Tendernotice 1
Tendernotice 1
Electrical Department
D
(PUBLIC
PUBLIC WORK DEPARTMENT
DEPARTMENT)
TENDER DOCUMENTS
E -TENDER
TENDER NOTICE NO. 10 / 2025-2
26
NAME Supplying and erecting electrical works at TB Sanatorium
OF Hospital E-Bus
E depo offices & premises
WORK -
INDEX
Page No.
Sr. Chapter
From To
1. Detailed E – Tender notice including qualification criteria,
required annexure etc.
2. Declaration of the contractors, Proforma statements etc.
3. Agreement form B (1) including tender for works,
memorandum and conditions of contract
4. General conditions
5. Additional conditions of work
6. General specifications
7. Schedule - A
8. Schedule - B
9. Drawings if any
Bidding documents
Bidding documents
downloading start on 24-06-2025 17:00 PM 01-07-2025 17:00 PM
downloading end on
dated
dated
Sign /-xxx
Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
2. The details of above works such as Earnest Money Deposit, Security Deposit, Terms &
Conditions of the Tender and Schedule B of works, are available on
www.mahatenders.gov.in web Tenders for these works are to be submitted by e-
tendering system, for this purpose contractors are required to register themselves with
https://mahatenders.gov.in Web portal. If any change occurs it will be communicated on
website.
3. Earnest money deposit –
Rupees 1% of cost of tender, if work amount should be up to the Rs. 1.50 Cr. And if work
amount should be more than Rs. 1.50 Cr., then it will be rupees of 0.50% of cost of
tender or 1.50 Lakhs whichevers is more.
3.1. An earnest money deposit should be deposited in the account of Jalgaon City
Municipal Corporation in the form of online payment vide net banking only. Cheque
or cash will not be accepted and tender of those whom does not deposit earnest
money shall be summarily rejected. Tenderer must compulsory submit online EMD
receipt to be enclosed in submission of technical document.
3.2. Exemption certificate will not be accepted, lieu of earnest money deposit.
3.3. The amount of earnest money will be forfeited in case successful contractor does
not pay the amount of initial security deposit (if any) within the time specified as
stipulated by the City Engineer and complete the contract documents.
3.4. After Tender opening, the EMD of the unsuccessful bidder will be returned to
account provided by the bidder during the bid preparation as given in challan under
beneficiary account number on deciding about the acceptance or otherwise of the
tender. In case of successful tenderer, it will be refunded on his paying initial
Security Deposit and completing the tender documents in form B-1.
4. Time limit – As per above table.
5. Pre – bid Meeting – (Arranged for work above of Rs. 1.50 Cr.)
6. Date of issue of blank tender documents –Tender form available online for purchase on
GoM website www.mahatenders.gov.in
7. Cost of blank tender documents – Tender documents may be purchased / downloaded
from www.mahatenders.gov.in for non-refundable fees of Rs. 1000 /- (Including GST) in
the form of online payment only.
8. Date of submission of tender –The bid shall be submitted online through E-Tendering
system on www.mahatenders.gov.in for above work on or before.
9. Security deposit -
The total Security deposit to be paid shall be 10% (Ten per cent) of amount put to
tender.
9.1. The successful tenderer shall have to pay security deposit from running account
bills and final bill at the percentage stipulated in tender.
9.2. Returns of security deposit –
The entire security deposit 10% of the tender cost shall be released as follows-
i) If defect liability period stipulated in tender is less than 1 year, then entire
security deposit will be released after one year of successful completion of the
work.
ii) If defect liability period stipulated in tender is more than 1 year, then 80% of
security deposit will be released after one year of successful completion of the
work and remaining 20% of security deposit will be released after defect liability
period is over.
10. Defect liability period -
Defect liability period for the work is 24 calendar months from the date of completion
of the work.
11. Date of opening of tender –Received tenders will be opened online on dated
in the of City engineer, Jalgaon city municipal corporation, Jalgaon, Mahatma Gandhi
road, Neharu chowk, Jalgaon – 425001 (M.S.)
12. Validity of offer – The offer shall remain open for one hundred and twenty (120) days
from the date of submission of tender or thereafter till contractor withdraws his offer in
writing.
13. Joint venture – Joint venture agreement in any form shall not be allowed. (For work
above Rs. 25 Cr. allows)
14. Eligibility of tenderer –
14.1. The tenderer must have eligibility in term of similar type of work (Electric
Work) experience during last Five years i.e. 2020-21, 2021-22, 2022-23, 2023-24
and 2024-25 as follows –
A. Three Similar Type of work having work wise cost of each work not less than 40% of
tender cost at price level 2024-25 (i.e.3 Works)
B. Two Similar Type of work having work wise cost of each work not less than 50% of
tender cost at price level 2024-25 (i.e. 2 Works)
C. One Similar Type of work having work wise cost of work not less than 80% of tender
cost at price level 2024-25 (i.e. 1 Works)
Note – “Similar works” means Electric work of -----------------and allied works.
If support documents are not found uploaded, bid capacity will not
be taken into account which will result in disqualification for this
tenderer.
Information submitted with supporting documents as per
format given in statements attached with this tender.
The statements showing the value of existing commitments and
on-going works as well as the stipulated period of completion
remaining for each of the works listed should be countersigned
by the Engineer- in- charge, not below the rank of an City
Engineer or equivalent. If authorized engineer in charge should not
signed on proforma statements attached with this tender then
tenderer should must attached all details given by authorized
engineer in charge and filled that information in format given in this
tender with tenderer sign.
Escalation factors (for the cost of works executed and Turnover
for financial figure to a common base value for works
completed)
Year before Multiply factor i.e. year
One 1.10 2024-25
Two 1.21 2023-24
Three 1.33 2022-23
Four 1.46 2021-22
Five 1.61 2020-21
All statements / forms shall be filled in and signed
properly and correctly. If these forms / statements found
incomplete or wrongly filled then the Envelope No. 2 (Financial
bid) will not be opened, Even though the bidder meet the above
qualifying criteria, they are subject to be disqualified.
15. Some of the important conditions of contract –
15.1. All Tenderer must note that after tender procedure completion the
successful Tenderer shall take out necessary Insurance Policy / Policies so as to
provide adequate insurance cover for execution of the awarded contract work 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 nos. 6438690/ 6438746 Fax. no.6438461).
Insurance policy/ policies taken out from any other Company will not be accepted.
If the above condition regarding insurance policy is not complied, then recovery at
the rate 1% of tender amount shall be made through R.A. Bills.
15.2. GST shall be payable on the accepted contract value at prevailing rates
separately. Contractor shall quote his rates excluding GST. Amount of GST at 2% will
be deducted at source (TDS)
15.3. As per rule of Employment Provident fund (EFP) Regulation act. 1952, bidder
should submit valid PF Registration Certificate. The EPF Registration as per
employment provident fund (EPF) Regulation act.1952 is mandatory. Without valid
EPF Registration with latest paid challan paid by tenderer, tender will not be
considered for opening of financial bid.
15.4. Payments of the work shall be made subject to availability of fund.
15.5. In the event of delay in intermediate payment, the contractor/ agency shall
not delay /stop work, and the work shall be completed in the stipulated time
period.
15.6. Jalgaon City Municipal Corporation will not bear any expenses other than
the cost quoted.
15.7. All work shall be carried out as per the specifications contained in the
standard specification.
15.8. All type of material testing shall be done as per specification in the presence
of representative of Jalgaon City Municipal Corporation.
15.9. If works requires the third party inspections from government agencies,
then charges of third party inspections shall paid bidder at own cost initially, then
paid charges as per challans for third party inspections allowed to pay to contractor
separately from Jalgaon City Municipal Corporation funds.
16. Additional Performance Security Deposit –
In case lowest successful bidder’s offer found below the estimated cost put to
tender,
in that case, the tenderer shall have to pay Additional Performance Security deposit
drawn in favors of the Commissioner, Jalgaon City Municipal Corporation, Jalgaon (in
form of Demand Draft /F.D.R./ B.G. only) to concern City Engineer strictly within 8 (eight)
days. In no case limit of 8 days will be increased from the date of opening of financial bid
i.e. 2nd envelope as specified below;
A. If Tenderer’s offer is up to 10% below the estimated cost put to tender, then the
Additional Performance Security deposit shall be 1% of the estimated cost put to
tender.
B. If Tenderer’s offer is up to 15 percent below the estimated cost put to tender,
Tenderer shall submit 1% plus the percentage by which tender offer is more than
10% below of amount put to tender. (e.g. if tenderer offered 14% below they have
to submit (14% - 10%) + 1 % i.e. total 5% of estimated cost put to tender) or
minimum Rs. 1000/- whichever is higher.
C. If Tenderer’s offer is more than 15 percent below the estimated cost put to tender,
Tenderer shall have to submit Additional Performance Security Deposit as specified
below –
such discrepancies, doubts, obscurity and submit the same to the Commissioner, Jalgaon
City Municipal Corporation, Jalgaon.
21. The tender shall be unconditional, conditional tender shall be summarily rejected.
22. Corrupt or Fraudulent Practices-
The Corporation requires that the bidders/suppliers/ Contractors under this tender
observe the highest standards of ethics during the procurement and execution of such
contracts. In pursuance of this policy, the Corporation defines for the purposes of this
provision, the terms set forth as follows:
The Corporation will reject a proposal for award if it determines that the Bidder
recommended for award has engaged in corrupt or fraudulent practices in
competing for the contract in question; The Corporation will a firm ineligible,
either indefinitely or for a stated period of time, to be awarded a contract if it
at any time determines that the firm has engaged in corrupt and fraudulent practices
in competing for, or in executing, a contract.
tenderer’s Envelope No.2 will not be considered for further action and the
same will be recorded.
The decision of the tender opening authority in this regard will be final and
binding on the contractors.
24.2. Envelop no. 02 ( Financial bid )
This envelope shall be opened immediately after opened online of
EnvelopeNo.1, only if contents of Envelope No.1 are found to be acceptable
to the Department, the tendered rates in percentage above/below the
estimated rates shall then be read out in the presence of bidders who
remain present at the time of opening of Envelope No. 2.
Note –
Commissioner, Jalgaon city municipal corporation, jalgaon reserves full
rights to reject any or all tenders without assigning any reason and the same
shall be at the entire description of Commissioner, Jalgaon city Municipal
Corporation, jalgaon and Commissioner’s decision in this respect shall be
final and binding.
Sd/-xxx
Commissioner,
Jalgaon City Municipal Corporation, Jalgaon
Annexure - 1
Affidavit
(Affidavit on stamp paper of Rs. 500/- registered before the Notary or Executive magistrate)
the contract), hereby submit, vide this affidavit in truth, that I am the owner of the
envelop 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 for submission of any false /
2. I am liable for action under Indian Penal Code if during contract period and defect
liability period, any false information, false bill of purchases supporting proof of
3. I am liable for action under Indian Penal Code if any paper are found false /
fraudulent during contract period and even after the completion of contract
(Signature of contractor)
(Seal of company)
To,
Commissioner,
Jalgaon municipal corporation, Jalgaon
Sardar Vallabhbhai Patel Administrative Building,
Mahatma Gandhi Road, Neharu Chowk,
Jalgaon – 425001 (M.S.)
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 there under 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.
This guarantee shall be valid 28 days from the date of expiry of the Defect Liability Period.
* An 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.
Annexure – 2
Affidavit
(Separate for each wok)
(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive magistrate)
An agreement for hire of machinery as per statement no. 02 for execution of this
work.
Party 1 -
An agreement between -
Party 2 -
Whereas,
The second Party intends to submit his tender for the work of Jalgaon city
Municipal Corporation, jalgaon. Where in the use of machinery for this work is made
obligatory on the party of the intending tenderer for submission of the fleet of such requisite
plant. He intends to seek it from the register first party on hire who is already in possession
of above machinery. The first party will make the machinery available to the second party at
any time as per his requirement and as per terms and conditions entered hereinafter as
under.
The second party shall have to pay the hire charges for the use of the said plant on
his contracted work on machinery hour basis at the rate mutually agreed upon from time to
time during the currency of the contract.
This agreement is made only for the work of -----------------------------------------------------
--------------------------------------------------------------------------------------------------------------------------.
Annexure – 3
Affidavit
(Separate for each wok)
(Affidavit on stamp paper of Rs. 100/- registered before the Notary or Executive magistrate)
Or
2. That I hereby confirm and declare that my / our firm / company M/s. ---------------
---------------------------- is not blacklisted / or debarred with any company of
private / public ltd. Or government department from participating in the tender
as on date.
3. That I hereby confirm and declare that my / our firm / company M/s. --------------
--------------------------------- is / are not charge sheeted for any criminal act of theft.
4. That I further undertake that in case of the facts sworn is as mentioned above
and any particulars mentioned in our application is found other-wise or incorrect
or false at any stage, my / our firm / company shall stand debarred from the
present and future tender of the Jalgaon municipal corporation, jalgaon.
Besides, Jalgaon city municipal corporation shall be entitled to take all such
actions as may be deemed fit including termination of contract, if awarded,
without any claim for any compensation whatsoever on account of such
premature closure of the contract.
5. I know that to swear a false affidavit is a crime under the law and with such
knowledge only I have swear the this affidavit.
Deponent
Verified at ----- on -------- that the contents of paras 1 to 5 of this affidavit are
true and correct and no part of this is false and nothing material has been
concealed or falsely stated therein.
Annexure – 4
I/We hereby declare that I/We have made myself/ourselves thoroughly conversant with the
sub-soil conditions, the local conditions regarding all materials (such as Electrical goods
cables,swich et.) and labour on which I/We have based my/our rates for this work. The
specifications, conditions, bore results and lead of materials on this work have been carefully
studied and understood by me/us before submitting this tender. I/We undertake to use only
the best materials approved by the City Engineer or his duly authorized assistant, before
starting the work and to abide by his decision.
I/We hereby further declare that my/our tender is unconditional in every manner of
whatsoever in nature.
I/We hereby undertake to pay the labourers engaged on the work as per minimum wages
Act, 1948 applicable to the zone concerned.
I/We have quoted my/our offer in percentages rate in words as well as in figures. I/We
further undertake to enter in to contract in regular “B (1)” form in Jalgaon city municipal
corporation, Jalgaon.
Proforma
Statement no. 01
Details of work tendered for and in hand as on the date of submission of this tender.
Name of the tenderer –
Work in hand Work tendered for
Anticipated Stipulated
Sr. Place & Cost of Date when
Name of work Tendered date of Estimated date or Remark
No. Country remaining decision is
cost completion cost period of
work expected
completion
1 2 3 4 5 6 7 8 9 10
Page No.20
Proforma
Statement no. 02
Details of works of similar type and magnitude carried out by the contractor.
Name of the tenderer –
Sr. Stipulated date Actual date of
Name of work Cost of work Date of starting Remarks
No. of completion completion
1 2 3 4 5 6 7
Page No.21
Proforma
Statement no. 03
Details of Plants and Machinery (Own / Hired) immediately available with the tenderer for this work.
Name of the tenderer –
Sr. Number of Age and Present Remarks
Name of equipment Kind and make Capacity
No. units Condition location (Own / Hire)
1 2 3 4 5 6 7 8
Proforma
Statement no. 04
Form B (1)
Jalgaon City Municipal Corporation, Jalgaon
Percentage Rate Tender and Contract for Works
General Rules and Directions for the Guidance of Contractors
of the partners, or by some other person having authority to give effectual receipts for
the firm.
4. Any person who submits a tender shall fill up usual printed form, stating at what
percentage above or below the rates specified in Schedule - B (memorandum showing
items of work to be carried out) he is willing to undertake the work. Only one rate or
such percentage on the entire estimated rates/Schedule rate shall be named. Tender,
which propose any alteration in the works specified in the said form of invitation to
tender or in the time allowed for carrying out the work or which contain only other
conditions of any sort will be liable to rejection. No printed form of tender shall include a
tender more than one work but contractors who wish to tender for two or more works;
they shall submit a separate tender for each. Tender shall have the name and number of
the work to which they refer, written outside the envelope.
5. The Commissioner or his duly authorized officer shall open tenders in the presence of
contractors who have submitted tenders or their representative who may be present at
the time and he will enter the amounts of the several tenders in a comparative
statement in a suitable form. In the event of a tender being accepted, the contractor
shall for the purpose of identification sign copies of the specifications and other
documents mentioned in Rule 1. In the event of tender being rejected, the competent
officer shall authorize the Account officer concerned to refund the amount of the
earnest money deposited to the contractor making the tender, on his giving a receipt for
the return of the money.
6. The officer competent to dispose of the tender shall have the right of rejecting all or any
or any of the tender.
7. No receipt for any payment alleged to have been made by a contractor in regard to any
matter relating to the tender or the contract shall be valid and binding on The Jalgaon
Municipal Corporation, Jalgaon unless it is signed by the City engineer.
8. The memorandum of work to be tendered for all the schedule of materials to be
supplied by The Jalgaon Municipal, Jalgaon and their rates shall be filled in the
completed by the office of City Engineer, before the tender form is issued. If a form
issued to an intending tenderer has not been so filled in and completed, he shall request
the said office to have this done before he completed and delivers his tender.
9. All work shall be measured by standard measure and according to the rules and customs
of the Jalgaon City Municipal Corporation, Jalgaon 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. Every authorise Gov. Ekectrical contractor should produce along with his tender
certificate of registration as approved contractor in the appropriate class and renewal of
such registration with date of expiry.
12. All corrections and additions or pasted slips should be initialed.
13. The measurements of work will be taken according to the usual methods used in the
Jalgaon city municipal corporation, jalgaon and no proposals to adopt alternative
methods will be accepted. The City Engineer's decision as to what is the usual method in
use in the jalgaon city municipal corporation will be final.
14. The tendering contractor shall furnish declarations along with the tender showing all
works for which he has already entered in to contract, and the value of the work that
remains to be executed in each case on the date of submitting the tender.
15. Every tenderer shall furnish along with the tender, information regarding the income-tax
circle or ward of the district in which he is assessed to income-tax, the reference to the
number of the assessment year, and a valid Income Tax Clearance Certificate.
16. In view of the difficult position regarding the availability of foreign exchange, no foreign
exchange would be released by the Department for the purchase of plant and machinery
required for the execution of the work contracted for. (GCD/PWD/CFM/1058/62517, Of
dated 26/05/1959)
17. The contractor will have to construct shed for storing controlled and valuable material at
issued to him under Schedule 'A' of the agreement, at work site, having double locking
arrangement. The materials will be taken for use in the presence of Departmental
persons. No materials will be allowed to be removed from the site of works.
18. The contractor shall also give a list of machinery in their possession or hire and which
they propose to use on the work in the form of Statement No. 03.
19. Every registered contractor should furnish along with tender a statement showing
previous experience and technical staff employed by him in the form of Statement No.
04.
20. Successful tenderer will have to produce to the satisfaction of the accepting authority a
valid and current license issued in his favor under the provision of Contract Labour
(Regulation and Abolition Act, 1973) before starting work, failing which acceptance of
the tender will be liable for withdrawal and earnest money will be forfeited.
21. The tendering contractor shall furnish a declaration along with a tender showing all
works for which he is already in the contract and the value of work that remains to be
executed in each contract on the date of submitting the tender.
22. The contractor will have to make payment to the labours as per wages permitted in
minimum wages act.
23. The contractor shall comply with the provisions of The Apprentices Act 1961 and the
rules and orders issued there under from time to time. If he fails to do so, his failure will
be a breach of a contract and the Jalgaon Municipal Corporation, Jalgaon may in his
discretion cancel the contract. The contractor shall also be liable for any pecuniary
liability arising on account of any violation by him of the provisions of the Act.
24. If any changes in item at rates revision by PMSC (Central Govt.) it shall be mandatory to
successful bidder.
1. I/We hereby tender for the execution for the Jalgaon city The tenderer
municipal corporation, Jalgaon of the work specified in the shall quote his
underwritten memorandum within the time specified in such offer through
online bidding
memorandum at* ____________________________________
process only.
___________________________________________________ *In figures as
______________________________ Per cent Below/above well as in
the estimated rates entered in Schedule - B (Memorandum words.
showing items of work to be carried out) and in accordance in
all respects with the specifications, designs, drawing and
instructions in writing referred to in Rule 1 thereof and in
Clause 12 of the annexed conditions of contract and agree that
when materials for the work are provided by the Jalgaon city
municipal corporation, Jalgaon, such materials and the rates to
be paid for them shall be as provided in Schedule - A hereto.
MEMORANDUM
A. Name of work – Supplying and erecting electrical (A) If several sub
works at TB Sanatorium Hospital E-Bus depo works are included
offices & premises they should be
detailed in a separate
list.
2. I / We agree that this offer shall remain open for acceptance for a minimum
period of 120 days from the date fixed for opening the "same” means
envelope No.2 and thereafter until it is withdrawn by me/us by notice in
writing duly addressed to the authority opening the tenders and sent by
registered post A. D. or otherwise delivered at the office of such authority.
Receipt No. …………………………, Dated …........................... in / or Term Deposit
Receipt for a period of one year receipt No. ………………………… dated
………………………. in respect of sum of Rs. 1,50,000/- representing the earnest
money is herewith forwarded. The amount of earnest money shall not bear
interest and shall be liable to be forfeited to the Jalgaon city municipal
corporation, Jalgaon should I/We fail to (i) abide by the stipulation to keep the
offer open for the period mentioned above or (ii) Sign and complete the
contract documents as required by the City Engineer and furnish the security
deposit as specified in item (d) of the memorandum contained in paragraph (i)
above within the time limit laid down in Clause (1) of the annexed General
conditions of contract. The amount of earnest money may be adjusted
towards the security deposit or refunded to me/us if so desired by me/us in
writing, unless the same or any part thereof has been forfeited as aforesaid.
3. Should this tender be accepted I / We here by agree to abide by and fulfill all
the terms and provisions of the conditions of contract annexed hereto so far as
applicable, and in default thereof to forfeit and pay to Govt. the sums of
money mentioned in the said conditions.
Name -
Address -
Date -
Signature of contractor
before submission of tender
Name -
Occupation -
Address -
Date -
Signature of witness
to contractor’s signature
The above tender is hereby accepted
by me for and on behalf of the
Jalgaon city municipal corporation,
Jalgaon
Commissioner,
Jalgaon city municipal corporation, Jagaon
Signature of the officer by whom accepted
CONDITIONS OF CONTRACT
Security Clause 1 –
deposit The total Security deposit to be paid shall be 10% (Ten percent) of
amount put to tender. The successful tenderer (hereafter called the
contractor) shall have to pay security deposit from running account bills
and final bills at 10 (Ten) percent amount. Deducting a sufficient sum
from every such payment as last aforesaid until the full amount of the
security deposit is made up. The entire security deposit 10 (Ten) percent
of the tender cost shall be released i) If defect liability period stipulated
in tender is less than 1 year, then entire security deposit will be released
after one year of successful completion of the work. ii) If defect liability
period stipulated in tender is more than 1 year, then 80% of security
deposit will be released after one year of successful completion of the
work and remaining 20% of security deposit will be released after defect
liability period is over. All compensation or other sums of money
payable by the contractor to Jalgaon city municipal corporation under
the terms of his contract may be deducted from, or paid by the sale of a
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
Jalgaon city municipal 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 10 days
thereafter make good in cash or Government securities endorsed as
aforesaid any sum or sums which may have been deducted from or
raised by sale of his security deposit or any part thereof. In the event of
the contractor failing or neglecting to complete rectification work within
the period up to which the contractor has agreed to maintain the work
in good order, then, subject to provisions of clauses 17 and 20 hereof
the amount of security deposit retained by Jalgaon city municipal
corporation, Jalgaon shall be adjusted towards the excess cost incurred
by the Jalgaon city municipal corporation on rectification work.
Compensation 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 throughout the stipulated period of the contract be
proceeded with all due diligence. The contractor should complete the
work as per phase period given below –
1/4 of the work in - 1/4 of the time
1/2 of the work in - 1/2 of the time
3/4 of the work in - 3/4 of the time
Full of the work - Full in the time
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 City
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 ever and the City Engineer, may in his
opinion, there are reasonable ground for granting an extension, grant
such extension as he thinks necessary or proper the decision of the City
Engineer in this matter shall be final.
Final Clause 7–
certificate On the completion of the work the contractor shall be furnished
with a certificate by the City Engineer of such completion; but no such
certificate shall be given nor shall the work be considered to be
complete until the contractor shall have removed from the premises on
which the work shall have been executed, all scaffolding, surplus
materials and rubbish, and shall have cleaned off, the dirt from all wood
work, doors windows, wall, floors or other parts of any building in or
upon which the work has been executed, or of which he may have had
possession for the purpose of executing the work, nor until the work
shall have been measured by the City Engineer or where the
measurements have been taken by his subordinates until they have
received the approval of the City Engineer, the said measurements being
binding and conclusive against contractor. If the contractor shall fail to
comply with the requirements of this clause as to the removal of
scaffolding, surplus materials and rubbish and cleaning off dirt on or
before the date fixed for the completion of the work the City Engineer
may at the expense of the contractor, remove such scaffolding, surplus
materials and rubbish and dispose of the same as he thinks fit and clean
off such dirt’s as aforesaid and the contractor shall forthwith pay the
amount of all expenses so incurred, but shall have no claim in respect of
any such scaffolding or surplus materials as aforesaid except for any
sum actually realized by the sale thereof.
Payment of Clause 8–
intermediate No payment shall be made for any work, estimated to cost less than
certificate to rupees 25 lakhs or 10% of total tender amount which ever maximum till
be regarded as
after the whole of work shall have been completed and a certificate of
advances
completion given. But in the case of works estimated to cost more than
rupees 25 lakhs the contractor shall on submitting a monthly bill
minimum amount of rupees 25 lakhs, therefore be entitled to receive
inspection at such office, or on site of the work during office hours. The
contractor will be entitled to receive three sets of contract drawing 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.300/- per set of contract Drawings and Rs.150/- per
working drawings except where otherwise specified.
liable for If during the period as specified in PWD CSR & Red book from the
damaged one date of completion as certified by the City Engineer pursuant to
and for
imperfections clause 7 of the contract or period as specified in Estimate as per
CSR & RED Book PWD after commissioning the work. whichever is
earlier in the opinion of the City Engineer, the said work is
defective in any manner whatsoever, the contractor shall
forthwith on receipt of notice in that behalf from the City
Engineer, duly commence execution and completely carry out at
his cost in every respect all the work that may be necessary for
rectifying and setting right the defects specified therein including
dismantling and reconstruction of unsafe portion strictly in
accordance with and in the manner prescribed and under the
supervision of the City 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 City 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 shall forthwith on
demand pay to the Jalgaon city municipal corporation the amount
of such costs, charges and expenses sustained or incurred by the
Jalgaon city municipal corporation of which the certificate of the
City Engineer shall be final and binding on the contractor. Such
cost, charges and expenses shall be deemed to be arrears of land
revenue and in 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 Jalgaon city municipal
corporation, the same may be recovered from the contractor as
arrears of land revenue/property tax. The Jalgaon city municipal
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 Jalgaon city municipal corporation to the
contractor either in respect of the said work or any other work
whatsoever, or from the amount of the security deposit retained
by Jalgaon city municipal corporation.
for damage temporary works which may require for the proper execution of the
arising from work, whether in the original, altered or substituted form, and whether
non-provision included in the specification or other documents forming part of the
of light,
contract or referred to in these conditions or not and which may be
fencing etc.
necessary for the purpose of satisfying or complying with the
requirements of the Engineer-in- charge as to any matter as to which
under these conditions he is entitled to be satisfied, or which he is
entitled to require together with the carriage therefore to and from the
work. The contractor shall also supply without charge the requisite
number of persons with the means and materials necessary for the
purpose of setting out works and counting, weighing and assisting in the
measurement or examination at any time and from time to time of the
work or the materials. Failing which the same may be provided by the
City Engineer at the expense of the contractor and the expenses may be
deducted from any money due to the contractor under the contract or
from his security deposit or the proceeds of sale thereof, or of a
sufficient portion thereof. The contractor shall provide all necessary
fencing and lights required to protect the public from accident, and shall
also be bound to bear the expenses of defense of every suit, action or
other legal proceedings 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 such person, or which may with consent of the
contractor be paid for compromising any claim by any such person.
Clause 21 A –
The contractor shall provide suitable scaffolds and working
platforms, gangways and stairways and shall comply with the
following regulations in connection there with:
(a) Suitable scaffolds shall be provided for workmen for all works
that cannot 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
(ii) as far as possible by competent workers possessing adequate
experience in this kind of work.
(c) All scaffold and appliances connected therewith and all 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.
Clause 21 B –
The contractor shall comply with the following regulations as
regards the Hoisting Appliances to be used by him:
(a) Hoisting machines and tackle, including their attachments,
anchorages and supports shall–
(i) be of good mechanical construction, sound material
and adequate strength and free from patent defect and
(ii) be kept in good repair and in good working order.
(d) Every chain ring, hook shackle swivel and pulley block used
in hoisting or lowering materials or as a means of suspension
shall be periodically examined.
The contractor shall bear the expenses of defending any action or other
legal proceedings that may be brought by any persons for injury
sustained by him owing to neglect of precautions to prevent the spread
of fire and he shall pay any damages and cost that may be awarded by
the court in consequence.
Employment Clause 24–
of female The employment of female labours on works in neighborhood of
labour soldier’s barracks should be avoided as far as possible.
Work on Clause 25–
Sunday No work shall be done on a Sunday without the sanction in writing of the
City Engineer .
Work not to Clause 26–
be sublet The contract shall not be assigned or sublet without the written
Contract approval of the City Engineer. And if the contractor shall assign or sublet
maybe
his contract, or attempt so to do, or become insolvent or commence any
rescinded and
security proceeding to get himself adjudicated and insolvent or make any
deposit composition with his creditors or attempt so to do or if bribe, gratuity,
forfeited for gift, loan perquisite, reward or advantage pecuniary or otherwise shall
subletting it either directly or indirectly be given, promised or offered by the
without contractor or any of his servants or agents to any public officer or person
approval or
in the employ of Jalgaon municipal corporation in any way relating to his
for bribing
public officer office or employment, or if any such officer or person shall become in
or if any way directly or indirectly interested in the contract the City Engineer
contractor may there upon by notice in writing rescind the contract. And the
becomes security deposit of contractor shall thereupon stand forfeited and be
insolvent absolutely at the disposal of Jalgaon city municipal corporation and the
same consequences shall ensure as if the contract had been rescinded
under Clause entitled to recover or be paid for any work therefore
actually performed under the contract.
Sum payable Clause 27–
by way of All sums payable by a contractor by way of compensation under any of
compensation these conditions shall be considered as a reasonable compensation to
to be
be applied to the use of Jalgaon municipal corporation without
considered as
reasonable reference to the actual loss or damage sustained, and whether any
compensation damage has or has not been sustained.
without
reference to
actual loss
Charges in the Clause 28–
constitution of In the case of tender by partners, any change in the constitution of a
firm to be firm shall be forthwith notified by the contractor to the City Engineer for
notified
his information.
Works to Clause 29–
under All works to be executed under the contract shall be executed under the
direction of direction and subject to the approval in all respects of the City
the City Engineer, who shall be entitled to direct at what point or points and in
engineer what manner they are to be commenced, and from time to time carried
on.
Decision of Clause 30–
the Except where otherwise specified in the contract and subject to the
Commissioner, powers delegated to him by Govt. under the code, rules then in force.
Jalgaon city
The decision of the Commissioner of Jalgaon city municipal corporation
municipal
corporation, for the time being shall be final, conclusive, and binding on all parties to
jalgoan the contract upon all questions relating to the meaning of the
specifications, designs, drawings, and instructions here in 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 things
whatsoever, if any way arising out of, or relating to the contract,
designs, drawings, specifications, estimates, instructions, orders, or
other conditions or otherwise concerning the works, or the execution or
failure to execute the same, whether arising during the progress of the
work or after the completion or abandonment thereof.
Stores of Clause 31–
European or The contractor shall obtain from the Jalgaon city municipal corporation
American stores and articles of European or American mpanufacture which may
manufacture
be required for the work, or any part thereof or in making up any articles
to be obtained
from Jalgaon required therefore or in connection therewith unless he has obtained
city municipal permission in writing from the City Engineer to obtain such stores and
corporation, articles elsewhere. The value of such stores and articles as may be
jalgaon supplied to the contractor by the Engineer-in- charge will be debited to
the contractor in his account at the rates shown in the Schedule, in
form- A attached to the contract and if they are not entered in the said
schedule, they shall be debited to him at cost price which for the
purpose of this contract shall include the cost of carriage and other
expenses whatsoever which shall have been incurred in obtaining
delivery of the same at the stores aforesaid.
Lump-sums in Clause 32–
estimates When the estimate on which a tender is made includes lump sums in
respect of parts of the work the contractor shall be entitled to payment
in respect of the items of work involved or the part of the work in
question at the same rates as are payable under this contract for each
items, or if the part of the work in question is not in the opinion of the
Engineer-in- charge capable of measurement, the City Engineer may at
his discretion pay the lump sum amount entered in the estimate and the
certificate in writing of the City Engineer shall be final and conclusive
against the contractor with regard to any sum or sums payable to him
under the provisions of this clause.
immediate use at any time and shall comply with the following
regulations in connection therewith.
(a) The workers shall be required to use the equipment so provided by
the contractor and the contractor shall take adequate steps to ensure
proper use of the equipment by those concerned.
(b) When work is carried on in proximity to any place where there is a
risk of drowning all necessary equipment shall be provided and kept
ready for use and all necessary steps shall be taken for the prompt
rescue of any person in danger.
(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 36 C –
The contractor shall duly comply with the provisions of "The Apprentices
Act 1961 (III of 1961), the rules made there under and the orders that
may be issued from time to time under the said Act and the said rules
and on his failure or neglect to do so, he shall be subject to all the
liabilities and penalties provided by the said act and said rules.
Claim for Clause 37–
quantities Quantities shown in the tender are approximate and no claim shall be
entered in the entertained for quantities of work executed being either more or less
tender or
than those entered in the tender or estimate.
estimate
(1) Quantities in respect of the several items shown in the tender are
approximate and no revision in the tendered rate shall be permitted in
respect of any of the items so long as, subject to any special provision
contained in the specifications prescribing a different percentage of
permissible variation, the quantities of the items does not exceed the
tender is not more than Rs. 5000/-
(2) The contractor shall if ordered in writing by the Engineer, so to
do also carry out any quantities in excess of the limit mentioned in sub-
clause (1) hereof on the same conditions as and in accordance with
specifications in the tender and at the rates (i) derived from the rates
entered in the current schedule of rates and in the absence of such rates
(ii) at the rate prevailing in the market, the said rates being increased or
decreased as the case may be, by the percentage which the total
tendered amount bears to the estimated cost of the work as put to
tender based upon the schedule of rates applicable to the year in which
the tenders were invited.
(3) Claims arising out of reduction in the tendered quantity of any item
beyond 25 % will be governed by the provisions of clause 15 only when
the amount of such reduction beyond 25 % at the rate of the item
specified in the tender is more than Rs. 5000/-.
Employment Clause 38–
of famine The contractor shall employ any famine convict or other labour of a
labour etc. particular kind or class, if ordered in writing to do so by the Engineer- in-
charge.
Claim for Clause 39–
compensation No compensation shall be allowed for any delay caused in the starting of
for delay in the work on account of acquisition of land or in the case of clearance
Starting work
works on account of any delay in according to sanction of estimates.
Claim for Clause 40–
compensation No compensation shall be allowed for any delay in the execution of the
for delay in work on account of water, standing in borrows pits or compartments.
execution of
The rates are inclusive of hard or cracked soil excavation in mud, subsoil
work.
water or water standing in borrow pits and no claim for an extra rate
shall be entertained, unless otherwise expressly specified.
Entering upon Clause 41–
or The contractor shall not enter upon or commence any portion of work
commencing S except with the written authority and instruction of the City Engineer or
any portion of
of his subordinate in charge of the work. Failing such authority the
work
contractor shall have no claim to ask for measurements of or payments
for work.
Minimum age Clause 42–
of persons (i) No contractor shall employ any person who is and the payment
employed, the
person who is under the age of 18 years.
employment
(ii) No contractor shall employ donkeys or other animals with breaching
of donkeys
and/or other of string or thin rope. The breaching must be at least 7.50 cms. wide and
animals and should be of tape (Newar)
the payment (iii) No animal suffering from sores; lameness or emaciation or which is
of fair wages immature shall be employed on the work.
(iv) The City Engineer or his agent is authorized to remove from the work
any person or animal found working which does not satisfy these
conditions and no responsibility shall be accepted by Jalgaon city
municipal corporation for any delay caused in the completion of the
work by such removal.
(v) The contractor shall pay fair and reasonable wages to the workmen
employed by him in the contract undertaken by him. In the event of any
dispute arising between the contractor and his workmen on the grounds
that the wages paid are not fair and reasonable, the dispute shall be
referred without delay to the City Engineer who shall decide the same.
The decision of the City Engineer shall be conclusive and binding on the
contractor but such decision shall not in any way affect the conditions in
the contract regarding the payment to be made by Jalgaon city
municipal corporation at the sanctioned tender rates.
(vi) Contractor shall provide drinking water facilities to the workers.
Similar amenities shall be provided to the workers engaged on large
work in urban areas.
(vii) Contractor to take precaution against accidents which take place on
account of labour using loose garments while working near machinery.
revenue.
Clause 52–
The contractor shall duly comply with all the provisions of the Contract
Labour (Regulation and Abolition) Act 1970, (37 of 1970) and the
Maharashtra Contract Labour (Regulation and Abolition) Rules, 1971 as
amended from time to time and all other relevant statutes and statutory
provision concerning payment of wages particularly to workmen
employed by the contractor and working on the site of the work. In
particular the contractor shall pay wages to each worker employed by
him on the site of the work at the rates prescribed under the
Maharashtra Contract Labour (Regulation And Abolition) Rules 1971. If
the contractor fails or neglects to pay wages at the said rates or makes
short payment and the Government makes such payment of wages in
full or part thereof less paid by the contractor, as the case may be, the
amount so paid by the Government to such works shall be deemed to be
an arrears of land revenue and Government shall be entitled or deduct
the same from the amount payable by the Govt. to the contractor here
under or from any other amounts payable to him by the Government.
Clause 53–
The Contractor shall engage apprentices such as wiremen as
recommended by the State Apprenticeship Advisor, Director of
Technical Education, Dhobi Talao, Mumbai-400 001 on the construction
work.
Clause 54–
(A) The anti-malaria and other health measures shall be as directed by
the Joint Director (Malaria and Filaria) of Health Services, Pune.
(B) Contractor shall see that mosquito genic conditions are not created
so as to keep vector populations to the minimum level.
(C) Contractor shall carry out anti- malaria measures in the area as per
guidelines prescribed under National Malaria Eradication Programme
and as directed by the Joint Director (Malaria and Filaria) of Health
Services, Pune.
(D) In case of default in carrying out prescribed anti-malaria measure
resulting increasing in malaria incidence, contractor shall be liable to pay
to Government the amount spent by Government on anti-malaria
measures to control the situation in addition to fine.
(E) Relation With Public Authorities -
The contractor shall make sufficient arrangement 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
number of sweepers. The contractor shall comply with all rules
regulation; byelaws and direction given time to time by any local or
public authority in connection with this work and shall pay fees or
charges which are liable on him without any extra cost to Government.
Clause 55–
i) Contractor shall take out necessary Insurance Policy / Policies
(viz. Contractor’s All Risks Insurance Policy. Erection All Risks Insurance
Policy etc. as decided by the Directorate of Insurance) so as to provide
adequate insurance cover for execution of the awarded contract work
for total contract value and complete contract period compulsorily from
the : Directorate of Insurance, Maharashtra State, Mumbai “ Its postal
address for correspondence is “ 264, MHADA, First Floor, Opp.
Kalanagar, Bandra (E), Mumbai-400 051”. (Telephone Nos. 2659 0403/
2659 0690 and Fax No’s. 2659 2461/ 2659 0403). Similarly all workmen’s
appointed to complete the contract work are required to be insured
under workmen’s compensation Insurance Policy, Insurance Policy /
Policies taken out from any other Company will not be accepted. If the
above condition regarding insurance policy is not complied, then
recovery at the rate 1% of tender amount shall be made through R.A.
Bills.
ii) If completion period of work is Extended, then period of work
Insurance must be renewed / Extended as per requirement.
Clause 56–
As per building and other construction workers (Resolution of
employment and condition of service) act 1996 and The building and
other construction workers welfare cess act 1996 and Government of
Maharashtra resolution no. BCA 2009/C.No.108/LabourA, Dated
17.06.2010 cess of 1% on cost of work shall be recovered from bills
payable to the contractor.
Clause 57–
(For costing more than One crore)
To ensure the specified quality of work which will also include necessary
surveys, temporary works etc., Contractor shall prepare a quality
assurance plan and get the same approved from the City Engineer within
one month from the date of work order. For this, contractor shall submit
an organization chart of his technical personnel to be deployed on the
work along with their qualifications, job descriptions defining the
functions of reporting, supervising, inspecting and approving. The
contractor shall also submit a list of tools, equipment’s and the
machinery and instrumentation which he proposes to use for the
construction and for testing in the field and / or in the laboratory and
monitoring. The contractor shall modify / supplement the organization
chart and the list of machinery, equipment etc. as per the direction of
the City Engineer and shall deploy the personnel and equipment on the
field as per the approved chart and list respectively. The contractor shall
submit written method statements detailing his exact proposals of
execution of the work in accordance with the specifications. He will have
to get these approved from the City engineer. The quality of the work
shall be properly documented through certificate, records, check- lists
and log books of results etc. Such records shall be compiled from the
beginning of the work and be continuously updated and supplemented
and this will be the responsibility of the contractor. The forms should be
got approved from the City Engineer. Where the work is to be done on
lump sums basis on contractor’s design, the contractor shall also
prepare and submit a maintenance manual giving procedure for
maintenance, with the periodicity of maintenance of works including
inspections, tools and equipment’s to be used, means of accessibility for
all parts of the structure. He shall also include in the manual, the
specifications for maintenance work that would be appropriate for his
design and technique of construction. This manual shall be submitted
within the contract period.
GENERAL CONDITIONS
2. The demarcation or fixing of alignment etc. shall at all times be done by the
contractor and he shall provide all labour and material for such demarcation, checking it
at all time till the completion of the work. This shall be done at the contractors cost.
3. The Contractor shall have to make all necessary arrangements for regulating traffic
day and night during the period of the construction. The contractor shall have to provide
necessary caution boards, barricades, flag red lights, night watchman, traffic regulators
etc. so as to comply with the latest motor vehicles rules and regulations. The Contractor
shall make his own arrangements to construct and maintain the diversion to facilitate
the passage of traffic as per instruction of the City Engineer, if not provided in the tender
separately.
4. Before starting of any important item, the contractor should take prior permission in
writing at least four days before from the City Engineer.
5. A work order book shall be maintained at the work site by the Contractor and the
Contractor or his authorized representative will see the order book and sign it when the
instructions are given. Failure to see the order book, or to sign, will be no excuse for not
attending to the order or remarks. Non-compliance of remarks to the satisfaction of the
City Engineer, who gave in writing orders or remarks, shall lead to total rejection of work
and the payment being suspended arbitrarily and shall not be modified by any
subsequent representations against the action.
6. Watering will be carried through daytime without any break during lunch break and
to the entire satisfaction of the City Engineer or supervision staff. All tools and plants
required for proper watering to any height will be used by the Contractor without any
extra charges for the same.
DECLARATION
I hereby declared that I have read all tender document and conditions of above
work. I am now well known with the schedule and conditions of works for timely
completion of work.
GENERAL SPECIFICTIONS
7. Rate analysis –
Contractor shall supply the rate analysis when the question of extra items arises.
In case of extra items the Contractor shall invariably supply rate analysis, based
on labour and materials along with quotations in support of the rates.
Contractor only shall start the work of extra items, if only competent authority is
approved these extra items in written.
SCHEDULE – B
Page No. 62
SHCEDULE -B
JALGAON MUNICIPAL CORPORATION JALGAON
NAME OF WORK :- Supplying and erecting electrical works at TB Sanatorium Hospital E-Bus depo offices & premises.
Sr. ITEM
ITEM Quantity RATE UNIT AMOUNT
No CODE
Supplying and erecting HMS PVC conduit FRLS grade 25 mm dia. with necessary
1 1-1-9 accessories in wall/floor with chiselling appropriately as per specification No: WG- 200 127.00 Mtr
MA/CC. 25400
Point wiring for light/bell/exhaust fan in PVC trunking (casing-capping) with 1.5 sq.mm (2+1E)
2 1-7-19 FRLSH grade copper wire, modular type switch, earthing and required accessories as per 750 552.00 Point
specification No: WG-PW/SW 414000
Supplying and erecting modular type switch 6A / 10A duly erected on provided plate and box
3 1-6-1 168 72.00 Each
with wiring connections complete. 12096
Supplying and erecting modular type switch 16 / 20 A with indicator, duly erected on
4 1-6-6 288 137.00 Each
provided plate and box with wiring connections complete. 39456
Supplying and erecting modular type 3 pin 6A multi socket with safetyshutter, duly
5 1-6-10 168 112.00 Each
erected on provided plate and box with wiring connections 18816
Supplying and erecting modular type 3 pin 6 / 16A multi socket with safety shutter, duly
6 1-6-11 288 160.00 Each
erected on provided plate and box with wiring connections complete 46080
Supplying and erecting modular type indicator lamp, duly erected on provided plate and box
7 1-6-12 66 72.00 Each
with wiring connections complete. 4752
Supplying and erecting modular type (two module) electronic dimmer 1000W duly erected on
8 1-6-22 138 486.00 Each
provided plate and box with wiring connections complete 67068
Supplying and erecting modular type blanking plate one module, duly erected on provided
9 1-6-24 100 21.00 Each
plate & box. 2100
Supplying and erecting PVC Surface modular switch box with double mounting plate
10 1-6-26 12 124.00 Each
for 1 module complete duly erected. 1488
Supplying and erecting PVC Surface modular switch box with double mounting plate
11 1-6-27 15 128.00 Each
for 2 module complete duly erected. 1920
Supplying and erecting PVC Surface modular switch box with double mounting plate
12 1-6-28 20 148.00 Each
for 3 module complete duly erected. 2960
Supplying and erecting PVC Surface modular switch box with double mounting plate
13 1-6-31 15 262.00 Each
for 8 module complete duly erected. 3930
Supplying and erecting PVC Surface modular switch box with double mounting plate
14 1-6-29 24 172.00 Each
for 4 module duly erected 4128
15 1-6-30 Supplying and erecting PVC Surface modularmounting plate for 6 module duly erected. 36 222.00 Each 7992
Supplying and erecting PVC Surface modular switch box with double mounting plate
16 1-6-32 114 343.00 Each
for 12 module duly erected. 39102
Supplying and erecting PVC Surface modular switch box with double mounting plate
17 1-6-33 60 408.00 Each
for 16 / 18 module duly erected. 24480
Supplying and erecting PVC trunking (PVC casing-n-capping) of size 32mm with accessories
18 1-2-8 3300 53.00 Mtr
on wall/ceiling as per specification No: WG-MA/CON. 174900
Supplying and erecting mains with 2x1.5 sq.mm FRLSH copper PVC insulated wire laid
19 1-3-1 in provided conduit/trunking/inside pole/Bus bars or any other places as per specification 2300 40.00 Mtr
No: WG-MA/BW 92000
Supplying and erecting mains with 2x2.5 sq.mm FRLSH copper PVC insulated wire
laid in provided conduit/trunking/inside pole/Bus bars or any other places. as per
20 1-3-2 4200 62.00 Mtr
specification No: WG-MA/BW
260400
Supplying and erecting mains with 2x4 sq.mm FRLSH copper PVC insulated wire laid in
21 1-3-3 provided conduit/trunking/inside pole/Bus bars or any other places. as per specification No: 900 89.00 m
WG-MA/BW 80100
Supplying, erecting & marking SPMCB 6A to 32A, B-series with rated short - circuit breaking
22 5-3-3 capacity (Icn) 10kA in provided distribution board as per specification no. SW-SWR/MCB 168 173.00 each
29064
Supplying, erecting & marking DPMCB 6 A to 32 A, B-series with rated short - circuit breaking
23 5-3-7 24 510.00 Each
capacity (Icn) 10kA in provided distribution board as per specification no. SW-SWR/MCB 12240
24 NS 12 way distribution board 5 2000.00 Each 10000
Supplying, erecting & marking FPMCB 40A to 63A, with rated short - circuit breaking capacity
25 5-3-13 12 1329.00 Each
(Icn) 10kA in provided distribution board as per specification no. SW-SWR/MCB 15948
Supplying and erecting anodized aluminium corridor / passage light LEDfitting (4 feet)
Max. 22W with high transitivity diffuser with system lumens output of Min.2200 lumens
, min. efficacy of 100 lumen/W, CRI>80, CCT upto 6000K, Beam Angle of 110 deg.,
26 2-1-18 300 797.00 Each
Ripple<5%, THD<10%, p.f. >0.95, operating range of 200-270V, surge protection of 2 kV, Life
class of 50,000 Hrs. at L70B50, including driver, with end caps on provided PVC Block /
wooden board with 3 years warranty. 239100
Supplying and erecting regular/ standard model ceiling fan of 900 /1050 mm. sweep complete
27 2-10-2 100 2092.00 Each
erected in position as per specification no. FG-FN/CF 209200
Providng earthing with galvanized iron earth plate size 60 x 60 x 0.6 cm complete with
28 9-1-1 6 4714.00 Each
all materials, testing & recording the results as per specification no. EA-EP 28284
Supplying, erecting & terminating FR XLPE insulated, galvanised steel formed wire
armoured (strip) cable 1100 V, 3 1/2 core 25 sq. mm. aluminium conductor complete
29 7-1-15 300 242.00 m
erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per
specification no. CB-LT/AL 72600
Providing & erecting 6 m high (clear height) galvanised octagonal pole with foundation bolts
having bottom of 135 mm A/F, top 70 mm A/F on provided foundation as per specification no.
30 8-2-12 16 15067.00 Each
OH-PL/OP
241072
Making M- 20 grade reinforced cement concrete foundation by considering the safe soil
bearing capacity at site as 10 T/sq.m at 1.5 m depth including supply of steel, concrete,
31 16-3-9 16 3634.00 Each
excavation and fixing provided nut bolts with the help of template, duly plastered as per design
complete (for 6m to 8m high octagonal /conical GI pole). 58144
Supplying and erecting Street light bracket made from 25 mm. dia ‘B’ class G.I. Pipe, 0.6 m in
32 2-7-1 length along with pole cap of 300 mm length and 80 mm dia duly welded with provided leads 16 655.00 Each
as per specification no. FG-BKT/BPC 10480
Supplying and erecting integrated LED street light fitting 40-50W IP65 & IK08 class having
single piece pressure die-cast aluminium housing, having system lumens output of Min.
33 2-4-4 7700 Lumens, min. efficacy of 110 lumen/W, CRI>70, CCT upto 6500K,THD<10%, p.f. >0.95, 16 4117.00 Each
operating range of 140-270V, inbuilt surge protection of 10 kV, Life class of 50,000 Hrs. at
L70B50, including driver complete with 3 Years warranty as per specification No FG-ODF/FLS2. 65872
Providing pipe type earthing with 40mm. dia. G.l. pipe or 20 mm dia. G.l. Rod complete with
34 9-1-4 30 1500.00 Each
all materials as per specification no. EA-EP 45000
Supplying and erecting outdoor stand mounted feeder pillar for high-mast of the same
manufacturer with 63A TPN MCB incomer, 24hr astronomical time switch with minimum 5
Years battery backup, , IP 54 and IK10 protection, 45 A TP contactor for automatic switching
35 8-2-24 of luminaires, 2 no 9A contactors and raise/lower push button, and provision for 02 32928.00 Job
termination of adequate size of incoming and outgoing cables complete erected in min. 14
SWG CRCA sheet box powder coated with supporting angles, self lock, gasket and slanting top
erected on CC foundation complete. 65856
Providing earthing with copper earth plate size 30 x 30 x 0.315 cm complete with all materials,
36 9-1-2 05 6486.00 Each
testing & recording the results as per specification no. EA-EP 32430
Supplying, erecting & terminating FR XLPE insulated, galvanised steel formed wire
armoured (strip) cable 1100 V, 4 core 10 sq. mm. aluminium conductor complete erected
37 7-1-28 with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification 350 181.00 Mtr
no. CB-LT/AL
63350
Supplying and erecting iron, sheet metal work consisting of CRCA sheets, various sections
of iron, plates, chequered plates, rods, bars, MS pipes, etc. for panel board or any other
38 6-1-19 purpose with bending, cutting, drilling and welding complete erected at the position with 520 186.00 Kg
necessary materials duly painted with one coat of red oxide and two coats of enamel paint
to match the switchgears or as per directions by the authority. 96720
Supplying, erecting & terminating XPLE armoured cable 4 core 16 sq. mm. aluminium
conductor with continuous 5.48 sq. mm. (12 SWG) G.I. earth wire complete erected with
39 7-1-29 500 211.00 Mtr
glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no.
CB-LT/AL 105500
Supplying & erecting G.I. pipe ‘A’ class 40 mm dia. erected for enclosing XLPE armoured
40 7-6-2 15 337.00 Mtr
cable on wall/pole as per specification no. CB-CE 5055
Supplying and laying (including excavation of suitable width & depth up to 90 cm) 50 mm
41 7-6-9 outside dia. double wall corrugated pipes (DWC) of HDPE for enclosing cable below 750 210.00 Mtr
ground/road surface, to required depth complete. 157500
Supplying & erecting FRP box of size 250 x 200 x 100 mm, 2.7 mm thick complete on pole/wall
42 7-8-9 as per specification no. CB-SB 15 588.00 Each
8820
Providing & erecting 12 m high (clear height) galvanised octagonal pole with foundation
bolts having bottom of 240 mm A/F, top 90 mm A/F on provided foundation as per
43 8-2-20 03 34509.00 Set
specification no. OH-PL/OPL
103527
Supplying and erecting outdoor stand mounted feeder pillar for highmast of the same
manufacturer with 32A TPN MCB incomer, single dial timer switch, 25A TP contactor for
automatic switching of luminaries, 2 nos 9A contactors and raise/lower push button, and
44 8-3-23 provision for termination of adequate size of incoming and outgoing cables erected in min. 14 3 29707.00 Job
SWG CRCA sheet box with supporting angles, self-lock, gasket and slanting top erected with CC
foundation complete.
89121
Making M- 20 grade reinforced cement concrete foundation by considering the safe soil
bearing capacity at site as 10 T/sq. m at 1.5 m depth including supply of steel, concrete,
45 16-3-11 3 6860.00 Each
excavation and fixing provided nut bolts with the help of template, duly plastered as per
design complete ( for 11m & 12.5m high octagonal /conical GI pole). 20580
Supplying and erecting mains with ISI mark WP 2 x 6 sq. mm. 1100 V. grade aluminium PVC
46 1-4-3 insulated and PVC sheathed wires on G.I. bearer wire No. 8 SWG complete erected with 280 87.00 Mtr
required size of porcelain reel insulators and 16 SWG G.I. binding wire. 24360
Making M- 20 grade reinforced cement concrete foundation by considering the safe soil
bearing capacity at site as 10 T/sq.m at 1.5 m depth including supply of steel, concrete,
47 16-3-10 09 4904.00 Each
excavation and fixing provided nut bolts with the help of template, duly plastered as per design
complete (for 9m & 10m high octagonal /conical GI pole). 44136
Providing & erecting 9 m high (clear height) galvanised octagonal pole with foundation bolts
48 8-2-16 having bottom of 155 mm A/F, top 70 mm A/F on provided foundation as per specification no. 09 21691.00 Each
OH-PL/OPL 195219
Supplying and erecting integrated LED street light fitting 70-75W IP65 & IK08 class having
single piece pressure die-cast aluminium housing, having system lumens output of Min.
49 2-4-6 7700 Lumens, min. efficacy of 110 lumen/W, CRI>70, CCT upto 6500K,THD<10%, p.f. >0.95, 36 5945.00 Each
operating range of 140-270V, inbuilt surge protection of 10 kV, Life class of 50,000 Hrs. at
L70B50, including driver complete with 3 Years warranty as per specification No FG-ODF/FLS2. 214020
Supplying and erecting integrated LED flood light fitting Max. 120W IP65 & IK07 class having
pressure die-cast aluminium housing, having system lumens output of Min.14500 Lumens,
min. efficacy of 120 lumen/W, CRI>70, CCT upto 6500K, THD<10%, p.f. >0.90, operating
50 2-4-16 12 9846.00 Each
range of 140-270V, inbuilt surge protection of 4 kV, Life class of 50,000 Hrs. at L70B50,
including driver with U shaped bracket with 3 Years warranty as per specification No FG-
ODF/FLS2. 118152
Total Rs 37,04,518.00
Signature of contractor
Signature Not Verified
Commissioner ,
Digitally signed by SANDIP ARJUN Jalgaon
MORE city municipal corporation, Jalgaon
Date: 2025.06.24 15:50:09 IST
Location: Maharashtra-MH