11.0 CLARIFICATIONS (CSD) :


The clarification (s), if any, may please be sought online as per given in schedule, on the basis of
which, common set of deviations (CSD) will be prepared and uploaded online on or before 3 days
before last date of submission of bid. CSD will be the part of tender document. If the CSD is not
uploaded, this should be treated as Nil.

3.12.0 SITE VISIT & GEO-TAGGING:


The following standard procedure (SOP) should be followed for field inspection and Geo-Tagging.

3.12.1 For field visit and Geo Tagging procedure mentioned in WRD Govt GR No.
Tender/0417/P.K.247/17/MP-1 Dtd.18/10/2023 shall be strictly followed and will be binding on
each contractor participating in this tender.

3.12.2 Each Contractor/Agency participating in this tender or his/her authorized


representative shall visit the work site and other locations as specified below and do the Geo tagging
and ensure himself scope of work, various locations, leads and site condition before filling the
tender.

3.12.3 The officer calling for tender has fixed following site location for Geo-tagging.
a) L.I.S.2 - Stage 1 : Bhoyare Rising Main CH.140 m
(Latitude - 17 o 51’ 09.1’’ N & Longitude – 75o 40’ 07.7’’ E)
b) L.I.S.2 - Stage 2 : Padsali Rising Main CH.120 m
(Latitude - 17o 54’ 10.8’’ N & Longitude – 75o 49’ 53.5’’ E)
c) L.I.S.2 - Stage 5 : Sindhphal Pump House
(Latitude - 17o 59’ 41.3’’ N & Longitude -76o 01’ 51.6’’ E)
period from Date 18/03/2024 to 22/03/2024 from (10.00 to 18.00 Hrs on all days, including Holidays).

3.12.4 Date and Time schedule mentioned in detailed E-Tender notice shall be strictly followed for
above said Geo Tagging and will be binding on contractor.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 22

3.12.5 Future various claims of contractor such as unavailability of good quality and expected
quantity of construction materials, unavailability of labors, and Extra lead for materials due to longer
distance of transportation etc. will not be considered due to above said site Geo tagging procedure.

3.12.6 As per above said Geo-tagging GR Dtd. 18/10/2023 Departmental person is not allowed to
be present at site for Geo-tagging. Hence it is contractors own responsibility to do Geo-tagging at
above specified 03 locations with his/her own cost and resources. No claim or No time extension will
be given/ entertained for Geo-tagging.

3.12.7 Valid and Visible uploaded Geo Tagged photos of above mentioned all three locations will only
be considered. It is mandatory for the bidder to submit the above Geo-Tagging in Envelope No.1 of
tender document otherwise his tender will not be considered.

3.13.0 INSTRUCTIONS TO BE CONSIDERED WHILE QUOTING TENDER OFFER:

3.13.1 In Envelope No. 2 (financial bid) the bidder should quote his offer in the form of percentage
below or above estimated cost given in BOQ at appropriate place both in figure and words, The
contractor shall quote for the work as per details given in the tender viz conditions in B-1 tender,
special conditions of contract, specifications, common set of deviations issued / additional stipulations
made by the Corporation which will be available at the e-tendering portal from time to time.

Digitally signed common set of conditions/stipulations issued by the corporation after seek
clarification shall be deemed to have been agreed by the contractor and will be a part of the contract

3.13.2 GOODS AND SERVICE TAX:


The rates to be quoted by the bidder must be exclusive of Goods &Service Tax. Goods &
Service tax shall be paid at the time of payment of Running Account Bills after producing tax invoice
(Under GST Act) & GST Paid Challan.

3.13.3 CONDITIONAL TENDER:


Conditional tenders will be summarily rejected. The tenders which do not fulfil any of the
conditions of the notified requirements laid down in this detailed tender notice, the general rules and
directions for the guidance of the bidders as mentioned in the B-1 form or in complete in any respect
are likely to be rejected without assigning reasons thereof.

3.13.4 QUANTITIES PUT TO TENDER:


The quantities given in Schedule 'B' for various items are approximate. Some of the items of
works put to tender are likely to be executed departmentally, till the contract agency is fixed.
Such quantities which would be executed till the fixation of contract will stand deducted from
the quantities entered in the Schedule 'B' at the time of signing of contract. The contractor should take
cognizance of this fact and no claims will be tenable on account of such reduction in quantity. There
may also be variation in quantities on account of change or modifications in design and no claims will
be tenable on account of such reduction increase in quantity.

The quantities of items of the work which the Corporation has carried out, as measured on the date
of work order shall stand deducted from the quantities stipulated in Schedule 'B' as put to tender by the
Corporation for the purpose of application of stipulation of the tender.

3.13.5 TENDER UNITS:


The tender has been invited under the Metric System of measurements. The bidder should
particularly note the Tender units mentioned in Schedule B' on which rates are to be based.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 23

3.13.6 MODE OF MEASUREMENT:


The bidder shall also go through mode of measurements decided for various items which are given in
the item wise specifications.

3.13.7 VALIDITY FOR 90 DAYS:


The offer shall remain valid for a period of 90 (Ninety days) days from the date of the opening
of financial bid or till the bidder withdraw his offer by letter, whichever is later. If the acceptance of
the tender is not communicated within 90 days and if the offer is withdrawn by the bidder, earnest
money deposit shall be refunded in full.

3.14.0 OPENING OF TENDERS & EVALUATION:


On the date specified in the time schedule tender opening authority will open the tender.
Bidders or their authorized representatives are required to be present at the date & time of
opening of the tender, else no complaint from bidders shall be entertained. Following procedure
will be adopted for opening of the tender.

3.14.1 The Competent Authority will open all the Bids received (except those received late),
including modifications made, in the presence of the Bidders or their representatives who choose
to attend at date and place mention in detail tender notice. as per schedule and the place specified.
Otherwise no complaints/request will be entertained regarding tender opening In the event of the
specified date of Bid opening being declared a holiday for the Competent Authority, the Bids will
be opened at the appointed time and location on the next working day.

3.14.2 The Bidders names, the Bid percentage above / below, the total amount of each Bid and of
any alternative Bid (if alternatives have been requested or permitted), Bid modifications and
withdrawals, and such other details as the Competent Authority may consider appropriate, will be
announced by the Competent Authority at the time of opening.

3.14.3 The Competent Authority shall prepare minutes of the Bid opening, including the
information disclosed to those present.

3.15.0 Process to be Confidential:


Information relating to the examination, clarification, evaluation, and comparison of Bids and
recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not
officially concerned with such process until the award to the successful Bidder has been announced.
Any effort by a Bidder to influence the Employer‟s processing of Bids or award decisions may result
in the rejection of his Bid.

3.16.0 Clarification of Bids:


3.16.1 To assist in the examination, evaluation, and comparison of Bids, the Competent Authority
may, at his discretion, ask any Bidder for clarification of his Bid, including breakdowns of the unit
rates. The request for clarification and the response shall be in writing or by E-mail, but no change in
the price or substance of the Bid shall be sought, offered, or permitted.

3.16.2 No Bidder shall contact the Employer on any matter relating to its bid from the time of the bid
opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the
notice of the Employer, it should do so in writing.

3.16.3 Any effort by the Bidder to influence the Competent Authority in the Competent Authority's bid
evaluation, bid comparison or contract award decisions may result in the rejection of the Bidder's bid.

3.17.0 Examination of Bids and Determination of Responsiveness:


3.17.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each
Bid a) meets the eligibility criteria defined in Section D of this Tender Booklet; (b) has been properly
digitally signed by authorized signatory; (c) is accompanied by the required securities and; (d) is
substantially responsive to the requirements of the Bidding documents.
CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 24

3.17.2 A substantially responsive Bid is one which conforms to all the terms, conditions, and
specifications of the Bidding documents, without material deviation or reservation. A material
deviation or reservation is one (a) which affects in any substantial way the scope, quality, or
performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding
documents, the Competent Authority's rights or the Bidder's obligations under the Contract; or (c)
whose rectification would affect unfairly the competitive position of other Bidders presenting
substantially responsive Bids. Bids will be evaluated in respect of work experiences, technical
capability (Management machinery & equipment), financial capability etc.

3.17.3 If a Bid is not substantially responsive, it will be rejected by the Competent Authority, and
such disqualification of bidders shall be uploaded online. In this course substantially
nonresponsive bids may not subsequently be made responsive by correction or withdrawal
of the nonconforming deviation or reservation.

3.17.4 If offer of any bidder is found to be less than 10% of estimated cost put to tender then
responsiveness of the offer shall be checked with respect to provisions. Comparative Statement
of the tendered percentage above or below shall then generated by system and will be displayed.

3.18.0 ACCEPTANCE OF TENDER :


Before acceptance the successful bidder will be called for negotiation by Competent Authority. The
documents related to such negotiations along with modified offer of the successful bidder if any shall
also form the part of contract. After such negotiations the acceptance of tender may be intimated to the
contractor by email / post. Such intimation shall be deemed to be an intimation of acceptance of
tender. Bidder whose tender is accepted will have to complete the contract signing, Security Deposit
payment formalities within 15 days from the date of intimation. In the event of failure of the bidder to
sign the agreement or pay security deposit and additional performance security deposit if applicable
within the stipulated time, the earnest money deposit including additional performance security
deposit if any, paid by bidder shall be liable to be forfeited and the bidder shall be liable to be
actionable under prevailing rules. In that event the work will be awarded to next or any other
contractor to whom the Corporation considers suitable. Tender Acceptance Authority reserves
the right to reject any or all tenders without as signing any reasons.

3.19.0 SIGNING OF TENDER DOCUMENTS:


Successful bidder will have to sign the contract with Executive Engineer in the form of tender
document released on web site. The documents/information submitted by the contractor during
Tender Evaluation and common set of deviations, documents related to negotiations shall also
form a part of contract.

3.19.1 The successful bidder should produce to the satisfaction of the competent authority accepting
the tender valid and current license issued in his favour under the provisions of contract Labour
(Regulation and Abolition) Act, 1970 and the Maharashtra Contract Labour (R&A) Rules,
1971,and amendments thereto, before signing the contract.

3.19.2 FORFEITTURE OF E.M.D., ADDITIONAL PERFORMANCE SECURITY DEPOSIT&


CANCELLATION OF LETTER OF ACCEPTANCE:

Letter of acceptance given to successful bidder shall stand cancelled & its E.M.D will be forfeited in
following events and under such circumstances Tender Acceptance Authority may consider next
lowest bidder, if he is found suitable.
1) Successful bidder fails to deposit Additional Performance Security
Deposit, Initial Security Deposit within stipulated time.
2) Successful bidder fails to give various undertakings & declarations given intender
document.
3) Successful bidder fails to execute contract agreement in format released on website.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 25

3.20.0 STAMP DUTY: Stamp Duty – Maharashtra Stamp Act 2015

The bidder shall pay on agreement cost as per provision of Maharashtra Stamp Act 2015 as below.
a) Where the amount or value set forth in such contract does not exceed Rs. Ten Lakh, then
Stamp Duty- Rs. Five Hundred only.

b) Where the amount or value set forth in such contract exceed Rs. Ten Lakh, then Stamp
Duty- Rs. Five Hundred plus 0.1% of the amount above Rs. Ten Lakh subject to maximum of
Rs. Twenty-Five Lakh.

The above amount of Stamp Duty upto Rs.5000/- shall be paid by Franking and the amount
above Rs.5000/- shall be paid by eSBTR.

It is binding on the Contractor to execute The Agreement on Non-Judicial Stamp Paper Purchased or
franking from authorized vendor by Him Amounting to Value Applicable to contract Cost as per
extant rules.

3.21.0 SUBMISSION OF FAKE DOCUMENTS :


During the period viz tender scrutiny acceptance, payment of bills, defect liability period
after finalization of tender and finalization of work, if it is noticed that, bidder has submitted false
documents, action will be taken as per guide lines issued by Govt. of Maharashtra vide Water
Resurces Department Govt. GR. No. Tender-0417/ (Prakra-247/17)/Mopra-1 Dated 18-10-2023. In
additional to this, the amount of earnest money deposit, Security deposit and additional performance
security will be forfeited; The concerned bidder will be disqualified for three years in participation
of any tender procedure in Water Resources Department.

3.24.0 The tenderer has to submit the Affidavit (Appendix-1) on Rs. 100/- Stamp Paper in Envelope
no.1 regarding authenticity of the documents submitted by him. Water Resources Departments
officials will not be responsible and Only Contractor will be responsible if any paper found false /
fraudulent in envelope no.1, during tender accepting process, while submitting the supporting
documents of bill, during defect liability period or during finalization of work. In such case,
Action will be taken against Contractor as per the Water Resurces Department Govt. GR. No.
Tender0417/ (Prakra-247/17)/Mopra-1 Dated 18-10-2023. and EMD /SD /Additional Performance SD
will be forfeited and contractor will be banned for 3 years from participating in departments any tender
process.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 26

SECTION – D
QUALIFICATION AND
QUALIFICATION
DOCUMENTS REQUIRED

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 27

4.0.0 QUALIFICATIONS AND CRITERIA:


To qualify for award of the contract each bidder shall fulfill the eligibilit y criteria as stated in
Section C & Section D.

4.1.0 EVALUATION FOR QUALIFICATION:


TECHNICAL BID:
At the time of online tender opening Technical Bid of all the tenders will be opened to verify its
content as per bid requirements. For the purpose of this particular contract the tenders shall meet the
requirements of the documents as stated in Section C & Section D. Financial Bid of those bidders will
be opened online who qualifies the Technical Bid criteria as mentioned in Section C & Section D. The
decision of tender accepting authority is final and bidders will be binding in this regard.

FINANCIAL BID :
Following documents shall be uploaded in financial bid
It shall also contain digital sign common set of deviation issued by the corporation after seek
clarification shall be deemed to have agreed by contractor and will be part of contractor.
1) Dully filled in and validated BOQ should be uploaded online. Financial Bid shall be opened if the
contents of Technical Bid are found to be acceptable to the competent authority. The tender percentage
above / below shall then read out in front of bidders present at the time of tender opening.

A) Qualification of prospective bidder is to be done to ensure that final bids for the work are
received from well established contractors with experience and capability for executing this work.
Any applicant, who is able to satisfactorily establish that he/ they can undertake the work and complete
it within the stipulated time, will be able to get post- qualified.

The Evaluation for qualification of the applicants shall be approved by Competent Authority of
W.R.D.

The Competent Authority shall have freedom to ask for clarifications and further related information
from the applicants, check references and make inquiries in respect of works of prospective bidder.

B) The Competent Authority will evaluate the submitted qualificationinformation asper Section C &
Section D of Tender booklet.

C) The Qualification evaluation will be done from the information submitted by the bidder.
The various formats for giving information are given in Section- D, Bidder is expected to go
through these formats carefully and submit the information properly. Competent Authority
may verify the information submitted, if found necessary.

D) The uploaded documents should be indexed and paged. The evaluation for qualification
is to be done for the eligible applicants who satisfy minimum criteria. The applicant is required
to give information in formats given in Section-D by giving references of the information given in
qualification documents submitted by the bidder.

E) The evaluation procedure is as Section – C & D. The evaluation will be done with greatest care to
help to judge the overall capability and fitness of the applicants.

F) Necessary information will be collected from the details furnished in Proforma and additional
information may be called for.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 28

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

4.2.0 THE FOLLOWING POINTS SHALL BE CONSIDERED AT THE TIME OF EVALUATION:

i) Whether the bidder submits the PROFORMA 1, 2a, 2b, 2c, 3, 4/1(A), 4/1(B), 4/2, 4/3, 4/4, 5, 6, 7A,
7B, 8, 9, 10, 11, 12, 12(A) & 12(B) (in case of JV), All Undertakings & Affidavits, SELF
EVALUATION SHEET 1 to 3 provided in Section D and Geo- Tagging Certificate along with Geo-
Tagged photos.

ii) Whether the information given in Performa as per Section – D is incomplete/misleading/ false and
such application shall be considered as non responsive.

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

iv) Whether the applicant does fulfill the criteria for eligibility laid down in Section - D.

v) Whether the applicant upload scanned copies of the following documents /certificates.

A.) Signed copy of Letter of Transmittal on letter head, all undertakings, Affidavit
and Copy of Agreement. Detail of work of similar type and magnitude completed by the
contractor shall be certified by the officer not Below the rank of executive
engineer. Details of work tendered for and work in hand with the contractor should be certified
by not below the rank of Executive Engineer.

B. Digitally signed common set of deviations issued by corporations after seek clarification
should be uploaded.

C.) E.M.D. and Tender Processing fee supported with bank statement.

D.) All documents mention in envelope 1 are uploaded

E.) All financial documents are signed by CA with UDIN in proper format.

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

vii) Whether submitted information in the prescribed formats.

viii) Whether the applicant submitted the documents properly and as per procedure given in Method of
applying.

ix) Whether Certificate for acceptance of all terms & conditions of tender booklet are submitted by the
bidder.

x) Whether the applicant upload scanned copies for E. M. D. & Tender fee amount is paid from the
account of the applicant.

xi) All documents are digitally signed by bidder. work done certificate must be signed by the officer
not below the rank of Executive Engineer.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 29

4.2.1 NO EVALUATION WILL BE DONE -

i.) If any of the information required to be submitted b y the tenderer as per Section C&D is found
incomplete / misleading/ false, such tender shall be considered as non responsive and will not be
considered for eligibility.

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

iii.) If the applicant does not fulfill the criteria for eligibility lai d down in Section D

iv.) If the applicant fails to upload scanned copies of any of the documents / certificates mentioned in
Detail Tender Notice.

v.) Contractor shall be required to produce all original documents when asked to do so. If he fails to
produce original documents on specified date, in that case documents submitted by the contractor shall
be recorded and his tender shall not be considered for further evaluation.

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

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

viii.) If applicant does not submit undertaking regarding performance as per undertaking.

ix) If applicant does not submit undertaking about inclusion of all works in hand in form &correctness
of the data as per Undertaking 2 b.

x) If applicant does not submit undertaking for manpower requirement & machinery requirement as
per Performa 6,7a,7b.

4.3.0 QUALIFICATION CRITERIA FOR WORKS

4.3.1 GEO-TAGGING: Contractor shall have to upload Geo-tagged photo with certificate by proper
inspection of specified site locations. Tender submitted by bidder without uploading of Geo-tagged
photo with certificate will be considered as non-responsive tender.

4.3.2 A) MAXIMUM ANNUAL TURNOVER:


The applicant bidder shall have attained maximum annual turnover (1 st April to 31 March)
of not less than of Rs. 1337 Lakhs in any one year during last five years. i.e. 2022-23, 2021-2022,
2020-21, 2019-20, 2018-19, A weightage of 10 % annually shall be given for equating the cost of
work of previous year to current year 2023-24.
Turnover certificates by Chartered Accountant having Unique Document Identification
Number (UDIN) shall be uploaded. The annual turnover of the contractor should be certified
by a chartered accountant.
CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 30

B) EXPERIENCE OF SIMILAR TYPE OF WORK:


The contractor should have successfully completed at least one similar type of work of
Supply, Erection and commissioning of surge protection work such as air vessel / bladder vessel,
having cost more than Rs. 535 Lakhs. Work done as ‘Sublet’ from other contractors will not be
considered. A weightage of 10 % annually shall be given for equating the cost of work of previous
year to current year 2023-24.

C) GENERAL EXPERIENCE
The bidder should have executed prescribed minimum quantity of following main
items of work in any year of the last five years. (Each Item year can be different.)

Sr.No. Item Min. Qty Unit


1 Bladder Vessel with minimum Volume of 15 m3 2 Nos.
2 3-Stage Surge Suppression Air Valve 12 Nos.

NOTE: Officially sublet work from another contractor with the approval of the Government/Semi-
Government Authority will be considered.

D) BID CAPACITY:
The required bid capacity for this work is Rs. 1782.14 Lakhs which shall be calculated as
below. In order to assess the experience and capability of contractor for execution of the work under
consideration.
The formula for evaluation of Bid Capacity is

BID CAPACITY = (A x N x 2 ) – B
Where,
A = Maximum annual turnover in any one year during the period of last five year (updated to the price
level, of the year in which the tenders are opened) which will take into account the completed and
ongoing works. The Value of “A” shall be ascertained as per information furnished in SELF
EVALUTION SHEET, PROFORMA No.2 (a) and 4/1 (provided in Section-D & to be prepared
by the bidder) Turnover certificates by Chartered Accountant having Unique Document
Identification Number (UDIN).
B = Value of existing commitments and ongoing works (updated to price level of the year in which the
tenders are opened) to be completed in the period stipulated for completion of work of the present
tender. (All certificates should be issued by the Engineer-in-charge in the given proforma
Section D not below the rank of Executive Engineer of the concerned Department)
The Bidder shall submit accurate and complete list & value of balance work in hand. Also after
submission of present tender, bidder shall be required to inform about any new work / tender
accepted to him after submission of present tender prior to acceptance of the present
tender. Otherwise Bidder will be liable for action as per rules, AFFIDAVIT & UNDERTAKINGS
provided in Section – D.

The Value of B shall be ascertained from the certificate as information


furnished in SELF EVALUTION SHEET, PROFORMA No.2(b), 2(c), 4/2 and 4/4 (provided
in Section- D & to be prepared by the bidder)
It is binding on the bidder to submit the exact balance cost of the works in hand; otherwise he will
be disqualified to participate tender.

N= No. of years prescribed for completion of the civil work for which the bids are invited. (N= 1)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 31

4.3.3 a) MACHINERY AND MANPOWER DEPLOYMENT UNDERTAKING (Hired/Owned)

Sr. No. Equipment type Minimum Nos.required


(owned/hire)
1 Hydraulic Cranes 02
2 Electric Welding Machine 04
3 Gas Cutting Set 04
4 Drilling Machine 02
5 Grinding Machine 02
6 Tipper 04
7 Inspection Vehicles 01
8 Concrete Mixer 01
Note:-
1. Applicant shall give undertaking that he will deploy above machinery if the work is awarded to him.
2. Legal Agreement for hiring machinery is essential.

b) PERSONNEL CAPABILITIES:
The applicant will deploy suitably qualified personnel for the work as following-
Position Required Nos. Qualification

1) Project Engineer (Mechanical) 1 Nos. B.E. (Mechanical Engg.)

2) Project Engineer (Civil) 1 Nos. B.E (Civil Engg.)

3) Supervisor 2 Nos. --

Note: -
1) Applicant shall give undertaking that he will procure above equipment on the work if the work is
awarded to him. (Undertaking - 3)

2) For calculation of turnover, cost of work, Value of A, Value of B, etc. the cost will be updated to the
price level of current financial year by increasing 10% per year.

4.3.4 NOTE:
(i) Officially sublet work from another contractor with the approval of the Government/ Semi-Government
Authority will be considered for the above point no. 4.3.2 (b) and 4.3.2 (c) only.
(ii) Similar Type of Work done during any previous years will be considered.
(iii) Applicant shall give undertaking that he will procure or hire above equipment on the work if the work
is awarded to him. (Undertaking - 4) (iv) For calculation of turnover, cost of work, Value of A, Value of B,
etc.
the cost will be updated to the price level of current financial year by increasing 10% per year.
(v) Cost of work in hand must be given completely by the bidder, means no exclusion of any work in hand.
Bidder must submit any work order which he receive after submission of tender but before the acceptance
or AOC. If bidder fails to do so, action against bidder shall be taken as per extant rules.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 32

LETTER OF TRANSMITTAL.
(to be submitted in the form of affidavit and notorised)

To,
Executive Engineer,
Krishna Marathwada Construction Division No.1,
Dharashiv.

Subject :- Design, Manufacturing, Supply, Erection, Testing and Commissioning Of Surge


Protection System For Krishna Marathwada Lift Irrigation Scheme No.2: Stage 1
To Stage 5, Tal. - Mohol, Tal- North Solapur Dist.- Solapur and Tal- Tuljapur
Dist- Dharashiv Under Krishna Marathwada Irrigation Project.
.
Sir,
Having examined the details of all terms & conditions, given information and instructions for
bidders for the work - Design, Manufacturing, Supply, Erection, Testing and Commissioning Of Surge
Protection System For Krishna Marathwada Lift Irrigation Scheme No.2: Stage 1 To Stage 5, Tal. -
Mohol, Tal- North Solapur Dist.- Solapur and Tal- Tuljapur Dist- Dharashiv Under Krishna
Marathwada Irrigation Project.

I (We) hereby submit the Main Tender information and relevant documents.

I/We hereby certify the truth and correctness of all statements made and information
supplied in the enclosed Forms provided in section - D.

I/We have furnished all information and details necessary for the Tender as bidder(s) and that no
omissions/ suppressions of information.

I/We authorize the project authorities to verify the correctness therefore as well as to approach any
Govt. department individuals, employees, firms and/or corporation to verify correctness of information
submitted by me/us to prove my/our competence and general reputation.

I/We submit the following documents in support of our eligibility; technically know how, capability
and having successfully completed the works from the clients/owners of respective works..
Sr.No. Description of Work Client/ Owner

1.
2.
3.

Enclosed. -
Seal of applicant. Signature of Applicant/Contractor.

Date of submission:

Note: Non submission of letter of transmittal shall be construed to mean that the bid has not
been submitted by the bidder and shall be summarily rejected.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 33

UNDERTAKING - 1
(UNDERTAKING OF CONTRACTOR REGARDING PERFORMANCE.)
(ON STAMP PAPER OF RS. 100/ -)

To,

Executive Engineer,
Krishna Marathwada Construction Division No.1,
Dharashiv

Subject :- Design, Manufacturing, Supply, Erection, Testing and Commissioning Of Surge


Protection System For Krishna Marathwada Lift Irrigation Scheme No.2: Stage 1
To Stage 5, Tal. - Mohol, Tal- North Solapur Dist.- Solapur and Tal- Tuljapur
Dist- Dharashiv Under Krishna Marathwada Irrigation Project.

Sir,
I.......................................................................................... Contractor declares that during last 5 years
of the date of this undertaking,
1) As a contractor, I have never been penalized for any work carried out by me nor have I been
blacklisted by any Govt. Deptt. Previously.
2) I have not abandoned any work for reasons attributed to me.
3) I have not delayed completion of any work for reason attributed to me.

I undertake that the above information is true to the best of my (our) knowledge & belief and as
per records, and nothing is hidden/ concealed, false or misleading. No further information remained to
be supplied as on date of submission of this tender.
I fully aware that my (our) tender will be treated as non responsive & will be summarily rejected
at any time, if above information is found to be false & misleading, by the concerned authority.

Signature and seal of Contractor

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 34

UNDERTAKING - 2
(UNDERTAKING ABOUT INCLUSION OF ALL WORKS IN HAND AND CORRECTNESS OF
THE DATA)
(ON STAMP PAPER OF RS. 100/ -)

To,
Executive Engineer,
Krishna Marathwada Construction Division No.1,
Dharashiv

Subject :- Design, Manufacturing, Supply, Erection, Testing and Commissioning Of Surge


Protection System For Krishna Marathwada Lift Irrigation Scheme No.2: Stage 1
To Stage 5, Tal. - Mohol, Tal- North Solapur Dist.- Solapur and Tal- Tuljapur
Dist- Dharashiv Under Krishna Marathwada Irrigation Project.

Sir,

1) I undertake that the given information in Tender documentsis true and correct.

2) I have not omitted any work in hand i.e. information provided in form includes all the work in
hand.

3) I know that if at any time, it is noticed that I have not submitted, information regarding all the
work in hand (works in hand means, the works for which final bill is not passed and work is
physically incomplete), that I will be disqualified from tender process at any stage.

4) I shall give accurate information of about the value of work in hand if after submission of this
tender and before accepting the same, I get another tender accepted, I shall inform the same to the
tender accepting authority. Otherwise, I shall be liable for action as per prevailing rules.

5) I/We had paid tender fee & E M D from my/ our own bank account. If in future, it reveals that
this payment has been made from other than my / our own account, I / We will be disqualified from
tender process at any stage and liable for action under prevailing rules.

Signature and seal of Contractor

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 35

UNDERTAKING - 3
(Undertaking about Personel and Plants & Equipments.)
(ON STAMP PAPER OF RS. 100/ -)

To,
Executive Engineer,
Krishna Marathwada Construction Division No.1, Dharashiv,
Tal. Dist. Dharashiv.

Subject :- Design, Manufacturing, Supply, Erection, Testing and Commissioning Of Surge


Protection System For Krishna Marathwada Lift Irrigation Scheme No.2: Stage 1
To Stage 5, Tal. - Mohol, Tal- North Solapur Dist.- Solapur and Tal- Tuljapur
Dist- Dharashiv Under Krishna Marathwada Irrigation Project.

Sir,

1) I / We ……………………………………………………………………………agree to accept
the payments of the work done as and when the funds are made available by Godawari Marathwada
Irrigation Development Corporation, Chhtrapati Sambhajinagar.

2) I / We will not demand any claim on account of the pending liabilities with Godawari Marathwada
Irrigation Development Corporation, Chhtrapati Sambhajinagar.

3) I / We ……………………………………………………………………………… agree that this


undertaking supersedes the clause No. 10 of B-1 Form and clause No. 17 of special conditions and any
other clauses regarding payment of bills. I / We also agree that this undertaking shall form a part and
particle of original Tender.

4) I / We ……………………………………………………………Agree that the lead and lift charges


of construction materials are incorporated in the agreement and are accepted and no additional claims
will be made on this account.

Signature and seal of Contractor

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 36

UNDERTAKING-4
DECLARATION OF THE CONTRACTOR
(ON STAMP PAPER OF RS. 100/ -)

Subject :- Design, Manufacturing, Supply, Erection, Testing and Commissioning of Surge


Protection System For Krishna Marathwada Lift Irrigation Scheme No.2: Stage 1
To Stage 5, Tal. - Mohol, Tal- North Solapur Dist.- Solapur and Tal- Tuljapur
Dist- Dharashiv Under Krishna Marathwada Irrigation Project.

1) I/We................................................. Contractor(s) hereby undertake that I/We shall pay the


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

2)I/We hereby declare that I / We have made myself/ourselves 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 and Drawings of this work have been carefully studies and understood by me/us
before submitting this tender.

3)I/We hereby undertake that, I/We shall deploy Machineries, Equipments and Technical Personnel
and Quality Control Equipment as mentioned Para. 4.3.3, Proforma No. 7A, 7B, 10 & Self Evaluation
Sheet and as when instructed by Engineer in Charge.

....................................
Signature of the Contractor

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 37

UNDERTAKING-5
GST PAYMENT AND REIMBURSEMENT
(ON STAMP PAPER OF RS. 100/ -)

Subject :- Design, Manufacturing, Supply, Erection, Testing and Commissioning of Surge


Protection System For Krishna Marathwada Lift Irrigation Scheme No.2: Stage 1
To Stage 5, Tal. - Mohol, Tal- North Solapur Dist.- Solapur and Tal- Tuljapur
Dist- Dharashiv Under Krishna Marathwada Irrigation Project.

1) I / We................................................. Contractor(s) hereby undertake that I/We shall pay


applicable Goods and Service Tax (GST) for above said work as per time to time guidelines / norms
received from State/ Central Government.

2) I / W e hereby declare that after making payment of applicable GST to concern department, I/We
will submit tax invoice (Under GST Act), GSTR1, 3B
& GST paid challans certified by authorized Charted Accountant etc. documents in the
office of Executive Engineer. I/We am/are aware that after validation of these submitted documents
applicable GST will be reimbursed to me from GMIDC after RA bills of above work.

3) I / We am/are also aware that GST rates may vary as per time to time norms/guidelines issued by
Central/State Government. Hence I/We hereby undertake that if in case it is observed that
surplus/excess amount has been reimbursed to me from GMIDC than actual applicable lower GST rate
then I/We will return back such surplus/excess received amount to GMIDC immediately otherwise it
shall be recovered from next RA Bills. I/We accept that it will be binding on me/us and I/We have no
objection regarding this in future also.

..................................
Signature & Stamp
of the Contractor

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 38

CERTIFICATE OF ACCEPTANCE OF ALL TERMS AND CONDITIONS MENTIONED IN


TENDER BOOKLET.

I/We certify that,


I/We accept all terms and conditions mentioned in the tender booklet. Further I / We accept all
specifications and drawings.

....................................
Signature of the Contractor

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 39

(APPENDIX-1)

Affidavit
As per W R D, Govt. GR. No. Tender0417/ (Prakra-247/17)/MP-1 Dated 18-10-2023.)
(on Rs. 100/- Stamp Paper Notarised)

Subject :- Design, Manufacturing, Supply, Erection, Testing and Commissioning Of Surge


Protection System For Krishna Marathwada Lift Irrigation Scheme No.2: Stage 1
To Stage 5, Tal. - Mohol, Tal- North Solapur Dist.- Solapur and Tal- Tuljapur
Dist- Dharashiv Under Krishna Marathwada Irrigation Project.

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


(Authorized signatory to sign the contract), hereby submit, vide this affidavit in truth, that I am the
owner of the contracting firm ............................................. / authorized signatory and I am submitting
the documents in envelope no.1 for the purpose of scrutiny of the contract. I hereby agree to the
conditions mentioned below: -

1. I am liable for action under Indian Penal Code & Information Technology Act 2000 for
submission of any false/fradulent paper / information submitted in envelope no.1

2. I am liable for action under Indian Penal Code & Information Technology Act 2000 if any
false information, false bill of purchases, false supporting proof of purchase or proof of testing
submitted by my staff, subletting agency or by myself is found during contract period and
defect liability period.

3. I am liable for action under Indian Penal Code & Information Technology Act 2000 if any
paper is found false/fradulent during contract period and even after the completion of contract.

4. I am liable for action under Indian Penal Code and Information Technology Act 2000 if any
information is concealed which will affect the calculation of bid capacity.

Signature of Contractor

(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 40

PROFORMA-1
This form consists of basic information of Bidder & his certificates. It should be compulsory filled up by the
Bidder otherwise his bid will not be evaluated further.

1 Name of Bidder

2 Nationality

3 Office Address

i. Telephone No,

ii. E-mail I.D.

iii. Fax No.

4 i Year of Establishment

5 Whether the Bidder is

i. An Individual

ii. A Proprietary Firm

iii. A Limited Company or Corporation

iv. A Member of a group of Companies ( If yes, Give Name,


Address, Connections and description of other companies)

v. A Subsidiary of a large organization ( If yes give Name &


Address of the organization) If the Company is subsidiary what
involvement, if any will the parent company have in the project

6 Income Tax Pan No.

7 G.S.T. Registration No.

8 E.P.F. Registration No.

9 What best Describes you (Engineers & Contractors/ Consulting


Engineers & Contractors/If Other Please specify)

10 No. of Years in Business

I As a prime contractor

A In own Country

B Internationally (Specify Country)

III As a sub-Contractor

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 41

A In own Country
B Internationally (Specify Country)
11 Have you ever failed to complete any work awarded to
you
12 In how many projects have you asked arbitration after
ratification and how many cases settled in your favor

13 In how many projects you were imposed penalties for


delay
14 Have any key personnel of partner of your organization
ever failed to complete contract awarded in his name

15 Do you have Quality Control Laboratory and Mobile


Laboratory

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 42

PROFORMA-2

Details of quantities executed and amount of works (Completed and ongoing) for the last five years.

Sr Year Items as per para 3.3.1 Total finanancial Ref.


No Bladder Vessel with 3-Stage Surge turnover amount Page No
Rs in Lakhs
minimum Volume of 15 m3 Suppression Air Valve

Nos. Nos

1 Fifth Year
Completed
Ongoing
Total
2 Fourth Year
Completed
Ongoing
Total
3 Third Year
Completed
Ongoing
Total
4 Second Year
Completed
Ongoing
Total
5 First Year
Completed
Ongoing
Total
6 Any time
before 5 years
Completed
Ongoing
Total

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

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 43

PROFORMA – 2 (a)

(a) Details of the works completed


(Separate information for each works).

1. Name of work

2. Agreement No. and year

3. Place and country

4. Total tendered cost of work (Rs. in lakhs)

5. Brief description of works including principal feature and quantities of main items of the work

6. Annual Turnover

Items Unit Quantities executed


(Certificate of concerned authoritiesis essential)

6.1 Physical Vth IVth IIIrd IInd year Ist year


year year year
2022-23 2021-22 2020-21 2019-20 2018-19

Items as stated
In Section D Para
4.3.2
1
2
3
4
6.2 Financial turnover
Defined as billing For
works. (excluding
Advance payments
Received duly
certified By
Concerned
authorities)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 44

7 Period of completion
(a) Date of Commencement
(b) Originally stipulated period of completion
(c) Scheduled date of completion
(d) Extended date of completion
(e) Actual time taken for completion
(f) Certificate of concerned authority regarding completion of work if completed in time (Y/N)
(g) Reasons for non completion of work in stipulated time limit, if so

7 Where there any penalties / fines / stop notices / compensation /


liquidated damaged imposed (Yes or No. if yes, give amount and
explanation)
8 Where there any penalties / fines / stop notices / compensation /
liquidated damaged proposal are in progress (Yes or No. if yes,
give amount and explanation)
9 Name, Designation, and complete address with whom the contents
of the preceding Para 1 to 8 could be verified.

10 Name of applicant’s Engineer-in-charge of the work and


educational qualification
11 Give details of your experience in monthly placement of important
items such as listed in Annex-A

12 Give details of your experience in mobilizing large value


contracts with modern technology on the deployment of latest heavy
construction equipment

13 Details of quality control arrangements made by the contractor of his


own on these works
14 Whether bidder penalized under clause 2 slow progress of work
15 Whether work abandoned by the bidder clause 3. Whether rescind
contracts as incomplete work
16 Whether recorded bad quality of works by Quality control authority
17 Whether valid bad, poor performance published in media
18 Whether evidence of rude behavior of contractors with offer bears

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

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 45

PROFORMA -2(b)
Details of works in hand
(Separate information for each work.)
1. Name of work

2. Agreement No. and Year

3. Place and country

4. Tendered cost of work (Rs. in lakhs.)

5 Name of applicant’s Engineer-in-charge with educational qualification

6. Annual turnover
Sr.No Item Unit Quantities executed (Certificate of concerned
authorities is essential)

Vth IVth IIIrd IInd Ist


6.1 Physical
year Year Year Year Year
1

6.2 Financial turnover : Rs. in


lakhs

7. i) Percentage of physical completion

ii) Cost of work completed (Rs. in lakhs)

iii) Revised tendered cost (Lakh)

iv) Balance cost on the date stipulated

v) Stipulated date of completion

vi) Anticipated date of completion

8. Whether work progress is as per tender programme


(Yes or No) If not explain the reasons.

9. Expected year wise programme of completion

i) Present year

ii) Next year

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 46

10. Were there any fines, claims or stop notices filed by the
Employer (Yes or No.)

11. Details of quality control arrangements made by the


contractor of his own on these works

12. Name, Designation, Department and complete address with


whom the contents can be verified.

Certified that the above information is true and correct to the best of my knowledge and belief. I
amfully aware that my Bid will be treated as nonresponsive & will be summarily rejected at any time if above
information is found to be false & misleading.

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 47

PROFORMA – 2 C
PROFORMA FOR WORK DONE CERTIFICATES BY ENGINEER IN CHARGE
Certificate for the work completed / under progress
(Separate information for each work)

CertificateFor the work completed / under progress As on……


Sr.No Particulars Details

1 Name of work
2 Estimate cost
3 Agreement No
4 Name of Contractor
5 Tendered Cost
6 Date of work order
7 Stipulated period of completion
8 Scheduled date of completion
9 Extension granted
2
3
10 Final date of completion
11 Revised cost of work
12 Cost of work executed
13 a Balance cost of work
i) from original Tender-
ii) from sanctioned Additional Work- (DSR Year- )
(Excess Note- 1)
iii) from sanctioned Additional Work- (DSR Year- )
(Excess Note- 2)
13 b Expected month / year of completion-
14 Reasons for non-completion of work in scheduled period of
completion
15 Whether any penalties / fine / stop notice / compensation /
liquidate damage imposed

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 48

16 Details of Work Done

Bladder Vessel with 3-Stage Surge Cost of


A Item minimum Volume of 15 Suppression Air
Valve Work
m3
Nos. Nos
i. Unit
Tendered
ii.
Quantity
Revised
iii.
Quantity
Executed
iv.
Quantity
Balance
v.
Quantity
B Cost of work executed-
Year wise break
up
5 th financial
Year

4 th financial
Year

3 rd financial
Year

2 nd financial
Year

1 st financial
Year

Current
financial Year

17
Remarks about performance of contractor about
physical progress and quality of work :

Outward No.: Seal


Date:

Place: (E.E. Stamp with name)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 49

PROFORMA – 3
Details of Similar type of work

Statement showing the similar type of work carried out by the contractor

Sr. Name of Agreement Amount of Date of Concerned Ex. Proforma Remarks


No similar type of No. work done completion Er’s office Name 2(c) of
work of work & Address & Tel similar type
No. of work
attached

Certified that the above information is true and correct to the best of my knowledge and belief . I am
fully aware that my Bid will be treated as nonresponsive & will be summarily rejected at any time if above
information is found to be false & misleading.

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 50

PROFORMA – 4 / 1 – (A)

Turnover and Value of "A" for calculating the Bid Capacity (FOR
SINGLE BIDDER, OTHER THAN JOINT VENTURE)
(Reference Para 4.3.2 a of Section D)
Details of information required for calculating the Bid Capacity Statement for determining Turnover
and Value of "A" maximum value of Works done during the last five years.

Annual Turnover Form


Name of Bidder-
Annual Turnover of the Contractor based on Audited Balance Sheet to Income Tax
/ Department / CA
No. of year Financial Year Annual Turnover Multiplying Updated Value (in
(in Rs. Lakhs) factor for Rs. Lakhs)
updating
1 2 3 4 5
V 2018-19 1.5
IV 2019-20 1.4
III 2020-21 1.3
II 2021-22 1.2
I 2022-23 1.1
Maximum annual Turnover Value of “A” Rs lakhs

NOTE-
1) Figures in Col 1 to 3 should be supported by certificates only.
2) Attach Chartered Accountant’s certificate supported by audited balance sheet
showing turn-over of last five years. (CA must having Unique Document Identification
Number (UDIN))
3) On verification if information submitted is found to be false or misleading, bid will be
considered as irresponsive & the bidder / the Chartered accountant will be liable for legal
consequences.
This information should be certified by CA

Certified that the above information is true and correct to the best of my knowledge and belief. I
fully aware that my Bid will be treated as nonresponsive & will be summarily rejected at any time if
above information is found to be false & misleading.

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 51

PROFORMA – 4 / 1 – (B)
Statement for the value of "B"
Turnover and Value of "A" for calculating the Bid Capacity
(FOR JOINT VENTURE ONLY)
(Reference Para 4.3.2 a of Section D)
Details of information required for calculating the Bid Capacity Statement for determining Turnover and Value
of "A" maximum value of Works done during the last five years.

Annual Turnover Form


Name of Bidder (JV)-
Annual Turnover of the JV based on Certificates submitted to Income Tax / Department /
CA
No. Financial Annual Turnover (in Rs. Lakhs) as Multiplying Updated Value
of Year per their share in JV. factor for (in Rs. Lakhs)
year updating
Lead Another Another JV
Partner Partner Partner Total
(-----%) (-----%) (-----%) (3d)
(3a) (3b) (3c)
V 2018-19 1.5
IV
(1) 2019-20
(2) 1.4
(4) (5) = (3d x 4)
III 2020-21 1.3
II 2021-22 1.2
I 2022-23 1.1

Maximum annual Turnover Value of “A” Rs lakhs

NOTE-
1) Figures in Col 3a to 3c should be supported by certificates only.
2) Attach Chartered Accountant’s certificate supported by audited balance sheet showing turn-over of
last five years. (CA must having Unique Document Identification Number (UDIN))
3) On verification if information submitted is found to be false or misleading, bid will be Joint
considered as irresponsive & the bidder / the Chartered accountant will be liable for legal
consequences.
This information should be certified by CA
Certified that the above information is true and correct to the best of my knowledge and belief. I fully
aware that my bid will be treated as nonresponsive & will be summarily rejected at any time if above
information is found to be false & misleading.

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 52

PROFORMA – 4 / 2

Statement for the value of "B" (Reference Para 4.3.2 Section D)


i.e. value of existing commitments and ongoing works to be completed in the period stipulated for completion
of the work, Certificates regarding this will be required to be countersigned by the Engineer-in-charge.

Value of
works to
Ref. Month & year Balance Updated
be
Name Page No. Date & of Amount Revised Scheduled cost as on cost of
Name of Period of completed
Sr No. of Of No. of commencement of Tender date of date of Factor col. 12
Work completion between
Office Certificat Certificate of Work contract cost completion submission (Co.13x,
period
ed of bid Col. 13)
given for
this

1 2 3 4 5 6 7 8 9 10 11 12 13 14

Note :- Figures in Col.3 to 12 should be supported by the work done certificate (only in proforma
given in Section D) issued by Executive Engineer in case of Govt. / Semi Govt. Works If figure under
col.12 not supported by work done certificates in proforma given, whole of the balance amount
proforma col. No.11 shall be taken under col No.12

If the work is executed through Joint Venture then percentage of amount shall be mentioned in
proportional to there in Joint Venture .

Certified that the above information is true and correct to the best of my knowledge and belief. I fully
aware that my Bid will be treated as nonresponsive & will be summarily rejected at any time if above
information is found to be false & misleading.

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 53

PROFORMA - 4/3

Calculation of Bid capacity of the Bidder

This format is used to calculate the Bid capacity of the Bidder based on information submitted by the
bidder.

Where N = Period for completion of work.

(Bidders Self declaration regarding Bid Capacity)

Bid Capacity = ( AxNx2) – B

A= Maximum value of annual turnover in any one In


1 year during the period of last five years (A) Lakh
Value Declared in Format 4/1 A or 4/1 B
2 N= Time period of tender in years (N) Nos

3 B = value of existing commitments and ongoing works to be (B) In


completed in the period stipulated for completion of the work Lakh
Value Declared in Format 4/2 (For work period)

4 Bid Capacity In

Lakh

Note- This is Sample form for display only.

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

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 54

PROFORMA - 4/4

Details of works tendered for

as on the date of submission of Tender document

Particulars (1) (2) (3) (4) (5) (6) etc.

1 Name of work

2 Estimated cost

(Rs. in Lakhs)

3 Tendered cost (Rs. in lakhs)

4 Date when decision is expected

5 Stipulated date and period of


completion

6 Name, designation and address


withwhom the Contents of the
above information can be Verified.

7 Remarks.

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

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 55

PROFORMA -5

Financial Statement

1. Capital
a) Authorized
b) Issue and paid up
FINANCIAL STATEMENT
2. a) Date of incorporation of the Firm (b) Duration of existence of the firm
3. Furnish Balance sheet, profit & loss statement, Form 26AS, Civil Engineering works turn over certificate by
C.A. with Auditor's report for the last five years, it should interlaid with the following information
4. Your Working capital
5. Total liabilities
6. Current Ratio:
7. Current assets. (Rs. in Lakhs) :
8. Current liabilities ( Rs. in lakhs )
9. Total liabilities to net worth.
10. Debit equity ratio (Defined as Debt / Equity) What is the max. value of the project that you can handle?
(Rs. in lakhs)
11. Have you ever denied tendering facilities by the Govt. Dept./ public
Sector undertaking? (Give details).
12. What are your sources of finance? (Please give complete details. Bank reference also)
13. Certificate of financial soundness from Bankers of applicant.
14. Furnish the following information for last five years (duly certified by the respective Banks)
a) Bank guarantee over draft limit enjoyed by the firm during each of the last five years with
Bank wise breakup (Rs. in lakhs)
b) Portion of Bank guarantee already utilized as on date of application (Rs. in lakhs)
15. Overdraft limits enjoyed during each of the last five years with Bank wise breakup (Rs. in Lakhs)
16. Name and address of Bankers from whom reference can be made.
17. Have you been declared bankrupt? (If yes, please give details)

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

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 56

PROFORMA- 6

RESOURCES PERSONNEL
(Please give details of Key technical and Administrative Personnel in the following proforma.)

1. Details of the Board of Directors


a. Name of the Director (s)
b. Organisation
c. Address
d. Remarks

2. Details of key / technical and administrative personnel and consultants and supervisory technical staff
which the applicant will employ on the proposed work.
a. Individual Name
b. Educational Qualification
c. Details of training given for such type of work.
d. Present position of office
e. Professional experience and number of years of experience on similar work.
f. Years with applicant.
g. Languages known
h. Distribution of above personnel on works in hand and on this work for which applied for Post
Qualification

3 Contractor shall submit a valid and current license issued in his favour under the provisions of contract
Labour (Regulation & Abolition) Act 1970 and the Maharashtra Contract Labour ( R and A ) Rules 1971.

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

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 57

PROFORMA- 7 A
EXPERIENCE CERTIFICATE OFPROJECT ENGINEER

Name of Manager :-
Qualification :-
Year of passing:-

Period of Name of firm Postal address of Phone No. E-mail Address


Experience firm

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

Signature of Manager / Project Engineer


(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 58

PROFORMA- 7 B
DETAILS OF PLANTS AND MACHINERY IMMEDIATELY AVAILABLE WITH THE BIDDER
FOR USE ON THIS WORK

Sr. Name of No of kind & Capacity Age & Present Remarks


No equipment units make condition location
1 2 3 4 5 6 7 8

Note- RC Book, Documents, Insurance Certificates should be attached.

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

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 59

PROFORMA-8
STRUCTURE AND ORGANISATION

1. Name of applicant.

2. Nationality of Applicant.

3. Office Address, Telegraphic Address, Telephone Number


Telex Number,
Fax Number. E-mail address

4. Bank Details for NEFT / RTGS payment


a) Account No.
b) Type of Account
c) Name, Address, Branch Name of Bank
d) Code No. of Bank
e) MICR No. of Bank
f) IFSC code of Bank

5. a. Year Established (when and where) and legal name as formed individual
/firm/Company.
b. Class of registration with Government of Maharashtra / (P.W.D.).

6. Whether the Applicant is


a. An individual.
b.A proprietary firm.
c. A Limited company of corporation.
d. A member of a group of companies (If yes Give name, address, connections and Description of
other companies.)
e. A subsidiary of a large organization (If yes, Give name and address of the organization). If the
company is subsidiary what involvement. If any will be present company have in the project.
f. Joint Venture consortia (If yes, give name and address of each partner)

7. Attach the organization chart showing the structure of the organization including the positions of the
directors and key personnel.

8. What best describes you.


a. Engineers and contractors.
b. Consulting Engineers and contractors.
c. If, other, please specify.

9. Number of year of experience.


a. As a prime contractor
i. In own country (Specify)
ii. Internationally (Specify country)
b. As a joint venture
i. In own country (Specify)
ii. Internationally (Specify country)
c. As a sub contractor
i. In own country (Specify)
ii. Internationally (Specify country)
CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 60

10. How many years have your organization been in business under your present name? And what were your
fields when you established your organization?
When did you add new fields ( If any) ?

11. Were you required to suspend construction for a period of more than six months continuously after you
started? If so reasons thereof.

12. Have you ever failed to complete any work awarded to you (If so, which, where and why)?

13. In how many projects have you asked arbitration after notification (if so, when, where, and why) and how
many cases settled in your favour?

14. In how many projects you were imposed penalties for delay?

15. Have any key personnel or partner of your organization ever been an officer or partner of some other
organization that failed to complete the contract (if so state name of individual /other organization)

16. Have any key personnel or partner of your organization ever failed to complete the contract handed in his
name.

17. In what fields do you claim specialization and are interested to work ?

18. Give details of your experience in modern concrete technology and work for manufacturing and quality
control.

19. Give details of your material testing laboratory and mobile laboratory.

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

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 61

PROFORMA-9

ADDITIONAL INFORMATION

1.Please add any further information which the applicant considers relevant in regard to his capabilities.

2.Please give a brief note indicating how the applicant considers himself eligible for pre- qualification for the
work.

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

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 62

PROFORMA-10

Quality Control Equipment with Contractor and Quality assurance plan of Contractor

1) Quality Control Equipment with Contractor

Sr.No. Name Make Capacity

2) Quality Assurance Plan of Contractor


a) Details of personal for looking quality of work
b) Methodology proposed for quality assurance of work
c) Method of reporting of quality assurance of work

Signature of Contractor
(Seal of Company)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 63

PROFORMA-11

शासन ननर्णय क्र:-नननिदा 0417/प्र.क्र.247/मोप्र-1 नद.18/10/2023

परिनशष्ट-5
Certificate of Geo – tagging

1) Name of work ..........................................................................

2) Tender Notice No. .........................................................................

3) Name of person visiting the site ....................................................

4) Date of Visit ....................................................................................

5) Time of Visit ................................ to ...........................................

I have uploaded Geo- tagged photo in envelope no.1 along with this Certificate.

I have Visited/Studied scope of work, site conditions, Verified provision in tender documents,
resources available and difficulties / restriction of site in all respect.

(signature of Bidder
or authorized representative)

To,

Executive Engineer,
Krishna Marathwada Construction Division No.1, Dharashiv,
Tal. Dist. Dharashiv.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 64

APPENDIX J
(ON STAMP PAPER OF RS. 500/ -)

Articles of agreement executed on this the date………….. of ………….…


Two Thousand and ......................... between the Executive Engineer, Godawari Marathwada Irrigation
Development Corporation, Chhatrapati Sambhajinagar (hereinafter referred to as GMIDC ) of the one
part and Shri…………………… (Name and address of the bidder) (Hereinafter referred to as ‘the bounden’)
of the other part.

Whereas in response to the notification No. ………. Dated .................... the


bounden has submitted to GMIDC a tender for the work……………………………………………….
specified therein subject to the terms and conditions contained in the said tender.

Whereas the bounden has also deposited with GMIDC a sum of Rs.………………… as earnest
money for execution of an agreement undertaking the due fulfilment of the contract in case his tender is
accepted by the GMIDC.

Now these presents witness and it is mutually agreed as follows:

1. In case the tender submitted by the bounden is accepted by the GMIDC and the contract for
........................................................... is awarded to the bounden, the bounden shall within ....................
days of acceptance of his tender execute an agreement with the GMIDC incorporating all the terms
and conditions under which the GMIDC accepts his tender.

2. In case the bounden fails to execute the agreement as aforesaid incorporating terms and conditions,
governing the contract, the GMIDC shall have power and authority to recover from the bounden any loss or
any damage caused to the GMIDC by such breach, as may be determined by the GMIDC by
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 hereafter contained.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 65

3. All sums found due to the GMIDC under or by the virtue of this agreement shall be recoverable from the
bounden and his properties, movable and immovable, under the provisions of the Maharashtra Land Revenue
Code for the time being in force as though such sums are arrears of land revenue and in such other manner as
the GMIDC may deem fit.

In witness whereof, Shri. ……………………………… (Name and designation) for and on behalf of the
GMIDC and Shri ............................................. the bounden have hereunto set their hands 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. ..............................................................................................

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 66

MODEL FORM OF BANK GUARANTEE BOND

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


------------------------------------ having his head office at the ……………………… (hereinafter called
the said contractor (s) from the demand under the terms and conditions of an agreement dated ----------
-------------- made between ----------------------and ------------------- for --------------- (hereinafter called
‘the agreement’) of additional security deposit for the due fulfillment by the said contractor of the
terms and conditions contained in the said agreement. On production of bank guarantee for Rs. ---------
------(rupees ------------------------------------------------------------------only) we, -----------------------------
-----) (hereinafter referred to as ‘the bank’) at the request of --------------------------(contractors) do
hereby undertake to pay to the Godavari Marathwada Irrigation Development Corporation, hereinafter
referred to as Corporation, an amount not exceeding Rs. -------------------- against any loss or damage
caused to or suffered or would be caused to or suffered by the Corporation by reasons of any breach
by the said contractor(s) of any of the terms or conditions constrained in the said agreement.

2. We ------------------------------(indicate the name of bank) do hereby undertake to pay amount due


and payable under this guarantee without any demand, merrily on a demand from the government
stating that the amount claimed is due by way of loss or damage caused to or would be caused to or
suffered by the government by reason of breach by the said contractor (s) of any of the terms or
conditions contained in the said agreement or any reason of the contractor (s) failure to perform the
said agreement, any such demand made on the bank shall be conclusive as regards the amount due and
payable by the bank under this guarantee, shall be restricted to an amount not exceeding Rs. ------------
--------------

3. We undertake to pay to the government any money so demanded notwithstanding any dispute or
disputes raised by the contractor (s) / supplier (s) in any suit or proceeding pending before any court or
tribunal relating there to our liability under this present being absolute and unequivocal. the payment
so made by use under this bond shall be a valid discharge of our liability for payment thereunder and
the contractor (s) / supplier (s) shall have no claim against us for making such payment.

4. We----------------------------------- (indicate the name of bank) further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken for the
performance of the said Agreement and that it shall continue to be enforceable till all the dues of the
Government 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)
certificate that the terms and conditions of the said Agreement have been fully and properly carried
out by said the contractor (s) and accordingly discharges this guarantee. Unless a demand or claim
under this guarantee is made on us in writing on or before the ----------------------------------------------
we shall be discharged from all liability under this guarantee thereafter.

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


Corporation that the Corporation shall have the fullest liberty without our consent and without
affecting in any manner our obligations here under to vary any of the terms and conditions of the said
Agreement or to extend time of performance by the said contractor (s) from time to time or to
postpone for any time or from time to time any of the powers execrable by the Corporation against the
CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 67

said contractor (s) and to for or enforce any of the terms and condition relating to the said agreement
and we shall not be relived 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 or any indulgence by the Corporation to the said contractor or by any such matter or thing
whatsoever which under the law relating to sureties 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 in
the change in the constitution of the Contractors(s) / Suppliers.

7. We ----------------------------- (indicate the name of Bank) lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the Corporation in writing.
Dated the ---------------------------- day of --------------------------------20
for---------------------------------------------------
(Indicates the name of Bank.)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 68

PERFORMANCE BANK GUARANTEE

To,
Executive Engineer,
Krishna Marathwada Construction Division No.1,
Dharashiv,

WHEREAS----------------------------- [name and address of Contractor] (hereafter called “The


Contractor") has undertaken, in pursuance of Contract No.---------------- dated ------------------
to execute ----------------------------------------- [name of Contract and brief description of Works]
(herein after called "the Contract”)

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee.

NOW THEREFORE We hereby affirm that we are the Guarantor and responsible to you

on behalf of the Contractor, up to a total of --------------------------- (amount of guarantee)*------------


------ (in words), such sums being payable in the types and proportions of currencies in which the
Contract Price is payable, and we undertake to pay you, upon your first written demand and without
cavil or argument, any sum or sums within the limits of -------------------------- [amount of
guarantee] as aforesaid without your needing to prove or to show ground or reasons for your demand
for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or
of the Works to be performed thereunder or of any of the Contract documents which may be
made between you and the Contractor shall in any way release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 69

This guarantee shall be valid 28 days from the date of expiry of the Defect Liability Period.

Signature and Seal of the Guarantor


Name of Bank
Address
Date

*Amount shall be inserted by the Guarantor, representing the percentage the contract price specified
in the Contract including additional security for unbalanced Bids, if any and denominated in Indian
Rupees.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 70

INSTRUCTION TO BIDDER FOR FILLING UP SELF EVALUATION SHEETS

A) Self Evaluation Sheet – Part 1 – General Conditions-

1) All information as per requirements must be filled up by the bidder.

2) Above required information must be supported and referred with page no. of that
documents submitted by the bidder.

B) Self Evaluation Sheet – Part 2 – Technical Qualifications-

1) All information as per requirements must be filled up by the bidder

2) All information filled up by the Bidder should be supported by certificates only (in
proforma given in section D- proforma for work done certificates) given by the Engineer-in-
charge not below the rank of Executive Engineer, in case of Govt. / Semi Govt./ Works and
by project authorities in all other cases.

3) Maximum Value of Works – Turnover (A) completed in any one year during the period
of last five year ( updated to the price level, of the year in which the tenders are opened )
which will take into account the completed and ongoing works.

4) The Bidders shall submit Balance Sheets (Profit and Loss Accounts with schedules) of
last five years duly certified by the Chartered Accountant having Unique Document
Identification Number (UDIN), turnover certificates by Chartered Accountant having
Unique Document Identification Number (UDIN).

5) Tender will be considered as disqualified, if the information submitted is found to be false


on verification.

6) For the calculation of Value of the work in hand (B), factors should be taken as per work
order date and sanction date of additional works (if any).

7) Regarding Balance cost- “Value of Balance cost to be completed during the period given
for work of this tender” means amount of work to be executed /to be completed out of
total balance cost of the work during the period given for the work of this tender.

8) Updated amount of balance work is calculated by multiplying factor to above value.


(Sr.No.7)

9) For the Calculation of updated value of the work for Similar type of work factors should
be taken from the date of completion of work.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 71

C) Note - For Filling up SELF EVALUATION SHEETS, a soft copy in Excel Workbook has been
provided. Contractor may download that Workbook & prepare SELF EVALUATION SHEETS. To
download Excel workbook is optional, so Contractor may also prepare SELF EVALUATION
SHEETS themselves.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 72

SAMPLE SELF EVALUATION SHEET

(TO BE PREPARED BY THE BIDDER IN LETTER HEAD)

PART- 1 - GENERAL CONDITIONS


Sr. No. Description Submitted Reference to Result of
/ Not Page No. of Checking
Submitted Documents
submitted by
Yes / No. the bidder.
1 Valid PWD Registration Certificate of Proper
Class as per cost put to tender.
2 Whether E.M.D. & Tender fee have been
deposited online from the bidder’s own bank
account? ( Screen Shot / Copy of Transcation
must be attached)
3 Legal status of the bidder -
4 Individual, Partnership firm, company etc.
documents, memorandum of association etc. may
be attached in support
5 Whether all documents signed by authorized
signatory. A document like Pan Card, Registration
certificate, Power of Attorney etc. may be attached
in support for signature verification.
6 Whether all documents are attested by
Gazetted officer?
7 Pan Card, Audited financial reports by C.A., form
no. 26AS generated online from portal of Income
tax department, Civil engineering works turn over
certificate by C.A.
8 G S T Registration
9 P.T. clearance Certificate
10 EPF Registration
11 Latest Electronic- chalan-cum return (ECR)
showing employee’s name for EPF

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 73

Sr. No. Description Submitted / Not Reference to Result of


Submitted Page No. of Checking
Documents
submitted by
Yes / No. the bidder.

12 Letter of Transmittal (on letter head)

13 Undertaking – 1 (on stamp paper Rs.100/-)

14 Undertaking – 2 (on stamp paper Rs.100/-)

15 Undertaking – 3 (on stamp paper Rs.100/-)

16 Undertaking – 4 (on stamp paper Rs.100/-)

17 Undertaking – 5 (on stamp paper Rs.100/-)

18 Certificate of acceptance of all terms and


conditions of the tender booklet.

19 Affidavit (on stamp paper Rs.100/- Notarised)


& Form of agreement ( On stamp paper Rs.
500/-)

20 Form - 1 basic information

21 Whether the technical personnel are sufficient


for this work?

22 Whether the plant & machinery are sufficient


for this work?

23 Whether the work experience is sufficient for


this work?

24 Form – 5 Details of works tendered for as on


the date of submission of Tender document

25 All work done Certificates (No exclusion)

Certified that the above information is true and correct to the best of my knowledge and belief. I fully aware
that my Bid will be treated as nonresponsive & will be summarily rejected at any time if above information
is found to be false & misleading.

CONTRACTOR'S SIGNATURE

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 74

SELF EVALUATION SHEET


Machinary & Management Conditions

NAME OF WORK : - CIRCLE: -


DIVISION: -

Name of Contractor :-

4.3.3 Own Machineries and Management -----

Sr. Description Min. Referance Yes/No Result of


No. No. reqd as page No. of Written by Checking
per Document contractor
4.3.3
a) & b)

A) Machinary
1 Hydraulic Cranes

2 Electric Welding Machine


3 Gas Cutting Set
4 Drilling Machine
5 Grinding Machine
6 Tipper
7 Inspection Vehicles
8 Concrete Mixer

B) Project Management
Civil Engineer with Degree
Mechanical Engineer with
Degree
Supervisors with Diploma

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 75

SECTION- E
GENERAL DESCRIPTION
OF PROPOSED WORK

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 76

5.1.0 NAME OF WORK - Design, Manufacturing, Supply, Erection, Testing and Commissioning
Of Surge Protection System For Krishna Marathwada Lift Irrigation
Scheme No.2: Stage 1 To Stage 5, Tal. - Mohol, Tal- North Solapur
Dist.- Solapur and Tal- Tuljapur Dist- Dharashiv Under Krishna
Marathwada Irrigation Project.

5.2.0 DESCRIPTION OF THE PROJECT:

Krishna Marathwada Irrigation Project is located in Dharashiv & Beed Districts of


Marathwada region. As per the planning of the project a total land of 1,14,731 hectares (87,188
Ha. of Dharashiv & 27,543 Ha. Of Beed District) is to be brought under irrigation though 3 Lift
Irrigation Schemes by utilizing 23.66 TMC of water quantum.
In the first phase of this irrigation project a quantum of 7.00 T.M.C. water is to be diverted
from Krishna Sub Basin to water scarce and drought prone Dharashiv and Beed district of Bhima
sub-basin. In the first phase of the project Krishna Marathwada Lift Irrigation Scheme No.2 a
total water quantum of 2.24 T.M.C. will be lifted in 6 Stages from Ghatne Barrage, Tq. Mohol
Dist. Solapur to Ramadara Storage Tank, Tq. Tuljapur Dist. Dharashiv. Through these lifts a
total land of 10862 Ha. from Tujlapur, Omarga and Lohara Talukas of Dharashiv District will be
brought under irrigation. The State government of Maharashtra has accorded 2nd revised
administrative approval of Rs. 11726.91 crore vide government resolution no. Krishna
0919/(425/2019)/MP/ Mantralaya Mumbai dated 10 Oct. 2022.
The parameters for pump house and rising main of this scheme approved by Standing committee
meeting held on dated 07/12/2018.
The work envisages of Design, Manufacturing, Supply, Erection, Testing and
Commissioning Of Surge Protection System For Krishna Marathwada Lift Irrigation Scheme
No.2: Stage 1 To Stage 5, Tal. - Mohol, Tal- North Solapur Dist.- Solapur and Tal- Tuljapur
Dist- Dharashiv Under Krishna Marathwada Irrigation Project.
5.3.0 CLIMATIC CONDITIONS:

The work site is situated in Tq. Mohol & Tq. North Solapur Dist Solapur and Tq. Tuljapur
Dist. Dharashiv. Temperature of threse varies from minimum of 100 C in winter and maximum
of 450 C in summer. The rainfall in command area is moderate and having erratic and unreliable
pattern. Average annual rainfall of Solapur District is 735 mm. The rainy season normally
commences from June and lasts up to September. However, off-season showers do occur.

5.4.0 SCOPE OF THE WORK :


Design, Manufacturing, Supply, Erection, Testing and Commissioning Of Surge Protection System
For Krishna Marathwada Lift Irrigation Scheme No.2: Stage 1 To Stage 5, Tal. - Mohol, Tal- North Solapur
Dist.- Solapur and Tal- Tuljapur Dist- Dharashiv Under Krishna Marathwada Irrigation Project. The Main
Component in work Manufacturing, Supply, Erection, Testing and Commissioning of Bladder Vessel and
Surge Suppression Air Valve.
Item Total Quantity Unit
1) Bladder Vessel with minimum Volume of 15 m3 4 Nos.
2) Bladder Vessel with minimum Volume of 40 m3 2 Nos.
3) 3-Stage Surge Suppression Air Valve of 150 mm Dia. 8 Nos.
4) 3-Stage Surge Suppression Air Valve of 200 mm Dia. 29 Nos.
5) Vaccume Brecker Valve of 400 mm Dia. 1 Nos.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 77

5.5.0 TENDER DATA -


Estimated Cost
1 Rs.1782.14 Lakhs
(Cost put to tender)
2 Tender Fee & Tender Fee Rs. 5900 /- (Non Refundable) (including GST)
Tender Fee shall be paid online through "E- payment gateway" from
their own account.
3 Earnest Money (EMD) Rs. 8.91 Lakh /-
(In Rupees) E.M.D. amount shall be paid online through "E- payment gateway"
from their own account.
4 Additional If the tenderer quotes his offer 1% to 10% below of the
Performance Security estimated cost, then the tenderer shall have to submit Additional
Deposit Performance Security Deposit in the form of Demand draft /
Bank Guarantee of any Nationalized Bank in favor of the
Executive Engineer, Krishna Marathwada Construction
Division No.1 Dharashiv for the amount of 1% of the estimated
cost.
(For example:- If the rates quoted is 1% to 10% below, then the
amount of Demand Draft/ Bank Guarantee should be 1% of the
estimated cost.) Cost subject to minimum Rs. 1000/.

If the offer is more than 10% below and up to 15 % below of the


estimated cost then the amount of the Additional Performance
Security Deposit shall be of the value of such percentage (1% +
more than 10 %) of amount put to tender.
(For example if the rate quoted is 14% below then the amount of
APSD should be 5% i.e. 1% + {14%- 10%} = 1% + 4 % of the
cost put to the tender .

If the offer is more than 15% below the estimated cost than the
amount of Additional Performance Security Deposit shall be of
the value of such percentage.
(For example (For 19%) :-
Upto 10% below = 1%,
Upto 15% below = 15% - 10 % = 5 %,
More than 15% and upto 19 % below = 19% - 15% = 4%, 4%
x 2 = 8%
so total Additional Performance Security Deposit = 1% + 5 % +
8% = 14 %

Bank Guarantee shall be valid up to one months from the date of


Defect Liability Period of the tender. It should bear MICR and
IFS code. The Original copy of the Demand Draft / Bank
Guarantee shall be submitted in the sealed envelope in favor of
Executive Engineer, Krishna Marathwada Construction
Division No.1, Dharashiv. Strictly within 2 (Two) days after
opening of the envelope no. 2 by the lowest bidder only. Those

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 78

who are failed to pay performance security deposit within time


then action will be taken as per Irrigation Department Govt. GR.
No. Tender0417/(Prakra-247/ 17)/ Mopra-1 Dated 18-10-2023.
It will in addition to the Security Deposit / Bank Guarantee. In
either case, the Additional Performance Security Deposit is not
furnished as stated above the earnest money shall be forfeited to
Govt. and action will be taken as per order of the Superintending
Engineer, Dharashiv Irrigation Circle, Dharashiv. (As per
Irrigation Department Govt. GR. No. Tender0417/(Prakra-247/
17)/ Mopra-1 Dated 18-10-2023) The contractor will be not
qualified for 3 years from the date of opening in division of
WRD/GMIDC. In case of False / Fraudulent D.D./B.G., Earnest
Money Deposit will be forfeited and will never refunded to
bidder. Contractor will be banned for three years in participation
in contracts. (As per Irrigation Department Govt. GR. No.
Tender0417/ (Prakra-247/17)/Mopra-1 Dated 18-10-2023.) If the
amount of additional performance security deposit is not paid
with the stipulated time & period by bidder L1 & if L2 bidder is
ready to work with the same rate and tender condition stipulated
time than the process of accepting the tender for bidder L-2 will
be started without recalling the tender. The Earnest Money
Deposit of L-1 bidder will be forfeited and bidder L-1 will be
Disqualified
Additional Performance Security Deposit will be refunded within
3 months from successful completion of the work certified by the
Executive Engineer.
5 Security Deposit Total Security Deposit Rs. 35.64 Lakh
(Total 2%)

a) Initial 1 % a) Initial Security Deposit Rs 17.82 Lakhs In form of D.D./ B.G./


(1% of the accepted F.D.R. and Bank Guarantee (BG)/ FDR should be of any Scheduled,
Tender Cost) Nationalized Bank Branch situated in State of Maharashtra, with
validity of 1 month extra in addition to defect liability period
b) S.D. through R A Rs 17.82 Lakhs Through On updated cost of R A Bills
bills
(1 % of the accepted
Tender Cost)
6 Tender Validity Period The rates quoted by tenderer will be valid till 90 days.
7 Class of contractor All Eligible contractor subject to eligibility criteria-
8 Contact Details of Executive Engineer,
Executive Engineer Krishna Marathwada Construction Division No 1, Dharashiv
Address and Dist- Dharashiv
Account details Email: [email protected]
Phone: 02472-295159

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 79

9 Contact Details of Superintending Engineer,


Superintending Dharashiv Irrigation Circle, Dharashiv
Engineer Email: [email protected]
& Address Phone: (02472) 227213, 227214

10 Contact Details of The Chief Engineer, (W.R)


Chief Engineer Water Resources Department, Chhatrapati Sambhajinar
& Address Sinchan Bhavan, CHHATRAPATI SAMBHAJINAR.
Email: [email protected]
bu.cewrd @gmail.com
Phone: 0240-2331249
11 Place of opening Executive Engineer,
Krishna Marathwada Construction Division No 1, Dharashiv
Dist- Dharashiv
Email: [email protected]
Phone: (02472) 28228745
12 Any addendum / Any addendum / corrigendum /cancellation of above tender will be
corrigendum published on the web-site https://mahatenders.gov.in, and on the
/cancellation notice board of Office of the Executive Engineer, Krishna
Marathwada Construction Division No 1, Dharashiv. The system
shall generate a mail to those Bidders who have already
participated in this tender and those Bidders if they wish can
modify their tenders.
13 Documents to be The scanned copies of Original Documents should be uploaded on
uploaded the website as per Tender Booklet and should be produced for the
verification on demand after opening of the Technical Bid
14 Authority of Right Tender accepting authority reserves the right to reject any or all the
to reject tenders without assigning any reasons there of.
15 Bid Documents The bid for the work shall remain open for acceptance for a period
acceptance period of 90 days from the date of opening of financial bids. If any
bidder withdraws his bid / tender before the said period or
makes any modification in the terms and condition of the bid, then
the EMD submitted shall stand forfeited & the bidder shall be
liable for action under prevailing rules.
16 Bid Documents Bid Documents consisting of detailed tender notice, instruction to
bidder, Qualification criteria, Schedule B, terms & conditions,
specifications, plans and drawings are available on web-site
https:// mahatenders.gov.in.
Other necessary documents can be seen on the web-site till last date
of sale and receipt of tender papers. Interested bidder may obtain
further information at the web- site Portal : https://
mahatenders.gov.in

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 80

17 Other details Other details including details of Portal Registration, Submission


of bid, Re- submission and withdrawal of bid can be seen in the
bidding Documents which is available in web-site
https://mahatenders.gov.in
18 Authority of Right Authority reserves the right to reject any or all the tenders
to reject without assigning any reasons thereof.
19 Tender The Chief Engineer, (WR)
Acceptance Water Resources Department, Chh. Sambhajinagar Sinchan
Authority Bhavan, Jalana Road, Chh. Sambhajinagar
Email : [email protected]
Phone : 0240-2331249

5.6.0 INFORMATION ABOUT WORK SITE:


Location of work - Tq. Mohol & Tq. North Solapur Dist Solapur
Tq. Tuljapur Dist. Dharashiv
Nearest Railway Station - Solapur Y Dharashiv
Roads - Approachable by Major District Road.
Nearest Telephone and - All villages are connected with mobile network.
Telegraph facility
Nearest Petrol and Diesel pump - Easily Accessible from All site places
Position of land acquisition - In progress.
5.7.0 PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME OF WORK:

Period of completion 12 calender month including monsoon.


The bidder may plan his manpower & machinery so that work will be completed in stipulated
time & man power does not remain idle.
5.7.1 Construction Programme The construction programme is included in tender Documents

5.7.2 Defect Liability Period Defect(s) liability period will be 24 months. Defect liability
period starts from the completion date of work (i.e., start of
maintenance period) Defect liability period and mantenanace
period shall starts simulteniously.

1.4.6 Price Variation Information


i) Cement
Rs. /- per MT
(Without GST)
ii) Reinforcement Steel
Rs.----- / M.T.
(Without GST)
Sr. Component Center / Place Percentage. For
No. Civil work
1. Labour Component (K1) Solapur 11 %
2. Cement (KC) All India Average As per Actual
3. Steel (KS) All India Average As per Actual
4. Materials (K2) All India Average 84 %
5. POL Component (K3) Mumbai 5%

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 81

SCHEDULE-'A'

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 82

SCHEDULE-'A'

NAME OF WORK - DESIGN, MANUFACTURING, SUPPLY, ERECTION, TESTING AND


COMMISSIONING OF SURGE PROTECTION SYSTEM FOR
KRISHNA MARATHWADA LIFT IRRIGATION SCHEME NO.2:
STAGE 1 TO STAGE 5, TAL. - MOHOL, TAL- NORTH SOLAPUR
DIST.- SOLAPUR AND TAL- TULJAPUR DIST - DHARASHIV
UNDER KRISHNA MARATHWADA IRRIGATION PROJECT.

Schedule showing (approximately) the material to be supplied from the departmental stores for work
contracted to be executed and preliminary and ancillary work and the rates at which they are to be charged for

Sr. Particulars Quantity Unit Rate at which the material Place of


No will be charged to delivery
contractor
In figures in word
1 2 3 4 5 6

--- N I L ---

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 83

SCHEDULE-'B'

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 84

SCHEDULE-'B'
NAME OF WORK - DESIGN, MANUFACTURING, SUPPLY, ERECTION, TESTING
AND COMMISSIONING OF SURGE PROTECTION SYSTEM FOR
KRISHNA MARATHWADA LIFT IRRIGATION SCHEME NO.2:
STAGE 1 TO STAGE 5, TAL. - MOHOL, TAL- NORTH SOLAPUR
DIST.- SOLAPUR AND TAL- TULJAPUR DIST - DHARASHIV
UNDER KRISHNA MARATHWADA IRRIGATION PROJECT.

ESTIMATED RATE IN AMOUNT


QTY ITEM UNIT
FIGURES/WORDS (RS.)
PART A – WORK PORTION
LIS 2 STAGE-1 :- MOUJE BHOYARE, TQ. MOHOL,
DIST. SOLAPUR
1 Item.No. 1 :- Nos. 43850700.00 43850700
Providing, Supplying, Erecting & Commissioning of
Surge Protection System comprising of Bladder Vessel Rupees Four Crores
with minimum Volume of 40 m3, Pressure rating Thirty Eight Lacs Fifty
minimum 12 Bar with shell-SA 516 Gr.70, Elliptic Cap- Thousand Seven Hundred
SA 516 Gr.70, Coating inside & Outside - Thk 110 Only
Micron (minimum) along with sand blasting SA 2.5 with
Butyl Bladder in vertical position. Vessel Connection 600
mm dia. & Connecting Pipe Size 600 mm dia., M.S., 8
mm thk. With precharge pressure 3 m. 600 mm Isolation
Valve (Confirming to DIN 3352/ BS 5613), Load cell
arrangement, necessary piping, Flanges, Fasteners, Civil
work etc. including all necessary work, all leads & lifts &
royalties. (Location of Valves as per Surge analysis report)
5 Item.No. 2 :- Nos. 350770.00 1753850
Providing, Supplying, Erecting & Commissioning of 3-
Stage Surge Suppression Air Valve (Confirming to
AWWA C 512) of Dia. 150 mm. Pressure rating minimum Rupees Three Lacs Fifty
12 Bar on rising main with all cutting, welding of pipe for Thousand Seven Hundred
Tee (T) connection, Butterfly valve 150 mm for Seventy Only
maintenance purpose and necessary accessories as per the
site requirement. The Valve should have a simple and
robust construction offering high reliability and free
operation with high intake capacity. It should be Non-
Slam Surge Suppression high flow Combination 3-Stage
air valve etc. including all necessary work, all leads & lifts
& royalties. (Location of Valves as per Surge analysis
report)
Item No.3 :- 440700.00 2644200
Providing, Supplying, Erecting & Commissioning of 3-
Stage Surge Suppression Air Valve (Confirming to
AWWA C 512) of Dia. 200 mm. Pressure rating minimum Rupees Four Lacs Forty
12 Bar on rising main with all cutting, welding of pipe for Thousand Seven Hundred
Tee (T) connection, Butterfly valve 200 mm for Only
maintenance purpose and necessary accessories as per the
6 Nos.
site requirement. The Valve should have a simple and
robust construction offering high reliability and free
operation with high intake capacity. It should be Non-
Slam Surge Suppression high flow Combination 3-Stage
air valve etc. including all necessary work and all leads &
lifts & royalties. (Location of Valves as per Surge analysis
report)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 85

ESTIMATED RATE IN AMOUNT


QTY ITEM UNIT
FIGURES/WORDS (RS.)
Item No.4:- 1010550.00 1010550
Providing, Supplying, Erecting & Commissioning of
Vacuum Breaker Air Valve of Dia. 400 mm Pressure
rating minimum 12 Bar on rising main with all cutting,
welding of pipe for Tee (T) connection, Butterfly valve Rupees Ten Lacs Ten
1 Dia. 400 mm for naintenance purpose and necessary Nos. Thousand Five Hundred
accessories as per the site requirement. Valve should have Fifty Only
a free operation with high intake capacity of Vacuum
Breaker Air Valve etc. including all necessary work and
all leads & lifts & royalties. (Location of Valves as per
Surge analysis report)
LIS 2 STAGE-2: MOUJE DARPHAL, TQ. NORTH
SOLAPUR, DIST. SOLAPUR
Item No.5:- 43850700.00 43850700
Providing, Supplying, Erecting & Commissioning of
Surge Protection System comprising of Bladder Vessel
with minimum Volume of 40 m3, Pressure rating Rupees Four Crores
minimum 12 Bar with shell-SA 516 Gr.70, Elliptic Cap- Thirty Eight Lacs Fifty
SA 516 Gr.70, Coating inside & Outside - Thk 110 Thousand Seven Hundred
Micron (minimum) along with sand blasting SA 2.5 with Only
1 Nos.
Butyl Bladder in vertical position. Vessel Connection 600
mm dia. & Connecting Pipe Size 600 mm dia., M.S., 8
mm thk. With precharge pressure 2 m. 600 mm Isolation
Valve (Confirming to DIN 3352/ BS 5613), Load cell
arrangement, necessary piping, Flanges, Fasteners, Civil
work etc. complete including all lead & lifts & royalties.
(Location of Bladder Vessel as per Surge analysis report)
Item No.6:- 440700.00 3084900
Providing, Supplying, Erecting & Commissioning of 3-
Stage Surge Suppression Air Valve (Confirming to
AWWA C 512) of Dia. 200 mm. Pressure rating minimum
12 Bar on rising main with all cutting, welding of pipe for Rupees Four Lacs Forty
Tee (T) connection, Butterfly valve 200 mm for Thousand Seven Hundred
maintenance purpose and necessary accessories as per the Only
7 Nos.
site requirement. The Valve should have a simple and
robust construction offering high reliability and free
operation with high intake capacity. It should be Non-
Slam Surge Suppression high flow Combination 3-Stage
air valve etc. including all necessary work and all leads &
lifts & royalties. (Location of Valves as per Surge analysis
report)
LIS 2 STAGE-3 :- MOUJE SAWARGAON TQ.
TUJAPUR, DIST. DHARASHIV
Item No.7 :- 17525500.00 17525500
Providing, Supplying, Erecting & Commissioning of
Surge Protection System comprising of Bladder Vessel
with minimum Volume of 15 m3, Pressure rating
Rupees One Crores
minimum 6 Bar with shell-SA 516 Gr.70, Elliptic Cap- SA
Seventy Five Lacs Twenty
516 Gr.70, Coating inside & Outside - Thk 110 Micron
Five Thousand Five
(minimum) along with sand blasting SA 2.5 with Butyl
1 Nos. Hundred Only
Bladder in vertical position. Vessel Connection 600 mm
dia. & Connecting Pipe Size 600 mm dia., M.S., 8 mm
thk. With precharge pressure 1 m. 600 mm Isolation Valve
(Confirming to DIN 3352/ BS 5613), Load cell
arrangement, necessary piping, Flanges, Fasteners, Civil
work etc. complete including all lead & lifts & royalties.
(Location of Bladder Vessel as per Surge analysis report)
Item No.8:- 440700.00 2644200
Providing, Supplying, Erecting & Commissioning of 3-
Stage Surge Suppression Air Valve (Confirming to
6 AWWA C 512) of Dia. 200 mm. Pressure rating minimum Nos.
6 Bar on rising main with all cutting, welding of pipe for
Tee (T) connection, Butterfly valve 200 mm for

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 86

ESTIMATED RATE IN AMOUNT


QTY ITEM UNIT
FIGURES/WORDS (RS.)
maintenance purpose and necessary accessories as per the Rupees Four Lacs Forty
site requirement. The Valve should have a simple and Thousand Seven Hundred
robust construction offering high reliability and free Only
operation with high intake capacity. It should be Non-
Slam Surge Suppression high flow Combination 3-Stage
air valve etc. including all necessary work and all leads &
lifts & royalties. (Location of Valves as per Surge analysis
report)

LIS 2 STAGE-4 :-MOUJE PANGARADARAWADI


TQ. TUJAPUR, DIST. DHARASHIV
Item No.9 :- 17525500.00 17525500
Providing, Supplying, Erecting & Commissioning of
Surge Protection System comprising of Bladder Vessel
with minimum Volume of 15 m3, Pressure rating
minimum 6 Bar with shell-SA 516 Gr.70, Elliptic Cap- SA
516 Gr.70, Coating inside & Outside - Thk 110 Micron
Rupees One Crores
(minimum) along with sand blasting SA 2.5 with Butyl
Seventy Five Lacs Twenty
1 Bladder in vertical position. Vessel Connection 600 mm Nos. Five Thousand Five
dia. & Connecting Pipe Size 600 mm dia., M.S., 8 mm Hundred Only
thk. With precharge pressure 0.5 M. 600 mm Isolation
Valve (Confirming to DIN 3352/ BS 5613), Load cell
arrangement, necessary piping, Flanges, Fasteners, Civil
work etc. including all necessary work, all leads & lifts &
royalties. (Location of Valves as per Surge analysis report)

Item No.10:- 350770.00 1052310


Providing, Supplying, Erecting & Commissioning of 3-
Stage Surge Suppression Air Valve (Confirming to
AWWA C 512) of Dia. 150 mm. Pressure rating minimum
6 Bar on rising main with all cutting, welding of pipe for
Tee (T) connection, Butterfly valve 150 mm for
Rupees Three Lacs Fifty
maintenance purpose and necessary accessories as per the
Thousand Seven Hundred
3 site requirement. The Valve should have a simple and Nos. Seventy Only
robust construction offering high reliability and free
operation with high intake capacity. It should be Non-
Slam Surge Suppression high flow Combination 3-Stage
air valve etc. including all necessary work, all leads & lifts
& royalties. (Location of Valves as per Surge analysis
report)

Item No.11:- 440700.00 1762800


Providing, Supplying, Erecting & Commissioning of 3-
Stage Surge Suppression Air Valve (Confirming to
AWWA C 512) of Dia. 200 mm. Pressure rating minimum
6 Bar on rising main with all cutting, welding of pipe for
Tee (T) connection, Butterfly valve 200 mm for
Rupees Four Lacs Forty
maintenance purpose and necessary accessories as per the
Thousand Seven Hundred
4 site requirement. The Valve should have a simple and Nos. Only
robust construction offering high reliability and free
operation with high intake capacity. It should be Non-
Slam Surge Suppression high flow Combination 3-Stage
air valve etc. including all necessary work, all leads & lifts
& royalties. (Location of Valves as per Surge analysis
report)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 87

ESTIMATED RATE IN AMOUNT


QTY ITEM UNIT
FIGURES/WORDS (RS.)
LIS 2 STAGE-5 :- MOUJE SINDHPHAL TQ.
TUJAPUR, DIST. DHARASHIV
Item No.12 :- 18550500.00 37101000
Providing, Supplying, Erecting & Commissioning of
Surge Protection System comprising of Bladder Vessel
with minimum Volume of 15 m3, Pressure rating
minimum 12 Bar with shell-SA 516 Gr.70, Elliptic Cap-
SA 516 Gr.70, Coating inside & Outside – Thk. 110
Micron (minimum) along with sand blasting SA 2.5 with Rupees One Crores
2 Nos.
Butyl Bladder in vertical position. Vessel Connection Eighty Five Lacs Fifty
400 mm dia. & Connecting Pipe Size 400 mm dia., M.S., Thousand Five Hundred
8 mm thk. With precharge pressure 7 M. 400 mm Isolation Only
Valve (Confirming to DIN 3352/ BS 5613), Load cell
arrangement, necessary piping, Flanges, Fasteners, Civil
work etc. including all necessary work, all leads & lifts &
royalties. (Location of Valves as per Surge analysis report)
Item No.13:- 440700.00 2644200
Providing, Supplying, Erecting & Commissioning of 3-
Stage Surge Suppression Air Valve (Confirming to
AWWA C 512) of Dia. 200 mm. Pressure rating minimum
12 Bar on rising main with all cutting, welding of pipe for
Tee (T) connection, Butterfly valve 200 mm for
maintenance purpose and necessary accessories as per the Rupees Four Lacs Forty
6 Nos.
site requirement. The Valve should have a simple and Thousand Seven Hundred
robust construction offering high reliability and free Only
operation with high intake capacity. It should be Non-
Slam Surge Suppression high flow Combination 3-Stage
air valve etc. including all necessary work, all leads & lifts
& royalties. (Location of Valves as per Surge analysis
report)
TOTAL PART A 176450410
PART B –
1% Inssurance on Work Portion 1764504
TOTAL PART B – 1764504
GRAND TOTAL (PART A + PART B) 178214914

(In Words- Rupees Seventeen Crores Eighty Two Lacs Fourteen Thousand Nine Hundred Fourteen Only)

NOTE–
1) The Items included above in Schedule-B are exclusive of GST.)
2) GST On accepted tender cost at prevailing rates. It will be payable (reimbursed) as per applicable rules and
subject to submission of documentary evidence and due verification by the Engineer -In-charge.
3) Percentage above / below should be quoted only on the work portion cost only i.e. on Rs. 176450410.00/-

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 88

WORK PROGRAMME

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


WORK PROGRAMME
NAME OF WORK - DESIGN, MANUFACTURING, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF SURGE PROTECTION
SYSTEM FOR KRISHNA MARATHWADA LIFT IRRIGATION SCHEME NO.2: STAGE 1 TO STAGE 5, TAL. - MOHOL,
TAL- NORTH SOLAPUR DIST.- SOLAPUR AND TAL- TULJAPUR DIST - DHARASHIV UNDER KRISHNA
MARATHWADA IRRIGATION PROJECT.

Month 10

Month 11

Month 12
Month 1

Month 2

Month 3

Month 4

Month 5

Month 6

Month 7

Month 8

Month 9
Total
Sr. No. Particular Unit
Quantity

LIS 2 STAGE-1 :- MOUJE BHOYARE, TQ. MOHOL, DIST.


SOLAPUR
1 Item.No. 1 :- 1 Nos. 1
Providing, Supplying, Erecting & Commissioning of Surge
Protection System comprising of Bladder Vessel with minimum
Volume of 40 m3, Pressure rating minimum 12 Bar with shell-
SA 516 Gr.70, Elliptic Cap- SA 516 Gr.70, Coating inside &
Outside - Thk 110 Micron (minimum) along with sand blasting
SA 2.5 with Butyl Bladder in vertical position. Vessel
Connection 600 mm dia. & Connecting Pipe Size 600 mm dia.,
M.S., 8 mm thk. With precharge pressure 3 m. 600 mm
Isolation Valve (Confirming to DIN 3352/ BS 5613), Load cell
arrangement, necessary piping, Flanges, Fasteners, Civil work
etc. including all necessary work and all leads & lifts. (Location
of Valves as per Surge analysis report)
2 Item.No. 2 :- 5 Nos. 2 2 1
Providing, Supplying, Erecting & Commissioning of 3-Stage
Surge Suppression Air Valve (Confirming to AWWA C 512) of
Dia. 150 mm. Pressure rating minimum 12 Bar on rising main
with all cutting, welding of pipe for Tee (T) connection,
Butterfly valve 150 mm for maintenance purpose and necessary
accessories as per the site requirement. The Valve should have a
simple and robust construction offering high reliability and free
operation with high intake capacity. It should be Non-Slam
Surge Suppression high flow Combination 3-Stage air valve etc.
including all necessary work and all leads & lifts. (Location of
Valves as per Surge analysis report)
3 Item No.3 :- 6 Nos. 3 2 1
Providing, Supplying, Erecting & Commissioning of 3-Stage
Surge Suppression Air Valve (Confirming to AWWA C 512) of
Dia. 200 mm. Pressure rating minimum 12 Bar on rising main
with all cutting, welding of pipe for Tee (T) connection,
Butterfly valve 200 mm for maintenance purpose and necessary
accessories as per the site requirement. The Valve should have a
simple and robust construction offering high reliability and free
operation with high intake capacity. It should be Non-Slam
Surge Suppression high flow Combination 3-Stage air valve etc.
including all necessary work and all leads & lifts. (Location of
Valves as per Surge analysis report)
Month 10

Month 11

Month 12
Month 1

Month 2

Month 3

Month 4

Month 5

Month 6

Month 7

Month 8

Month 9
Total
Sr. No. Particular Unit
Quantity

4 Item No.4:- 1 Nos. 1


Providing, Supplying, Erecting & Commissioning of Vacuum
Breaker Air Valve of Dia. 400 mm Pressure rating minimum 12
Bar on rising main with all cutting, welding of pipe for Tee (T)
connection, Butterfly valve Dia. 400 mm for naintenance
purpose and necessary accessories as per the site requirement.
Valve should have a free operation with high intake capacity of
Vacuum Breaker Air Valve etc. including all necessary work
and all leads & lifts. (Location of Valves as per Surge analysis
report)
LIS 2 STAGE-2: MOUJE DARPHAL, TQ. NORTH
SOLAPUR, DIST. SOLAPUR
5 Item No.5:- 1 Nos. 1
Providing, Supplying, Erecting & Commissioning of Surge
Protection System comprising of Bladder Vessel with minimum
Volume of 40 m3, Pressure rating minimum 12 Bar with shell-
SA 516 Gr.70, Elliptic Cap- SA 516 Gr.70, Coating inside &
Outside - Thk 110 Micron (minimum) along with sand blasting
SA 2.5 with Butyl Bladder in vertical position. Vessel
Connection 600 mm dia. & Connecting Pipe Size 600 mm dia.,
M.S., 8 mm thk. With precharge pressure 2 m. 600 mm
Isolation Valve (Confirming to DIN 3352/ BS 5613), Load cell
arrangement, necessary piping, Flanges, Fasteners, Civil work
etc. complete including all lead & lifts. (Location of Bladder
Vessel as per Surge analysis report)
6 Item No.6:- 7 Nos. 3 4
Providing, Supplying, Erecting & Commissioning of 3-Stage
Surge Suppression Air Valve (Confirming to AWWA C 512) of
Dia. 200 mm. Pressure rating minimum 12 Bar on rising main
with all cutting, welding of pipe for Tee (T) connection,
Butterfly valve 200 mm for maintenance purpose and necessary
accessories as per the site requirement. The Valve should have a
simple and robust construction offering high reliability and free
operation with high intake capacity. It should be Non-Slam
Surge Suppression high flow Combination 3-Stage air valve etc.
including all necessary work and all leads & lifts. (Location of
Valves as per Surge analysis report)
Month 10

Month 11

Month 12
Month 1

Month 2

Month 3

Month 4

Month 5

Month 6

Month 7

Month 8

Month 9
Total
Sr. No. Particular Unit
Quantity

LIS 2 STAGE-3 :- MOUJE SAWARGAON TQ. TUJAPUR,


DIST. DHARASHIV
7 Item No.7 :- 1 Nos. 1
Providing, Supplying, Erecting & Commissioning of Surge
Protection System comprising of Bladder Vessel with minimum
Volume of 15 m3, Pressure rating minimum 6 Bar with shell-
SA 516 Gr.70, Elliptic Cap- SA 516 Gr.70, Coating inside &
Outside - Thk 110 Micron (minimum) along with sand blasting
SA 2.5 with Butyl Bladder in vertical position. Vessel
Connection 600 mm dia. & Connecting Pipe Size 600 mm dia.,
M.S., 8 mm thk. With precharge pressure 1 m. 600 mm
Isolation Valve (Confirming to DIN 3352/ BS 5613), Load cell
arrangement, necessary piping, Flanges, Fasteners, Civil work
etc. complete including all lead & lifts. (Location of Bladder
Vessel as per Surge analysis report)
8 Item No.8:- 6 Nos. 3 2 1
Providing, Supplying, Erecting & Commissioning of 3-Stage
Surge Suppression Air Valve (Confirming to AWWA C 512) of
Dia. 200 mm. Pressure rating minimum 6 Bar on rising main
with all cutting, welding of pipe for Tee (T) connection,
Butterfly valve 200 mm for maintenance purpose and necessary
accessories as per the site requirement. The Valve should have a
simple and robust construction offering high reliability and free
operation with high intake capacity. It should be Non-Slam
Surge Suppression high flow Combination 3-Stage air valve etc.
including all necessary work and all leads & lifts. (Location of
Valves as per Surge analysis report)
LIS 2 STAGE-4 :- MOUJE PANGARADARAWADI TQ.
TUJAPUR, DIST. DHARASHIV
9 Item No.9 :- 1 Nos. 1
Providing, Supplying, Erecting & Commissioning of Surge
Protection System comprising of Bladder Vessel with minimum
Volume of 15 m3, Pressure rating minimum 6 Bar with shell-
SA 516 Gr.70, Elliptic Cap- SA 516 Gr.70, Coating inside &
Outside - Thk 110 Micron (minimum) along with sand blasting
SA 2.5 with Butyl Bladder in vertical position. Vessel
Connection 600 mm dia. & Connecting Pipe Size 600 mm dia.,
M.S., 8 mm thk. With precharge pressure 0.5 M. 600 mm
Isolation Valve (Confirming to DIN 3352/ BS 5613), Load cell
arrangement, necessary piping, Flanges, Fasteners, Civil work
etc. including all necessary work and all leads & lifts. (Location
of Valves as per Surge analysis report)
Month 10

Month 11

Month 12
Month 1

Month 2

Month 3

Month 4

Month 5

Month 6

Month 7

Month 8

Month 9
Total
Sr. No. Particular Unit
Quantity

10 Item No.10:- 3 Nos. 2 1


Providing, Supplying, Erecting & Commissioning of 3-Stage
Surge Suppression Air Valve (Confirming to AWWA C 512) of
Dia. 150 mm. Pressure rating minimum 6 Bar on rising main
with all cutting, welding of pipe for Tee (T) connection,
Butterfly valve 150 mm for maintenance purpose and necessary
accessories as per the site requirement. The Valve should have a
simple and robust construction offering high reliability and free
operation with high intake capacity. It should be Non-Slam
Surge Suppression high flow Combination 3-Stage air valve etc.
including all necessary work and all leads & lifts. (Location of
Valves as per Surge analysis report)
11 Item No.11:- 4 Nos. 2 2
Providing, Supplying, Erecting & Commissioning of 3-Stage
Surge Suppression Air Valve (Confirming to AWWA C 512) of
Dia. 200 mm. Pressure rating minimum 6 Bar on rising main
with all cutting, welding of pipe for Tee (T) connection,
Butterfly valve 200 mm for maintenance purpose and necessary
accessories as per the site requirement. The Valve should have a
simple and robust construction offering high reliability and free
operation with high intake capacity. It should be Non-Slam
Surge Suppression high flow Combination 3-Stage air valve etc.
including all necessary work and all leads & lifts. (Location of
Valves as per Surge analysis report)
LIS 2 STAGE-5 :- MOUJE SINDHPHAL TQ. TUJAPUR,
DIST. DHARASHIV
12 Item No.12 :- 2 Nos. 1 1
Providing, Supplying, Erecting & Commissioning of Surge
Protection System comprising of Bladder Vessel with minimum
Volume of 15 m3, Pressure rating minimum 12 Bar with shell-
SA 516 Gr.70, Elliptic Cap- SA 516 Gr.70, Coating inside &
Outside – Thk. 110 Micron (minimum) along with sand blasting
SA 2.5 with Butyl Bladder in vertical position. Vessel
Connection 400 mm dia. & Connecting Pipe Size 400 mm
dia., M.S., 8 mm thk. With precharge pressure 7 M. 400 mm
Isolation Valve (Confirming to DIN 3352/ BS 5613), Load cell
arrangement, necessary piping, Flanges, Fasteners, Civil work
etc. including all necessary work and all leads & lifts. (Location
of Valves as per Surge analysis report)
Month 10

Month 11

Month 12
Month 1

Month 2

Month 3

Month 4

Month 5

Month 6

Month 7

Month 8

Month 9
Total
Sr. No. Particular Unit
Quantity

13 Item No.13:- 6 Nos. 3 2 1


Providing, Supplying, Erecting & Commissioning of 3-Stage
Surge Suppression Air Valve (Confirming to AWWA C 512) of
Dia. 200 mm. Pressure rating minimum 12 Bar on rising main
with all cutting, welding of pipe for Tee (T) connection,
Butterfly valve 200 mm for maintenance purpose and necessary
accessories as per the site requirement. The Valve should have a
simple and robust construction offering high reliability and free
operation with high intake capacity. It should be Non-Slam
Surge Suppression high flow Combination 3-Stage air valve etc.
including all necessary work and all leads & lifts. (Location of
Valves as per Surge analysis report)

Validate
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 94

SCHEDULE–C
SCHEDULE SHOWING IT EMS OF WORKS AND APPLICABLE SPECIFICATIONS.

Item Applicable Specification


Description of Item
No. Section
LIS 2 STAGE-1 :- MOUJE BHOYARE, TQ. MOHOL, DIST.
SOLAPUR
1 Item.No. 1 :- As per all relevent paras under
Providing, Supplying, Erecting & Commissioning of Surge Protection Standered Specifications and IS
System comprising of Bladder Vessel with minimum Volume of 40 m3, Codes. Also, as per Section
No.8 of Volume-II of this
Pressure rating minimum 12 Bar with shell-SA 516 Gr.70, Elliptic Cap- SA
Tender Document, and as
516 Gr.70, Coating inside & Outside - Thk 110 Micron (minimum) along Directed by Engineer Incharge.
with sand blasting SA 2.5 with Butyl Bladder in vertical position. Vessel
Connection 600 mm dia. & Connecting Pipe Size 600 mm dia., M.S., 8 mm
thk. With precharge pressure 3 m. 600 mm Isolation Valve (Confirming to
DIN 3352/ BS 5613), Load cell arrangement, necessary piping, Flanges,
Fasteners, Civil work etc. including all necessary work and all leads & lifts.
(Location of Valves as per Surge analysis report)

2 Item.No. 2 :- As per all relevent paras under


Providing, Supplying, Erecting & Commissioning of 3-Stage Surge Standered Specifications and IS
Suppression Air Valve (Confirming to AWWA C 512) of Dia. 150 mm. Codes. Also, as per Section
No.6 of Volume-II of this
Pressure rating minimum 12 Bar on rising main with all cutting, welding of
Tender Document, and as
pipe for Tee (T) connection, Butterfly valve 150 mm for maintenance Directed by Engineer Incharge.
purpose and necessary accessories as per the site requirement. The Valve
should have a simple and robust construction offering high reliability and
free operation with high intake capacity. It should be Non-Slam Surge
Suppression high flow Combination 3-Stage air valve etc. including all
necessary work and all leads & lifts. (Location of Valves as per Surge
analysis report)

3 Item No.3 :- As per all relevent paras under


Providing, Supplying, Erecting & Commissioning of 3-Stage Surge Standered Specifications and IS
Suppression Air Valve (Confirming to AWWA C 512) of Dia. 200 mm. Codes. Also, as per Section
No.6 of Volume-II of this
Pressure rating minimum 12 Bar on rising main with all cutting, welding of
Tender Document, and as
pipe for Tee (T) connection, Butterfly valve 200 mm for maintenance Directed by Engineer Incharge.
purpose and necessary accessories as per the site requirement. The Valve
should have a simple and robust construction offering high reliability and
free operation with high intake capacity. It should be Non-Slam Surge
Suppression high flow Combination 3-Stage air valve etc. including all
necessary work and all leads & lifts. (Location of Valves as per Surge
analysis report)

4 Item No.4:- As per all relevent paras under


Providing, Supplying, Erecting & Commissioning of Vacuum Breaker Air Standered Specifications and IS
Valve of Dia. 400 mm Pressure rating minimum 12 Bar on rising main with Codes. Also, as per Section
No.7 of Volume-II of this
all cutting, welding of pipe for Tee (T) connection, Butterfly valve Dia. 400
Tender Document, and as
mm for naintenance purpose and necessary accessories as per the site Directed by Engineer Incharge.
requirement. Valve should have a free operation with high intake capacity of
Vacuum Breaker Air Valve etc. including all necessary work and all leads &
lifts. (Location of Valves as per Surge analysis report)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 95

Item Applicable Specification


Description of Item
No. Section
LIS 2 STAGE-2: MOUJE DARPHAL, TQ. NORTH SOLAPUR, DIST.
SOLAPUR
As per all relevent paras under
5 Item No.5:-
Standered Specifications and IS
Providing, Supplying, Erecting & Commissioning of Surge Protection Codes. Also, as per Section
System comprising of Bladder Vessel with minimum Volume of 40 m3, No.8 of Volume-II of this
Tender Document, and as
Pressure rating minimum 12 Bar with shell-SA 516 Gr.70, Elliptic Cap- SA
Directed by Engineer Incharge.
516 Gr.70, Coating inside & Outside - Thk 110 Micron (minimum) along
with sand blasting SA 2.5 with Butyl Bladder in vertical position. Vessel
Connection 600 mm dia. & Connecting Pipe Size 600 mm dia., M.S., 8 mm
thk. With precharge pressure 2 m. 600 mm Isolation Valve (Confirming to
DIN 3352/ BS 5613), Load cell arrangement, necessary piping, Flanges,
Fasteners, Civil work etc. complete including all lead & lifts. (Location of
Bladder Vessel as per Surge analysis report)
6 As per all relevent paras under
Item No.6:-
Standered Specifications and IS
Providing, Supplying, Erecting & Commissioning of 3-Stage Surge Codes. Also, as per Section
Suppression Air Valve (Confirming to AWWA C 512) of Dia. 200 mm. No.6 of Volume-II of this
Tender Document, and as
Pressure rating minimum 12 Bar on rising main with all cutting, welding of
Directed by Engineer Incharge.
pipe for Tee (T) connection, Butterfly valve 200 mm for maintenance
purpose and necessary accessories as per the site requirement. The Valve
should have a simple and robust construction offering high reliability and
free operation with high intake capacity. It should be Non-Slam Surge
Suppression high flow Combination 3-Stage air valve etc. including all
necessary work and all leads & lifts. (Location of Valves as per Surge
analysis report)
LIS 2 STAGE-3 :- MOUJE SAWARGAON TQ. TUJAPUR, DIST.
DHARASHIV
7 As per all relevent paras under
Item No.7 :-
Standered Specifications and IS
Providing, Supplying, Erecting & Commissioning of Surge Protection Codes. Also, as per Section
System comprising of Bladder Vessel with minimum Volume of 15 m3, No.8 of Volume-II of this
Tender Document, and as
Pressure rating minimum 6 Bar with shell-SA 516 Gr.70, Elliptic Cap- SA
Directed by Engineer Incharge.
516 Gr.70, Coating inside & Outside - Thk 110 Micron (minimum) along
with sand blasting SA 2.5 with Butyl Bladder in vertical position. Vessel
Connection 600 mm dia. & Connecting Pipe Size 600 mm dia., M.S., 8 mm
thk. With precharge pressure 1 m. 600 mm Isolation Valve (Confirming to
DIN 3352/ BS 5613), Load cell arrangement, necessary piping, Flanges,
Fasteners, Civil work etc. complete including all lead & lifts. (Location of
Bladder Vessel as per Surge analysis report)
8 As per all relevent paras under
Item No.8:-
Standered Specifications and IS
Providing, Supplying, Erecting & Commissioning of 3-Stage Surge Codes. Also, as per Section
Suppression Air Valve (Confirming to AWWA C 512) of Dia. 200 mm. No.6 of Volume-II of this
Tender Document, and as
Pressure rating minimum 6 Bar on rising main with all cutting, welding of
Directed by Engineer Incharge.
pipe for Tee (T) connection, Butterfly valve 200 mm for maintenance
purpose and necessary accessories as per the site requirement. The Valve
should have a simple and robust construction offering high reliability and
free operation with high intake capacity. It should be Non-Slam Surge
Suppression high flow Combination 3-Stage air valve etc. including all
necessary work and all leads & lifts. (Location of Valves as per Surge
analysis report)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 96

Item Applicable Specification


Description of Item
No. Section
LIS 2 STAGE-4 :-MOUJE PANGARADARAWADI TQ. TUJAPUR,
DIST. DHARASHIV
9 Item No.9 :- As per all relevent paras under
Providing, Supplying, Erecting & Commissioning of Surge Protection Standered Specifications and IS
System comprising of Bladder Vessel with minimum Volume of 15 m3, Codes. Also, as per Section
Pressure rating minimum 6 Bar with shell-SA 516 Gr.70, Elliptic Cap- SA No.8 of Volume-II of this
516 Gr.70, Coating inside & Outside - Thk 110 Micron (minimum) along Tender Document, and as
with sand blasting SA 2.5 with Butyl Bladder in vertical position. Vessel Directed by Engineer Incharge.
Connection 600 mm dia. & Connecting Pipe Size 600 mm dia., M.S., 8
mm thk. With precharge pressure 0.5 M. 600 mm Isolation Valve
(Confirming to DIN 3352/ BS 5613), Load cell arrangement, necessary
piping, Flanges, Fasteners, Civil work etc. including all necessary work and
all leads & lifts. (Location of Valves as per Surge analysis report)
10 Item No.10:- As per all relevent paras under
Providing, Supplying, Erecting & Commissioning of 3-Stage Surge Standered Specifications and IS
Suppression Air Valve (Confirming to AWWA C 512) of Dia. 150 mm. Codes. Also, as per Section
Pressure rating minimum 6 Bar on rising main with all cutting, welding of No.6 of Volume-II of this
pipe for Tee (T) connection, Butterfly valve 150 mm for maintenance Tender Document, and as
purpose and necessary accessories as per the site requirement. The Valve Directed by Engineer Incharge.
should have a simple and robust construction offering high reliability and
free operation with high intake capacity. It should be Non-Slam Surge
Suppression high flow Combination 3-Stage air valve etc. including all
necessary work and all leads & lifts. (Location of Valves as per Surge
analysis report)
11 Item No.11:- As per all relevent paras under
Providing, Supplying, Erecting & Commissioning of 3-Stage Surge Standered Specifications and IS
Suppression Air Valve (Confirming to AWWA C 512) of Dia. 200 mm. Codes. Also, as per Section
Pressure rating minimum 6 Bar on rising main with all cutting, welding of No.6 of Volume-II of this
pipe for Tee (T) connection, Butterfly valve 200 mm for maintenance Tender Document, and as
purpose and necessary accessories as per the site requirement. The Valve Directed by Engineer Incharge.
should have a simple and robust construction offering high reliability and
free operation with high intake capacity. It should be Non-Slam Surge
Suppression high flow Combination 3-Stage air valve etc. including all
necessary work and all leads & lifts. (Location of Valves as per Surge
analysis report)
LIS 2 STAGE-5 :- MOUJE SINDHPHAL TQ. TUJAPUR, DIST.
DHARASHIV
12 Item No.12 :- As per all relevent paras under
Providing, Supplying, Erecting & Commissioning of Surge Protection Standered Specifications and IS
System comprising of Bladder Vessel with minimum Volume of 15 m3, Codes. Also, as per Section
Pressure rating minimum 12 Bar with shell-SA 516 Gr.70, Elliptic Cap- SA No.8 of Volume-II of this
516 Gr.70, Coating inside & Outside – Thk. 110 Micron (minimum) along Tender Document, and as
with sand blasting SA 2.5 with Butyl Bladder in vertical position. Vessel Directed by Engineer Incharge.
Connection 400 mm dia. & Connecting Pipe Size 400 mm dia., M.S., 8
mm thk. With precharge pressure 7 M. 400 mm Isolation Valve (Confirming
to DIN 3352/ BS 5613), Load cell arrangement, necessary piping, Flanges,
Fasteners, Civil work etc. including all necessary work and all leads & lifts.
(Location of Valves as per Surge analysis report)

13 Item No.13:- As per all relevent paras under


Providing, Supplying, Erecting & Commissioning of 3-Stage Surge Standered Specifications and IS
Suppression Air Valve (Confirming to AWWA C 512) of Dia. 200 mm. Codes. Also, as per Section
Pressure rating minimum 12 Bar on rising main with all cutting, welding of No.6 of Volume-II of this
pipe for Tee (T) connection, Butterfly valve 200 mm for maintenance Tender Document, and as
purpose and necessary accessories as per the site requirement. The Valve Directed by Engineer Incharge.
should have a simple and robust construction offering high reliability and
free operation with high intake capacity. It should be Non-Slam Surge
Suppression high flow Combination 3-Stage air valve etc. including all
necessary work and all leads & lifts. (Location of Valves as per Surge
analysis report)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 97

SECTION- F
B-1 TENDER FORM

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 98

B-1 TENDER FORM

PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS GODAWARI


MARATHWADA IRRIGATION DEVELOPMENT CORPORAT ION, CHH. SAMBHAJINAGAR

CIRCLE : SUPERINTENDING ENGINEER, DHARASHIV. IRRIGATION CIRCLE,


DHARASHIV.

DIVISION : EXECUTIVE ENGINEER, KRISHNA MARATHWADA


CONSTRUCTION Division No 1. DHARASHIV.

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 and also on the official web site of Govt of Maharashtra.

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 the earnest money and
additional earnest money if required to be deposited with the tender, and the amount of the security
deposit and additional security deposit if required to be deposited by the successful Bidder and the
percentage if any, to be deducted from bills. Copies of the specifications, designs and drawings,
estimated rates, scheduled rates and any other Documents required in connection with the work shall
be signed by the Executive Engineer for the purpose of identification and shall also be open for
inspection by contractors at the office of the Executive Engineer, during office hours.

Where the works are proposed to be executed according to the specifications recommended by
a contractor and approved by a competent authority on behalf of the corporation such specifications
with designs and drawings shall form part of the accepted tender.

2. In the event of the tender being 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 authorising him to do so as mentioned in detailed tender notice.

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

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

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 provision of sub -clause (ii)
above, be refunded to him on his passing receipt thereof.

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

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 99

having authority to give effectual receipts of the firm.

4.) Any person who submits a tender shall fill uponline 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 percentage on all the estimated rates shall be named.

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

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

7.) No 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 Corporation unless it is signed by
the Executive Engineer.

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

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

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

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

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

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

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

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 100

B-1 TENDER FORM

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

TENDER FOR WORK :

1. I/We hereby tender for the execution for the Godavari Marathwada * in figure as wellas in

Irrigation Development Corporation, Chhatrapati Sambhajinagar (here- words.

in-before and here- in-after referred to as Corporation) of the work specified

in memorandum as enclosed within the time specified in such memorandum

at *Rate to be quoted in BOQ online ........%

.......................................... percent below/above the estimated rates entered in

Schedule B (memorandum showing items of work to be carried out) and in

accordance in all respects with the specifications, designs, drawings and

instructions in writing referred in Rule 1 hereof.

2. l / We agree that the offer shall remain open for acceptance for a * Amount to be

minimum period of 120 days from the date fixed for opening the same & specified inwords

thereafter until it is withdrawn by me/us by notice in writing duly addressed to and in figures.

the authority opening the tenders and sent by registered post AD or otherwise

delivered at the office of such authority. The amount of earnest money shall

not bear interest and shall be liable to be forfeited to the Corporation should

I/We fail to (I) abide by the stipulation to keep the offer open for the period

mentioned above or (2) sign and complete the contract Documents as required

by the Engineer and furnish the security deposit and additional security

deposit if any as specified in item (v) and (vi) of the memorandum enclosed

within the time limit laid down in clause (1) of 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 aforesaid.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 101

MEMORANDUM

i. General description : Design, Manufacturing, Supply, Erection, Testing and


Commissioning Of Surge Protection System For
Krishna Marathwada Lift Irrigation Scheme No.2:
Stage 1 To Stage 5, Tal. - Mohol, Tal- North Solapur
Dist.- Solapur and Tal- Tuljapur Dist- Dharashiv Under
Krishna Marathwada Irrigation Project.
ii. Estimated cost (Cost put to tender) : Rs. 1782.14 Lakhs

iii. Tender processing Fee Rs. 5900 /- (including GST) Tender processing fee to
be paid through E- payment gate way

iv. Earnest money (EMD) : Rs. 8.91 Lakh /-

v. Additional Performance SD (if As applicable.


required as applicable specified in 5.5
Tender Data of Section E in the
form of Demand Draft / Bank
Guarantee.)
vi. Security Deposit (Total 2%) : Total Security Deposit Rs. 35.64 Lakhs

a) Initial 1 % Rs.17.82 Lakh


In form of D.D./ B.G./ F.D.R. and Bank Guarantee
(1% of the accepted Tender Cost)
(BG)/ FDR should be of any Scheduled, Nationalized
Bank Branch situated in State of Maharashtra, with
validity of 1 month extra in addition to defect liability
period

b) S.D. through R A bills : Rs.17.82 Lakh


Through R.A. bills
(1 % of the accepted Tender Cost)
(It shall be recovered through Running Account Bills
till 50% of work is completed

c) Additional Security Deposit on : As applicable


excess work (CL. 38/37 & E.I.R.L.) is 2
% of excess work.

vii. Percentage, if any, to be deducted from : 2 % (two)


bills so as to make up the total amount
required as security deposit (by the time,
half the work as measured by the cost of
work done is completed).

viii. Time allowed for completion of work : 12 Calendar months


from date of written work order.

h Defect liability period. : Defect(s) liability period will be 24 months. Defect


liability period starts from the completion date of
work (i.e., start of maintenance period) Defect
liability period and mantenanace period shall starts
simulteniously.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 102

Signature of Contractor Signature of Witness


Address___________________ Address___________________
_________________________ _________________________

Dated the ______ day of _____________2024

The above tender is hereby accepted by me for and on behalf of the Corporation.

Dated the ______ day of _____________2024

Signature of the officer by whom accepted.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 103

SECTION- G
GENERAL CONDITIONS OF CONTRACT

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 104

CONDITIONS OF CONTRACT
CLAUSE 1-
(A) Security (A) Security Deposit:-
Deposit
P.W.D. The person / persons whose Tender may be accepted (hereinafter called the
Resolution No. contractor, which expression shall unless excluded by or repugnant to the
CAT/ 1087/ context include his heirs, executors, administrators, and assigns) shall (A)
CR-94/ within 15 days of the receipt by him of the notification of the acceptance of
Bldg.2, dt. his tender, deposit with the Executive Engineer in the form of demand draft in
14-6-89 favour of the Executive Engineer a sum sufficient which will make up the
initial security deposit specified in the memorandum. It shall be lawful for the
corporation at the time of making any payment to the contractor for work done
under contract to make up the full amount of Security Deposit as
specified in memorandum by deducting a sufficient sum at the rates specified in
memorandum from every such payment as last aforesaid until the full
amount of Security Deposit is made up. All compensation or other sums of
money payable by the contractor to corporation under the terms of his
contract may be deducted from or paid by the sale of sufficient part of his
security deposit or from the interest arising there from, or from any sums
which may be due or may become due by Corporation to the contractor
under any other contract or transaction of any nature on any account
whatsoever, and in the event of his security deposit being reduced by reason of
any such deduction or sale as aforesaid, the contractor shall, within ten days
thereafter, make good in Demand Draft 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.
(B) Additional Additional Performance Security deposit:-
Performance
If offer quoted by the bidder is below the cost put to tender, the L1 Bidder shall
Security
Deposit submit D.D. or B.G. of additional performance security deposit within 2
working days from the date of opening of financial bid, no extension for this
period in any case.
(I) If the bidder quote his offer 1% to 10 % below with respect to the cost put
to tender, bidder shall submit the Demand Draft or BG of the amount
equal to 1% of cost put to tender subject to minimum Rs.1000/- towards
performance security deposit.
(II) If the bidder quotes his offer more than 10% below (offer below than10%)
the cost put to tender, bidder shall submit the Demand Draft or BG of the
cumulative amount which is equal to the amount by which offer is more
than 10% below plus the amounts as per (i) above subject to minimum
Rs. 1000/- (For example, for 14% below rate, 1% + (14% - 10%) i.e. 4%,
than total 5% of the cost put to tender.
(III) If the bidder quotes his offer more than 15% below (offer below than
15%) the cost put to tender, bidder shall submit the Demand Draft or BG
of two times of the cumulative amount which is equal to the amount
by which offer is more than 15% below plus the amounts as per (ii) above
subject to minimum Rs. 1000/- (For example, for 19% below rate, 6% +
(19% - 15%)x2 = i.e. 14%)

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 105

(IV) The amount of performance security shall be calculated on rounding of


amount put to notice up to two decimal places.(V) Demand Draft / BG
/ FDR shall be drawn in the name of Executive Engineer, Krishna
Marathwada Construction Division No.1, Dharashiv.
(VI) Demand Draft / BG shall be drawn from Nationalized or Public Sector
Undertaking Banks.
(VII) The BG shall be valid up to one month after defect liability period
counted from the date of opening of financial bid. Validity of Demand
Draft shall be minimum 3 months from the date of opening of
financial bid.
(VIII) The Executive Engineer shall refund the amount of Additional
Performance Security deposit within three months after completion of
work successfully.
(IX) If the bidder submits false documents / Demand Draft / BG / FDR in
tender process, EMD, Security Deposit & Additional Performance
Security Deposit of the bidder shall be forfeited & the bidder shall be
liable for action as per prevalent rules.
(X) Executive Engineer shall issue the work order only after encasing the
Demand Draft of the lowest bidder.
(XI) If L1 bidder doesn‟t submit Additional Performance Security Deposit
within the period said above, his EMD shall be forfeited & shall be
disqualified for two years in future tenders. L2 bidder shall be called for
tender procedure at the Rate of L1 bidder with same terms & conditions.

(C) Security Security deposit on account of additional work as per provision of clause
deposit on 14, 38 and extra items:-
account of
During the course of execution of work if the amount of work; increased as per
additional
the provision of clause 14, 38 and due to extra item then additional security
work as per
deposit will be deducted from the bills as provided in para 5.5.7(c)
provision of
clause 14, 38 The amount of the security deposit lodged by a contractor shall be refunded
and extra along with the payment of the final bill, if the date upto which the contractor
items:- 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 final bill. The amount of security deposit retained by the
Corporation 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 upto which the contractor has agreed to maintain the work in good order
then, subject to provisions of Clauses 17 and 20 hereof the amount of Security
Deposit retained by Corporation shall be adjusted towards the excess cost
incurred by the department on rectification work.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 106

Compenstion CLAUSE 2 -
for delay
The time allowed for carrying out the work as entered in the tender shall be
strictly observed by the contractor and shall be reckoned from the date on which
the order to commence work is given to the contractor.
The work shall through out the stipulated period of the contract be proceeded
with,with all due diligence (time being deemed to be the essence of the
contractor the part of the contractor) and further to ensure good progress during
the execution of the work, the contractor shall be bound in all cases in which
the time allowed for any work exceeds one month to complete.

Full work to be completed in 24 Calendar months full time limit (including


monsoon) as per work programme.

In the event of the Contractor failing to comply with this conditions 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 Superintending Engineer should be the final authority in this respect,
irrespective of the fact that the tender is accepted by Chief Engineer /
Additional Chief Engineer / Superintending Engineer/ Executive Engineer or
Assistant Executive Engineer / Deputy Engineer.

Action when CLAUSE 3 –


whole of
security In any case in which under any clause of this contract the Contractor shall have
depositis rendered himself liable to pay compensation amounting to the whole of his
forfeited security deposit as specified at para (e) of the memorandum or in the case of
abandonment of the work owing to serious illness or death of the Contractor or
any other cause, the Executive Engineer, on behalf of the Corporation, shall
have power to adopt following course. as he may deem best suited to the interest
of Corporation.

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


contractor under the hand of Executive Engineer shall be conclusive evidence)
and in that case the security deposit of the contractor shall stand forfeited and
be absolutely at the disposal of Corporation.

b) To carry out the work or any part of the work departmentally debiting the
contractor with the cost of the work, expenditure incurred on tools and plant,
and charges on additional supervisory staff including the cost of work-charged
establishment employed for getting the un-executed part of the work completed
and crediting him with the value of the work done departmentally in all respects
in the same manner and at the same rates as if it had been carried out by the
contractor under the terms of his contract. The certificate of the Executive
Engineer as to the costs and other allied expenses so incurred and as to the
value of the work so done departmentally shall be final and conclusive against
the contractor.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 107

c) To order that the work of the contractor be measured up and to take such part
thereof as shall be unexecuted out of his hands, and to give it to another
contractor to complete, in which case all expenses incurred on advertisement for
fixing a new contracting agency, additional supervisory staff including the cost
of work charged establishment and the cost of the work executed by the new
contract agency will be debited to the contractor and the value of the work done
or executed through the new contractor shall be credited to the contractor in all
respects and in the same manner and at the same rates as if it had been carried
out by the contractor under the terms of his contract. The certificate of the
Executive Engineer as to all the cost of the work and other expenses incurred as
aforesaid for or in getting the unexecuted work done by the new contractor and
as to the value of the work so done shall be final and conclusive against the
contractor,
In case the contract shall be rescinded under clause (a) above, the
contractor shall not be entitled to recover or be paid, any sum for any work
therefore actually performed by him under this contract unless and until the
Executive Engineer shall have certified in writing the performance of the such
work and the amount payable to him in respect thereof and he shall only be
entitled to be paid the amount so certified. In the event of either of the
courses referred to in clause (b) or (c) being adopted and the cost of the work
executed departmentally or through a new contractor and other allied expenses
exceeding the. value of such work credited to the contractors the amount of
excess shall be deducted from any money due to the contractor, by
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 the
three courses mentioned in clause (a), (b) or (c) being adopted and the cost
of the work executed exceeding the value of such work credited to the
contractors the amount by 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 the 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.

Action when CLAUSE 4 –


the progress of If the progress of any particular portion of the work is unsatisfactory the
any particular Executive Engineer shall not with standing that the general progress of the work
portion of the is in accordance with the conditions mentioned in clause 2, be entitled to take
work is action as under after giving the Contractor Ten (10) days notice in writing.
unsatisfactory.
The Engineer-in-charge will have to order that the work of the Contractor be
measured up and to take such part there of as shall be unexecuted out of his
hands, and to give it to another Contractor to complete, in which case all expenses

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 108

incurred to advertisements for fixing a new contracting agency, additional


supervisory staff including the cost of work charged establishment and the cost of
the work executed by the new contract agency will be debited to the Contractor
and the value of the work done or executed through the new Contractor
(including escalation due) shall be credited to the Contractor in all respects and in
the same manner and at the same rates as if it had been carried out by the
Contractor under the terms of his contract. The certificate of the Executive
Engineer as to all the cost of the work and other expenses incurred as aforesaid
for or in getting the unexecuted work done by the new Contractor and as to
thevalue of the work so done shall be final and conclusive against the Contractor.
In case the cost of the work executed through a new Contractor and other allied
expenses exceeding the value ofsuch work credited to the Contractor, the amount
of excess shall be deducted from any money due to the Contractor by
Government or Corporation under the contract or otherwise howsoever or from
his security deposit and Additional Security Deposit or the sale proceeds thereof
provided, however, thatthe Contractor shall have no claim against Corporation
even if the certified value of the work done through a new Contractorexceeds the
certified cost of such work and allied expenses. The Contractor shall have no
claims to compensation for anyloss sustained by him by reason of his having
purchased, orprocured any materials, or entered into any engagements, ormade
any advances on account of with a view to theexecution of the work or the
performance of the contract.The Contractor of the whole work shall not be
considered eligible to tender for the execution of work so withdrawn fromthis
contract. The contractor will have no claim for compensation, for any loss
sustained by him owing to such action.

Contractor CLAUSE 5 –
remains liable
to pay In any case in which any of the powers conferred upon the Executive Engineer by
compensation clauses 3 and 4 here of shall have become exercisable and the same shall not have
been exercised the non-exercise there of shall not constitute a waving of any of
if action not
the conditions hereof and such powers shallnot withstanding be exercisable in the
taken under
clauses 3 and 4 event of any future case of default by the Contractor for which under any clauses
hereof he is declared liable to pay compensation amounting tothe whole of his
security deposit and additional security deposit and the liability of Contractor for
past & future compensation shall remain unaffected.

Power to take In the event of the Executive Engineer taking action under clause 3, he may, ifhe
possession of so desires, take possession of all or any tools plant,materials and stores in or upon
or require the work of the site thereof or belonging to the Contractor, or procured by him
removal of and intendedto be used for the execution of the work or any part thereof, Paying
or sale or allowing for the same in account at the contractrates, or in the case of contract
contractor’s
rates not being applicable at current market rates to be certified by the Executive
plant
Engineerwhose certificate there of 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 otherauthorised agent require him to remove such tools and
plants, 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
expenses or sell them by auction or private sale on account of the Contractor and

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 109

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 expenses of any
such sale shall be final and conclusive against the Contractor.
Extension of CLAUSE 6 –
time
If the contractor shall desire an extension of the time for 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 may, with prior approval of the officer accepting the
tender, if in his opinion, there are reasonable grounds for granting any extension,
grant such extension as he thinks necessary or proper. The decision of the
Authority accepting the tender in this matter shall be final. In case of delay in
handing over the land required for the work due to unforeseen causes the
contractor shall not be entitled for any compensation whatsoever from
Government or Corporation, on the ground that machinery, material & labour was
idle for certain period.

Completion CLAUSE 7 –
Certificate
On the completion of the work within a period the Contractor shall be furnished
with a certificate by the Executive Engineer (here in after called Engineer-in-
Charge) of such completion, but no such certificate shall be given or shall the
work beconsidered to be completed 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 or upon which the
work has been executed or of which he may have had possession for the purpose
of executive the work, or untilthe work have been measured by the Engineer-in-
Charge or where the measurements have been taken by his subordinates until
they have received approval of the Engineer-in-charge, the said measurements
being binding and conclusive against contractor. If the contractor shall fail
tocomply with the requirements of this clause as to the removal of scaffolding
surplus materials and rubbish and cleaning ofdirt on or before the date fixed for
the completion of the workthe Engineer-in-Charge may at the expenses of the
contractor, remove such scaffolding, surplus materials andrubbish & dispose off
the same as he thinks fit and clean off such dirt as aforesaid and the Contractor
shall forthwith pay such amount of all expenses so incurred, but shall have
noclaim in respect of any such scaffolding or surplus materials as aforesaid
except for any sum actually realised by the sale thereof.

Payment on CLAUSE 8-
inter- mediate
No payment shall be made for any work estimated to cost less than Rupees One
certificate to
thousand till after the whole of work shall have been completed and a certificate
be regarded
of completion given. But in thecase of works estimated to cost more than Rupees
as advances.
One thousand the contractor shall on submitting a monthly bill therefore be

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 110

entitled to receive payment proportionate to thepart of the work then approved


and passed by the Engineer-in-charge, whose certificate of such approval and
passing ofthe 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 beremoved or taken away &
reconstructed or re-erected nor shall any such payment be considered as an
admission of thedue performance of the contract or any part thereof in anyrespect
or the occurring of any claim, or shall it conclude,determine or effect in any other
way the power of theEngineer-in-charge as to the final settlement and
adjustmentof the accounts or otherwise, or in any other way vary or effectthe
contract. The final bill shall be submitted by the contractor within one month of
the date fixed for the completion of thework, 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 the parties.

Payment at CLAUSE 9 –
reduced rates
on account of The rates of several items of work estimated to cost more than Rs. 1,000/- agreed
items of work to within, shall be valid only when item concerned is accepted as having been
Not accepted completed fully inaccordance with the sanctioned specifications. In cases
as completed, wherethe items of work are not accepted as so completed by the Engineer-in-
to be at the Charge may make payment on account of suchitems at such reduced rates as he
discretion of may consider reasonable inthe preparation of final or on Running account bills.
the Engineer-
in-charge

Bill to be CLAUSE 10 –
Submitted
Monthly A). Before starting of work all the initial ground levels/ foundation levels shall
be taken by the authorized engineer of contractor in the presence of Engineer-
In-Charge representative and same shall be signed by the contractor in token of
his acceptance, also to be checked by Engineer-In-Charge representative. A
computerized L-Section, Cross Sections and Plan showing levels should be
prepared by contractor, representative and submitted to executive engineer
based on above measurements, without which work will Not be started.

Contractor shall employ a qualified Engineer as his authorized representative to


be present while taking measurements of all executed works by engineer of the
corporation.

Running Account bill shall. be submitted by the contractor in each month on or


before 10th day for all work executed in the previous month on the basis of
measurements taken by him or his authorized engineer.
The format of Running Account Bills and measurement sheet is as annexed to
this document.
The measurements for payments of Running Account Bills shall be taken by the
authorized Engineer of the Corporation in the presence of the contractor or his
authorized engineer and shall be recorded in Measurement Book of the
Corporation within 10 days after submission of bill by contractor. Based on the
above measurements by the contractor shall have to submit his Running
Account Bills in the bill format given by the Corporation.
If the contractor does not submit the bill within the time fixed as aforesaid, the

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 111

Engineer-in-charge with a prior notice of 7 days to the contractor may depute a


subordinate to measure the said work in presence of the contractor or his duly
authorized agent whose counter signature to / on the measurements
shall be sufficient warrant and Engineer-in-charge may prepare a bill from
such measurements which shall be binding on the contractor in all respects.
If the contractor or his representative doesn't remain present on the date
specified for taking measurements as specified above, then the Engineer-in-
charge shall order that the measurements be taken in absence on any day after
10 days and in this eventuality the bill prepared by the Executive
Engineer shall be binding on the contractor in all respects. As far as possible the
payment of the bills will be made monthly to the extent of availability of funds
for the work under this contract.

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

Bill to be on CLAUSE 11–


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

No Stores CLAUSE12–
supplied by
No Materials shall be supplied by the corporation. All the materials required for
Corporation
the work shall be supplied by the contractor at his cost. All such materials shall
be kept by the contractor under custody and that will be accessible for
inspection by Engineer-incharge or his authorized representative at all times.

Works to be CLAUSE 13–


executed in
The contractor shall execute the whole and every part of thework in the most
accordance
substantial and workman like manner, andboth as regards materials and every
with
other respect in strict accordance with specifications. The contractor shall also
specifications,
confirm exactly, fully and faithfully to the designs, drawing sand instructions in
drawings,
writing relating to the work signed by the Engineer-in-Charge and lodged in his
orders etc.
office and to which the contractor shall be entitled to have access for the purpose
.
ofinspection at such office, or on the site of work during office hours. The
Contractor shall be entitled to receive three sets of contract drawings and working
drawings as well as one certified copy of the accepted tender along with the work
order free of cost.
Further copies of the contract drawings and working drawings if required by
him, shall be supplied at the rate of Rs. 10,000/- per set of contract Drawings and
Rs. 2,000/- per working drawing except where otherwise specified.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 112

Alterations in CLAUSE 14–


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

CLAUSE 15–
No claim to 1) If at any time after the execution of the contract documents the Engineer shall
any payment for any reason whatsoever (other thandefault on the part of the Contractor for
or which the Corporation is entitled to rescind the contract) desires thatthe whole or
compensation any part of the work specified in the tender should be suspended for any period
for alteration or that the whole orpart of the work should not be carried out at all, he shall give
in or to the Contractor a notice in writing of such desire and upon receipt of a such
restriction of notice the Contractor shall forthwith suspend or stop the work wholly or in a part
work. as required, after having due regard to the appropriate stageat which the work
should be stopped or suspended, so asnot to cause any damage or injury to the
work already done or endanger the safety thereof, provided that the decision of
the engineer to the stage at which the work or any part of it could be or would
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 suspensions, stoppage or curtailment except to the extent specified
hereinafter.

2) Where the total suspension of work ordered as aforesaid continued for


continuous period exceeding 90 days the contractor shall be at liberty to
withdraw from the contractual obligations under the contract so far as it pertains
to the unexecuted part of the work by giving a 10 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 bill. Upon giving such notice the Contractor shall

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 113

be deemed to have been discharged from his obligations to complete the


remaining unexecuted work under this 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 aperiod of 90 days from the
receipt of such notice in respectof the work already done by the Contractor. Such
payment shall notin any manner prejudice the right of the Contractor to any
further compensation under the remaining provision of this clause.
.
3) Where the Engineer-in-Charge requires the Contractor to suspend the work
for a period in excess of 30 days at anytime or 60 days in the aggregate, the
Contractor shall beentitled to apply to the Engineer within 30 days of the
resumption of the work after such suspension for payment of compensation to
the extent of pecuniary loss sufferedby him in respect of working machinery
remained idle onthe site or the account of his having and to pay the salaryor
wages of labour engaged by him during the said periodof suspension provided
always that the Contractor shallnot be entitled to any claim in respect of any
such working machinery, salary or wages for the first thirty days whether
rconsecutive or in the aggregate of such suspension or inrespect or 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 the Engineer under sub
clause (1) in that behalf.
OR
ii.) Withdrawal by the Contractor from the Contractual obligations to
complete the remaining unexecuted workunder sub-clause (2) on
account of continued suspension of work for a period exceeding 120
days
OR
iii.) Curtailment in the Quantity of item originally tendered on account
of any alteration, omission or substitution inthe specifications, drawings,
designs or instruction 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 inthe 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 contractor obligations under the contract on account of the continued
suspension of work or (iii.) Notice under the Clause 15 (1) resulting in
such curtailment to produce to the Engineer satisfactory documentary
evidence that he had purchased oragreed to purchase material for use in
the contracted work before receipt by him of the notice of stoppage,
suspension or curtailment and required the Government take over on
payment such material at the rates determined by the Engineer,
provided, however suchrates shall in no case exceed the rates at which

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 114

thesame was acquired by the Contractor. The Corporation shall there


after take over the materials so offered, provided the quantities offered
are not in excess of the requirements of the unexecuted work as
specified in the accepted tender and are of quality and specifications
approved by the Engineer.

Time limit for CLAUSE -16


unforeseen Under no circumstance whatsoever shall the contractor be entitled to any
claims. compensation from Corporation on any account unless the contractor shall have
submitted a claim in writing to the Engineer-in charge within one month of
the cause of such claim occurring subject to provision in Clauses 30 and 40
with all authentic documentary evidences in support of the claim.

Action and CLAUSE-17


compensation If at any time before the security deposit or any part thereof is refunded to the
payable in case contractor it shall appear to the Engineer-in-charge or his subordinate in charge
of bad work.
of the work, that any work has been executed with unsound, imperfect or
unskillful workmanship or with materials of inferior quality, or that any
materials or articles provided by him for the execution of the work are unsound,
or of a quality inferior to that contracted for, or are otherwise not in accordance
with the contract, it shall be lawful for the Engineer-in-charge to intimate this
fact in writing to the contractor and then not withstanding 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 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 per
cent on the amount of the estimate for every day not exceeding ten days,
during which the failure so continues and in the case of any such failure
the Engineer-in-charge may rectify or remove and re-execute the work or
remove, and replace 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
there to, subject to clause 9.

Work to be CLAUSE 18-


Open for All work under or in course of execution or executed inpursuance of the
Inspection contract shall at all times be open to the inspection and supervision of the
Engineer-in-charge and his subordinates, and the contractor shall at all times
Contractoror during theusual working hours, and at all other times at which reasonable notice
responsible of the intention of the Engineer-in-Charge and his subordinates to visit the work

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 115

agent to be shall have been given to the contractor, either himself be present to receive
present. orders &instructions or have responsible agent duly authorised inwriting present
for that purpose. Orders given to the Contractors duly authorised agent shall be
considered to havethe same force and affect as if they had been given to the
Contractor himself. Contractor should provide for safe arrangement for
inspection of work at his cost.

CLAUSE 19-

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

Contractor CLAUSE 20
liable for
damaged one If during the defect liability period specified in memorandum from the date of
and for completion as certified by the Engineer-in-charge pursuant to Clause-7 of the
imperfections. contract after commissioning the work, whichever is earlier in the opinion of
the Engineer-in-charge, the said work is defective in any manner whatsoever,
. the contractor shall forthwith on receipt of notice in that behalf from the
Executive Engineer, duly commence execution and completely carry out at
his cost in every respect all the work that may be necessary for rectifying &
setting right the defects specified therein including dismantling and
reconstruction of unsafe portions strictly in accordance with and in the manner
prescribed and under the supervision of the Executive Engineer. In the event of
the contractor failing or neglecting to commence execution of the said
rectification work within the period prescribed there for in the said notice and /
or to complete the same as aforesaid as required by the said notice, the
Executive Engineer get the same executed and carried out departmentally or by
any other agency at the risk on account and at the cost of the contractor. The
contractor shall forthwith on demand pay to the Govt. / Corporation the amount
of such costs, charges and expenses sustained or incurred by the Government /
Corporation of which the certificate of the Executive Engineer shall be final and
binding on the contractor. Such costs, charges and expenses shall be deemed to
be arrears of land revenue and on the event of the contractor failing or
neglecting to pay the same on demand as aforesaid without prejudice to any
other rights and remedies of the Government / Corporation, the same may be
recovered from the contractor as arrears of land revenue. The Government /

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 116

Corporation shall also be entitled to deduct the same from any amount which
may then be payable or which may thereafter become payable by the
Government / Corporation to the contractor either in respect of the said
work or any other work whatsoever or from the amount of security deposit
retained by Government / Corporation.

CLAUSE–21

Contractor to The contractor shall supply at his own cost all materials, (except such special
supply plant, materials, if any as may, in accordance with the contract, be supplied form the
ladders, Corporation Stores) plant, tools, appliances, implements, ladders carriages,
scaffolding etc
tackles, scaffolding and temporary work requisite for the proper execution of
. the work, whether in the original, altered or substituted form and whether
And is liable included in the specifications or other documents form in part of the contract or
for damages a referred to in these conditions or not and which may be necessary for the
rising from purpose of satisfying or complying with the requirements of the Engineer-in-
Non provisions charge as to any matter as to which under these conditions he is entitled to be
of light, satisfied, or which he is entitled to require together with the carriage therefor to
fencing etc.
and from the work. The contractor shall also supply without charge the requisite
number of person with the means and materials necessary for the purpose of
setting out works andcounting. Weighting 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 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 perfect the Public from accident &
shall also be bound to bear the expenses of defense of every suit action or other
legal proceeding that may be brought by any person for injury sustained owing
to neglect of the above precautions and to pay any damages and costs which
may be awarded in any such suit action or proceedings to any person, or which
may with the consent of the contractor be paid for compromising any claim by
any such person. The contractor shall indemnify the Corporation against all
such claims.

CLAUSE 21 (A) –
The contractor shall provide suitable scaffolds and working platforms,
gangways and stairways and shall comply with the following regulations in
. connections there with.
(a) Suitable scaffolds shall be provided for workmen for all works that can Not
be safely done from a ladder or by other means.
(b) A scaffold shall Not be constructed, taken down or substantially altered
except -
(i) under the supervision of a competent and responsible person and

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 117

(ii) as far as possible by competent workers possessing adequate


experience in this kind of work.
(c) All scaffolds and appliances connected therewith and ladders shall
(i) be of sound material,
(ii) be of adequate strength having regard to the loads and strains to
which they will be subjected, and
(iii) be maintained in proper condition.
(d) Scaffolds shall be so constructed that No part thereof can be displaced in
consequence of Normal use.
(e) Scaffolds shall Not be overloaded and so far as practicable the load shall be
evenly distributed.
(f) Before installing lifting gear on scaffolds special precautions shall be taken
to ensure the strength and stability of the scaffold.
(g) Scaffold shall be periodically inspected by the competent person.
(h) Before allowing a scaffold to be used by his workmen the contractor shall,
whether the scaffold has been erected by his workmen or not, take steps to
ensure that it complies fully with the regulations herein specified.
(i) Working platform, gangways, stairways shall,
(i) be so constructed that no part there of 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,
(iii) be kept free from any unnecessary obstruction.

(j) In the case of working platform, gangways, working places and stairways at
the height exceeding 3 metres.
(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 and
(iii) every working platform, gangway, working places and stairways
shall be suitably fenced.
(k) Every opening in the floor of a building or in a working platform shall
except for the time and to the extent required to allow the access of persons or
the transport or shifting of materials be provided with suitable means to prevent
the fall of persons or materials.
(l) When persons are employed on roof where there is a danger of falling from a
height exceeding 3 metres suitable precautions shall be taken to prevent the fall
of persons or materials.
(m) Suitable precautions shall be taken to prevent persons being struck by
articles which might fall from scaffold or other working places.
(n) Safe means of access shall be provided to all working platforms and other
working places.
(o) The contractor(s) will have to make payments to the labourers as per
Minimum Wages Act. and will have strictly followed all relevant labour laws.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 118

CLAUSE 21 B–

The contractor shall comply with the following Regulations as Regards the
Hoisting Appliances to be used by him.
(a) Hoisting machine and tackle, including their attachments, anchorage and
support shall
i. Be of good mechanical construction, sound materialand 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 ameans of
suspension shall be 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 Corporation
(d) Every chain, ring, hook, shackle swivel and pulley block used in hoisting or
lowering materials or as a means of suspensions shall be periodically examined
(e) Every crane driver or hoisting appliance operator shall be properly qualified
(f) No person who is below the age of 18 years shall be control of any hoisting
machine, including any scaffold which, or give signal to the operator
(g) In the case of every hoisting machine and of every chain, ring, hook,
shackle, swivel pulley block used in hoisting orlowering or as means of
suspension, the safe working loadshall be ascertained by adequate means.
(h) Every hoisting machine and all gear referred to inpreceding regulation shall
be plainly marked with the safeworking load.
(i) In the case of a hoisting machine having a variable safeworking load, each
safe working load and the conditions under which it is applicable shall be
clearly indicated
(j) No part of any hoisting machine or of any gear referred toin regulation
(g) Above shall be loaded beyond the safeworking load except for the purpose
of testing.
(k) Motors, gearing transmissions, electric wiring and the dangerous part of
hoisting appliances shall be provided with efficient safeguards.
(l) Hoisting appliances shall be provided with such means as will reduce to
minimum and the risk of the accidental descent of the load
(m) Adequate precaution shall be taken to reduce to aminimum the risk of any
part of a suspended load becoming accidentally displaced.

Measures for CLAUSE 22 –


Prevention of The contractor shall not set fire to any standing jungle trees brushwood or grass
fire. without a written permit from the Executive Engineer. When such permit is
given and also in all cases when destroying out or dug up trees, brushwood,

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 119

grass etc. by fire, the contractor shall take necessary measures 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

Liability of CLAUSE 23–


contractor for
Compensation for all damage done intentionally or unintentionally by
any Damage to
contractor’s labour whether in or beyond the limits of Corporation property
nearer outside
including and damage caused by the spreading of fire mentioned in clause 22
work area.
shall be estimated by the Engineer-in-charge or such other officer as he may
appoint and the estimate of the Engineer -in-charge subject to 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 form the contractor as damages in the
manner prescribed in clause. 1 or deducted by the Engineer-in-charge from any
sums that may be due or become due from Corporation to contractor under this
contract or otherwise.
The contractor shall bear the expenses of defending any action or other legal
proceedings that may be brought by any person for injury sustained by him
owing to neglect of precautions to prevent the spread of fire and he shall pay
any damage and cost that may be awarded by the court in consequence. The
contractor shall indemnify the Corporation against all such legal actions and
consequences thereof.

Employment of CLAUSE 24 – --- DELETED ----


female labour

CLAUSE 25 -
Works on No work shall be done on weekly local holidays without the sanction in writing
weekly of the Engineer-in-Charge
holidays

Work Not to CLAUSE 26 -


sublet
The contract shall not be assigned or sublet without the written approval of the
Contract may competent authority who has accepted the tender. And if the contractor shall
be rescinded assign or sublet his contract, or attempt so to do, or become insolvent or
and security commence any proceeding to get himself adjudicated and insolvent or make
deposit any composition with his creditors; or attempt so to do or if bribe, gratuity, gift,
forfeited loan, perquisite reward of advantage, pecuniary or otherwise, shall either
subletting it directly or indirectly be given, promised or offered by the contractor or
without any of his servants or agents to any public officer or person in the. employ of
approval for Corporation In any way relating to his office or employment or if any such
bribing a officer or person shall become in any way directly or indirectly interested in the
public officer contract, the Engineer-in-charge may there upon by notice in writing rescind the
or contractor contract, and the security deposit of the contractor shall thereupon stand
becomes forfeited and be absolutely at the disposal of Corporation and the same
insolvent. 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 therefore actually performed under the contract.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 120

Sum payable CLAUSE 27-


byway of
All sums payable by the Contractor by way of compensation under any of these
compensation
conditions shall be considered as areas onable compensation to be applied tothe
to be
useof Corporation without reference to the actual loss or damage sustained, and
considered as
whether any damage has or has not been sustained.
reasonable
compensation
without
reference to
actual loss.

Changes in the CLAUSE 28-


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

Direction and CLAUSE 29 -


control of the
All works to be executed under the Contract shall be executed under the
superintending
direction and subjected to the approval in all respects of the Superintending
Engineer.
Engineer of the Circle, for thetime being who shall be entitled to direct at what
point orpoints and in what manner they are to be commenced, and from time to
time carried out.

Direction and CLAUSE 30 (1) -


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

Direction and CLAUSE 30 (2) -


control of the
The Contractor may within 30 days of receipt by him of any order passed by the
Superintendig
Superintending Engineer of the circle aforesaid appeal against it to the Chief
Engineer
Engineer concerned with the contract, work or project provided that
a) The Accepted value of the contract exceed Rs. 10 Lakhs (Rupees
Ten Lakhs only)
b) Amount of claim is not less than Rs. 1.00 Lakh (Rupees one Lakh
only).

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 121

CLAUSE-30 (3) -

Direction and If the contractor is not satisfied with the order passed by the Chief Engineer as
control of the aforesaid the contractor may within 30 days of receipt by him of any such order,
Executive appeal against it to the Executive Director, Godawari Marathwada Irrigation
Committee/ Development Corporation, Chhatrapati Sambhajinar, who if convinced that
Claims prima-facie the contractor’s claim rejected by Superintending Engineer / Chief
Committee Engineer is not frivolous and that there is some substance in the claim of
contractor as would merit detailed examination and decision, by the Executive
Committee at Corporation level for suitable decision shall put up to such
committee for decision in respect of claims up to Rs. 50 Lakhs and to claims
committee at Government level in respect of claims above Rs. 50 Lakhs.

Stores CLAUSE 31 - --- DELETED ----


of
International
manufacture to
be obtained
from the
Corporation

Lump sum in CLAUSE 32 -


estimates When the estimate on which a tender is made include lumpsum in respect of
part of the work the Contractor shall be entitled to payment in respect of the
items of work involved or in part of the work in question at the same rate as are
payable under this contract for each item, or if the part of the work inquestion is
not in the opinion of the Engineer-in-charge capable of measurement of
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.

Actions where CLAUSE 33 -


No In the case of any class of work for which there is no such specification as is
specifications mentioned in Rule-1 such work shall be carried out in accordance with the
Divisional specifications, and in the event of there being no Divisional
specifications, than in such case the work be carried out in all respects in
accordance with all instructions and requirements of the Engineer-in-charge.

Definition of CLAUSE 34 -
work.
The expression ‘Works’ or ‘Work’ where used in these conditions, shall unless
there be something in the subject or context repugnant to such construction, be
constructed to mean the work or works contracted to be executed under or in
virtue of the contract. Whether temporary or permanent and whether original
altered substituted or additional.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 122

contractor's CLAUSE-35
percentage
The percentage referred to in the tender shall be deducted from/added to the
whether
applied to net gross amount of the bill before deducting the value of any stock issued.
or gross The above/below percentage quoted is not applicable on royalties, GST amount
amount of bill and insurance amount.

CLAUSE 36 -
Payment of All quarry fees, royalties, Octroi dues and ground rent for stacking materials, If
quarry fees any shall be paid by the contractor. As per latest G.R. issued by Govt. of
and Royalties Maharashtra. The tender rates are inclusive of all the liabilities under
Maharashtra Minor Minerals Extraction Rules, 1956 and amendment thereof
and the contractor shall take all steps necessary as are essential in terms of
Maharashtra Minor Minerals Extraction Rules, 1956 and amendment thereof.
The bill wise royalty charges for construction material payable to the contractor
shall be calculated separately from payment made and amount so calculated
shall be withheld in the form of deposit by the Corporation The withheld
amount shall be returned to the contractor on production of proof of
payment of royalty charges to the Revenue Department of Government of
Maharashtra. If contractor fails to produce the proof of payment of royalty
charges to the Revenue Department of Govt. of Maharashtra, the amount
retained as deposit will be remitted to Revenue Department and no any claim
will be entertained.

If the actual paid royalty charges are less than the amount arrived as per
calculation, the remaining amount will be recovered and paid to revenue
authority by the Corporation/Government.

If the actual royalty charges are more than the amount withheld, the contractor
shall pay the excess amount to the concerned Revenue Authority without any
burden on the GoM / Government.

The contractor shall indemnify GoM / Government towards payment of the


royalty charges.

Compensation CLAUSE 37 -
under The contractor shall be responsible for and shall pay any compensation to his
workmans workman payable under the workman’s compensation Act 1923 (VIII of 1923)
compensation (hereinafter called the said Act) for the injuries caused to the workman. If such
act. compensation is payable and or paid by the Corporation asprincipal under Sub-
Section (1) of section 12 of the said Acton behalf of the Contractor, it shall be
recoverable by / Corporation from the Contractor under sub-Section (2) of the
said section. Such compensation shall be recovered in the manner laid down in
Clause 1 above. The contractor shall in demnify the Government/ Corporation
against such compensation.

CLAUSE-37 (A) -
The contractor shall be responsible for and shall pay the expenses of providing
medical aid to any workmen who may suffer a bodily injury as a result of an
accident. If such expenses are incurred by Corporation the same shall be
recoverable form the contractor forthwith and be deducted without prejudice to

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 123

any other remedy of Corporation form 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 to 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 equipments so provided by the
contractor and the contractor shall take adequate steps to ensure proper use of
the equipment by those concerned.
b) When work is carried on in proximity to any place where there is a risk of
drowning all necessary equipment shall be provided and kept ready for use and
all necessary 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 said Act and the said Rules and on his failure or
neglect to do so he shall be subject to all the liabilities and penalties provided
by the said Act and Rules”

Claim for CLAUSE 38 -


quantities Restrictions on execution of work under Cl. 38 of conditions of
entered in contract. Cl.38 of B1 tender shall be operated as per Gov.
Circular No.Nivida 812/(420/2012) Mopra Dt. 11/10/2012, 31/05/2019
the tender or
and WRD G R No. Nivida 1213/ (735/13)/ Mopra-1/dated 22/12/2017 and
estimates amended hereon.

1) Quantities shown in the tender are approximate and no claim shall be


Not applicable
entertained for quantities of work executed being either more or less than those
please refer
entered in the tender.
special
condition No. 2) Quantities in respect of the several items shown in the Schedule “B” of the
66 tender are approximate and no revision in the tendered rates shall be permitted
in respect of any items so as long as subject to any special provision contained
in the specification prescribing different percentage of permissible variation
where the quantity of the item does not exceed the tender quantity by more than
25 % 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.5,000/-
3) The contractor shall if ordered in writing by the Engineer to do so also carry
out any quantities in excess of the limit mentioned in sub clause (2) hereof on
the same conditions as and in accordance with the specifications in the tender
and at the rates derived from the rates entered in the current schedule of rates. In
the absence of such rates contractor will carry out the said quantities at the rate
prevailing in the market or mutually agreed rates whichever is less. The percent

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 124

rates above or below quoted by the contractor shall not be applicable for
quantities exceeding 125%.
4) In case the quantity of any item reduces by more than 25%, the rate of such
item shall be revised as per provisions of sub clause (3) of clause 38. However,
total payment of such item shall be limited to 75% of estimated cost of that item
put to tender.
5) This clause is not applicable to extra item.
6) The provisions of thus clause will not be applicable to the additional
anticipated items in schedule-B
7) Also read special conditions of contract clause 56 along with this clause.
Clause 38 is applicable.

Employment of CLAUSE 39 -
famine labour The contractor shall employ any famine labour convict or other labour of a
etc. particular kind or classif ordered in writing to do so by the Engineer- in-charge.

No claim for CLAUSE 40 -


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

No claim for CLAUSE 41 -


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

Entering upon CLAUSE 42 -


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

CLAUSE 43 -
Minimum age i) No Contractor shall employ any person who is under the age of 18 years
of persons ii) No Contractor shall employ donkeys or other animals with breaching of
employed, The string or thin rope. The breaching must be at least three inches wide and should
employment of be of tape (Nawar.)
donkeys and iii) The Engineer-in-Charge or his agent is authorised to remove from the work
other animals any person or animal found working which does not satisfy these conditions
and no responsibilities shall be accepted by Corporation for any delay caused in
completion of the work by such removal.
iv) The Contractor shall pay fair and reasonable wages tothe workman
employed by him in the contract undertaken by him. In the event of any dispute

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 125

arisingbetween the Contractor and his workmen on thegrounds that the wages
paid are not fair and reasonable. The dispute shall be referred without thedelay
to the Executive Engineer who shall decide the same. The decision of the
Executive Engineer shall beconclusive and binding on the contractor but
suchdecision shall not in any way affect the conditions in thecontract regarding
the payment to be made byCorporation at the sanctioned tender rates.
v) The Contractor shall provide drinking water facilities to the workers. Similar
amenities shall be provided to the workers engaged on the large work in urban
areas.
vi) The Contractor should take precaution against accidents which takes place
on account of labours using loose garments while working near machinery.
(viii) All facilities provided in the contract labour (Regulation and Abolition
Act, 1970), the Maharashtra Contract Labour Regulation and Abolition Rule,
1971, should be provided.

CLAUSE 44 -
Method of Payment to contractors shall be made by by RTGS from any Scheduled /
payment Nationalized bank or cheque drawn on any scheduled / Nationalised bank
provided the amount exceeds Rs.500/-. No amounts will be paid in cash.

Acceptance of CLAUSE 45 -
conditions Any contractor who does Not accept these conditions shall Not be allowed to
compulsory tender for works.
before
tendering the
work.

Employment of CLAUSE 46 -
scarcity
If Government declares a state of scarcity or famine to exist in any village
labour.
situated within 16 kilometres of the work, the contractor shall employ upon
such parts of the work, as are suitable for unskilled labour, any person certified
to him by the Executive Engineer, or by any person to whom the Executive
Engineer may have delegated this duty in writing to be in need of relief and
shall be bound to pay to such person wages Not below the minimum which the
Government may have fixed in this be half.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.

Price quoted CLAUSE 47 -


shall not
exceed the The price quoted by the contractors shall not in any case exceed the control
control price. price, if any, fixed by Government or reasonable price which it is permissible
for him to charge a private purchaser for the same class and description, the
controlled price or price permissible under Hoarding and Profiteering
Prevention Ordinances, 1948, as amended from time to time. If the price quoted
exceeds the controlled price or the price permissible under Hording and
Profiteering Prevention Ordinance, the contractor will specifically
mention this fact in his tender along with the reasons for quoting such higher

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 126

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 - 47 A
The rate of tender items are inclusive of all taxes, rates, fees and cesses etc. but
excluding Royalty, Insurance and G. S. T.
Goods & CLAUSE 48 -
Service tax act
The rates to be quoted by the contractor must be exclusive of
Goods & Service Tax. Tax. After every RA Bills time to time applicable GST
shall be paid by contractor as per relevant norms of Central/State Government.
Applicable paid Goods & Service tax (GST) will be reimbursed to
contractor only after producing tax invoice (Under GST Act) & GST Paid
Challan certified by Charted Accountant as per the guidelines issued by WRD
Govt. vide circular no. TDS-0918/(P.K.590/18)/MP-1, Dtd. 13/11/2018 and
amended thereof. GST rates may vary as per time to time norms/guidelines
issued by Central/State Government.
Hence in case if it is observed that surplus amount has been reimbursed to
Contractor than actual applicable lower GST rate, then such surplus
reimbursed amount shall be returned back by Contractor to GMIDC
immediately otherwise it will be recovered from next RA Bill and it will be
binding on Contractor. For this Undertaking shall be submitted by Contractor
in Envelope no.1.
At the time of payment, T.D.S. under GST @ rate 2% or at prevailing rate as
per Government notification shall be
deducted from each bill amount of contractor.

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

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

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 127

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

P.W. Dept. CLAUSE 52 -


No. CAT/ All amounts whatsoever which the contractor is liable to pay to the Government
1284 (120) / in connection with the execution of the work including the amount payable in
Bld g-2 Dated respect of (i) materials and / or stores supplied/issued hereunder by the
14- Government to the contractor (ii) hire charges in respect of heavy plant,
8-85. machinery and equipment‟s 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 and other right and
remedies of the Government recover the same from contractor as arrears of
Land revenue.

P.W.Dept.No.C CLAUSE 53 -
AT/1284(120)/
The contractor shall duly comply with all the provisions of the contractor
Building-2
Labour (Regulation and Abolition) Act, 1970 (37 of 1970) and the
date14-8-85.
Maharashtra Labour (Regulation and Abolition) Rules, 1972 as amended from
time to time and all other relevant status and statutory provisions concerning
payment of wages particularly to workman 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 side of the work at the rates
prescribed under the Maharashtra Contract Labour (Regulation and Abolition)
Rules, 1971. If the contractor fails or neglects to a pay wages at the said rates
or makes short payment and the Corporation makes such payment of wages in
full or part thereof less paid by the contractor, as the case may be the amount
so paid by the Corporation to such workers shall be deemed to be arrears of
land revenue and the Corporation shall be entitled to recover the same as such
from the Contractor or deduct the same from the amount payable by the
Corporation to the Contractor here under or from any other amount’s payable
to him by the Corporation.

Tax on CLAUSE 54 -
profession and
The contractor shall duly comply with all the provision of the Maharashtra
traders, calling
State Tax on profession and Traders, calling and Employment Act, 1975. (See
and
Rule 3 (2)). The contractor shall obtain certificate of registration under this Act
Employment
and shall produce to Corporation clearance certificate as and when demanded.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 128

CLAUSE 55 : --- DELETED ----

CLAUSE 56 -
Conditions The Contractor shall take out necessary Insurance Policy /Policies
relating to (viz.Contractor’s All risks Insurance Policy,Erection all risks insurance polict
insurance of
etc.as decided by the Directorate of Insurance) so as to provideadequate
contract work
insurance cover for execution of the awarded contract work for total contract
value and complete contract period COMPULSORILY from the “Directorate
of Insurance, Maharashtra State, Mumbai” only. Its postal address for
correspondence is "264, MHADA, First floor, Opp.Kalanagar, Bandra (East),
Mumbai-400051." (Telephone No.022- 26590403 / 26590690 and Fax No.022-
26592461 / 26590403) Similarly,all work men appointed to complete the
contract work are required to insure under work men’s compensation Act.
Insurance Policy/Policies taken out from any other company will not be
accepted. If any contractor has Not taken out the insurance policy from the
“Directorate of Insurance, Maharashtra State, Mumbai” or has effected
insurance with any other Insurance Company,the same will Not be accepted
and 1% of the contract amount or such amount of premium calculated by the
Government Insurance Fund will be recovered directly from the amount
payable the Contractor for the executed contract work and paid to the
Directorate ofInsurance Fund, Maharashtra State, Mumbai.The Director of
Insurance reserves the right to distribute the risks of insurance among the other
insurers. The contactor shall renew the insurance policy for the extended
period of the contract. The contractor shall also takeout additional insurance
policy for the increased contract cost if any.
The contractor shall submit the insurance policies to the Executive Engineer
before payment of First R A Bill. The amount against insurance policy paid by
the contractor will be reimbursed to the contractor subject to the amount
mentioned in Schedule B – Part II on submission of said insurance policy
documents and after duly verification of the policy by the Divisional Accounts
Officer of the Division
If contractor fails to take Insurance Policy and fails submit the insurance
policies to the Executive Engineer before payment of First R A Bill as stated
above, an amount equal to one percent (1%) of the contract amount will be
recovered from the First Running Account bill of the work and remitted to the
“Directorate of Insurance, Maharashtra State, Mumbai”.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 129

CLAUSE 57-
Condition for CONDITIONS FOR MALERIA ERADICATION, ANTI MALARIA AND
Malaria OTHER HEALTH MEASURES
Eradication, a) The antimalarial and other health measures shall be as directed by the joint
Anti-Malaria Director (Malaria Firia) of HealthService Pune.
and Other
Health b) Contractor shall see that mosquitogenic conditions are notcreated so as to
Measures keep vector population to minimum level.
c) Contractor shall carry out antimalarial measures in area asper guidelines
Govt. of
prescribed under National MalariaEradication Programme and as directed by
Maharashtra
P.W.D. the JointDirector (M & F) or Health Services, Pune.
Resolution d) In case of default in carrying out prescribed antimalariaimesures resulting in
CAT 1086
increase in malaria incidence,contractor shall be liable to pay to Government
/CR- 243 /
Bldg/2 the amountspent by the Government on antimalarial measures tocontrol the sit

Mumbai, dt. uation in addition to fine


11-09-1987
RELATION WITH PUBLIC AUTHORITIES
e) The contractor shall make sufficient arrangements for draining away the
sewerage water as well as water coming from the bathing and washing places
and shall dispose of this water in such a way as Not to cause any nuisance.He
shall also keep the premises clean by employing sufficient no of sweepers. The
Contractor shall comply with all rules regulations bye - laws and directions
given from time to time by any local or public autorities in connection with
this work and shall pay fees or charges which are leviable on him without any
extra cost to Government. (Govt.of Maharashtra P.W.D.Resolution No.CAT-
1080/CR-243/K/Building-2,Mantralaya, Mumbai-32.Dated 11-09-1987)

CLAUSE 58 -
The contractor shall comply with all rules, regulations byelaws 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 leviable on him without
any extra cost to Government.

Labour CLAUSE 59 -
Welfare Cess Labour Welfare Cess will be deducted from each R. A. Bill and shall be
credited to Labour welfare account as per provisions in Industries Power
G.R.no. BCA- 2009/R/108/ Labour 7-a dated 17-06-2010.

Stamp Duty CLAUSE 60 -

It is binding on the Contractor to execute the Agreement on non Judicial


Stamp Paper purchased by him amounting to the value applicable as per extant
Stamp Act.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 130

Maharashtra Stamp Act work contract that is to say a contract for works
and labour or (LX 1958) service involving transfer of property in goods
(weather as goods or in same other form) in its execution and includes a
subcontract.

a) Where the amount or value set forth in such contract does not exceed rupees
Ten Lakhs (Five hundred Rupees)

(b) Where it is exceed rupees Ten Lakhs (Five Hundred Rupees plus 0.1% of
the amount of above rupees Ten Lakhs subject to maxi- mum of Rupees Twenty
Five Lakhs)

(c ) It is mandatory to pay amount of stamp duty to Revenue Authority by


contractor after acceptance of tender as per government of Maharashtra
Revenue and Forest Department circular no. मद्रक-2020/ अ.क्र.01-2016/
प्र.क्र.218/ म-1(धोिर्) मंत्रालय मबई-400 032 नद.18 मिि् 2021.
CLAUSE 61 -
Payments to Contractor shall submit a certificate to the effect that “All the payments to the
Labours / labour/ staff are made in bank accounts of staff linked to Unique Identification
Staffs Number (AADHAR CARD).” The certificate shall be submitted by the
contractor within 60 days from the commencement of contract. If the time
period of contract is less than 60 days then such certificates shall be submitted
within 15 days from the date of commencement of contract.

CLAUSE 62 -
False and During tender scrutiny, acceptance, payment of bill and after completion of the
incorrect
work with in defect liability period if it is found that, the documents submitted
documents
by bidder with tender is found false / incorrect, action will be taken against the
bidder as per public works department, Maharashtra g.r.no.CAT/ 2018/
127/dated28/11/2018. Also bidders Earnest money deposit (EMD)/ security
deposit amount (S.D.)/ additional performance security deposit shall be
forfeited and debar/ban for three years as per GR dated 30/11/2018, from
participate in any tender process of Water Resource Department, Maharashtra
and registration of the said bidder shall be cancelled for two years by the
registration authority as per GR dated 23/06/2020. Also criminal case will be
filled against the bidder as per the Indian Penal code and Information
technology act 2000.

---oo---

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 131

SECTION- H
SPECIAL CONDITIONS OF
CONTRACT

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 132

SPECIAL CONDITIONS OF CONTRACT

01 CONTRACTOR TO INFORM HIMSELF FULLY:

1.1 The contractor shall be deemed to have carefully examined the work and site conditions,
conditions of contract in B1 form, the special conditions, the specifications, schedules and drawings
and shall be deemed to have visited the work site, investigated his own quarries for rubble and sand
and to have fully informed himself regarding the availability of construction materials, and leads
involved local conditions, ancillary works required to be done etc. before quoting the offer. The lead
and lift charges of construction materials are incorporated in the agreement and no additional claims
will be made on this account by the contractor.
1.2 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.
1.3 The Engineer-in-charge generally means the Executive Engineer directly in charge of the
work, but also means the Superintending Engineer, Chief Engineer of Corporation, for exercising
powers under this contract.

02 CONT RACT DRAWINGS AND SPECIFICAT IONS

2.1. On acceptance of the tender one set hard copy (and soft copy) of contract drawings and
working drawings as well as one certified copy of the accepted tender will be supplied to the
contractor free of charge within one week. On request by the contractor and at the discretion of
Engineer - in - charge, the contractor may be supplied additional copies of contract documents to be
charged at the rate of Rs. 5000/- (Rs. Five thousand only) per set.
2.2. The drawings which form part of this contract show the works to be done in such details as
possible to do for the present. They will be supplemented for superseded by such additional detailed
drawings as may be necessary as the work progresses. The contractor shall carry out the work in
accordance with these additional and / or revised drawings as the case may be at the
applicable rates as per the contract. The contractor shall be supplied a maximum No of three copies
of each of such working drawings free of charge. If the contractor require any additional copy for his
use, the same may be supplied and the contractor will be charged Rs.5000/- (Rupees Five
Thousand Only) per set of contract drawings and Rs.300/- (Rupees Three Hundred Only) for
additional copy of each working drawing. 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 king of errors or omissions in the drawings supplied.
2.3. The contractor shall check all drawings carefully and intimate the Engineer-in- charge
immediately any errors or omissions discovered. The contractor shall not take advantage of any
kind of errors or omissions in the drawings supplied.

03. DATA AND DRAWINGS TO BE FURNISHED BY THE CONTRACTOR

a) Prior to the commencement of the work, within one month from the date of his receiving Notice to
start work, the contractor shall submit to the Engineer-in- charge for approval, computerized
drawings or prints of size 1020 mm X 690 mm or 510 mm X 345 mm as may be suitable in
triplicate showing the location of major plant workshop, if any, a layout plan of construction

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 133

plant and equipment for the execution of the work which the contractor proposes to adopt at site,
roadways, temporary bridges, unloading facilities and storage yards, etc. which he proposes to put up
at the site.
b) Any changes in the approved layout will be subject to further approval by Engineer- in - charge.
c) The approval of the drawings however will not relieve the contractor of his responsibility from any
errors or omissions

04. ERRORS, OMISSIONS, DISCREPANCIES:

a. In case of errors, omissions and / or disagreement between written and scaled dimensions on
the drawings or between the drawings and specifications, the following orders of preference shall
apply.
a-1) Between actual scaled and written dimensions or description on drawing and
corresponding one in the specification, the latter shall be adopted.
a-2) Between the quantities in the schedule of quantities, and those arrived at from the
drawings, the former shall apply.
a-3) 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 items of work. In case of any discrepancy or 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 B1
tender form.
d. In all cases of omissions 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 condition of B1 contract. The
contractor shall be held responsible for any errors that may occur in the work through lack of reference
and precaution.

05 USE OF SITE

a) All land required for use of Contractor facility shall be arranged by the Contractor from
private land owner/revenue department at his own cost and no claim on this account shall be
entertained. In case of forestland Engineer-in-charge will process the proposal Prepared by the
Contractor and all further follow up for clearance is to be done by the contractor.
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
immediately after 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

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 134

shall deem necessary and the Contractor shall on due notice by the Engineer-in-Charge vacate and
returned 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 department within the time limit; specified above
penal rent as may be decided by the Engineer-in-Charge will be recovered from the contractor.
d) If the vegetation and forest is noticeable in project area, the contractor should take at utmost care
for the preservation of vegetation and forest. Any damage in this vegetation and forest will have to
be compensated by the contractor and decision from Engineer-in-charge will be final and
binding on contractor. Contractor shall take a note that any damage to the forest will attract
the provision of Forest Conservation Act, 1980.
e) Necessary letters will be issued by Executive Engineer to concerned authority to grant
permission. However contractor has to take follow up and obtain necessary permission/ clearance.

06. CONT RACTOR NOT TO DISPOSE OFF SOIL, TREES ETC.:


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

07. GOLD/SILVER, MINERALS, OILS, RELICS, ETC. FOUND ON THE SITE :


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

08. ACCESS TO SITE AND WORK AND CO-OPERATION WITH OTHER


CONTRACTORS :
The Engineer-in-charge may, if he considers fit, from time to time enter on any lands which may be in
the possession of the Contractor under the contract for the purpose of executing any works not
included in the contract and may execute such works not included in this contract by agents or by
other contractors at his option and the contractor shall in accordance with the requirements or
Engineer-in-charge afford all reasonable facilities for execution of the works, including
occupation of lands by structures or otherwise to any other contractor employed by the corporation /
GoM and his workmen or for the workmen or the Corporation / GoM 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 Corporation / GoM for
any delay or expenses incurred by reason of such default. The contractor shall not however, on account
of any such modified, new or extra work executed by or for the sake of the Corporation / GoM 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 arrangement etc.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 135

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

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

11. WORKING HOURS


No work shall be carried out on the Site outside the normal working hours, or on the locally
recognized days of rest, unless:
a. The work is unavoidable, or necessary for the saving of life or property or for the safety of the
Works, in which case the Contractor shall immediately advise the Engineer-in- Charge, or
b. The Engineer-in-Charge gives his consent for additional working hours & holiday on the basis of
merit of works.

12. SIGNING FIELD BOOKS, LONGITUDINAL SECTIONS, CROSS SECTION AND


MEASUREMENT BOOKS:
Before starting the work, and at the end before the work is covered, levels for plotting the longitudinal
section (along the axis as decided by the Engineer-in- Charge or his authorized representative) and
cross section of the portion of the work shall be taken by authorized engineer of appointed engineer-in-
charge representative in the presence of the contractor or his duly authorized representative and the
same shall be recorded in the measurement books and field books by the authorized Engineer of the
Corporation. If the contractor fails to sign the levels and measurements recorded by the Engineer- in-
Charge or his representative in the authorized books, the same shall be final and binding on the

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 136

contractor. For this purpose, suitable date or dates shall be fixed by the appointed engineer-incharge
representative and intimated to the contractor at least three days in advance. If the contractor or his
duly authorized representative 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 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. Based on the
above measurements and levels recorded by the Engineer of the Corporation with assistance of
appointed engineer-incharge representative, the contractor shall prepare computerized drawings of
plan, LSections, Cross Sections etc. On A-4 size paper and submit the same to Engineer-in-Charge
after vetted by engineer-in-charge representative appointed. Thereafter the contractor can prepare,
print and submit the Running Bills along with the quality control test result in the standard format for
the payment.

13. PROGRAMME OF CONSTRUCTION WORK AND PROGRESS SCHEDULES

The Contractor shall give Detailed work program within 14 days of notice the proceed the work , The
construction programme is given in Annex „A‟ to Section I - Detailed Tender Notice / enclosed at the
end of Schedule „B‟ of tender document based on which the physical programme is prepared. If the
bidder does not agree with this programme, he shall submit his own programme without changing
total period of tender along with tender documents inclusive of the physical programme as stated
above, subject tothe provision that 50% of the work shall be completed in 50% of the contract period
and 100% of the work shall be completed in 100% contract period.
In case, it is subsequently found necessary to alter this approved programme including the changes in
the sequence of the items without violating period of completion of project, the contractor shall
submit in good time a revised programme incorporating necessary modifications proposed and get
the same approved from the Engineer-in- charge.
Additional detailed programme for each working season, beginning from October, Showing the
progress to be achieved month by month for controlling items shall also be submitted to the
Engineer-in-charge not later than the 31st August proceeding the working season and got
approved. The Engineer-in-charge is further empowered to ask for more detailed programme, say
week by week, for any items of special importance, and Contractor shall supply the same as and
when asked for without delay.
The submission of the works programme and approval to it by the Engineer-in- Charge shall not
relieve the contractor of any of his duties or responsibilities under the contract, like timely
completion, the damages due to flood or other natural calamities etc. The contractor shall not be
entitled for any claims for any damages caused, due to particular works programme. It is the entire
responsibility of the contractor to frame the programme after anticipating the rains, floods etc.
Actual work turned out shall be mainly taken into account and not just the sum total of the various
payments made to the contractor. The advance on the material brought to the site of work will be
accounted for while arriving at the progress achieved by the contractor in terms of proportion of the
total work tendered for.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 137

14:- PROCUREMENT, STORAGE AND MAINTAINING CEMENT STORE ACCOUNT:

14.1. Only 43 grade OPC cement shall be used for this work unless otherwise specified by
Engineer-in-charge. The cement shall conform to I.S. 269-1967 and subsequent revisions for
Portland Cement and I.S.1489-1976 and subsequent revisions for Portland Cement.
14.2. All cement required for the work under this contract shall be procured, well in advance by
the contractor in polythene bags as received from the cement factories.
In case, where batching plant is used, the procurement of cement through silo will be permitted if
requested by contractor to Engineer-in-charge.
14.3. The contractor shall produce proof of purchase of cement from the cement factories.
The purchase bill supported by Delivery Challan and Excise Gate Pass which shall constitute adequate
proof of purchase and shall be enclosed with the Running Account bills of work in which said cement
is consumed.
14.4. 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.
14.5. Cement shall be kept in a store under double locking arrangement (one key be operated by
contractor and second key be operated by the authorized person of Corporation) so that it can be
taken out or fresh stock admitted with the knowledge of supervising staff of the Corporation.
The watch and ward of the cement stores shall be the responsibility of the contractor.
14.6. DAILY CEMENT CONSUMPTION REPORT:
Contractor shall maintain daily cement consumption account for each item in format as directed by
Engineer-in-charge. The daily quantity executed for all the items executed and cement consumed shall
tally with the daily cement issued from store. The report of daily cement consumed, quantity
executed shall be maintained by contractor on site and copy signed by the site engineer of the
Corporation shall be submitted to Engineer-in-charge. The abstract of item wise daily cement
consumption and quantity executed shall be enclosed with bills by the contractor, which will form
basis of payment of bills.
14.7. The empty bags shall be returned to Engineer-in-charge who will arrange to maintain the
account of empty bags.
14.8. In the event of cement in branded bags remaining surplus due to authorized reduction in
quantity of work certified by the Engineer-in-Charge and as noticed after the issue of completion
certificate, the contractor may choose any of the following three alternatives:
(a) To transfer the cement in branded bags, with prior written permission from the Engineer-in-
Charge, to any of the contract work with the Corporation and account for the same therein.
(b) To sell the cement 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.
(c) Steel Proceed by Contractor
The HYSD shall conform to the specification late down by the BIS (Vide their specifications nos 932
part 1 of 1996 , 11391966, 17801980

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 138

15. QUALITY ASSURANCE AND TESTING:

15.1.SPECIFICATION
It is the responsibility of the contractor to assure the desired quality of work. Whenever the testing of
construction materials are required as per the detailed specifications or otherwise required by the
Engineer-in-Charge, the same shall be carried out at the laboratory, selected by the Engineer-
in-Charge at Contractors’ cost. The other tests of mortar, concrete, coalgrout etc. shall be carried
out in field laboratory set up by the contractor in presence of quality control representative.
Contractor shall through this procedure assure the quality of work.
In addition to field test carried out by contractor in his laboratory, surprise tests will be carried by QCC
wing as directed by Engineer-in-charge & as per QCC direction for which charges will be borne by
contractor.
The materials, mixes and any other arrangements, including labourers, shall be supplied by the
contractor to the Corporation at contractors’ 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.
On award of contract, the contractor will have to provide adequate quality assurance setup including
Quality Assurance Engineer backed with suitable laboratory assistance, labours and well-equipped
laboratory for taking necessary field test required as per specifications and as per instruction of
Engineer-in-charge
15.2. Contractor has to carry out quality control test as per specifications and as directed by
Engineer-in-charge & quality control and vigilance organization of Govt.
15.3 If he fails to fulfill the requirement, the required manpower for testing and field laboratory with
required equipment’s will be deployed by the Engineer-in-charge and the charges will be recovered
from the contractor (Clause 4 applicable) or the agreement will be revoked.
15.4.Results :
Contractor shall obtain all quality control results of cement, steel, metal, sand, concrete etc. from the
Quality Control Wing of the Water Resources Department and same shall be submitted in the form of
consolidated booklet to the Engineer- in charge at the end of every month until the completion of
work. The payment of quantity executed will be payable on submission of satisfactory quality control
reports.

15.6 Personnel for Quality Assurance

Sr. Personnel Nos.


No.

1 Quality Assurance Engineer (Civil Engineering Graduate with 2 year 01


experience in QA testing and report generation work)
2 Laboratory Assistant (Minimum Twelth Pass with Science subject 01
with 2 year experience in testing of material

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 139

16. HIRE OF CONSTRUCTION EQUIPMENT

Construction equipment owned by the Corporation, if available and can be given on hire conveniently,
will be made available on specific request, to the contractor at rates that will be prescribed by
Corporation from time to time Supervision charges will also be levied as prescribed by the Corporation
from time to time. The contractor shall execute the agreement bond as prescribed by the Corporation
and shall agree to the specific rates of hire and supervision charges in force on the day of transaction in
writing before machinery is taken out of the Corporations’ 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.
The machinery shall be entirely in the custody of the Corporation. It shall be issued to the contractor at
the yard where they are stationed. The machinery will not be allowed to leave the work area on any
account. All machinery so hired will be entirely operated and maintained by the Corporation in
consideration of the hire charges to be paid by the contractor.
If any equipment is to be used in excess of 8 (eight) hours per day, permission of the Engineer-
in-charge shall be obtained in advance.
Reckoning of working hours will start from the time the machinery leaves Corporation yard, where it
has to return to it daily, and in other cases, when the machinery actually starts working. Closing time
of working will be when it returns to the Corporation yard or actually ceases working for the day
respectively.

Log books shall be maintained by the Engineer or his authorized representative for each piece of
equipment in the form laid down by the Engineer. The Contractor or his duly authorized agent shall
verify and sign in the log book or on the machinery duty slip in lieu thereof, daily, if the
contractors’ representative fails to sign the log book, the entries made by the Corporations’
representative shall be binding on the contractor.

Any complaint or representation regarding the recorded working hours must be submitted in
writing within 24 (twenty-four) hours of the close of the shift, The Engineers’ 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 log books
shall form the basis for raising debits against the Contractor.

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

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

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

In case of damage to the equipment during haulage to site of work from contractor stores or servicing
yard, full cost of repairs shall be recovered from the contractor when damage is due to rough handling.
That damage trucks / tippers due to bad haulage roads will also be recovered from the contractor.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 140

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

17. 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 contract nor shall the 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.

18. OTHER CONTRACT OR FOR THE WORK :


Corporation / GoM has the right to split-up the project work detailed in the Work and Site Conditions
into district items and this contract shall apply only to those items which shall have been specified in
this contract.
Corporation / GoM could enter into agreement with 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 cooperation for execution of their works simultaneously and satisfactorily, as
intended in the designs specifications and drawings.
If there is a dispute or disagreement between the contractor for any cause whatsoever, the same shall
be referred to the Engineer-in-charge whose decision regarding the coordination, cooperation and
facilities to be provided by any of the contractor to others shall be final and binding on all parties and
such a decision or decisions shall not vitiate any contract not absolve the contractor of his
responsibilities under the contract not from the grounds for any claim of compensation.

19. 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 to any unauthorized person.

20. 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 pay-rolls, records of personnel, invoices off 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 specified.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 141

21. BREACH ON PART OF CORPORATION NOT TO ANNUL CONTRACT

No breach or non-observance on the part of Corporation of any of the conditions contained herein shall
annul this contract or discharge the Contractor from the observance and performance thereof, but on
application to the Engineer-in-charge, an extension of time may be given to the Contractor in respect
of such breach or non- observance by the Corporation, which shall be governed by Clause 6 of
conditions of contract.
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 inclusive the condition regarding this period of one month.

22. A) 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.

B) TAXES ETC.
All import and excise duties, local taxes and other taxes (Excluding G S T) for execution of work
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 corporation against all claims or liabilities arising from or
based on the violation of such laws, ordinances, regulations, by laws by him or his employee. Also
refer clause 48.

23. PERSONNEL OF THE CONTRACTOR:


1. 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 Technical personnel including quality assurance personnel should be on full time basis and should
be available at site whenever required by Engineer in Charge to take instructions.
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 no of
contractor‟s staff. The contractor shall on the written directives of the Engineer-in-charge, remove
from the works any person employed thereon who may in the opinion of the Engineer-in-charge be

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 142

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 certificates in the
prescribed format.
2. If contractor fails to deploy required no. of Technical personnel with requisite qualifications,
recovery at the rate of Rs. 25,000/- per person/month will be made from the contractor. If the
contractor fails to deploy requisite staff continuously for 6 months, this may be a cause for termination
of the contract.
3. The Contractor shall not recruit, or attempt to recruit, his staff and labour from amongst persons in
the service of the Employer or the Employer's Representative.
4. If the Engineer-in-charge asks the Contractor to remove a person who is a member of Contractor‟s
staff or his work force which in the opinion of Engineer-in-Charge misconduct himself, or is
incompetent or negligent in the performance of his duties or whose Presence on site is otherwise
considered to be undesirable, the Contractor shall ensure that the person leaves the site forthwith and
has no further connection with the work in the contract.

24. DEATH, BANKRUPTCY ETC.:

If the contractor shall die or commit any act of bankruptcy or being a corporation, 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 of the contractor or any such receiver,
liquidator or any person whom the contract may become vested shall forth with give Notice
thereof in writing to the Corporation and shall for one month, during which he shall take all
reasonable steps to prevent a stoppage of work, have the option of carrying out this contract subject to
his or their providing such guarantee as may be required by the Corporation, but not exceeding value
of the work for the time being remaining unexecuted.
In the event of stoppage of work, the period of the option under this clause shall be fourteen days only.
Should the above option be Not exercised, the contract may be terminated by
Corporation, by a notice in writing to Contractor or his successor. The power and provisions reserved
to Corporation 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.

25. NOTICES, HOW TO BE GIVEN:

Where any legal or other Notice or any other Documents 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 representative 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 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.

1.A - WORK ORDER BOOK:

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

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 143

in-Charge or his representative may record order about works, in this book leaving the original copy in
the book and removing the second and third copy with him. The contractor or his authorized
representative shall also sign this work order, in token of its acceptance. All orders recorded in these
work order book, shall be deemed to have been served on the contractor. On completion of the work
all the work order books may be handed over to the Engineer-in-Charge. 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

26. PASSING OF FOUNDATION ETC.


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

27. REFERENCE TO STANDARD SPECIFICATIONS:


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

28. COMMUNICATION AND NOTICES BY CONTRACTORS:


All communications and / or Notices pertaining to works and concerning matters, such as
passing and approving of foundations, reinforcement and formwork, measurements, mark outs
etc. shall be addressed by the Contractor to the Engineer-in-charge. All such Notices communications,
etc. shall be addressed in good time so as Not to hold up the work.

29. NON-COMPLIANCE OF CONTRACT CONDIT IONS


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 notices to the
contractor identifying deficiencies in performance and demanding corrective action. The Engineer-in-
charge shall also clearly state in the notices the nature or action that shall be taken, if contractor fails to
fulfill 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 notices, the action 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 notices.
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.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 144

After the issue of the notices about default by the contractor, the contractor shall not remove, from the
site any plant, equipment and materials. The Corporation shall have a lien on all such plants,
equipment and materials, from the date of such notices, till deficiencies have been corrected.

30. 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 Engineer-in-charge. The rates for extra items will be governed by the provisions
of clause 14 and 30 of conditions of contract. As per Govt WRD Circular Marathi No. LeP-A/ 6013/
(410/2013)/ MoPra-1, Dt.28/ 11/ 2013 and GR Dt.22/ 12/ 2017.

31. PRICE VARIATION:

A (A) If during the operative period of the Contract as defined in condition(i) below,there is any
variation in the Consumer Price Index (New Series) for industrial workers for Solapur centre as
per the Labour Gazette published by the Commissioner of Labour Government of Maharashtra and
/or in the Whole-sale Price Index for all commodities, prepared by the office of Economic Adviser,
Ministry of Industry, Government of India, or in the price of petrol /oil and lubricants and major
construction materials like bitumen, cement, steel, various types of metal pipes etc., then subject to
the other conditions mentioned below,price adjustment on account of

(B) As per GR dated 30.11.2018 price escalation will be applicable to all period works.

(1) Labour Component


(2) Material Component
(3) Petrol, Oil and Lubricants (POL) components
(4) TMT/H.Y.S.D.and Mild Steel Component
(5) Cement Component.

Calculated as per formula here-in-after appearing, shall be made. Apart from these, Noother
adjustments shall be made to the contract price for any reasons whatsoever component percentages
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.

(1) Labour Component K1 - 11 %


(2) Material Component K2 - 84 %
(3) Petrol, Oil and Lubricants K3 - 05 %
(4) Cement Component (Star Rate) - Rs------ /- Per MT / Rs. ---- /- per bag
(5) Reinforcement (TMT Fe 500) - Rs. --------- /- Per MT (Star Rate)

1 Formula for Labour Component

V1 =0.85x Px [K1 /100] x [L1-L0/L0]

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 145

Where,
V1=Amount of price variation in Rupees to be allowed for Labour Component.
P = Cost of work done during the quarterunder consideration minus the cost of Cement, TMT/
HYSD and Mild Steel, bitumen, Cl. & Dl. Pipes calculated at the basic star rates as
applicable for the tender,consumed during the quarter under consideration.
K1 =Percentage of Labour Component as indicated above.
L0 =Basic consumer price index for Solapur center shall be average consumerprice index for the
quarter preceding the monthin which the last date prescribed for receipt of tender falls.
L1 =The average consumer price index for Solapur center for the quarter under consideration.

2 Formula for Material Component

V2 =0.85 x Px [K2 /100] x [M1-M0/M0]

Where,
V2 = Amount of price variation in Rupees to be allowed for materials component.
P =Same as worked out for labour component.
K2 =Percentage of Materials Component as indicated a bove.
M0 =The basic whole sale price index shall be average whole sale price index for the quarter
preceding the month in which the last date prescribed for receipt of tenderfalls.
M1 =Average whole sale price index during the quarter under consideration.

3. Formula for Petrol, Oil and Lubricant Component

V3 = 0.85x P [K3 /100] x [P1 -P0 /P0]

Where,
V3 = Amount of pricevariation in Rupees to be allowed for P.O.L. Component.
P = Same as worked out for labour component.
K3 = Percentage of Petrol, Oil and Lubricant Component.
P0 = Average price of H.S.D. at Mumbai for the quarter preceding the month in which the last date
prescribed for receipt of tender falls
P1 = Average price of H.S.D. at Mumbai during the quarter under consideration

4 Formulafor TMT / H.Y.S.D.and Mild Steel Component

V4 =S0 (Sl1-Sl0)/Sl0 Xt

Where
V4 =Amount of pricevariation in Rupees to be allowed for T M T / HYSD/ Mild Steel component.
S0 =Basic rate of T M T / HYSD /Mild Steel in Rupees per metric tonne as considered for working
out the value of P.
Sl1= Average steel index for steel - long published on the Web Site of Economic Advisor Govt. of
India during the quarter under consideration.
Sl0= Average steel index for steel - long published on the Web Site of Economic Advisor Govt. of
India for the quarter preceding the month in which the last date prescribed for receipt of tender falls.
T =Tonnage of steel used in the permanent works for the quarter under Consideration.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 146

5. Formula for cement component

V5= C0 (CI1–CI0)/CI0 x T

Where
V5=Amount of price escalation in Rupees to be allowed for cement component.
C0=Basic rate of cement in Rupees per metric tonneas considered for working out the value P.
CI1 = Average cement index for gray cement published on the Web Site of Economic Advisor
Govt. of India for the quarter under consideration.
CI0 =Average of cement indexpublished in the RBI bulletin for the quarter preceding the month in
which the last date prescribed for receipt of tender falls.
T=Tonnage of cement used in the permanent works for the quarter under consideration

(B) The following conditions shall prevail:

i) The operative period of the Contract shall mean the period. Commencing form the date of the
work order issued to the Contractor and ending on the date on which the time allowed, for the
completion of the work specified in the Contract 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 of the conditions of Contract in cases other than those where such extension is
necessitated on account of default of the Contractor. The decision of the Engineer-in-Charge as
regards the operative period of the Contract shall be final and binding on the Contractor.
Where any compensation for liquidated damages is levied on the Contractor on account of delay in
completion or inadequate progress under the relevant Contract provisions, the price adjustment
amount for the balance of work from the date of levy of such compensation shall be worked out by
pegging the indices L1, M1, C1, P1, B1, SI1 and CI1 to the levels corresponding to the date form
which such compensation is levied.
ii) This price variation Clause shall be calculated in accordance with formula mentioned above
separately for Labour, Cement, Steel, Other material and POL Component. ii) This Price
variation Clause shall be applicable to all contracts in B1 / B2 and C form but shall not apply to
piece works. The price variation shall be determined during each quarter as per formula given above
in this Clause.
iii) Price Variation under this Clause shall not be payable for the extra items required to be
executed during the execution of work and also on the excess quantities of items payable under
the provisions of Clause 38/37 of the Contract from B1/B2 respectively. Since the rates payable
for extra items or the extra quantities under Clause 38/37 are to be fixed as per current DSR or as
mutually agreed to yearly revision till completion of such work. In other words, when the
completion / execution of extra items as well as extra quantities under Clause 38/37 of the
Contract form B1/B2 extends beyond the operative date of the DSR then rates payable for the
same beyond the operative the date shall be revised with reference to the current DSR
prevalent at that time on year to year basis or revised in accordance with mutual agreement thereon,
as provided for in the Contract, whichever is less.
iv) This Clause is operative both ways, i.e. if the Price Variation as calculated above is on the plus

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 147

side, payment on account of the price variation shall be allowed to the Contractor and if it is on the
negative side, the Government shall be entitled to recover the same form the Contractor and the
amount shall be deductible form 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.

32. COMPENSATION FOR DELAY IN COMPLETION OF WORK ON CORPORATION


ACCOUNT (THIS CLAUSE IS APPLICABLE ONLY IF THE ESTIMATED COST PUT TO
TENDER IS MORE THAN RS.100 LAKHS)
A) Contractor shall not be entitled for any Compensation on account of Stoppage of work or delay in
completion of work due to non-availability of funds for making payments of Contractor's bills and for
delay in handing over land to the Contractor for the work or for any other reason.
B) No compensation claims on account of idleness of man power machinery shall be entertained.
C) Any construction work in / near flowing canal, the water will released through these canal for
irrigation and non irrigation purpose as per schedule of rotation programme. The contractor shall note
this fact in advance and planned his work accordingly. If the contractor’s men / labour / machinery
etc. remain idle due to above reason the contractor shall not claim any extra charges on account
of idleness of the same. No claim of any nature on account of above shall be entertained by the
department.

33. DIGITAL PHOTOGRAPHIC RECORD:


The contractor shall maintain digital photographic record of all components of the work showing
monthly progress of work. The digital photographic record (C.D. / Pen Drive) shall be submitted in
five sets to the Engineer-in-charge. The photographic record should include date and time.

34. CO-ORDINATION WIT H OTHER CONTRACTOR :


The contractor should note that there will be other agencies including Corporation, working in
the same area for works other than that included in this contract. The contractor shall co-
operate with these agencies to the fullest extent and shall allow them reasonable facility and co-
ordination for execution of work, simultaneously & satisfactorily as intended in the contract
conditions, specifications and drawings.
If there is 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 contractor to others shall be final and binding on all
parties and such decision shall not vitiate any contract or absolve the contractor of his responsibility
under the contract and shall not form ground for any claim or compensation.

35. UNDERTAKING UNDER CONTRACT LABOUR ACT. :


The contractor shall furnish the undertaking towards implementation of contract LabourAct as given in
Undertaking – 4

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 148

36. PHOTOGRAPHS OF THE WORKS.


The contractor will not be allowed to take photographs showing field work or the general location of
the work. The Engineer, may however, at his discretion, allow a few construction photographs to be
taken for the purpose of the contractors’ record. Prior approval of Engineer-in-charge should be
obtained in such cases and also in case such photographs are to be exhibited in public literature and
calendars, etc, in all such cases, negatives of the photos shall be submitted to the Engineer, after
taking approved number of copies and the negative will become the absolute property of the
Corporation.

37. FENCING, LIGHTING AND VENT ILATION


a) The contractor shall be responsible for proper lighting, fencing, guarding and necessary health and
safety measures while executing all works under this contract and for proper provision of temporary
roadways, guards, footways, fences, caution notices etc as far as the accommodation of workmen, foot
passengers or other traffic and of owners and occupiers of adjacent property and of the public and shall
remain responsible for any accidents that may occur on account of his failure to take proper and timely
precaution.
b) MAINTENANCE OF SERVICES - After all the work under this contract is completed and
accepted as such in case the Engineer-in-charge so directs, the contractor shall maintain the
lighting, ventilation, communication facilities etc. up to 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
Corporation. As regards the reasonableness of such charges, the decision of the Engineer-in-charge
shall be final and binding on the Contractor.

38. LIABILITY FOR ACCIDENTS TO PERSONS:


It shall be contractor’s responsibility to protect against accidents on the work site. He shall indemnify
the Corporation against any claims for damage to property, injury to workers or any other persons,
deaths etc.
On the occurrence of an accident resulting in death or which is so serious as to be likely to result in
death, the contractor shall within 24 hours, report in writing to the Engineer- in-charge, the facts
stating clearly about the circumstances in which accident causing minor injuries and loss to property
should be communicated in writing, promptly to the Engineer-in-charge In all cases the contractor
shall indemnify the Corporation against all losses or damage resulting directly or indirectly from the
contractors’ failure to report in the manner aforesaid. This includes penalties or fines if any,
payable by the Government as a consequence of failure to give notices under the Workmen’s
Compensation Act or failure to conform to the provisions of the said Act in regard to such accident.
In the event of accident in respect of which compensation may become payable under the Workmen’s
Compensation Act VIII of 1923 including all sub-sequent modifications there to, Engineer-in-charge
may retain the sums of money as may in the opinion of
Engineer-in-charge be sufficient to meet such liability out of the amounts payable to the contractor.
These sums shall be recovered from the immediate payment due to the contractor in on re-
installment or in more than one installment. The decision of the Engineer-in-charge regarding this

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 149

shall be final and binding on the contractor. On receipt of award from the Labour Commissioner the
balance amount shall be reimbursed to or recovered from the contractor.
It should be noted that though the Corporation is a Principal employer, the complete responsibility of
compensation shall be on the contractor.

39. THE CONTRACTOR TO SUPPLY AND BE RESPONSIBLE FOR THE SUFFICIENCY OF


THE MEANS EMPLOYED :
The contractor shall supply and take upon himself the entire responsibility of the sufficiency 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 whatever cause they may
arise, until the completion of this contract.

40. COVERING OF WORK


The contractor shall give not less than seven days notices in writing to the Engineer- in charge of the
work which is proposed to be covered up or placed beyond the reach of measurements so that the
measurements may be taken before the writing is covered up or placed beyond the reach of
measurements. No work shall be covered up or placed beyond the reach of measurements, before
ensuring that the measurements of work to be covered up are recorded. Any work covered up or placed
beyond the reach of measurements without such notices having been given or consent default thereof
on payment or allowance shall be made for such work or for materials with which the same was
executed.

41 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 positions, levels, dimension, alignment of all parts of the work and for the
provisions of all necessary instruments, appliances and labour in connection with this.
b. For the purpose of setting out, one temporary / permanent bench mark shall be established by the
Corporation near the site, the value of which shall be given to the contractor, by the Engineer-in-
charge. All the setting out shall be with reference to this bench mark and reference line.
c. If at any time during the progress of works the error shall appear or arise in the position, level,
dimension or alignment of any part of the work, the contractor shall rectify such error to the
satisfaction of Engineer-in-charge without any extra cost to the Corporation.
d. The periodical checking of these by Corporation staff shall not absolve the contractor of his
responsibility regarding accuracy as contractor is also responsible to see that the things proceed in such
a manner so as to give desired ends product. 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.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 150

e. It is the responsibility of contractor to preserve the bench mark and the reference points established
for setting out.

42. EXCAVATED MATERIAL


All the material available from excavation will be the property of the Corporation and shall be
disposed off only as directed by the Engineer-in-charge. The materials of approved quality available
from the excavation including that carried out by the Corporation may be used by the contractor in the
items of works included in Schedule
‘B’ or for ancillary or preparatory work, free of cost. Prior approval of Engineer-in charge for such
use-shall however, be taken, The contractor shall make proper arrangements for sorting out and
stacking material of approved quality that he proposed to use as aforesaid. Corporation will be free to
make use other materials not required or not likely to be required for use by the contractor as will be
determined by the Engineer-in-charge.

The excavated material not 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 backfilling.

43. 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 (Jun. 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 on 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 for trenches, not allowing,
nails or metal parts or useless timber spread around, marking danger area for blasting whistles etc.

Providing sufficient suitable and safe accesses to all work spots including ladders, gangways,
platforms, etc. avoiding naked wires, etc such would electrocute the workers.

Taking necessary steps towards training the workers concerned on the use of machinery
before they are allowed to handle them independently and taking all necessary precautions in
and around areas where machines hoists and similar units are working.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 151

44. MAINTENANCE DURING DEFECT LIABILITY PERIOD :


After the works are completed in all respects in accordance with the contract condition a completion,
certificate will be issued by the Engineer-in-charge. From the date of issue of the completion
certificate, till the expiry of period specified in memorandum, the Contractor shall be liable for the
replacement of any part of 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.

45. 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. Withheld
of such sanction shall not form any grounds for compensation or extension or 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.

46. BANK GUARANTEE:


Bank guarantee shall be given on the Stamp Paper of Rs. 100/-. The bank guarantees shall be valid
for the entire period of contract till the date of issue of completion certificate plus one month as
prescribed under condition 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 on month
prior to expiry date from time to time, failing which the bank guarantees shall be encashed by the
corporation well before expiry date of bank guarantees and cash accrued will be at the disposal
of the Corporation. The executive engineer is empowered to approach to the bank for
encashment and may take recourse to approach Reserve Bank of India’s Vigilance Branch and
‘Ombudsman’ as found necessary.

47. HANDING OVER OF WORK


All the work and materials, before finally taken over by Corporation will be the entire liability of the
contractor for guarding, maintaining and making good any damages of any magnitude. Interim
payments made for such work will not alter this position.
The handing over by the contractor and taking over by the Executive Engineer or his authorized
representative will be always in writing of which copies will go to the Executive Engineer or
his authorized representative and the contractor. It is however,
understood that before taking over such work, Corporation will not put it into regular use as distinct
from casual or incidental one, except as specifically mentioned elsewhere or as mutually agreed to.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 152

48. INSTRUMENTATION
The instruments required to be installed as per CDO’s guidelines, such instruments and their
accessories shall be procured and installed by the Contractor as per programme framed 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 created due to
installation or observation.

49. INSPECTION OF WORKS


The Engineer or his duly authorized representative shall have at all times full power to inspect
the work, whenever in progress on the site, in the contractors’ premises or the work site. Further,
contractor shall not without written authorization, permit entry on site of work of any person except
authorized representative of the Corporation or the Engineer or the contractors’ 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 Engineers’ decision about the sufficiency and adequacy thereof shall be
final.

The contractor shall, during working hours, maintain supervisor of sufficient trained and
experienced to supervise various items and operations of the work and the said supervisors shall
remain present during inspections of the Engineer. All orders and directions given to such supervisors
or other staff of the contractor shall be deemed to have been given to the contractor directly. Further
the Engineer may, by due notice to the contractor, to be present on any specified inspection and the
contractor shall comply with such directions.

Third party Testing/Inspection Report-


Third party testing/inspection will be done by Mechanical wing of the Water Resources
Department. After successful inspection and testing by Engineer in-charge the equipment shall be
allowed to be dispatched from manufacturer’s factory site. All logistic arrangements for the inspection
shall be done by contractor.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 153

50. OPENING OUT WORKS


The Engineer should 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.

51. REMOVAL OF IMPERFECT WORK AND / OR PAYMENT AT REDUCED RATES:


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 or reconstructs, the same, wherein whole or in part as may be,
directed by the Engineer, whether or not, the value of any such work of material shall have been
including 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
of materials with ones in. accordance with the specified standards.

52. JURISDICT ION OF COURT OF DISPUTES


Disputes, if any, arising out of this contract shall be subject to the jurisdiction of the High
Court of Aurangabad.(Chhatrapati Sambhajinagar)

53. BILLS & PAYMENT:


One running Bill in a month is permitted. The Bill shall be submitted by the contractor on or
before the date fixed by Engineer-in-charge. Payment of this bill shall be effected as stated in Clause
10 of B-1 form. Non-submission of the bills on the scheduled dates will absolve the Corporation of the
liability to make payment.
The format of running bill on which the bills are to be submitted by the contractor will be
supplied to the contractor by the Corporation. Printed copies of the bill forms as per this format shall
be arranged by the contractor at his cost. The bills in five copies shall be submitted to the concerned
Deputy Engineer, in the standard Proforma only.
The final bill shall be submitted within one month of the date of issue of completion
certificate. The final bill shall be paid as per the availability of funds.
Payment of bills shall be made subject to the availability of funds. No claims shall be
entertained for any delay in payment of bills. The Mode of Payment shall be as mentined in itemwise
detailed Specification in Volume II of the tender.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 154

54. DELETED

55. Tax Deduction at Source (TDS) shall be done as per extant rules.

56. MODE OF PAYMENT OF THE QUANTITIES OF EXCAVATION, MASONARY AND


CONCRETE ITEMS EXCAVATED IN EXCESS OF 125% :
Clause No. 38 of B-1 tender form pertains to payment of quantities of different items of
schedule „B‟ in excess of 125% of the tendered quantities. It is to be clarified that in the case of item
of excavation in soft strata and hard strata, in the present tender, this clause will become applicable
only if the total quantity of excavation ( i.e. quantity given in schedule „B‟ of excavation in soft
strata plus quantity given for excavation in hard strata ) exceeds 125% during execution. For payment
of quantity executed in excess of 125% of total quantity of excavation, following procedure will apply.

Case-1
Where quantity of excavation executed exceeds 125% of total of tendered quantity of items of
excavation in soft strata and in hard strata, but quantity executed of any one of the individual items is
less than or equal to the tendered quantity for that item. All the excess quantity beyond 125% of the
total tendered quantity in items of excavation in soft strata and hard strata, taken together, will be paid
by revising the rate of only that item where excess has occurred.

Case-2
Where total quantity of excavation executed for both items (excavation in soft strata and in hard strata)
exceeds 125% of the total tendered quantity of items of excavation quantity in excess of 125% of total
tendered quantity will be distributed in Ratio of:

Executed quantity of individual item of excavation


Total executed quantity of items of excavation in soft strata and hard strata

And will be paid by revising the rate of individual item as per clause 38(2), subject to the provision
that the revision of rate will be applicable only for the quantity of individual item executed beyond the
tender quantity.
In case of executed quantity is less than 75% of the total quantity of excavation in soft strata and hard
strata, these will be treated on similar lines as in case (1) and (2) above.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 155

Case-3
Where total quantity of all masonry items taken together exceeds 125% of the total tendered quantities
of all masonry items quantity in excess of 125% of total tendered quantity will be distributed in the
Ratio of :

Executed quantity of individual item of masonry


Total executed quantity of all masonry items taken together.

And will be paid by revising the rate of individual item as per clause 38(2), subject to the provision
that the revision of rate will be applicable only for the quantity of individual item executed beyond the
tender quantity.
In case of executed quantity is less than 75% of the total quantity of all masonry item taken together,
these will be treated on similar lines as in case (1) and (2) above.

Case-4
Where total quantity of all concrete items taken together exceeds 125% of the total tendered quantities
of all concrete items quantity in excess of 125% of total tendered quantity will be distributed in the
Ratio of:

Executed quantity of individual item of Concrete


Total executed quantity 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
tender quantity.
In case of executed quantity is less than 75% of the total quantity of all concrete items taken together,
these will be treated on similar lines as in case (1) and (2) above.
For payment of quantities in excess of 125% of tendered quantity for items other than excavation,
masonry and concrete items provision will be as per clause 38.

57. ROYALTY CHARGES (As per Cl. 36 of Conditions of contract)


Additional conditions regarding payment of royalty charges as per extant rule.
i) The royalty charges are to be paid by the Contractor to the Revenue authorities. This is the prime
responsibility of Contractor as per.
ii) Contractor shall indemnify Corporation / Government towards payment of royalty charges
a. Contractor shall submit proof of the payment of the royalty charges to the concerned Revenue
Authorities acceptable to the Engineer-in-charge.
b. The total amount that can be released shall be limited to the actual payment made as
mentioned in the para (a) above.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 156

c. If the actual paid royalty charges are less than the amount arrived as per calculation, the remaining
amount will be recovered and paid to revenue authority by the Corporation/Government.
d. If the actual royalty charges are more than the amount withheld, the contractor shall pay the
excess amount to the concerned Revenue Authority without any burden on the GoM / Government.
e. The contractor shall indemnify GoM / Government towards payment of the royalty charges.

58. EXCAVATION BY CONTROLLED BLASTING AND CHISELING:


The location where excavation by controlled blasting and chiseling is to be done as directed by
Engineer in charge. At other location the excavation is to be done by ordinary blasting.
(A) Controlled blasting -
The rate of excavation by controlled blasting is allowed at following site condition-
(i) The roads having heavy traffic within 200 meter radius of work,
(ii) The habitation and public buildings with 200 meter radius of work, (iii) The electric lines within
150 meter radius of work.
(B) Chiseling/ Excavation in hard rock by breaker
The rate of excavation by chiseling or by use of breaker is allowed at location where permanent and
important structure is within 30 meter radius from work.

58.1. Where rate of chiseling or by use of breaker and controlled blasting is allowed, the contractor
shall be responsible for damage to any type of property or life. If any damage is occurred due to
activity of excavation the contractor has to pay the compensation to the concerned party. If he fails, the
compensation will be paid by the Corporation and recovered from contractor.

58.2. If the excavation by controlled blasting or chiseling or by use of breaker is required to


be done at chainage and locations other than mentioned in approved zone. Then contractor shall
write to the Engineer-in-charge. The Engineer-in-charge will inspect the site and if the work is within
the prescribed zone of controlled blasting or chiseling he will submit the proposal for obtaining
permission of higher authority.
In such case the contractor shall execute the item of excavation only after approval of
controlled blasting or chiseling or by use of breaker zone by Chief Engineer. Otherwise the quantity
executed will be paid at the rate of ordinary blasting.
58.3. Contractor shall note that the rate of controlled blasting will be paid only if he has done the
work of excavation by taking proper precaution and methods. If the work in controlled blasting zone is
executed by ordinary blasting without any special efforts then payment of excavation will be made at
the rate of ordinary blasting,

though the work lies within approved zone of controlled blasting or chiseling or by use of breaker.
58.4. The contractor shall maintain account as the proof to prove that the excavation is
done by controlled blasting or chiseling e.g.-
(a) For proof of controlled blasting - Number of drills, their depth, charge loaded, other precautions
taken and quantity executed.
(b) For proof of chiseling - Method of chiseling, equipment and machinery used and their hours of
working, quantity executed.
(c) For proof of breaker – Equipment and machinery used and their hours of working, quantity
executed.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 157

59. SHIFT ING OF ELECTRIC LINE:


In case shifting of electric line is necessary, Engineer-in-charge will initiate the proposals to concerned
authorities. It will be the responsibility of contractor to make good for early clearance of the proposal
so that there should not be any delay in completion of the work. Contractor should pay the required
cost of shifting these lines to the concerned authorities. The same will be reimbursed to the contractor
by corporation as per availability of funds.

60. DEFECTS LIABILITY:


Within defect liability period after completion of work if any repair due to defect in construction, the
same will be carried out by the contractor at his own cost. The security deposit amount is only payable
after completion of this defect liability period. Defect(s) liability period will be 24 months. Defect
liability period starts from the completion date of work (i.e., start of maintenance period) Defect
liability period and mantenanace period shall starts simulteniously.

61. DELETED.

62. NO CLAIM FOR DELAY IN PAYMENT:


1) Payment will be made to the contractor as per availability of funds with GMIDC. Contractor shall
have to make himself well informed about the financial status of GMIDC and also about funds
availability status for his work.
2) Contractor shall not claim any amount in view condition No. I above for any delay in payments,
increase in period of contract, interest, price index increase etc. Measurements shall be recorded in the
same month when works are carried out. Contractor shall not claim any price escalation based on
basis of date of payment of the bill & Price index on the date of measurement shall only be
applicable irrespective of date of payment.
3) In case of financial crisis of any other reasons GMIDC reserves the right to withdraw above works
under contract Clause No.15.

63. DELETED

64. INSURANCE CHARGES: -


1) Insurance charges are to be paid by the contractor to the "Director of Insurance Maharashtra State,
Mumbai."
2) If insurance policy is not produced by the contractor, the recovery will be made according to
government guide lines modified from time to time from 1st R.A. Bill of the contractor.
3) Insurance charges will be released on production of Insurance Policy Certificate as per actual
premium paid subject to maximum to the provision in Schedule B whichever is less. Offer quoted
(above/below) is not applicable to the item of insurance.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 158

65. LABOUR WELFARE CESS:


The amount of labour welfare cess at the rate of 1% will be recovered from contractor's Running /
final bill as per directions given by the Govt. of Maharashtra vide Marathi Resolution No उद्योग,
उर्ाण ि कामगाि निभाग शासन ननर्णय क्र.बीसीए/108/कामगाि 7अ/2009 नदनां क 17 र्ुन 2010.

66. EXCESS QUANTITIES: -


Restrictions on execution of work under clause 38 of conditions of contract. Clause38 of B-1 tender
will be operated as per GOM. Marathi Circular No. Nivida / 0812 / (420 / 2012) Mo.Pra.-1,Mantralay,
Mumbai-400032 Dinank-11/10/2012, 31/05/2019 & Govt. WRD GR No. Nivida 1213/ (735/13)/
Mopra-1/ Dt. 22/12/2017 and any further amendments thereof.
Contractor can execute any excess quantity of tender item beyond 125% of the stipulated tender
quantity only on the written permission of the Engineer in charge of the work as stated in clause 37/38
of B-1/B-2 tender.
Engineer-in-Charge cannot issue any written permission to contractor to execute such quantity beyond
125% of tender item except exceptional cases mentioned below:
1) Earthwork (excavation and backfilling) in COT of Earthen Dam,
2) Foundation excavation and concrete, Steel of Gravity Dams,
3) Cavern support system for Tunnels/ underground caverns,
4) Excavation & concrete, Steel for foundation of various structures on canals,
5) Excavation & Concrete, Steel for intake structures / wells for Head Regulator for Dams.
6) Bore holes, grouting work on Dam foundation and other Dam construction work. Any
unapproved quantity will not be accepted for payment.
Whenever such above exceptional cases crop up and excess is inevitable, concerned project Executive
Engineer will obtain joint technical inspection from a committee consisting of Project Superintending
Engineer and one more Superintending Engineer under the region and obtain prior approval of
concerned Chief Engineer Before issuing any such written permission to the contractor for executing
excess over tender quantity beyond 125%. No work outside the scope of the work put to tender will be
approved for such excess quantity for purpose of clause 37/38.

67. QUALITY CONTROL MEASURES -


67.1) (a) The adequate quality control measures will be exercised during the construction.
The works will be inspected by the officials of State Quality Control Wing of W.R.D. The Bidder or
their in charge technical representative must remain present on the work site during inspection of State
Quality Control Wing W.R.D.
(b) Contractor must follow the time-to-time instructions given by the third party Quality Control
Agency and State Quality Control Wing of W.R.D. for quality control the project.
67.2) The in charge technical representative of the bidder must give prompt attention towards the
observations made by Third party quality control Agency and State Quality Control Wing of W.R.D,
and Executive Engineer during their inspections from time Rectification/ corrections suggested shall
be done immediately. If the contractor has not corrected a defect, to the satisfaction of the Engineer,
within the time specified in the Engineers notice, the Engineer -in -charge may recover payment made
in next bill due to contractor.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 159

67.3) The testing of materials and work shall be done at regular intervals. Though the agency is asked
to equip itself with the required testing facility and carry out most of the tests in its field laboratory,
20% of the test as described in Quality control Manual will be got carried out in the Quality Control
laboratory. The field testing charges for all materials for various items shall be borne by the contractor.
67.4) The bidder must establish a field laboratory with minimum equipments as specified in the
contract data and at the location decided by the Engineer-in- charge. The list of equipment for field
testing laboratory to be set up is as per requirement of work. If contractor fails procure a set of testing
equipment within 10 days from the date of issue of notice to proceed with the work, then Engineer- in-
charge shall procure the testing equipments. Cost of equipments shall be recovered from the payment
due to the contractor, which shall not be more than Rs. 3.00 lakhs. The frequency of test for various
items of canal work shall be as per Quality control manual.
67.5) If ever in future, State Quality Control wing of WRD, decides to charge fees for quality control
tests, then payment should be done by the contractor which will reimbursed to contractor after
producing relevant documentary evidence.
67.6) CONCRETING FOR STRUCTURES
1) Contractor shall not be allowed to use ordinary concrete mixer and volumetric batching of
materials for concrete shall not be permitted.
2) Contractor shall be permitted to hire ready mix concrete plant for procuring concrete
of required mix. Contractors have to take prior permission for use of RMC plant from
Engineer- in -charge and shall have to execute, triparty agreement between Engineer- in
charge contractor & owner of RMC plant for Quality Control of RMC mix
3) Vibrator having 3000 RPM with 60/40/25 mm diameter needle.
67.7) CONCRETING & FORMWORK
1) Suspended type centering by providing holes at the top of pier & abutment & Inserting
steel girder for support shall not be permitted.
2) Centering with steel trusses or telescopic props for supporting deck slab and steel plates of
minimum 1.65 mm (16 gauge) thickness or high density plywood of suitable thickness
comforting to IS:4990 for supporting deck slab shall be permitted.
3) Formwork for piers & abutment shall be provided with high density plywood of suitable
thickness supported with steel angle/ plates for a height of 240mtr single lift of pier
&abutment, this formwork shall be supported with proper support system for maintaining its
vertically or required slope.
67.8) DESIGN APPROVAL:
Design for concreting of deck slab and formwork & centering systems with material being used
for it, shall be got approved in advance from Engineer-in- charge.
67.9 ) MIX DESIGN FOR CONCRETE:
Contractor shall produce required material in suitable batches in advance as per work programme and
obtain realistic concrete mix design from state quality control laboratory.
67.10) Testing of materials shall be done from State Quality Control & Third party Quality
Control agencies laboratory where facility for testing of particular material is not available at State
Quality Control laboratory, testing shall be done at the laboratory recommended by Engineer in
charge.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 160

67.11) Crushed sand (manufactured by VSI type crusher) can be used with prior permission of
Engineer-in-charge. Proportion of crush sand shall be decided by the trials of mix design conducted
in quality control labs of W.R.D. or MERI Nashik or NABL Pvt. Lab.
67.12) Crush sand to be used for inclined sand filter, horizontal sand mat etc. should strictly satisfy
required filter criteria.

68. PAYMENT OF STAMP DUTY:


As per article 63 of the Bombay Stamp Act and amendment there to, the contractor will have to pay
stamp duty on the value of accepted tender amount as per prevailing rate declared by the Govt. of
Maharashtra from time to time before work order. The rates quoted by the contractor will deemed to
have considered all taxes, levied and duties etc. including stamp duty and no separate claim will be
entertained on this account by the department. The stamp duty has to be paid on GRAS online through
net banking or any other medium as per the direction of the Govt. in this regard.

69. NO CUTTING OF TREES FOR THE PURPOSE OF FUEL IS PERMITTED


The contractor shall make arrangements to supply fuel for domestic use to all the
labours engaged on site and prevent the labours from cutting trees for the purpose of fuel. If the
contractor’s labour found to cut the trees the contractor shall be held responsible for the same
and shall be punished as per the provision in Forest Conservation Act, 1980.

70. EMPLOYER'S RISKS


Employer’s risk shall be for the events stated in condition 75.

71. CONTRACTOR'S RISKS


Except as provided in condition 78, the Contractor shall be responsible for all risks of loss or damage
to physical property and of personal injury and death which arise during and in consequence of its
performance of the Contract.

72. FORCE MAJEURE


Definition of Force Majeure In this condition, "force majeure” means an event beyond the control of
the Employer and the Contractor, which makes it impossible or illegal for a party to perform, including
but not limited to:
(a) act of God;
(b) War, hostilities (whether war be declared or not), invasion, act of foreign enemies.
(c) Rebellion, revolution, insurrection, or military usurped power, or civil war;
(d) contamination by radio-activity from any nuclear fuel, or from any nuclear waste from the
combustion of nuclear fuel, radio-active toxic explosive, or other hazardous properties of any
explosive nuclear assembly or nuclear component of such assembly;

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 161

(e) Riot, commotion or disorder, unless solely restricted to employees Of the Contractor or of his
Subcontractors.
2. Effect of Force Majeure Event
Neither the Employer nor the Contractor shall be considered in default or in contractual
breach to the extent that performance of obligations is Prevented by a force majeure event.
3. Contractor's Responsibility
Upon occurrence of an event considered by the Contractor to constitute force majeure and which may
affect performance of his obligations, he shall promptly notify the
Engineer and Engineer-in-Charge, and shall endeavor to continue to perform his obligations as for as
reasonably practicable. The Contractor shall also notify the Engineer and Engineerin- Charge of any
proposals, including any reasonable alternative means for performance, but
shall not effect such proposals without the consent of the Engineer and Engineer-in-Charge.
4. Employer's Responsibility
Upon occurrence of an event considered by the Employer to constitute force majeure and which may
affect performance of his obligations, he shall promptly notify the Contractor and the Employer's
Representative, and shall endeavor to continue to perform his obligations as far as reasonably
practicable.
The Employer shall also notify the Employer's Representative and the Contractor of any proposals,
with the objectives of completing the Works and mitigating any increased costs to the Employer and
the Contractor.
5. Payment to Contractor
If, in consequence of force majeure, the Works shall suffer loss or damage, the Contractor shall be
entitled to have included, in an Interim Payment Certificate, the Cost of work executed in accordance
with the Contract, prior to the event of force majeure. If the Contractor incurs additional Cost in
complying with Sub-condition 80.3, such Cost shall be determined by the Engineer-in-Charge.
6. Optional Termination, Payment and Release
Irrespective of any extension to time, if a force majeure event occurs and its effect continues for a
period of 180 days, either the Employer or the Contractor may give to the other a notice of
termination, which shall take effect 30 days after the giving of the notice. If, at the end of the 30 day
period, the effect of the force majeure continues, the Contract shall terminate. If the Contract is
terminated the Engineer-in-Charge shall determine the value of the work done and:
(a) The amount payable for any work carried out shall be regulated with reference to the stage of work
in consistent with the stage of payment against the Lump Sum price stated in the Contract;
(b) the cost of Materials ordered for the Works which have been delivered to the site: such Materials
shall become the property of (and be at the risk of) the Employer when paid for by the Employer, and
the Contractor shall place the same at the Employer's disposal;
(c) any other Cost or liability which in the circumstances was reasonably incurred by the
Contractor in the expectation of completing the Works;
(d) the reasonable Cost of removal of Temporary Works; and
(e) the reasonable Cost of repatriation of the Contractor's staff and
(f) labour employed wholly in connection with the Works at the date of such termination;

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 162

(g) Interim Payment Certificate is issued to the work is done.


7 Releases from Performance under the Law
If under the law of the Contract the Employer and the Contractor are released from further
performance, the sum payable by the Employer to the Contractor shall be the same as would have been
payable under Sub-condition 80.6 if the Contract had been terminated under that Sub-condition.

73. FOREC LOSURE OF WORKS BY THE GOVERNMENT


If at any time after the execution of the Contract Documents the Engineer-in-Charge shall for any
reason whatsoever require the whole or any part of the work as specified in the tender to be stopped for
any period or shall not require the whole or part of the work to be carried out at all or to be carried out
by the Contractor, he shall give notice in writing of the fact to the Contractor who shall thereupon
suspend or stop the work totally or partially as the case may be. In any such case except as provided
hereunder the Contractor shall have no claim to any payment or compensation whatsoever on account
of any profit or advantage which he might have derived from the execution of the work in full but
which he did not so derive in consequence of the full amount of work not having been carried out or
on account of any loss that he may be put to on account of materials purchased or agreed to be
purchased, or for unemployment of labour recruited by him. He shall not also have any claim for
compensation by reason of any alterations having been made in the original specifications, drawings,
design and instructions which may involve any curtailment of the work as originally completed.
Where, however, materials have already been purchased or agreed to be purchased by the Contractor
before receipt by him of the said notice the Contractor shall be paid for such materials at the rates
determined by the Engineer-in-Charge, provided they are not in excess of requirements and are of
approved quality and/or shall be compensated for the loss if any, that if he may put to in respect of
materials agreed to be purchased by him, the amount of such compensation to be determined by the
Engineer-in-Charge whose decision shall be final. If the Contractor suffers any loss on account of his
having to pay labour charges during the period of stoppage of work ordered under this CONDITION,
the Contractor shall, on application be entitled to the such compensation on account of labour charges
as the Engineer-in-Charge whose decision shall be final may consider reasonable, provided that the
Contractor shall not be entitled to any compensation on account of labour charges, if in the opinion of
the Engineer-in-Charge, the labour could have been employed by the Contractor elsewhere for the
whole or part of the period during which the stoppage of the work has been ordered as aforesaid.

74. DIVERSION OF STREAMS / NALLAH / DRAINS


1. The contractor shall at all-time carry out construction of cross drainage works in a manner creating
least interference to the natural flow of water while consistent with the satisfactory execution of work.
A temporary diversion and training shall be formed by the contractor at his cost where necessary. No
extra payment shall be made for this work.
2 No separate payment for bailing out sub-soils, water drainage or locked up rain water for diversion,
shoring, foundations, bailing of pumping water either from excavation of soils from foundations or
such other incidental will be paid. The bid price to be quoted by the contractor is for the finished item
of work in situ and including all the incidental charges. The borrow pits are also to be de-watered by
the contractor himself at his expense.
3 The work of diversion arrangements should be carefully planned and prepared by the contractor and
forwarded to the Engineer-in-Charge. The proposal should be Technically viable and approval shall be
obtained for execution.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 163

4 The contractor has to arrange for bailing out water, protection to the work in progress and the portion
of works already completed and safety measures for men and materials and all necessary arrangements
to complete the work.
5 All the arrangements so required should be carried out and maintained at the cost of the contractor
and no separate or an additional payment is admissible.
6 Coffer Dams. : Necessary coffer dams and ring bunds have to be construct and same should be
remove after the completion of the work.

75. ELECTRICITY, POWER AND WATER


The Contractor shall be fully responsible to arrange such electricity, power, water and fuel as may be
necessary to complete the works and fulfill his obligation under the Contract. The prices quoted by the
Contractor shall include the cost of all electricity, power, water and fuel as may be required including
electricity charges required for trial run and testing of entire system.

76. TEMPORARY DIVERSIONS FOR ROADS


1 The contractor shall at all-time carryout work on the road in a manner creating least interference to
the flow of traffic while consistent with the satisfactory execution of the same. For all works involving
improvements to the existing road, the contractor shall in accordance with the due consent of
concerned authority like Railway, National Highway, State PWD etc. and directions of the Engineer-
in-charge provide and maintain during the execution of the work a passage for traffic, either along a
part of the existing carriage way under improvement or along a temporary diversion constructed close
to the road.
If in the opinion of the Engineer-in-Charge, it is not possible to pass the traffic on part width of the
carriage-way for any reason, a temporary diversion close to the road shall be constructed as directed. It
shall be paved with the materials such as hard murum, gravel and stone, metal, asphalt etc. to the
specified thickness as specified by concerned authority and as directed by the Engineer-in-Charge. In
all cases, the alignment, gradients and surface type of the diversion including its junctions, shall be
approved by the Engineer-in-charge before the road is closed to traffic. No separate payment will be
made for this purpose.
2 The contractor shall take all necessary measures for the safety of traffic during construction and
provide erect and maintain such barricades, including signs, markings, flags lights and information and
protection of traffic approaching or passing through the section of the road under improvement. Before
taking up any construction, an agreed phased programme for the diversion of traffic on the road shall
be drawn up in consultation with the Engineer-incharge and concerned authorities. No separate
payment will be made for this purpose.
3 The barricades erected on either side of the carriage way portion of the carriage way closed to traffic,
shall be of strong design to resist violation and painted with alternative black and white stripe. Red
lanterns or warnings lights of similar type shall be mounted on the barricades at night and kept lit
throughout from sunset to sunrise. No separate payment will be made for this purpose.

77. RAMPS
Ramps required during execution may be formed wherever necessary and some are to be removed
after completion of the work. No separate payment will be made for this purpose.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 164

78. MONSOON DAMAGES:


Damages due to rain or flood either in cutting or in banks shall have to be made good by the contractor
till the work is handed over to the Department. The responsibility of de-silting and making good the
damages due to rain or flood rests with the contractor. No extra payment is payable for such operations
and the contractor shall therefore, has to take all necessary Precautions to protect the work done during
the construction and defect liability period.

79. APPROACH ROADS AND ROADS IN WORK AREA:


1) Existing public roads and roads Constructed by Government, if any, in work area shall be
maintained by contractor at his own cost. The layout design, construction and maintenance etc. of the
roads shall be subject to the approval of the Engineer- in- Charge.
2) It is possible that work at, or in the vicinity of the work site will be performed by the Government or
by other contractors engaged in work for the Government during the contract period. The contractor
shall without charge permit the government and such other contractor and other workmen to use the
access facilities including roads and other facilities, constructed and acquired by the contractor for use
in the performance of the works.
3) The contractor‟s heavy construction traffic or tracked equipment shall not traverse any
public roads or bridges unless the contractor has made arrangement with the authority concerned. In
case contractor‟s heavy construction traffic or tracked equipment is not allowed to traverse any
public roads or bridges and the contractor is required to make some alternative arrangements, no
claim on this account shall be entertained.
4) The contractor is cautioned to take necessary Precautions in transportation of construction
materials to avoid accidents.

80. Contractor shall submit a certificate to the effect that


"All the payments to the labour / staff are made in bank account of staff linked to Unique identification
Number (AADHAR CARD)."
The certificate shall be submitted by the contractor within 60 days from the commencement of
contract. If the time period of contract is less than 60 days then such certificates shall be submitted
within 15 days from the date of commencement of contract.

81. PLANNING OF WORK :


The contractor shall have to study the situation of site, scope of work and availability of working days
considering perennial flow of the river / canal and do the planning of work stipulated in tender. So as
to complete in stipulated period and quote his offer accordingly. In any case, no compensation for
preparation of site, dewatering, idleness of labour / machinery / manpower etc. will be paid to the
contractor.

82. DELETED

83. DISPOSAL OF EXCAVATED MATERIAL.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 165

The contractor shall have to dispose the unsuitable / unused material as per direction of
Engineer-In-Charge and no claim will be entertained regarding extra lead required for disposal or any
other issues.
The contractor shall have to dispose the unsuitable /unused material near to the site in Govt.
acquired land and as per directions of Engineer-In-Charge. The material should be neatly
stacked in disposal area so as to utilize it for another works or Water Resources Department can
make auction of the material so as to earn revenue. Necessary lead charges have already been
considered in rate
analysis for disposal of material. The contractor shall have to assess exact lead for disposal of the
material and quote his offer accordingly. No claim will be entertained on account of extra lead for
disposal of material & acquisition of any private land for disposal by contractor or in private land as
finalized by contractor at his own cost.

84. LAND ACQUISIT ION & CROP COMPENSATION :


The temporary possession of land for execution of work, shall be the
responsibility of contractor. Contractor should obtain relevant permission from revenue authorities.
The land so taken in possession should restore to its original position to the satisfaction of the
farmers and Engineer-in-charge. No delay on this account will be entertained. Execution of work
shall be done generally after crop harvesting.
As this work is to be carried out in agriculture land, trees / crops compensation may be liable to pay to
land holder. This special condition states that tenderer should take initiative for alignment clearance
for any obstructions like crops, trees and any permanent or temporary structures like house, animal /
cattle shelters, farm ponds, wells, private pipe line crossings etc. Contractor shall have to prepare all
required documents and to approach various Departments of state Govt. or local authorities to obtain
valuation proposals of compensation and correspondence.
Crop compensation for temporary possession of land, will be paid by department or reimbursed to
the contractor if paid by the contractor as per the valuation done by the Agriculture officer or
Tahasildar or competent authority. Crop compensation other than above (material stacking, dumping
excavated material, other connecting roads etc.) will not be borne by department.

85. CONSTRUCTION OF TEMPORARY APPROACH ROADS.


The contractor shall have to prepare temporary approach road to facilitate the excavation
of pipe line for rising main, pipe distributions network along the trench to be excavated for pipeline by
using excavated material or by any other means. The temporary approach roads shall be used for
laying and jointing of pipe line and back fitting purpose. The temporary approach roads shall be
removed after completion of work and land shall be stored in original conditions as it was earlier to
excavation.
The cost of preparation of temporary approach roads has been already considered in schedule B and
No claim for payment of preparation of temporary approach road will be entertained in any case also
no quantities for excavation of embankment will be paid to the contractor.

86. RECLAMATION OF LAND


The temporary possession of land for execution of work and carrying out work in a
systematic manner shall be the responsibility of the contractor. The material excavated from trench
excavated for pipe line shall be stacked neatly along the trench. The land temporary used for
excavation of trench, stacking of material along trench, transportations of pipes, laying &

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 166

jointing of pipes shall be restored in original condition as it was prior to excavation to the satisfaction
of concerned farmers / land holders.
The contractor shall provide a layer of 300 mm thick of appropriate soil procured from borrow area
over an area used for excavation of trench, stacking of material, temporary approach roads for laying
of pipes etc. in view of reclamation of land to the original position prior to commencement of
work. The excess material available from excavation of trenches, materials of temporary approach
roads, shall be disposed off as directed by Engineer in charge.
The cost of reclamation of land and disposal of excess materials along with necessary lead charges has
already been considered, hence no separate payment shall made for reclamation of land and disposal of
excess material. No claim shall be entertained on amount of reclamation of land and disposal of
excess material.

87. SITE OFFICE FOR ENGINEER REPRESENTATIVES AND OTHER SUPERVISORY STAFF:
The contractor shall provide site office facilities and related necessary facility for the Engineer-in-
charge and Supervisory Staff including Employer’s Representative.

88. TERMINATION BY DEPARTMENT

1. The Engineer-in-Charge may terminate the Contract if the Contractor causes a breach of the
Contract.

2. Breaches of Contract include, but are not limited to:


a. The Contractor stops work for 30 days when no stoppage of work is shown on the current
program and the stoppage has not been authorized by the Engineer-in- Charge;
b. The Contractor becomes bankrupt or insolvent, goes into liquidation, has a receiving or
administration order made against him, compounds with his creditors, or carries on business
under a receiver, trustee or manager for the benefit of his creditors, or if any act is done or
event occurs which (under any applicable law) has a similar effect to any of these acts or
events,
c. The Engineer-in-Charge gives Notice that failure to correct a particular Defect is a
fundamental breach of Contract and the Contractor fails to correct it within a reasonable
period of time determined by the Engineer-in-Charge; and
d. Abandons or repudiates the Contract.
e. The Contractor has delayed the completion of works by the number of days for which the
maximum amount of liquidated damages can be paid as defined.
f. If the contractor, in the judgment of the Department has engaged in fraudulent practices in
competing for or in the executing the contract.
g. Assigns the contract or subcontracts the works without the required consent, then the
employer may, after having given 15 days‟ notice to the contractor, terminate the contract and
expel him from the site. The contractor shall then deliver all construction documents, and
other design documents made by or for him, to the engineer-in- charge. The contractor shall
not be released from any of his obligations or liabilities under the contract. The rights and
authorities conferred on the employer and the engineer-in-charge by the contract shall not be
affected.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER


GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, CHHATRAPATI SAMBHAJINAGAR. 167

3. The employer may upon such termination complete the works by any other persons or by any other
contractor. The employer or such other contractor may use for such completion so much of the
construction documents, other design documents made by or on behalf of the contractor, contractor's
equipment, temporary works, plant and materials as he or they may think proper. Upon completion of
the works or at such earlier date as the engineer-in-charge thinks appropriate, the engineer-in-charge
shall give notice to the contractor to remove or arrange removal of the temporary works or any plant or
machinery from such place without delay and at his cost.

4. The Engineer-in-Charge may rescind the contract (of which rescission notice in writing to the
contractor under the hand the Engineer-in-Charge shall be conclusive evidence) and in which case the
security deposit including initial security deposit (performance security) of the contractor shall stand
forfeited and be absolutely at the disposal of Government.

5. If the Contract is terminated the Contractor is to stop work immediately, make the Site safe and
secure and leave the Site as soon as reasonably possible.

CONTRACTOR (SEAL & SIGNATURE) NO. OF CORRECTIONS EXECUTIVE ENGINEER

You might also like