0% found this document useful (0 votes)
41 views68 pages

Tender Papers: Talegaon Dabhade Municipal Council

The document outlines a tender for the construction and development of various civil works at the Municipal Solid Waste Management site in Talegaon Dabhade under the Swachha Maharashtra Abhiyan (Urban) 2.0, with an estimated cost of Rs. 1,79,03,406. The tender process includes details on submission timelines, requirements for contractors, and the use of an electronic tendering system. Contractors must adhere to specified guidelines and provide necessary documentation to participate in the bidding process.

Uploaded by

rohit.dugar09
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)
41 views68 pages

Tender Papers: Talegaon Dabhade Municipal Council

The document outlines a tender for the construction and development of various civil works at the Municipal Solid Waste Management site in Talegaon Dabhade under the Swachha Maharashtra Abhiyan (Urban) 2.0, with an estimated cost of Rs. 1,79,03,406. The tender process includes details on submission timelines, requirements for contractors, and the use of an electronic tendering system. Contractors must adhere to specified guidelines and provide necessary documentation to participate in the bidding process.

Uploaded by

rohit.dugar09
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 68

TALEGAON DABHADE MUNICIPAL COUNCIL

TAH. MAVAL, DIST. PUNE

TENDER PAPERS

NAME OF WORK

CONSTRUCTION AND DEVELOPMENT OF


VARIOUS CIVIL WORKS AT MUNICIPAL
SOLID WASTE MANAGEMENT SITE OF
TALEGAON DABHADE MUNICIPAL COUNCIL
UNDER THE SWACHHA MAHARASHTRA
ABHIYAN (URBAN)2.0
Tender cost Rs. 1,79,03,406/-
One crore seventy nine lakhs three thousand four
hundred six RS. Only .

NAME OF AGENCY:-TALEGAON DABHADE MUNICIPAL COUNCIL

Contractor No of Correction Chief Officer 0


MUNICIPAL COUNCIL TALEGAON DABHADE
PUBLIC WORKS DEPARTMENT

Orignal Agreement No. B-1 (Percentage Rate)/……………

Name of Work CONSTRUCTION AND DEVELOPMENT OF


VARIOUS CIVIL WORKS AT. MUNICIPAL SOLID
WASTE MANAGEMENT SITE OFTALEGAON
DABHADEMUNICIPAL COUNCIL UNDER THE
SWACHHA MAHARASHTRA ABHIYAN (URBAN)2.0
Name of Contractor :

Date of Receipt of : As per Online Tender Schedule


Tender
No. & Date of Work :
Order
Amount put to Tender : Rs 1,79,03,406/-

Percentage quoted :

Amount of Contract :

Date of Commencement :

Time stipulated for : 180 days from the date of written order to start work, which will
completion of work include the monsoon period.
Date of completion as :
per Agreement
Acutual Date of :
Completion
Reference to sanction of :
tender
Extension of time limit : 1-
2-
3-
Certified that this : Pages 01 to 71
original Agreement
contains

Contractor No of Correction Chief Officer 1


DETAILS OF WORK

NAME OF WORK: - CONSTRUCTION OF VARIOUS CIVIL WORK AT. MUNICIPAL SOLID


WASTE MANAGEMENT SITE TALEGAON DABHADE UNDER THE
SWACHHA BHARAT ABHIYAN (URBAN)2.0.

Estimated Cost of civil work put to tender :-Rs. 1,79,03,406/-


Earnest Money :-Rs. 1,79,034/-
Earnest Money @ 1% subject to minimum of Rs. 1,79,034/- shall be deposited
onlineandreceipt of online submission shall be uploaded.
Total Security Deposit 10% (Ten percent):- [1%EMD of Lowest Bidder appropriated as SD +
2% amount From Cheque / DD in favor of Chief Officer, TalegaonDabhade Municipal Council,
TalegaonDabhade + remaining 7% through RA Bills]
TENDER SCHEDULE
Cost of Tender Form 10000/-
Date of publication of Tender On 23/01/2025 Time 11.00 AM
Period of filling tender From 23/01/2025 Time11:00 AM
Last date and time for online Bid To 06/02/2025 Time 06.00 PM
submission(Technical and Financial Bid)of Bid
Document
Pre-bid Meeting date and place On 30/01/2025 at 11:00 AM in the
office of Municipal Council
Talegaon Dabhade.
Place, Date and Time of opening Of Technical On 10/02/2025 Time 11:00 AM in
bids the office of the Municipal Council
Talegaon Dabhade(If Possible)
Registration class of Contractor Appropriate class valid as per PWD
registration.

TO BE FILLED BY THE CONTRACTOR

I/We have quoted my/our offer in percentage rate in words as well as in figures
specifying Below / At Par. /Above. I / We further undertake to enter into contract in regular
“B-1” form in MUNICIPAL COUNCIL TALEGAON DABHADE.

Name and signature of Contractor/Power of Attorney holder

With complete address.

Contractor No of Correction Chief Officer 2


MUNICIPAL COUNCIL TALEGAON DABHADE
PUBLIC WORKS DEPARTMENT
INVITATION FOR TENDERS

DETAILED TENDER NOTICE

NAMEOF WORK: - CONSTRUCTION OF VARIOUS CIVIL WORK AT. MUNICIPAL


SOLID WASTE MANAGEMENT SITE TALEGAON DABHADE
UNDER THE SWACHHA BHARAT ABHIYAN (URBAN)2.0
Online percentage rate tenders in B-1 Form are invited by the Chief Officer, Municipal Council
,TalegaonDabhadefor the following work fromcontractors registered in appropriate class of the Public
Works Department of Maharashtra State. The details of tender are as under.

Sr.No Name of work Total Earnest Time Tender Class of


. Estimated Money limit Fees Contractore
Cost (Rupees) in
(Rupees) Tender
1 2 3 4 5 6 7
1 CONSTRUCTION OF 1,79,03,406/- 1,79,034/- 180 days 10,000/- Appropria
VARIOUS CIVIL (cost of civil from the
work) te class
WORK AT. date of
MUNICIPAL SOLID written valid as
WASTE order to per PWD
MANAGEMENT SITE start registratio
TALEGAON DABHADE work
n
UNDER THE (includin
SWACHHA BHARAT g
ABHIYAN (URBAN)2.0 monsoon
)
Tender form, conditions of contract, specifications and contract drawings can be downloaded
from the E-Tendering portal of Government of Maharashtra i.e. www.mahatenders.gov.in after entering
the details of payment of Rs. 10000/- (Rupees Ten thousandOnly) in favour of Chief Officer
Municipal Council TalegaonDabhade should be remitted online which shall be adjusted against as fees
of tender document and it will be non-refundable.Further information regarding the work can be obtained
from the above office.
Tenders will be opened as per the Tender Schedule, in the presence of such intending Tenderers
or his / their authorized representatives who may be present at that time.
TENDERING PROCEDURE: -
1.1 Blank Tender Forms.
Tender Forms can be downloaded from the E-Tendering Portal of Government of Maharashtra
i.e. www.mahatenders.gov.inafter entering the details of paymenttowards Tender Feesas per the
Tender Schedule.
1.2 PRE-TENDER CONFERENCE: -
1.2.1 The tender submitted by the tenderer shall be based on the clarification, additional facility offered
(if any)by the Municipal Council , and this tender shall be unconditional. Conditional tenders
shall be summarily REJECTED.

Contractor No of Correction Chief Officer 3


1.2.2 All tenderers are cautioned that tenders containing any deviation from the contractual terms and
conditions, specifications or other requirements and conditional tenders will be treated as non
responsive. The tenderer should clearly mention in forwarding letter that his offer(in envelope
No. 1& 2)does not contain any conditions, deviations from terms and conditions stipulated in the
tender.
1.2.3 Tenderers should have valid Class II / III Digital Signature Certificate (DSC) obtained from any
Certifying Authorities. In case of requirement of DSC, interested Bidders should go to
www.mahatenders.gov.inand follow the procedure mentioned in the document ‘Procedure for
application of Digital Certificate’.
1.2.4 The Tenderers have to make a payment of RsNILonline as service charges for the use of
Electronic Tendering during Online Bid Data Decryption and Re-encryption stage of the Tender.
1.2.5 For any assistance on the use of Electronic Tendering System, the Users may call the numbers
mentioned on www.mahatenders.gov.in
1.2.6 Tenderers should install the Mandatory Components available on the Home Page of
www.mahatenders.gov.inunder the section ‘Mandatory Components’ and make the necessary
Browser Settings provided under section ‘Internet Explorer Settings’
1.3 Guidelines to Bidders on the operations of Electronic Tendering System of govt.
OfMaharshtra.www.mahatenders.gov.in
1.3.A. Pre-requisites to participate in the Tenders process:-
1. Enrolment and Empanelment of Contractors on Electronic Tendering System:
The Contractors interested in participating in the Tenders of Municipal Council processed using
the Electronic Tendering System shall be required to enroll on the Electronic Tendering System
to obtain User ID.
After submission of application for enrolment on the System, the application information shall be
verified by the Authorized Representative of the Service Provider. If the information is found to
be complete, the enrolment submitted by the Vendor shall be approved.
For participating in Limited and Restricted tenders the registered vendors have to apply for
empanelment on the sub-portal of M.C.TALEGAON DABHADE in an appropriate class of
registration. The empanelment will have to be approved by the respective officer from the
M.C.TALEGAON DABHADE. Only empanelled vendors will be allowed to participate in such
tenders.
The Contractors may obtain the necessary information on the process of enrolment and
empanelment either from Helpdesk Support Team or may visit the information published under
the link Enrol under the section E-Tendering Toolkit for Bidders on the Home Page of the
Electronic Tendering System.
2. Obtaining a Digital Certificate:
The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid
Data is required to be signed electronically using a Digital Certificate (Class-II or Class-III). This
is required to maintain the security of the Bid Data and also to establish the identity of the
Contractor transacting on the System.
The Digital Certificates are issued by an approved Certifying Authority authorized by the
Controller of Certifying Authorities of Government of India through their Authorized
Representatives upon receipt of documents required to obtain a Digital Certificate.
Bid data / information for a particular Tender may be submitted only using the Digital Certificate
which is used to encrypt the data / information and sign the hash value during the Bid Preparation
and Hash Submission stage. In case during the process of preparing and submitting a Bid for a

Contractor No of Correction Chief Officer 4


particular Tender, the Contractor loses his / her Digital Signature Certificate (i.e. due to virus
attack, hardware problem, operating system problem); he / she may not be able to submit the Bid
online. Hence, the Users are advised to store his / her Digital Certificate securely and if possible,
keep a backup at safe place under adequate security to be used in case of need.
In case of online tendering, if the Digital Certificate issued to an Authorised User of a
Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to a no
objection certificate / power of attorney to that User to submit the bid on behalf of the
Partnership Firm. The Partnership Firm has to authorize a specific individual via an authorization
certificate signed by a partner of the firm (and in case the applicant is a partner, another partner
in the same form is required to authorise) to use the digital certificate as per Indian Information
Technology Act, 2000.
Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority of the
Authority User to bid on behalf of the Firm for the Tenders processed on the Electronic Tender
Management System of Government of Maharashtra as per Indian Information Technology Act,
2000. The Digital Signature of this Authorized User will be binding on the Firm. It shall be the
responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying
Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate.
The procedure for application of a Digital Signature Certificate will remain the same for the new
Authorised User.
The same procedure holds true for the Authorized Users in a Private / Public Limited Company.
In this case, the Authorisation Certificate will have to be signed by the Director of the Company
or the Reporting Authority of the Applicant.
For information on the process of application for obtaining Digital Certificate, the Contractors
may visit the section Digital Certificate on the Home Page of the Electronic Tendering System.
3. Recommended Hardware and Internet Connectivity:
To operate on the Electronic Tendering System, the Contractors are recommended to use
Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512
kbps bandwidth.
4. Set up of Computer System for executing the operations on the Electronic Tendering
System:
To operate on the Electronic Tendering System of Government of Maharashtra, the Computer
System of the Contractors is required be set up. The Contractors are required to install Utilities
available under the section Mandatory Installation Components on the Home Page of the System.
The Utilities are available for download freely from the above mentioned section. The Contractors
are requested to refer to the E-Tendering Toolkit for Bidders available online on the Home Page to
understand the process of setting up the System, or alternatively, contact the Helpdesk Support
Team on information / guidance on the process of setting up the System.
5. Payment for Service Provider Fees: deleted

1.3.B. Steps to be followed by Contractors to participate in the e-Tenders processed by


MUNICIPAL COUNCIL TALEGAON DABHADE:
1. Preparation of online Briefcase:
All Contractors enrolled on the Electronic Tendering System of Government of Maharashtra are
provided with dedicated briefcase facility to store documents / files in digital format. The
Contractors can use the online briefcase to store their scanned copies of frequently used
documents / files to be submitted as a part of their bid response. The Contractors are advised to

Contractor No of Correction Chief Officer 5


store the relevant documents in the briefcase before starting the Bid Preparation and Hash
Submission stage.
In case, the Contractors have multiple documents under the same type (e.g.multiple Work
Completion Certificates) as mentioned above, the Contractors advised to either create a single
pdf file of all the documents of same type or compress the documents in a single compressed file
in .zip or .rar formats and upload the same.
It is mandatory to upload the documents using the briefcase facility. Therefore, the Contractors
are advised to keep the documents ready in the briefcase to ensure timely bid preparation.
Note: Uploading of documents in the briefcase does not mean that the documents are available to
M.C.TALEGAON DABHADE at the time of Tender Opening stage unless the documents are
specifically attached to the bid during the online Bid Preparation and Hash Submission stage as
well as during Decryption and Re-encryption stage.
2. Online viewing of Detailed Notice Inviting Tenders:
The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates)
for all the Live Tenders released by M.C.TALEGAON DABHADE on the home page of E-
Tendering Portal on www.mahatenders.gov.inunder the section Recent Online Tender.
3. Download of Tender Documents:
The Pre-qualification / Main Bidding Documents are available for free downloading. However to
participate in the online tender, the bidder must purchase the bidding documents online by filling
up details of Demand Draft towards the cost of Tender Form Fee.
4. Online Bid Preparation and Submission of Bid Hash (Seal) of Bids:
Submission of Bids will be proceded by online bid preparation and submission of the digitally
signed Bid Hashes(Seals) within the Tender Time Schedule(Key Dates) published in the Detailed
Notice Inviting Tender.The Bid Data is to be prepared in the templates provided by the
Tendering Authority of M.C.TALEGAON DABHADE. The templates may be either form based,
extensible tables and / or uploadable documents. In the form based type of templates and
extensible table type of templates, the Contractors are required to enter the data and encrypt the
data using the Digital Certificate.
In the uploadable document type of templates, the Contractors are required to select the relevant
document / compressed file (containing multiple documents) already uploaded in the briefcase.
Notes :-
a. The Contractors upload a single document or a compressed file containing multiple
documents against each unloadable option.
b. The Hashes are the thumbprint of electronic data and are based on one - way algorithm.
The Hashes establish the unique identity of Bid Data.
c. The bid hash values are digitally signed using valid Class - II or Class - III Digital
Certificate issued any Certifying Authority. The Contractors are required to obtain
Digital Certificate in advance.
d. After the hash value of bid data is generated, the Contractors cannot make any change /
addition in its bid data. The bidder may modify bids before the deadline for Bid
Preparation andHash Submission as per Time Schedule mentioned in the Tender
documents.
e. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial
Bidding Processes.
5. Close for Bidding (Generation of Super Hash Values):

Contractor No of Correction Chief Officer 6


After the expiry of the cut - off time of Bid Preparation and Hash Submission stage to be
completed by the Contractors has lapsed, the Tender will be closed by the Tender Authority.
The Tender Authority from M.C.TALEGAON DABHADEshall generate and digitally sign the
Super Hash values (Seals).
6. Decryption and Re-encryption of Bids (submitting the Bids online):
After the time for generation of Super Hash values by the Tender Authority from
M.C.TALEGAON DABHADEhas lapsed, the Contractors have to make the online payment of
Rs. NIL towards the fees of the Service Provider.
After making online payment towards Fees of Service Provider, the Contractors are required to
decrypt their bid data using their Digital Certificate and immediately re-encrypt their bid data
using the Public Key of the Tendering Authority. The Public Key of the Tendering Authority is
attached to the Tender during the Close for Bidding stage.
Note: The details of the Processing Fees shall be verified and matched during the Technical
Opening stage.
At this time, the Contractors are also required to upload the files for which they generated the
Hash values during the Bid Preparation and Hash Submission stage.
The Bid Data and Documents of only those Contractors who have submitted their Bid Hashes
(Seals) within the stipulated time (as per the Tender Time Schedule), will be available for
decryption and re-encryption and to upload the relevant documents from Briefcase. A Contractor
who has not submitted his Bid Preparation and Hash Submission stage within the stipulated time
will not be allowed to decrypt / re-encrypt the Bid data / submit documents during the stage of
Decryption and Re-encryption of Bids (submitting the Bids online).
7. Shortlisting of Contractors for Financial Bidding Process:
The Tendering Authority will first open the Technical Bid documents of all Contractors and after
scrutinizing these documents will shortlist the Contractors who are eligible for Financial Bidding
Process. The shortlisted Contractors will be intimated by email.
8. Opening of the Financial Bids:
The Contractors may remain present in the Office of the Tender Opening Authority at the time of
opening of Financial Bids. However, the results of the Financial Bids of all Contractors shall be
available on the e-Tendering Portal immediately after the completion of opening process.
9. Tender Schedule (Key Dates):
The Contractors are strictly advised to follow the Dates and Times allocated to each stage under
the column “Contractor Stage” as indicated in the Time Schedule in the Detailed Tender Notice
for the Tender. All the online activities are time tracked and the Electronic Tendering System
enforces time-locks that ensure that no activity or transaction can take place outside the Start and
End Dates and Time of the stage as defined in the Tender Schedule.
At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be
extended.
1.4 ENVELOPE No. 1: (Documents required)
The first envelope “Envelope No. 1” shall contain the following documents:
1.4.1 Scanned copy of online payment receipt of Rs.1,79,034/-issued from any
Scheduled/Nationalised Bank and duly endorsed towards EMD in the name of Chief
Officer Municipal Council TalegaonDabhade.
1.4.2 Scanned copy of receipt of online downloading of tender documentRs. 10000/-
1.4.3 Scanned copy of original Valid certificate as a Registered Contractor with the Public
Works Department, Government of Maharashtra in appropriate class.
1.4.4 Scanned original copy of PAN Card allotted by Income Tax Department

Contractor No of Correction Chief Officer 7


1.4.5 Scanned original copy of valid GST registration certificate.
1.4.6 GST clearance certificate.
1.4.7 Scanned original copy of EPF registration certificate.
1.4.8 Scanned copy of EPF Chalan of last six months.
1.4.9 Scanned acknowledgement copy of income tax return of last three year
from income tax department
1.4.10 Professional tax clearance certificate.
1.4.11 Scanned copy of original List of Technical Persons employeed.
1.4.12 Scanned copy of original affidavit regarding completeness, correctness and truthfulness
of documents submitted on Rs 100/- Stamp paper.Valid stamp paper within 6 Month from
the last date of Tender Call.(See Appendix-1)
1.4.13 Contractor should submit the scanned copy of affidavit (on Rs. 100/- stamp paper)
regarding that he is not black listed in any Govt./ Semi Govt./ Co-Operative sector/
Corporation’s organizations. Valid stamp paper within 6 Month from the last date of
Tender Call.
(See Appendix-2)
1.4.14 Scanned copy of affidavit on Rs 100/- Stamp paper of non-participation of municipal
Council officers/staff in the whole tendering procedure.Valid stamp paper within 6
Month from the last date of Tender Call.
(See Appendix-3)
1.4.15 Bid Capacity: (G.R. No. CAT-2019/CR 120/bldg-2 dt.17/9/2019)
Bid Capacity: The Bid capacity shall not be less than the amount put to tender for which the bid
is submitted Bid capacity will be evaluated as part of qualification in the following
manners. Calculation of Bid Capacity should be required on contactors letter head with
Certified by Chartered Accountant only.
Bid Capacity = (A X N X 2) – B
A - Maximum Annual Turnover of civil engineering works excluding private work
during last Seven Years (Updated to the Current D.S.R. level) which will take Into
Account the Completed and Part of ongoing works completed during last Five
Years.(Such certificate are Required to be obtained from the Chartered Accountant
Maharashtra State Only )
N - Number of Years Prescribed For Completion of The Work, For Which The Bid Is
Invited.
B -Value of existing commitments and works (ongoing) to be completed in the period
stipulated for completion of the work in the present tender. Existing commitments shall
include details of tenders of works which are either accepted as lowest or have been
opened and found to be lowest.
For Evaluation of Bid Capacity for work Chartered Accountant’s certificate for5
years alongwith Turnover certificate shall be considered as valid.

1.4.16 Contractors average turnover of civil work for last three years should be equal to 75% of
work amount and should submit scanned copy of original annual turnover certificate for last
three years issued by chartered accountant.

Contractor No of Correction Chief Officer 8


SN Tender Cost Average turnover of civil
work 75% of work
amount
01 1,79,03,406/- 1,34,27,555/-

1.4.17 Scanned copy of certificate of following item of work executed from authority in any one
year of (during the last 5 years) the minimum quantities of the following items of work
as indicated in appendix

Sr. Item of work Quantity Unit


No.
1 Structural steel work 8.79 MT
For 1.4.17 The criteria mentioned is for work carried out in GOVT. / Semi.Govt.
bodies.certificates are required to be obtained from the officer not below the rank of
executive engineer or equivalent competent authority in case of local bodies.
1.4.18 ESIC Registration certificate.
1.4.19 The bidder should submit the hard copy of site visit report along with geotag
photocopies of work places duly signed by bidder and chief officer M.C.Talegaon
Dabhade(see appendix-4).
1.4.20 work experience certificate of similar type of work.
1.4.21 The bidder should submit the Hard copies of all the documents in the office of Municipal
Council TalegaonDabhade within 72 hours after the last date of submission of online tender
form.

Authority of accepting and rejecting the bid at any stage is reserved with Chief officer
Municipal Council TalegaonDabhadeand decision shall be binding on bidders

1.5 ENVELOPE No. 2 TENDER (FINANCIAL BID)


i) Upload Blank Tender Copy (In MS Excel Format) Issued and Digitally Signed by the
Municipal Council
ii) Offer to be submitted Online
1.6 SUBMISSION OF TENDER: -
Refer to Section ‘Guidelines to Bidders on the operations of Electronic Tendering
System of GOVT. of Maharashtra for details.
1.7 OPENING OF TENDERS:
On the date, specified in the Tender Schedule, following procedure will be
adopted for opening of the Tender.
(A) ENVELOPE No. 1 :- ( Documents )
First of all Envelope No. 1 of the tender will be opened on 10/02/2025 at 11.00
AM( If Possible) in the office of the Chief Officer, MUNICIPAL COUNCIL
TALEGAON DABHADEto verify its contents as per requirements. If the various
documents contained in this envelope do not meet the requirements of the Municipal
Council , a note will be recorded accordingly by the tender opening authority and the
Contractor No of Correction Chief Officer 9
said tenderers Envelope No. 2 will not be considered for further action and the same will
be rejected.
The decision of the tender opening authority in this regard will be final and binding on
the contractors.
(B) ENVELOPE No. 2: (Financial Bid)
This envelope shall be opened in the office of the Chief Officer, MUNICIPAL
COUNCIL TALEGAON DABHADEafter opening of Envelope No. 1, only if contents
of Envelope No.1 are found to be acceptable to the Municipal Council . The tendered
rates in Schedule ‘B’ or 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.
1.8 Earnest Money :
The tender should be accompanied by an Earnest Money Deposit which should be
paidonline in the name of Chief Officer, MUNICIPAL COUNCIL TALEGAON
DABHADE.
Earnest Money in any other form or cheque will not be accepted. The earnest
money will be refunded in case of tenderers whose tenders are not accepted. In the case
of successful tenderer the Earnest Money will not be refunded as it would become a part
of Security Deposit and will be refunded after completionofdefectliability period after
completion & commissioning of work. The amount of earnest money will be forfeited to
MUNICIPAL COUNCIL TALEGAON DABHADE in case the successful contractor
does not pay the amount of additional performance securitydeposit (if applicable) within
specified time limit.
In the event of failure of the tenderer to pay additional performance security
deposit (if applicable) within8 days (unless extended in the writing by the Chief Officer,
MUNICIPAL COUNCIL TALEGAON DABHADE) from the date of receipt of the
notice (sent by registered post/ E-mail) of acceptance, of his tender the amount of earnest
money shall be forfeited to the TalegaonDabhade Municipal Council and Acceptance of
his tender shall be considered as withdrawn.
Earnest money of the un-successful tenderers will be refunded on their application only
after an intimation of rejection of their tender is sent to them or on expiry of the validity
period whichever is earlier.
1. 9 Security Deposit :
The Security Deposit for the due performance of the contract shall be as detailed
in the enclosed statement, 10 % of the Security Deposit will be recovered as specified in
the tender form.
a) 1% Security Deposit is in the form of EMD which is to be deposited online to Municipal
Council Account.2% amount From Cheque / DD in favor of Chief Officer,
TalegaonDabhade Municipal Council, TalegaonDabhade.
b) The remaining 7% security deposit amount shall be recovered by way of deductions
from the R.A bills.
The security deposit will be refunded after successful completion of defect liability
period or after completion of local fund audit or as per the GR CAT-2017/pra.kra8/ema-
2dated 29/01/2019.
1.9A Condition for payment of additional security deposit, if offer quoted by the tenderer
is lesser than 1% below the cost put to tender.
The contractor shall deposit an additional performance security deposit within 08
days of acceptance of tender in the form of DD/FDR/BG from any of the
Contractor No of Correction Chief Officer 10
nationalized/scheduled bank, when the below percentage quoted of cost put to tender as
per Maharashtra Government, Public Works Department, General Resolution No.
CAT/2017/Pr.Kr.08/E.Ma.-2 Dt. 26/11/2018 are as follows:
1. If contractor quoted rate in percentage upto 10% below of estimated amount then he
must have to submit DD/FDR/BG of Rs. 1% of estimated amount as additional
performance security. (e.g. 1% to 10% below of estimated amount – Then DD/FDR/BG
must be of 1% of estimated amount)
2. Also, If contractor quoted rate in percentage less than 10% of estimated amount then he
must have to submit Demand Draft of Total amount of Rs. 1% of estimated amount for
upto 10% below of estimated amount and same percentage of estimated amount as of
quoted below 10% of estimated amount (e.g. 19% below of estimated amount )then
– upto 10% below of estimated amount – 1% and
– (15% - 10%) = 5%
-(19%-15%) =4% therefore 4 *2=8%
So total amount 1+5+8=14% of estimated amount DD/FDR/BG shall be
submitted within 8 days after opening of the envelope no.2
3. Reference for DD/FDR/BG Submission/ Release is as per follows:
a. DD/FDR/BG must be in the favour of Chief Officer, MUNICIPAL COUNCIL
TALEGAON DABHADE, Dist. – CHANDRAPUR.
b. DD/FDR/BG must be of Scheduled or Nationalised bank.
c. Date of DD/FDR/BG validity must be at least 3 months from the date of submission
of e-tender.
d. DD/FDR/BG must be submitted to the MUNICIPAL COUNCIL TALEGAON
DABHADE within 8 working days from the acceptance of tender in the envelope.
On envelope work name and E-Tender no. must be mentioned.
e. Banks MICR and IFSC no. must be there on DD/FDR/BG.
f. In all above procedure, if contractor submitted false document/ DD/FDR/BG then his
EMD will be forfeited.
4. Additional performance security deposit will be refunded after satisfactory completion of
the work as per tender clause.
If the contractor does not deposit this additional security deposit (if applicable)
within stipulated time then his earnest money deposit will be forfeited and his tender will
not be considered for acceptance.
This additional security deposit shall be extendable up to expiry of valid extensions if
any and it shall be refunded along with the final bill, after satisfactory completion of
work.
1.10 ISSUE OF FORMS:
Information regarding contract as well as blank tender forms can be downloaded from the E-
Tendering website upon providing the details of the payment of cost as detailed in the Notice
Inviting Tender.
1.11 TIME LIMIT:
The work is to be completed within time limit as specified in the N.I.T. which shall be reckoned
from the date of written order for commencing the work and shall be inclusive of mansoon
period.
1.12 TENDER RATE:
No alteration in the form of tender and the schedule of tender and no additions in the scope of
special stipulations will be permitted. Rates quoted for the tender shall be taken as applicable for
all leads and lifts.
1.13 TENDER UNITS:
The tenderers should particularly note the units mentioned in the Schedule “B” on which the
rates are based. No change in the units shall be allowed. In the case of difference between the
rates written in figures and in words, the correct rate will be the one, which is lower of the two.

Contractor No of Correction Chief Officer 11


1.14 CORRECTION:
No corrections shall be made in the tender documents. Any corrections that are to be made shall
be made by crossing the incorrect portion and writing the correct portions above with the initials
of tenderer.
1.15 TENDER’S ACCEPTANCE :
Acceptance of tender will rest with the Chief Officer, MUNICIPAL COUNCIL
TALEGAONDABHADEwho does not bind itself to accept the lowest or any of the bids. The
Chief Officer also reserves the right to reject any bid or all bids without assigning any reasons.
The tenderer whose tender is accepted will have to enter in to a regular B-1 agreement within 10
days of being notified to do so. In case of failure on the part of Tenderer to sign. the agreement
within the stipulated time the earnest money paid by him shall stand forfeited to MUNICIPAL
COUNCIL TALEGAON DABHADE and the offer of the tenderer shall be considered as
withdrawn by him.
1.16 CONDITIONAL TENDER :-
The tenders who do not fulfil the condition of the notification and the general rules and directions
for the guidance of contractor in the agreement form or are incomplete in any respect are likely to
be rejected without assigning any reason therefore.
1.17(a) The Tenderers shall be presumed to have carefully examined the drawings, conditions and
specifications of the work and have fully acquainted themselves with all details of the site, the
conditions of rock and its joints, pattern, river, weather characteristics, labour conditions and in
general with all the necessary information and data pertaining to the work, prior to tendering for
the work.
1.17(b) The data whatsoever supplied by the Department along with the tender documents are meant to
serve only as guide for the tenderers while tendering and the Department accepts no
responsibility whatsoever either for the accuracy of data or for their comprehensiveness.
1.17(c) The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are as per
survey conducted by the Department. The Contractor should however examine these quarries and
see whether full quantity of materials required for execution of the work strictly as per
specification are available in these source before quoting the rates. In case the materials are not
available due to reasons whatsoever, the contractor will have to bring the materials from any
other source with no extra cost to M.C.TALEGAON DABHADE.The rates quoted, should
therefore be for all leads and lifts from wherever the materials are brought at site of work and
inclusive of royalty to be paid to the Revenue Department by the Contractor.
1.18 POWER OF ATTORNEY:
If the tenderers are a firm or company, they should in their forwarding letter mention the names
of all the partners together with the name of the person who holds the power of Attorney,
authorizing him to conduct all transactions on behalf of the body, along with the tender.
1.19 The tenderer may, in the forwarding letter, mention any points are may wish to make clear but
the right is reserved to reject the same or the whole of the tender if the same becomes conditional
tender thereby.
1.20 The contractor or the firms tendering for the work shall inform the Municipal Council if they
appoint their authorized Agent on the work.
1.21 No foreign exchange will be released by the Department for the purchase of plants and
machinery for the work by the Contractor.
1.22 Any dues arising out of contract will be recovered from the contractor as arrears of Land
Revenue, if not paid amicably. Moreover, recovery of Government dues from the Contractors
will be affected from the payment due to the Contractor from any other Government works under
execution with them.
1.23 All pages of tender documents, conditions, specifications, correction slips etc. shall be initialled
by the tenderer. The tender should bear full signature of the tenderer, or his authorized power of
Attorney holder in case of a firm.

Contractor No of Correction Chief Officer 12


1.24 The Income Tax at 2% including surcharge or percentage in force from time to time or at the rate
as intimated by the competent Income Tax authority shall be deducted from bill amount whether
measured bill, advance payment or secured advance.
1.25 The successful tenderer will be required to produce, to the satisfaction of the specified concerned
authority a valid concurrent license issued in his favour under the provisions of the Contract
Labour (Regulation and Abolition) Act 1970 for starting the work. On failure to do so, the
acceptance of the tender shall be liable to be withdrawn and also liable for forfeiture of the
earnest money.
1.26 The tenderer shall submit the list of apprentices engaged by the Contractor under Apprentice Act.
1.27 Cess @ 1% (One percent) shall be deducted at source from every bill of the Contractor by the
M.C.TALEGAON DABHADEUnder “Building and Other Construction for workers Welfare
Cess Act 1996
1.28 Registration under GST Act 2017 is mandatory. TDS under rules 51 of GST Act 2017
will be deducted from the sums to be paid to the contractor as per applicable rates.
1.29 The rates quoted by the Contractor shall be deemed to be inclusive of the labour welfare
cess and other taxes (other than GST) that the Contractor will have to pay for the
performance of this Contract. The Employer will perform such duties in regard to the
deduction of such taxes at source as per applicable law.
1.30 VALIDITY PERIOD :
The offer shall remain open for acceptance for minimum period of 30 days from the Date of
opening of Envelope No. 2 (Financial Bid) and thereafter until it is withdrawn by the contractor
by notice in writing duly addressed to the authority opening the tender and sent by Registered
Post Acknowledgment due.
1.31 The acceptance of the tender may be intimated to the contractor telegraphically or online by the
Chief Officer, MUNICIPAL COUNCIL TALEGAON DABHADE and such intimation shall be
deemed to be an intimation of acceptance of the tender given by the authority competent to
accept the tender.
1.32 No Pages should be removed from, added in, or replaced in the tender.
1.33 Omission to attach any documents is likely to invalid the bid.
1.34 The payment of the contractor will be made as per the availability of fund & acceptance of
tender will be finalized with respect to administrative approval.
1.35 The contractor will have to sign the original copy of the tender papers and the drawings
according to which the work is to be carried out. He shall also have to give declaration to the
effect that he has fully studied the plans, specifications, local conditions availability of labor and
materials and that he has quoted his rates with due consideration to all these factors.
1.36 The right is reserved to revise or amend the contract documents prior to the date notified for the
receipt of the tender or extended date. Such deviation, amendments or extensions any, shall be
communicated in the form of corrigendum by letter or/and by notice in News papers as may be
considered suitable.
1.37 Examination of Drawings and Site Conditions.
The tenderer shall in his own interest carefully examine the drawings, conditions of contract,
specifications etc. He shall also inspect the site and acquaint himself about the climate physical
and other conditions prevailing at site, the nature, magnitude, special feature practicability of
works, all existing and required means of communications and access to site availability of
housing and other facilities, availability of labor and materials, labor camp site, stores and
godowns, etc. He shall obtain necessary information as to the risk, contingencies and other
circumstances may affect and influence the tender. No claims or any of the above or any other
factors will be entertained by the Government, should there be any discrepancy, doubt or
obscurity as to the meaning of any of the tender documents or as to instructions to be observed
by him, he shall set forth in writing such discrepancy or doubt, or obscurity, and submit the same
to the Chief Officer, MUNICIPAL COUNCIL TALEGAON DABHADE for clarification as
soon as possible.
1.38 Tenders which do not fulfill all or any of the conditions or are incomplete in any respect are
Contractor No of Correction Chief Officer 13
liable to summary rejection.
1.39 The notice inviting the tender shall form a part of the tender document.
1.40 Till the work is completed and handed over to MUNICIPAL COUNCIL TALEGAON
DABHADE the watch and ward liability of the work and material etc. lies with the contractor.
1.41 The work shall be carried out in direct supervision of Junior Engineer (Civil), MUNICIPAL
COUNCIL TALEGAON DABHADE, City Engineer, MUNICIPAL COUNCIL TALEGAON
DABHADE. The contractor has to follow the instructions given by them. For this contractor has
to make his own efforts to consult both persons to avoid delay due to non availability of details,
drawings etc.
1.42 The material brought at site shall be got approved from Junior Engineer (Civil), MUNICIPAL
COUNCIL TALEGAON DABHADE and City Engineer, MUNICIPAL COUNCIL
TALEGAON DABHADE.
1.43 The work will be carried in coordination to other work by another agency if required. The
contractor has to co-op with the said contractor. In case of any difficulty or dispute the decision
of Chief Officer, MUNICIPAL COUNCIL TALEGAON DABHADE will be final.
1.44 Tender document should be digitally signed and then uploaded by the contractor.
1.45 Rates quoted include clearance of site (prior to commencement of work and at its close) in all
respects and hold goods for work under all conditions of site, moisture, weather etc.
1.46 All the materials available from excavation will be the property of MUNICIPAL
COUNCIL TALEGAON DABHADE and shall be disposed off only as directed by the
Engineer-in- charge. The contractor should utilize material available from excavated stuff for
back filling.
1.47 The excavated material not to be used by contractor for back filling and remaining unused at
site after completion of works, shall be disposed off by the contractor at his own cost in
manner and at place as directed by Engineer-in-charge.
1.48 All the work and materials, before finally taken over by MUNICIPAL COUNCIL TALEGAON
DABHADE will be the entire liability of the contractor for guarding, maintaining and making
good any damages of any magnitude. The handing over by the contractor and taking over by the
Chief Officer, Municipal Council TalegaonDabhadeor his authorized representative will be
always in writing of which copies will go to the Chief Officer, M. C. TALEGAON
DABHADEor his authorised representative and the contractor.
1.49 The Engineer-in-charge or his duly authorised representative shall have at all times full power to
inspect the work, whenever in progress either on the site, in the contractor’s premises or the work
site.
1.50 The contractor shall during working hours, maintain supervisor of sufficient training and
experience to supervise various items and operations of the work and the said supervisors shall
remain present during inspections of the Engineer-in-charge. All orders and directions given to
such supervisors or other staff of the contractor shall be deemed to have been given to the
contractor, to be present on any specified inspection and the contractor shall comply with such
directions.
1.51 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 reconstruct the same, wherein whole or in part as may be,
directed by the Engineer-in-charge.
1.52 The warranty of the project shall remain valid for 3 years from date of putting in to commercial
use. Within a period of 3 years after completion of work if any repair due to the defect in
construction & equipment the same will be rectified by the contractor at his own cost. The
security deposit amount is only payable after completion of this period.
1.53 There shall be penalty at the rate of 500/- Rs. per day if the given work is not completed within
Timespecified in the tender notice, unless time specified got extended from the Chief Officer,
M. C. TALEGAON DABHADEand which shall not be more than 10% of estimated cost.
1.54 All the makes of the materials should be of ISI marked.
1.55 The responsibility of requirement of all the materials and machineries required for the execution
of the work lies with the contractor only.

Contractor No of Correction Chief Officer 14


1.56 All the taxes as applicable and security deposit will be deducted from the payment of bills.
1.57 The third party technical inspection will be carried out by the authorised agency appointed by M.
C.TalegaonDabhade. Any rectification suggested by third party shall be binding to the
contractor. During third party inspection Contractor shall make arrangement for inspection at
site.
1.58 The municipal Council shall not bind to accept any terms & conditions of the contractor.
1.59 The work shall be carried out as per specifications given by PWD M.C.TALEGAON
DABHADE.
1.60 If the contractor appears to be not following the terms & conditions mentioned in the tender
document then Chief Officer, MUNICIPAL COUNCIL TALEGAON DABHADE has all the
power to reject its tender. At this situation EMD & all other payments of pending bills shall be
forfeited.
1.61 At the time of final bill contractor must have to submit various documents as required by
Engineer-in-charge; failing which the final bill will not be cleared.
1.62 Labor License: It shall be obligatory on the part of the contractor to obtain the necessary labor
License from the labor Department within fortnight of issue of work order.
1.63 The successful contractor shall submit the EPF registration before commencement of work.
1.64 The contractor shall obtain the permission of local Authority (N.O.C.) for digging the road if
necessary.
1.65 The contractor will have to use necessary T&P while execution of work at his own cost.
1.66 The work insurance and insurance of worker Labor insurance shall be done by contractor under
the insurance act of its own cost.
1.67 The complete responsibility of safety of worker during the execution of work is solely of
contractor. The contractor will have to follow all the safety rules during the execution of work. If
any accident occurred during the execution of work, the responsibility of compensation will be
of contractor. In any case, this Department will not be responsible for any compensation.
1.68 Any fees/charges/taxes or penalties towards payment of Government/Semi- Government /Local
/Private bodies arising during the execution of the work is to be borne by the contractor. No
compensation or refunds will be paid for this.
1.69 Necessary approval for the material procurement shall be obtained by the contractor from the
authority before starting the work.
1.70 The actual layout drawing shall be got approved by the contractor from the concern Engineer-in-
charge before starting the work.
1.71 SUPPLY OF COLOUR RECORDS PHOTOGRAPHS AND ALBUM.
The Contractor shall arrange to take Color Photograph at various stage / facets of the work
including interesting and novel features as desired by the Engineer in charge. Photographs shall
be of and taken to the standard post card size marked in album of acceptable quality. Also the
negative film in 35 mm size shall be supplied for each photograph in the Album shall be suitably
captioned. The Contractor shall arrange for taking video films of important activities of the work
as directed by the Engineer in charge during the currency of the project & editing them to a
video film of playing time not less than 60 minutes &upto 180 minutes as directed by Engineer
in charge. It shall contain narration of the activities in English / Marathi by a competent narrator.
Videocassette shall be of acceptable quality & film shall be capable of producing color picture. It
shall be considered as incidental to the work and no additional payment whatsoever will be made
for the same.
1.72 After award of contract, contractor will have to provide and fix the information boards showing
name, tender cost, period of completion, name and telephone number of agency and Engineer in
charge and other details as directed by Engineer in charge.
1.73 Construction Machinery / Equipments:
1.The methodology and equipments to be used on the project shall befurnished by the Contractor
to the Engineer-In-Charge well in advance of commencement of work and approval of the
Engineer-In-Chargeobtained prior to its adoption and use.
2.The Contractor shall give, a trial run of the equipment for establishing its capability to achieve
the laid down specifications and tolerance to the satisfaction of the Engineer-in-Charge before
commencement of work, if so desired by the Engineer-In-Charge.
Contractor No of Correction Chief Officer 15
3.Allequipments provided shall be of proven efficiency and shall be operated and maintained at
all times in the manner acceptable to the Engineer-In-Charge.
4.No equipment or personnel shall be removed from the site without permission of the Engineer-
In-Charge.
1.74 Work Programme and Methodology of construction:
The Contractor shall furnish his programme of execution of the work within the stipulated time
schedule together with methodology of construction of each item or work and obtain the
approval of the Engineer-In-Charge to the revised programme, if necessary.
1.75 Revised Programme of Work in case of slippage:-
In case of slippage from the approved work programme at any stage, the contractor shall furnish
revised programme to make up slippage within the stipulated time schedule and obtain the
approval of the Engineer-in-charge to the revised programme.
1.76 Action in case disproportionate progress:
In case of extremely poor progress of the work or any item at any stages of work which in the
opinion of the Engineer-In-Charge cannot be made good by the Contractor considering his
available resources,theEngineer-In-Charge will get it accelerated to make up the lost time
through any other agency, and recover the additional cost incurred, If any, in getting the work
done from the Contractor after informing him about the action envisaged by him.
1.77 The responsibility of assuring the quality of work shall be on the contractor.
1.78 The contractor must have to submit work status report at the time of running bills; failing which
the running bill will not be cleared.
1.79 The contractor whose tender is accepted must have to do Agreement of the said work on Stamp
paper at the rate decided under registration act by his own cost.
1.80 After award of contract, contractor will have to provide and fix the information boards showing
name, tender cost, period of completion, name and telephone number of agency and Engineer in
charge and other details as directed by Engineer in charge
1.81 Insurance of Contract Work:
Contractorshalltake out necessary insurance Policy/Policies (viz Contractor's all risk
Insurance policy, Erection all risk insurance policy etc as decided by the Directorate of
insurance.) so as to provide adequate insurance cover for execution of the awarded contract work
for total contract value and complete contract period compulsorily from the "Directorate of
insurance, Maharashtra State ,Mumbai" only. Its Postal address for correspondence is 264,
MHADA ,First floor,Opp.Kalamagar, Bandra (E) Mumbai 400051 (Telephone Nos 26590403 /
26590690 and Fax No 26592461/26590403) Similarly all workmen's appointed to completed the
contract work are required to insure under workmen's compensation Insurance policy. Insurance
Policy/Policies taken out from any other company will not be accepted. If any Contractor has
effected Insurance with any insurance company, the same will not be accepted and the amount of
premiu N P alculated by the Government Insurance fund will be recovered directly from the
amount payable to the contractor for executed contract work and paid to the Directorate of
Insurance fund, MaharashtraState, Mumbai.The Director of Insurance reserves the right to
distribute the risk of Insurance among the other insures.

Contractor No of Correction Chief Officer 16


APPENDIX-1
Format of affidavit to be given on Rs. 100/- Non-Judicial stamp paper to be
sworn before Executive Magistrate/Notary Public.)

Affidavit
I, _______________________________________ (Name of
Contractor/person,)Agedabout ______ years, residing at
___________________________________________________(Postal
Address) do hereby swear this affidavit that I am the proprietor / Partner of
(Name of company / firm) Registered at ___________

I do hereby swear that, the documents submitted in envelope No.


1 of the tender document for the work ofCONSTRUCTION OF VARIOUS CIVIL
WORK AT. MUNICIPAL SOLID WASTE MANAGEMENT SITE TALEGAON
DABHADE UNDER THE SWACHHA BHARAT ABHIYAN (URBAN)2.0are true,

correct and complete. In case the contents of envelope No. 1 and other
documents pertaining to the tender submitted by me are found to be incorrect or
false, I shall be liable for action under the relevant provision of Indian Penal
Code and other relevant laws.

Applicant/Contractor Name:-
Address:-
Signature of Applicant/contractor:-
Date:-

Name of witnesse:-
Address:-
Signature of witnesse:-
Date:-

Contractor No of Correction Chief Officer 17


APPENDIX-2
AFFIDAVIT
( NOT BLACKLISTED )

I …………………………( Name of contractor / Authorized person ) Aged about


…… years, Residing at……………………………………….. do swear this affidavit
that I am proprietor / partner of ………………………… ( name of company / firm )
Registered at ………………………………….

We hereby confirm and declared that we / I ………………………………….. (


name of contractor / firm ) are not blacklisted in any Govt. / semi govt. / co-
operative sector / Corporation Organization for any work .

If it is found to be incorrect or false, I shall be liable for action under the relevant
provision of I.P.C. Code and relevant laws.

Name of work :- ………………………………………………………………..

Applicant / Contractor Name :- …………………………………………

Place : ……………………………….
Date : ………………………………..
Email id : ……………………………
Mobile no. :-……………………….

Signature of Authorised person

Contractor No of Correction Chief Officer 18


APPENDIX-3
परिशिष्ट– अ
प्रशिज्ञा पत्र
मी / आम्ही याद्वािे असे नमूद कििो की, महािाष्ट्र नगिपरिषद , नगिपंचायिी
व औद्योशगक नगिी अशिशनयम १९६५ चे कलम १६ (१) (आय) व कलम ४४ (१)
( ब ) िििुदीच्या, ज्या खाली उदिृि के लेल्या आहेि, माशहिी आहे आशि गंभीिपिे
नमूद कििो की, नगिपाशलके िी/नगि पंचायििी ककवा नगिपाशलके च्या अिीन ककवा
नगिपाशलके ने/नगि पंचायिने ककवा नगिपाशलके च्या विीने किण्याि येिाऱ्या संशवदेमध्ये
नगिपरिषदेच्या/नगि पंचायिेच्या कोित्याही नगिसेवकाचा कोििाही शहस्सा ककवा
शहिसंबंि ककवा आमच्यािी भागेदािी नाही.
कलम १६ (१ ) ( आय) : यापुढे िििूद के ली असेल याव्यशिरिक्त,
नगिपाशलके च्या/नगि पंचायिच्या आदेिावरून के लेल्या कोित्याही कामाि ककवा
नगिपाशलके िी ककवा नगिपाशलके च्या अिीन ककवा नगिपाशलके ने ककवा नगिपाशलके च्या
विीने के लेल्या कोित्याही संशवदेि शिचा स्विः चा ककवा आपल्या भागीदािामार्ााि
प्रत्यक्ष ककवा अप्रत्यक्ष रित्या कोििाही शहस्सा ककवा शहिसंबंि असेल.
कलम ४४ ( १ ) ( ब ) : पाशलका सदस्य म्हिून ककवा नगिपाशलके च्या/नगि
पंचायिच्या कोित्याही सशमिीचा सदस्य म्हिूनम ज्या कोित्याही बाबिीि कलम १६
चे पोट- कलम ( ३ ) , खंड (अ ) , ( ब ), (क ), ( इ) व ( ग ) मध्ये
विान के ल्याप्रमािे त्याचा ककवा त्याच्या भागीदािाचा प्रत्यक्ष ककवा अप्रत्य िीिीने
कोििाही शहस्सा ककवा शहिसंबंि असेल. मग अिा शहश्याची ककवा शहिसंबि ं ाची ककमि
काहीही असो, ककवा िीि त्याचा अिीलाच्या, प्रकत्यााचा ककवा इिि व्यक्तीच्या विीने
व्यावसाशयक दृष्ट्या त्याचा ककवा शहिसंबंि असेल अिा कोित्याही बाबिीि मिदान
किील.

शनशवदा िािकाचे नाव : --------------------------------


पत्ता : ------------------------------
--- शनशवदा िािकाची सही
ददनांक :

साक्षीदािाचे नाव : --------------------------------


पत्ता : ------------------------------
--- साक्षीदािाचे सही
ददनांक :

Contractor No of Correction Chief Officer 19


APPENDIX-4
कं त्राटदािाचे स्थळ पाहिी अहवाल
प्रमाशििकिण्याि येिे दक,
...................................................................(कं त्राटदा
िाने अशिकृ ि के लेल्या प्रशिशनिीचे नाव) हे मे.
...................................................(कं पनी/संस्थेचे नाव) या संस्थेचे
अशिकृ ि प्रशिशनिी असून त्यांनी CONSTRUCTION OF VARIOUS CIVIL WORK AT. MUNICIPAL
SOLID WASTE MANAGEMENT SITE TALEGAON DABHADE UNDER THE SWACHHA BHARAT
ABHIYAN (URBAN)2.0या कामासाठी स्थळ पाहिी किण्यासाठी प्राशिकृ ि के लेले असून त्यांनी िागेची पाहिी
के लेली आहे.
ििी िागेवि साशहत्याची उपलब्ििा,साशहत्याची ने-आि या सवा गोष्टी पाहून शनशवदेमध्ये आम्ही
दि सादि किीि आहे व सदि कामाच्या रठकािांचे Geotagर्ोटो यासोबि सादि किीि आहे.
विील काम आमचेसाठी अनुकूल आहे. सदि शनशवदेमध्ये आम्हाला काम शमळाल्यास कायाािंभ
आदेि प्राप्त झाल्यानंिि ७ ददवसाच्या आि काम सुरु करू याची ग्वाही देि आहे.

Chief Officer Name& Signature of Bidder


M.C.TalegaonDabhade (With Seal)

APPENDIX-5
Check list for documents to accompany the tender and general information of contractor
for submission of tender

Sr. Whether
Brief Details of documents required
No. enclosed or not
1 2 3

ENVELOPE No. 1: (Documents required)


The first envelope “Envelope No. 1” shall contain the following documents
1)
Scanned copy of online payment receipt of Rs.1,79,034/- issued from any
Scheduled/Nationalised Bank and duly endorsed towards EMD in the name

Contractor No of Correction Chief Officer 20


of Chief Officer Municipal Council TalegaonDabhade.
2) Scanned copy of receipt of online downloading of tender documentRs.
10000/-
3) Scanned copy of original Valid certificate as a Registered Contractor with the
Public Works Department, Government of Maharashtra in appropriate class
4) Scanned original copy of PAN Card allotted by Income Tax Department
5) Scanned original copy of valid GST registration certificate.
6) Scanned Copy of GST clearance Certificate.
7) Scanned original copy of EPF registration certificate.
8) Scanned copy of EPF Chalan of last six months.
9) Scanned original acknowledgement copy of income tax return of last three
yearfrom income tax department

10) Professional tax Registration certificate


11) Scanned copy of original List of Technical Persons employeed.
12) Scanned copy of original affidavit regarding completeness, correctness and
truthfulness of documents submitted on Rs 100/- Stamp paper.Valid stamp
paper within 6 Month from the last date of Tender Call.(See Appendix-1)

13)
Contractor should submit the scanned copy of affidavit (on Rs. 100/- stamp paper)
regarding that he is not black listed in any Govt./ Semi Govt./ Co-Operative
sector/ Corporation’s organizations. Valid stamp paper within 6 Month from
the last date of Tender Call.(See Appendix-2)
14)
Scanned copy of affidavit on Rs 100/- Stamp paper of non-participation of
municipal Council officers/staff in the whole tendering procedure.Valid
stamp paper within 6 Month from the last date of Tender Call.(See
Appendix-3)
15) Bid Capacity: (G.R. No. CAT-2019/CR 120/bldg-2 dt.17/9/2019)
16) Contractors average turnover of civil work for last three years should be
equal to 75% of work amount (Enclose scanned copy of balance sheet for
last three years) and should submit scanned copy of original annual turnover
certificate for last three years issued by chartered accountant.

17) Scanned copy of certificate of following item of work executed from


authority in any one year of (during the last 5 years) the minimum quantities
of the following items of work as indicated in appendix
18) ESIC Registration certificate.
19) The bidder should submit the hard copy of site visit report along with geotag
photocopies of work places duly signed by bidder and chief officer
M.C.TalegaonDabhade (see appendix-4).

20) work experience certificate of similar type of work


21) The bidder should submit the Hard copies of all the documents in the office
of MunicipalCouncil TalegaonDabhade within 72 hours after the last date of
submission of online tender form.
Contractor No of Correction Chief Officer 21
ImportantNote:

 The Envelope No.2 will be opened only after confirmation of the above documents
(Sr.No1to 21)in Envelope no.1.
 All scanned copies of the original documents must be submitted in connection with the
tender.
 Authority of accepting and rejecting the bid at any stage is reserved with Chief
officer Municipal Council TalegaonDabhade and decision shall be binding on
bidders

FORM B-1
MUNICIPAL COUNCIL TALEGAON DABHADE
PERCENTAGE RATE TENDER AND CONTRACT FOR WORK

1) All work 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 Chief Officer and signed by Chief Officer
MUNICIPAL COUNCIL TALEGAON DABHADE
The form will state the work to be carried out as well as date of submitting and opening
tender, the time allowed for carrying out the work, also the amount of earnest money to be
deposited with the tender and the amount of security deposit to be deposited by the successful
tenderer and the percentage if any to be deducted from bills. It will also states whether a quarry
fees,royalties and ground floor rents will be granted. Copies of the specifications designs and
drawings and estimated rates, schedule rates and any other documents required in connection with
the work which will be signed by Chief Officer MUNICIPAL COUNCIL TALEGAON
DABHADE for the purpose of identification shall also be open for inspection by contractors at
the office of the Chief Officer MUNICIPAL COUNCIL TALEGAON DABHADE
during office hours.
Where the work are proposed to be executed according to the specifications recommended by a
contractor and approved by a competent authority on behalf of the Municipal Council ,
specifications with designs and drawing shall form part of the accepted tender.
2) In the event of the tender being submitted by a firm, it must be signed separately 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.
A (i) The contactor shall pay along with the tender the sum of Rs. 1,79,034/-as paid by way of
earnest money by online. The said amount of earnest money shall not carry any interest
whatsoever.
Contractor No of Correction Chief Officer 22
(ii) In the event of his tender being accepted, subject to the provision of sub clause (iii) below, the
said amount of earnest money shall be appropriated towards the amount deposit payable by him
under condition of General Conditions of Contract.
(iii) If after submitting the tender, the contractor withdraws his offer or modifies the same or if
after the acceptance of his tender the contractor fails or neglects to furnish the balance of security
deposit, without prejudice to any other rights and powers of the Municipal Council hereunder, or
in law, Municipal Council shall be entitled to forfeit the full amount of the earnest money
deposited by him.
iv)In the event of his tender not being accepted, the amount of earnest money deposited by the
contractors shall, unless it is prior thereof forfeited under the provision of sub-clause (ii) above, be
refunded to him on his passing receipt therefore.
3) Receipt for payments made on account of any work, when executed by a firm, should also be
signed by all the partners. Except where the contractors are described in their tender as a firm, in
which case the receipts shall be signed in the name of the firm by one of the partners, or by some
other person having authority to give effectual receipts for the firm.
4) Any person who submits a tender shall fill up the usual printed form including the column of
estimated quantities stating at what rate he is willing to undertake all item of the work. Tenders
which propose any alteration in the work specified in the said form of invitation to tender, or in the
time allowed for carrying out the work or which contain any other conditions of any sort, will be
liable for rejection. No single tender shall include more than one work, but contractors who wish to
tender for two or more works shall submit a separate tender for each. Tenderers shall have the
name and the number of work to which they refer written outside the envelope
5) The Chief Officer MUNICIPAL COUNCIL TALEGAON DABHADEor his daly authorized
assistant will open tenders in the presence of any intending contractors who may be present at the
time and will enter the amount of the several tenders in a comparative statement in a suitable form.
In the event of a tender being accepted, the contractor shall thereupon, for the purpose of
identification, sign copies of the specifications and other documents mentioned in Rule 1. In the
event of a tender being rejected, the Chief Officer shall refund the amount of earnest money
deposited by the contractor making the tender, on his giving a receipt for the return of the money
6) The Officercompetent to dispose of the tender shall have the right to reject any or all of the tenders.
7) Noreceipt for any payment alleged to have been made by a contactor in regard to any matter
relating to this tender or the contract shall be valid and binding on Municipal Council unless it is
signed by the Chief Officer.
8) The memorandum of the work to be tendered for and the schedule of materials to be supplied by
the Municipal Council and their rates shall be filled in and completed by the office of the Chief
Officer 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 done this before the completes and
delivers his tender
9) All work shall be measured net by standard measure and according to the rules and customs of the
Public Works Department without reference to any local custom.
10) Under no circumstance shall any contractor be entitled to claim enhanced rates for any item in this
contract.
11) All correction and additions or pasted slips should be initialed.
12) The measurement of work will be taken according to the usual method in the Public Work
Department and no proposal to adopt alternative methods will be accepted. The Chief Officers
decision as to what is “the usual method in use in Public Work Department will be final”.
(i) The contractor shall give a list of machinery in their possession and which they propose to use
on the work.
(ii) The contractor will have to construct shed for storing materials procured by him at his own cost
at the work site having double locking arrangement. The materials will be taken for use in the
presence of the Departmental Person. No materials will be allowed to be removed from site of the
work.
13) The tender will be liable to be rejected, if while submitting it, the tenderer or in the case of a firm
each partner thereof does not sign or the signature / signatures is / are not attested by a witness of
the tender in the space provided for the purpose.
Contractor No of Correction Chief Officer 23
14) Use of Government Machinery
(a) If Municipal Council Machinery is available and the contractor desires to hire it for Work on
the project it may be hired to him subject to the rules and hire charges that may be laid down by
the Municipal Council from time to time during the currency of tender
(b)No security will be taken from the contractor, so long as the machinery is worked by the
departmental staff and under the entire control of department and is not handed over to the
contractor at all for operation by his crew and staff and the charges for the use of machinery are
levied on hourly basis and as per prevailing schedule of rate for hire charges.
(c)Machinery should be worked only where the departmental staff is confidant to use it safely &
never in difficult situation and dangerous spot.
(d)The recovery of plant hire charges will be immediately made through the next Running
Accounts bills.
15) The tendering contractors shall furnish a declaration along with the tender showing all works for he
has already entered into contract, and the value of work that remains to be executed in each case on
the date of submitting tender
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.
17) The contractor will have to construct shed for storing controlled and valuable materials issued to
him under schedule ‘A’ of the agreement. The materials will then be taken for use in the presence
of the departmental person. No material will be allowed to be removed from the site of works.
18) The tendering contractor should furnish a detailed statement of works in hand, showing the cost of
works in hand, the works completed against each with certificate from head of the office
concerned.
19) In case of joint venture, the copy of registered partnership deed shall be produced at the time of
purchasing of tender form and also in envelope No I.
20) Two or more contractors of any class may combine and tender for a work costing to the amounts
up-to which each individual contractor or the higher of two limits if they are of different categories
are empowered to tender as per the original registration provided.
(i) The combination is of the contractor as a whole and not individual partners and
(ii) They draw a registered partnership deed .
(iii) They should register in the name of joint Venture on the http://pwd.maharashtra.etenders.in
(iv) For empanelment on the www.mahatenders.gov.in they should submit noterised joint
Venture papers to Authority .
(v) The Empanelment on www.mahatenders.gov.in shall be only for This work.
21) Whenever the advantage of such combination of two or more contractors is to be taken for quoting
for a work, the registered partnership deed should be irrevocable till the completion of work for
which they have combined and till all the liabilities there of are liquidated and the share of the
contractor of higher category should not be less than 50 % . Further the percentage share of the
contractor of the lower category in such a partnership/ combination should not be more than his
limit of eligibility to quote for works divided by the estimated cost of work put to tender (i.e. when
such a percentage is applied to the cost of the work, his share of cost not exceed his own eligibility
limit of tendering for works.)
22) The lead partners shall meet not less than 50 percent of all qualifying criteria like annual turnover,
single work, quantities of items and Bid Capacity above. The joint venture must collectively satisfy
the criteria of para annual turnover ,single work, quantities of items and Bid capacity above The
experience of the other joint partners shall be considered if it is not less than 30 percent of the
qualifying criteria like annual turnover, single work ,quantities of items and Bid capacity above
23) If joint venture firm is found lowest at the time of opening of bids, the tenderer shall register the
joint venture with the Registrar of Firm and submit the same to the Chief Officer within 45 days
from the date of opening of tender, failing which his bid shall be considered non responsive and the
Earnest Money shall be forfeited.

Contractor No of Correction Chief Officer 24


TENDER FOR WORKS

I / We hereby tender for the execution for the Municipal * In figure as


well as in
Council TalegaonDabhade(here in before and here in after
words.
referred to as TalegaonDabhade Municipal Council) of the work
specified in the under written memorandum within the time
specified in such memorandum at*
__________________________________________________
_______________________________________________)
Percent below / above the estimated rates entered in Schedule
‘B’ (memorandum showing items of work to be carried out)
and in accordance in all respects with the specifications,
designs, drawing and instructions in writing referred to in rule
1 hereof and in clause 13 of the annexed conditions of contract
and agree that when materials for the work are provided
byMunicipalCouncil such materials and the rates to be paid for
them shall be as provided in Schedule ‘A’ hereto.

Contractor No of Correction Chief Officer 25


MEMORANDUM
(a) If several sub work are included (a) General Description:-C
CONSTRUCTION OF
they should be detailed in a separate VARIOUS CIVIL WORK AT. MUNICIPAL
list.
SOLID WASTE MANAGEMENT SITE
TALEGAON DABHADE UNDER THE
SWACHHA BHARAT ABHIYAN
(URBAN)2.0

(b) Estimated cost : Rs. 1,79,03,406/-


(c) The amount of earnest money to (c) Earnest Money :Rs. 1,79,034/-
be deposited shall be in accordance
with the provision of the paras 206
and 207 of the M.P.W. Manual.
(d) The deposit shall be accordance (d) Security Deposit :
with paras 213 & 214 of M.P.W.
Manual.

(i) S. D. from bills7% of Bill Amount


(ii) 1% Security Deposit is in the form of EMD which is to be
deposited online to Municipal Council Account. 2% amount
From Cheque / DD in favor of Chief Officer,
TalegaonDabhade Municipal Council, TalegaonDabhade.

(e) This percentage where no (e) Percentage, if any, to be deducted from bill so as to make up the
security deposit is taken will vary total amount required as security deposit by time the work as
from 5% to 10% according to the
requirement of the case. Where measured by the cost is done 10 percent.
security deposit is taken see note to
clause (1) of condition of contract.

(f) Give schedule where necessary, (f) Time allowed for the work from date of written order to
showing dates by which various commence is 180 days including monsoon should this tender be
items to be completed.
accepted.
I / We hereby agree that this offer shall remain open for
acceptance for a minimum period of 30 days from the date fixed for
opening the same and thereafter until it is withdrawn by 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. Amount of Rs. 1,79,034/-representing the earnest
money is deposited online. The amount of earnest money shall not
bear interest and shall be liable to be forfeited to the Municipal
Council should I / We fail to (1) abide by the stipulation to keep the
offer open for the period mentioned above or (2) signed and
complete the contract documents required by the Chief Officer and
furnish the security deposit as specified in item (d) of
memorandumcontained in paragraph 1 above, within the time limit
laid down in clause (i) of the annexed general conditions of the
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 above, within the time limit laid down in clause

Contractor No of Correction Chief Officer 26


I /we hereby agree to abide by and fulfill all the terms and provision
of the conditions of contract annexed hereto so far as applicable and
in default to forfeit and pay to Municipal Council the sum of money
mentioned in the said condition. Amount of the sum Rs. 1,79,034/-
forwarded representing the earnest money (a) the full value of which
is to be absolutely forfeited to Municipal Council should/we not
deposit the fully amount of security specified in the above
memorandum in accordance with Clause 1(A) of the said conditions
of the contract. Otherwise the said sum of Rs. 1,79,034/-shall be
refunded.

Contractor
Signature of (Address)
Contractor before Dated the ______________day of __________ 2024
submission of tender.

Witness
Signature of witness to (Address)
Contractor’s Signature. Dated the _______________day of __________ 2024

Signature of the officer by The above tender is hereby accepted by me on behalf of the
whom accepted. MUNICIPAL COUNCIL TALEGAON DABHADE.

Chief Officer
Municipal Council
,TalegaonDabhade

Dated the ______________day of __________ 2024

Contractor No of Correction Chief Officer 27


CONDITIONS OF CONTRACT

Security Clause 1 :-The person / persons whose tender may be accepted (herein after called the
Deposit contractor, which expression shall unless excluded by or repugnant to the context include
his, heirs executors, administrators, contractor and assigns) shall (A) within 10 days
(which may be extended by the Chief Officer concerned upto 15 days if the Chief
Officerthinks fit to do so) of the receipt by him of the notification of the acceptance of his
tender deposit with the Chief Officer in cash of sum sufficient which will make up the
full security deposit specified in tender or (B) permit Chief Officer at the time of making
any payment to him for work done under the contract to deduct such as will amount to
8(Eight)percent of all moneys so payable, such deduction to be held by Chief Officer by
way of security deposit, provided always, that, in the event of the contractor depositing a
lump sum by way of security deposit as contemplated at (A) above, then and in such case,
a the sum so deposited shall not amount to 10(Ten ) percent, of the total estimated cost of
the work, it shall be lawful for Chief Officer at the time of making any payment to the
contractor for work done under the contract, to make up the payment to the contractor for
work done under the contract to make up the full amount of 10(Ten ) percent, by
deducting a sufficient sum from every such payment as last aforesaid, until the full
amount of the security deposit is made up.
All compensation or other sum of money payable by the contractor to Municipal Council
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 Municipal Council 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 there after make good in cash any sums or sums which
may have been deducted from or raised by sale of his security deposits or may part
thereof. The security deposit referred to, when paid in cash may, at the cost of the
depositor, be converted into interest bearing securities provided that the depositor has
expressly desired this in writing.
If the amount of the Security Deposit to be paid in lump sum within the period specified at
(A) above is not paid, the tender / Contract already accepted shall be considered as
cancelled and legal step will be taken against the contractor for recovery of the amounts.
The amount of the Security Deposit lodged by a contractor shall be refunded along with
the payment of the final bill, if the date up to which the contractor has agreed to maintain
the work in good order is over. If such date is not over,the amount of security deposit
retained by the Municipal Council shall be released after expiry of period up to which the
contractor has agreed to maintain the work in good order is over. In the event of the
contractor failing or neglecting to complete rectification work within the period up to
which the contractor has agreed to maintain the work in good order, then subject to
provisions of clause 17 and 20 here of the amount of security deposit retained by
Municipal Council shall be adjusted towards the excess cost incurred by the department
on rectification work *+ This will be the same percentage as that in the tender at (e).
Compensati Clause 2 : The time allowed for carrying out the work as entered in the tender shall be
on for delay 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 (time being deemed to be the
essence of the contract on part of the contractor) and the contractor shall pay as
compensation an amount equal to Rs.1000/day for each day of delay, or 10% of estimated
cost whichever is smaller amount as the Chief Officer (whose decision in writing shall be

Contractor No of Correction Chief Officer 28


final) may decide, of the amount of the estimated cost of the whole work as shown in the
tender for every day that work remains un-commenced, or unfinished after the proper
dates. And further to ensure good progress during the execution of the works, the
contractor shall be bound in all cases, in which the time allowed for any work exceeds one
month to complete.
+ 1/4 of the work in 1/4 of the time
1/2 of the work in 1/2 of the time
3/5 of the work in 2/3 of the time
Full work 180 days from the date of written order to start work
(including monsoon)
In the event of the contractor failing to comply with these conditions he shall be liable to
pay as compensation an amount equal to Rs.1000/day for each day of delay, or 10% of
estimated cost whichever is smaller amount as the Municipal Council (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 provision of this clause shall not exceed 10
percent of the estimated cost of the work shown in the tender. Municipal Council should
be the final authority in this respect irrespective of the fact that the tender is accepted by
Chief Officer MUNICIPAL COUNCIL TALEGAON DABHADE.
Action when Clause 3 : In any case in which under any clause or clauses of this contracts the contractor
whole of shall have rendered himself liable to pay compensation amounting to the whole of his
Security security deposit (whether paid in one sum or deducted by installments) or in the case of
Deposit is abandonment of the work owing to serious illness or death of the contractor or any other
forfeited. cause, the Chief Officer on behalf of the Municipal Council shall have power to adopt any
of the following courses as he may deem best suited to the interest of Municipal Council .
a) To rescind the contract (of which rescission notice in writing to the contractor under the
hand of the Chief Officer shall be conclusive evidence) and in that case the security
deposit of the Contractor shall stand forfeited and be absolutely at the disposal of
Municipal Council .
b) To carry out of 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 unexecuted part of the work completed and crediting him with the value of the
work done departmentally in all respects in the same manner and at the same rates as if it
had been carried out by the contractor under the terms of the contract. The certificate of
the Chief Officer as to the cost of the work and other allied expenses so included and the
value of the work so done departmentally shall be final and conclusive against the
contractor.
c) To order that the work of the contractor be measured up and to take such part thereof as
shall be unexecuted out of his hands and to give it to another contractor to complete, in
which case all expenses incurred on advertisement for fixing a new contracting agency,
additional supervisory staff including the cost of work charged establishment and cost of
the work executed by the new contract agency will be debited to 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. This certificate of the Chief
Officer 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
done by the new contractor and as to the value of the work so done shall be final and
conclusive against contractor.

Contractor No of Correction Chief Officer 29


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 thereto actually performed by
him under this contract unless and until the Chief Officer shall have certified in writing
the performance of such work and the amount payable to him in respect thereof 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 contractor, the amount of excess value shall be deducted from
any money due to the contractor by the Municipal Council under the contract or
otherwise, howsoever or from his security deposit or the sale proceeds thereof provided
howsoever, that the contractor shall have no claim against Municipal Council even if
certified value of the work done departmentally or through a new contract except 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 Chief Officer, the
contractor shall have no claim to compensation for any loss sustained by reason of him
having no claim to compensation for any materials, or entered into engagement or made
any advance on account of or with a view of the execution of the work or the performance
of contract.
Action when Clause 4 : If the progress of any particular portion of the work is unsatisfactory the Chief
process of Officer shall not with standing that the general progress of the work is satisfactory in
particular work
is unsatisfactory accordance with clause 2 be entitled to take action under clause 3 (b) after giving the
contractor 10 days notice in writing and the contractor will have no claim for compensation
for any loss sustained by him owing to such action.
Contractor Clause 5: In any case in which any of the powers conferred upon the Chief Officer by
remains liable to clause 3 and 4 hereof shall have become exercisable and the same shall not have been
pay exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions
compensation if hereof and such powers shall not-with standing be exercisable in any future case of default
action not taken
under clause 3.
by the contractor for which by under any clause or clauses hereof he is declared liable to pay
compensation amounting to the whole of his security deposit and the liability of the
contractor for past and future compensation shall remain unaffected. In the event of the
Chief Officer taking action under sub-clause (a) or (c) of clause (3) he may, if he so desires,
take possession of all or any tool plant, materials and stores in or upon the works or the site
Power to take thereof or belonging to the contractor or procured by him and intended to be used for the
possession of or execution of the works or the site thereof or belonging to the contractor, or procured by him
required and intended to be used for the execution of the work or any part thereof, paying or
removal of or all allowing, for the same in account at the contract rates, or in the case of contract rates not
contractor’s being applicable at current market rates, to be certified by the Chief Officerwhose certificate
plant
there of shall be final. In the alternative the Chief Officermay, by notice in writing to the
contractor or to his clerk of the works, foreman or other authorised agent require him to
remove such tools, plant materials or stores from the premises within a time to be specified
in such notice and in the event of contractor failing to comply with any such requisition the
Chief Officermay remove them at the contractor’s expenses or sale them by auction or
private sale, at risk and account of the contractor in all such removal and the amount of the
proceeds and expenses of any such sale be final and conclusive against the contractor.
Extension of Clause 6: If the contractor desires an extension of the time for completion of the work on
time limit. the ground of his having unavoidable hindering in it execution or on the other ground, he
shall apply in writing to the Chief Officerbefore the expiration of the period stipulated in
the tender or before the expiration of 30 days from the date to which he was hindered as
aforesaid or on which the cause for asking ever extension occurred, which ever is earlier
and the Chief Officermay, if in his opinion there are reasonable ground for granting an
extension, grant such extension as he thinks necessary or proper. The decision of the Chief
Officerin this matter shall be final.
Clause 6A : In the case of delay in handing over the land required for the work due to
unforeseen cause, the contractor shall not be entitled for any compensation what so ever
from the Municipal Council on the ground that the machinery or the labour was idle for
certain period. Contractor may, however apply for extension of time limit which may be
granted on the merit of the case.
Final Clause 7 : On completion of the work the contractor shall be finished with a certificate by
Certificate the Chief Officer or the Municipal Engineer (Hereinafter called the Engineer-in-charge) in
such completion but no certificate shall be given nor shall the work be considered to be

Contractor No of Correction Chief Officer 30


complete until the contractor shall have removed from the premises on which the work
shallhave been executed, all scaffolding, surplus materials and rubbish and shall have
cleaned of the dirt from all wood work, doors, floors or other parts of any building in or
upon which the work has been executed or on which he may have had possession for the
purpose of executing the work or until the work shall have been measured by the
Engineer-in-charge or where the measurements have been taken by his subordinates until
they have received the approval of the Engineer -in charge the said measurement being
binding and conclusive against the contractor. If thecontractor fails to comply with the
requirement of the clause as to the removal of scaffolding, surplus material and rubbish
and cleaning of dirt on or before the date fixed for the completion of the work. The
Executive-in- charge may at the expense of the contractor, remove such scaffolding,
surplus materials and rubbish and dispose off the same as he think fit and clean of such
dirt as aforesaid and the contractor shall forthwith pay the amount of all expenses so
incurred but shall have no claim in respect of any such scaffolding or surplus materials as
aforesaid except for any sum actually realized by the sale thereof.
Payments on Clause 8: No payment shall be made for any work estimated to cost less than Rs. One
intermediate thousand till after the whole of the said work shall have been completed and a certificate of
certificate to completion given. But in the case of the works estimated to cost more than Rs. One
be regarded thousand, the contractor shall not submitting a monthly bill there off be entitled to receive
as advance. payment proportionate to the part of the work then approved and passed by the Engineer-in-
charge whose certificate of such approval and passing of the sum payable shall final and
conclusive against the contractor. All such intermediate payment shall be regarded as
payment by way of advance against the final payment only and not preclude the Engineer-
in-charge from requiring any bad, unsound, imperfect or unskillful work to be removed and
taken away and reconstructed or rejected, nor shall any such payment be considered as an
admission of the due performance of the contractor or any part thereof, in any respect of the
occurring of any claim, nor shall it conclude, determine or affect in any way the powers of
the Engineer-in-charge as to final settlement and adjustment of the accounts or otherwise or
in any other way vary or affect the contract. The final bill shall be submitted by the
Contractor within one months of the date fixed for the completion of the work otherwise the
Engineer-in-charge’s certificate of the measurement and of the total amount payable for the
work shall be final and binding on all parties.
Payment at Clause 9: The rates for several items of work estimated to cost more than Rs. One thousand
reduced rates
onaccount of agreed to within shall be valid only when the item concerned is accepted as having been
items of work completed fully in accordance with the sanctioned specifications. In case where the items of
not accepted as
completed to be work are not accepted as so completed the Engineer-in-charge may make payment on account
at the discretion of such items at such reduced rates as he may consider reasonable in preparation of final or on
of the Engineer
in charge. account bills.
Bill to be Clause 10 : A bill shall be submitted by the contractor each month on or before the date
submitted fixed by the Engineer-in-charge for all work executed submitted in the previous month, and
monthly the Engineer-in-charge shall take or cause to be taken the requisite measurement for the
purpose of having the same verified and the claim so far as it is admissible shall be
adjusted, if possible within ten days from the presentation of the bill. If the contractor does
not submit the bill within time fixed as aforesaid, the Engineer-in-charge may depute a
subordinate to measure up the said work in the presence of the contractor or his duly
authorised agent whose counter signature to the measurement list shall be sufficient warrant
and the Engineer-in-charge may prepare a bill from such list which shall be binding on the
contractor in all respects.
Bill to be on Clause 11: The contractor shall submit all bills on the printed forms to be had on
printed form. application at the office of the Engineer-in-charge. The charges to be made in the bills shall
always be entered at the rates specified in the tender or in the case of any extra work
ordered in pursuance of these conditions and not mentioned or provided for in the tender, at
the rate hereinafter provided for such work.

Contractor No of Correction Chief Officer 31


Stores Clause 12: If the specification or estimate of the work provides for the use of any special
supplied by description of materials to be supplied from the Municipal Council store or if it is required
Government. that the contractor shall use certain stores to be provided by the Engineer-in-charge (such
material and stores, and the prices to be charged therefore as hereinafter mentioned being so
far as practicable for the convenience of the contractor but not so in any way to control the
meaning or effect of this construction specified in the schedule or memorandum hereto
annexed) the contractor shall be supplied with such materials and stores as may be required
from time to time to be used by him for the purpose of the construction only, and values of
the full quantity of materials and stores as supplied shall be set off or reduced from any
sums then due, or here after to become due to the contractor under the contract or otherwise
or from the security deposits, or the proceeds of sale thereof, if the deposit is held in
Government, and shall on no account be removed from the site of the work and shall at all
times be open to inspection by the Engineer-in-charge. Any such material unused and is
perfectly in good condition at the time of completion or determination of the contract shall
be returned to the Municipal Council stores, if the Engineer-in-charge so requires by a
notice in writing given under his hand, but the contractor shall not be entitled to return any
such materials except with such consent and he shall have no claim for compensation on
account of any such material supplied to him as aforesaid but remaining unused by him or
for any wastage into damage thereto.
Store Clause 12 A : All store of contractor material such as cement ,steel Bitumen etc Supplied
Material by the contractor at his own cost should be kept by the contractor under lock and key and
will be accessible for inspection by the Chief Officer or his agent at all times
Work to be Clause 13 :The contractor shall execute the whole and every part of the work like manner
executed in and both as regards materials and every other respect in strict accordance with
accordance specifications. The contractor shall also confirm exactly fully and faithfully to the designs,
with drawings and instructions in writing relating to the work signed by the Engineer-in-charge
specification, and lodged in his office and to which the contractor shall be entitled to have access for the
drawing,
purpose of inspection at such office or at the site of work during office hours. The
orders etc.
contractor will be entitled to receive three sets of contracts 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. 12600 /- per set of contact drawing and Rs. 150/- per working
drawing except where otherwise specified.

Contractor No of Correction Chief Officer 32


Alteration in Clause 14: The Engineer-in-charge shall have power to make any alterations in, or
Specification additions to, the original specifications, drawings, designs and instructions, that may appear
s and designs to him to be necessary or advisable during the progress of the work and the contractor shall
not to be bound to carry out the work in accordance with any instructions in this connection which
invalidate may be given to him in writing signed by the Engineer-in-charge and such alteration shall
contract.
not invalidate the contract, and any additional work which the contractor may be directed to
do in the manner above specified as a part of the work shall be carried out by the contractor
in the same conditions in all respects on which he agreed to the main work and at the same
rates as per specified in the tender for the main work. And if the additional or altered work,
includes any class of work for which no rate is specified in this contract, then such class of
Rate for work
not entered in work shall be carried out at the rates entered in Schedule of Rates of the division or at the
estimate or mutually agreed upon between the Engineer-in-charge and the contractor, whichever are
schedule of lower. If the additional or altered work, for which no rate is entered in the schedule of rates
rates of the of the division, is ordered to be carried out before the rates are agreed upon, then the
district. contractor shall within seven days of the date of receipt by him of order to carry out work
inform the Engineer-in-charge of the rate which it is his intention to charge for such class of
work, and if the Engineer-in-charge does not agree to this rate he shall by notice in writing
be at liberty to cancel his order to carry out such class of work and arrange to carry it out in
such manner as he may consider advisable, provided always that if the contractor shall
commence work or incurs any expenditure in regard thereto before the rate shall have been
determined as lastly herein-before mentioned then in such case he shall only be entitled to
be paid in-respect if the work carried out or expenditure incurred by him prior to the date of
the determination of the rate as aforesaid according to such rate or rates as shall be fixed by
the Engineer-in-charge. In the event of a dispute the decision of the MUNICIPAL
COUNCIL TALEGAONDABHADEwillbe final.
Where however, the work is to be executed according to the designs, drawings, and
specification recommended by the contractor and accepted by the competent authority the
alterations above referred to shall be within the scope of such designs, drawing and
specifications to the tender.
Extension of The time limit for the completion of work shall be extended in the proportion that the
time in increase in its cost occasioned by alterations or additions bears to the cost of the original
consequence
contact work and the certificate of the Engineer-in-charge as to such proportion shall be
of addition or
alteration. conclusive.
No claim to Clause 15 : (1) If at any time after the execution of the contract documents, the Engineer in
any payment charge shall for any reason whatsoever (other than default on the part of the contractor and
or for which Municipal Council is entitled to rescind the contract) desire that the whole or any
compensation part of the work specified in the tender should be suspended for any period or that the
for alteration
whole or part of the work should not be carried out at all he shall give to the contractor a
in or
restriction of notice in writing of such desire and upon the receipt of such notice the contractor shall
work. forthwith suspend or stop the work wholly or in part as required, after having due regard to
the appropriate state at which the work should be stopped or suspended so as not to cause
any damage or injury to the work already done or endanger the safety thereof provided the
decision of the Engineer in charge as to the stage at which the work or any part or it could
be or could have been safely stopped or suspended shall be final and conclusive against the
contractor. The contractor shall have no claim to any payment or compensation what-so-
ever by reason of or in pursuance of any notice as aforesaid on account of any suspension,
stoppage or curtailment except to the extent specified here-in-after.

Contractor No of Correction Chief Officer 33


(2) Where the total suspension of the work ordered as aforesaid continued for a continuous
period exceeding 30 days the contractor shall be at liberty to withdraw from the contractual
obligations under the contract so far as it pertains to the unexecuted part of the work by giving
a 10 days prior notice in writing to the Engineer in charge , within 30 days of the expiry of the
said period of 30 days of such Intention and requiring the Engineer in charge to record the
final measurements of the work already done and to pay the final bill. Upon given such
notice, the contractor shall be deemed to have been discharged from his obligation to
complete the remaining unexecuted work under this contract. On receipt of such notice the
Engineer shall proceed to complete the measurement and make such payment as may be
finally due to the contractor within a period of 30 days from the receipt of such notice in
respect of the work already done by the contractor. Such payment shall not in any manner
prejudice the right of the contractor to any further compensation under the remaining
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 be entitled to
apply to the Engineer in charge within 30 days of the resumption of the work after such
suspension for payment of compensation to the extent of pecuniary loss suffered by him in
respect of working machinery rendered idle on the site or on account of his having, had to pay
the salary or wages of labour engaged by him during the said period of suspension. Provided
always that, the contractor shall not be entitled to any claim in respect of any such working
machinery, salary or wages for the first 30 days whether consecutive or in the aggregate of
such suspension or in respect of any suspension what-so-ever occasioned by unsatisfactory
work or any other default on his part. The decision of the Engineer in charge 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 in charge under sub-clause
(1).
(ii) Withdrawal by the contractor from the contractual obligation to complete the
remaining unexecuted work under sub-clause (2) on account of continued
suspension of work for a period exceeding 90 days.
(iii) Curtailment in the quantity of any item or items originally tendered on account of
any alteration, omission or substitution in the specifications, drawings, designs or
instructions under clause 14(1) where such curtailment exceeds 25% in quantity and
the value of the quantity curtailed beyond 25% at the rate for the items specified in
the tender is more than Rs. Five Thousand

It shall be open to the contractor within 30 days from the service of (i) the notice of
stoppage of work or (ii) the notice of withdrawal from the contractual obligation under the
contract on account of the continued suspension of the work (iii) notice under clause 14(1)
resulting such curtailment or produce to the Engineer in charge satisfactory documentary
evidence, that he had purchased or agreed to purchase material for use in the contracted
work, before receipt by him of the notice of stoppage, suspension or curtailment and require
the Government to take over on payment such material at the rates determined by the
Engineer, provided however, such rates shall in no case exceed the rates at which the same
were acquired by the contractor. The Government shall thereafter take over the material so
offered, provided the quantities offered are not in excess of the requirement of the
unexecuted work as specified in the accepted tender and are of quality and specification
approved by the Engineer in charge.
Time limit Clause 16: Under no circumstance what so ever shall the contractor be entitled to any
for compensation from Municipal Council on any account unless the contractor shall have
unforeseen submitted claim in writing to the Engineer -in Charge within one month of the cause of such
claims. claim occurring.
Action and Clause 17: If any time before the security deposit or any part thereof is refunded to the
compensation contractor it shall appear to the Engineer -in Charge or his subordinate in-charge or the
payable in work, that any work has been executed with unsound, imperfect unskilled workmanship or
case of bad with materials of inferior quality, or that any materials or articles provided by him for the

Contractor No of Correction Chief Officer 34


work. execution of the work are unsound or of a quality inferior to that contracted for or are
otherwise not in accordance with the contractor, 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 be require or if so
required, shall remove the materials or articles so specified and provided other proper and
suitable materials or article 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 1% on the amount
of the estimate for every day not exceeding 10 days, during which the failure so continues
and in the case of any such failure, the Engineer-in-charge may rectify or remove and re-
execute the work or remove and replace the materials or article complained of, as the case
may be, at the risk and expense in all respects of the contractor. Should the Engineer-in-
charge consider that any such inferior work or materials as described above may be
accepted or made use of it shall be within his discretion to accept the same at such reduced
rates as he may fix therefor.
Work to be Clause 18: All works under or in course of execution or executed in pursuance of the
open to contract shall at all times be open to the inspection to inspection and supervision of the
inspection. Engineer-in-charge and his subordinates and the contractor shall at all times during the
usual working hours, and at all other times at which reasonable notice of the intention of the
Engineer-in-charge of his subordinates to visit the works shall have been given to the
Contractor or contractor, either himself be present to receive order and instructions, or have a responsible
responsible agent duly accredited in writing, present for that purpose. Orders given to the contractor’s
agent to be duly authorised agent shall be considered to have the same force and effect as if they had
present. been given to the contractor himself.

Notice to be Clause 19 : The contractor shall give not less than 5 days notice in writing to the Engineer-
given before in-charge or his subordinates in charge of the work before covering up or otherwise placing
the work is beyond the reach of measurement any work in order that the same may be measured and
covered up. correct dimensions hereof taken before the same is so covered up or placed beyond the
reach of measurement and shall not cover up or placed 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 contractors expense and in default thereof payment or allowance shall be
made for such work or for the materials with which the same was executed.
Contractor Clause 20 : If during the period of 36 months from the date of completion as certified by
liable for the Engineer-in-charge pursuant to the clause 7 of the contract , the said work is defective in
damage done any manner whatsoever, the contractor shall forthwith on receipt on the notice in that behalf
and for from the Engineer-In- charge, duly commence execution and completely carry out at his
imperfection. 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 portions strictly
in accordance with and in the manner prescribed and under the supervision of the Engineer-
In- charge. In the event of the contractor failing and neglecting to commence execution of
the said rectification work within the period prescribed therefore in the said notice the
Engineer-In- charge may get the same executed and carried out departmentally or by other
agency at the risk on account and at the cost of the contractor. The contractor shall forthwith
on demand pay to the Municipal Council the amount of such costs, charges and expenses
sustained or incurred by the Municipal Council of which the certificate of the Engineer-In-
charge shall be final and binding on the contractor. Such costs, charges and expense shall be
deemed to be arrears of land revenue and in the event of contractor failing or neglecting to
pay the same on demand as aforesaid without prejudice to any other rights and remedies of
the Municipal Council t, the same may be recovered from the contractor as arrears of land
revenue. The Municipal Council shall also be entitled to deduct the same from any amount
which may then be payable or which may thereafter becomes payable by government 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 Municipal Council .
Contractor No of Correction Chief Officer 35
Contractors to Clause 21 : The contractor shall supply at his own cost all materials (except such special
supply plant, material if any) as may be supplied from the Municipal Council Stores, in accordance with
ladders, the contract, plant, tolls, appliances, implements, ladders, cordage, tackle, scaffolding and
scaffolding any temporary works which may be required for the proper execution of the work, in the
etc. original, altered or substituted form, whether included in the specification or other
documents forming part of the contract or referred to in these conditions or not and which
may be necessary for the purpose of satisfying or complying with requirements of the
Engineer-in-charge as to any matter on which under these Conditions he is entitled to be
satisfied, or which be entitled to require together with carriage therefor, 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,
And is liable weighing and assisting in the measurement or examination at any time and from time to
for damages time of the work or materials. Failing this the same may be provided by the Engineer-in-
arising from charge at the expense of the contractor and the expenses may be deducted from any money
non-provisions due to the contractor under the contract or from his security deposit or the proceeds of sale
of lights, thereof or of sufficient portion thereof. The contractor shall provide all necessary fencing
fencing etc. and lights required to protect the Public from accident and shall also be bound to bear the
expenses of defense every suit, action or other legal proceedings at law that may be brought
by any person for injury sustained owing to the neglect of the above precautions, and to pay
damages and cost such person or which may with the consent of the contractor be paid in
compromising any claim by any such person.
Clause 21A: The contractor shall provide suitable scaffolds and working platforms, gangways,
and stairways and shall comply with the following regulations in connection therewith:
a) Suitable scaffolds shall be provided for workmen for all work that cannot be safely done
from a ladder or by other means.
b) A scaffold shall not be constructed, taken down 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 scaffolds and appliance 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.
)
d) Scaffolds shall be so constructed that no part there of can be displaced in consequence of
normal use.
e) Scaffolds shall not be overloaded and as far as practicable the load shall be evenly
distributed.
f) Before installing lifting gear on scaffolds special precaution shall be taken to ensure the
strength and stability of the scaffolds.
g) Scaffolds shall be periodically inspected by a competent person.
h) Before allowing a scaffold to be used by his workmen, the contractor shall check
whether the scaffold has been erected by his workmen or not take steps and to ensure that
it complies fully with the regulations herein specified.
i) Working platforms, gangways, and stairways shall -
i) Be so constructed that no part thereof can sag unduly or unequally.
ii) Be so constructed and maintained having regard to the prevailing conditions as to
reduce as far as practicable risks of persons tripping or slipping, and
j) In the case of working platforms, gangways, working places and stairways at a height
exceeding 3 meters.
i) Every working platform and every gangways shall have to be closely boarded
unless other adequate measures are taken to ensure safety.
ii) Every working platform, gangways, working places, stairway shall be suitably
fenced.
k) Every opening in the floor of the building or in working platform shall except for the
time and to the extent required to allow the access or persons or the transport or shifting
of materials be provided with suitably means to prevent the fall of persons or material.

Contractor No of Correction Chief Officer 36


l) When persons are employed on a roof where there is danger of falling from a height
exceeding 3 meters suitable precaution 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 scaffolds or other working place. Safe means of access shall be provided
to all working platforms and other working places.
n) Safe means of access shall be provided to all working platform and other working places.

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 attachment, anchorage’s and sports shall -
i) Be of good mechanical construction, sound material and adequate strength and
free from patent defect, and
ii) Be kept in good repair and in good working order.
b) Every rope used in hoisting or lowering material or as a means of suspension shall be of
suitable quality and adequate strength and free from patent defect.
c) Hoisting machines and tackle shall be examined and adequately tested after erected on
the site and before use and be reexamined in position at intervals to be prescribed by the
government.
d) Every chain, ring, hook, shackle, swivel and pulley block used in hoisting or lowering of
materials or as a means of suspension shall be periodically examined.
e) Every crane driver or hoisting appliance operator shall be property qualified.
f) No person who is below the age of 21 years shall be in control of any hoisting machine,
including any scaffolds, which give signals to the operator.
g) In the case of every hoisting machine and of every chain, ring, hook, shackle, swivel and
pulley block used in hoisting or lowering or as a means of suspension the safe working
load shall be ascertained by adequate.
h) Every hoisting machine and all gear referred to in the preceding regulation shall be
plainly marked with the safe working load.
i) In the case of hoisting machine having a variable safe working load, each safe working
load and condition under which it is applicable shall be clearly indicated.
j) No part of any hoisting machine or of any gear referred to in regulation of above shall be
loaded beyond the safe working load except for the purpose of testing.
k) Motors, gearing transmissions, electric wiring and other dangerous part of hoisting
appliance shall be provided with efficient safe guards.
l) Hoisting appliances shall be provided with such means as will reduce to a minimum risk
of the accidental descent of the load.
m) Adequate precautions shall be taken to reduce to a minimum the risk of any part of a
suspended load becoming accidentally displaced.
Measure for Clause 22: The contractor shall not set fire to any standing jungle, trees, bush wood or grass
prevention of without a written permit from the Engineer in charge.
fire.
When such permit is given and also in all cases when destroying cut or dug up trees, bush
wood 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 arrangement for drinking water for the labour employed by
him.
Liability of Clause 23: Compensation for all damage done intentionally or unintentionally by contractors
contractors labour whether in or beyond the limits of contractor for government property including any
for any damage caused by the spreading of any damage fire mentioned in clause 22 shall be estimated
damage done by the Engineer-in-charge or such other officer as he may appoint and the estimates of the
in or outside
Engineer-in-charge subject to the decision of the Municipal Council on appeal shall be final
work area.
and the contractor shall be bound to pay the amount of the assessed compensation on demand,
failing which the same will be recovered from the contractor as damages in the manner
prescribed in clause 1 or deducted by the Engineer-in-charge from any sum that may be due to
or become due from Municipal Council to the contractor under this contract or otherwise. The
contractor shall bear the expenses of defending any action or other legal proceeding that may
be brought by any person for injury sustained by him owing to neglect of precautions to
Contractor No of Correction Chief Officer 37
prevent the spread of fire and he shall also pay any damages and cost that may be awarded by
the court in consequence.
Employment Clause 24: The employment of female labourers on works in the neighborhood of soldier’s
of female barracks should be avoided as far as possible.
labour
Work on Clause 25: No work shall be done on a Sunday without the sanction in writing of the
Sunday Engineer-in-charge.
Work not to Clause 26: The contract shall not be assigned or sublet without the written approval of the
be sublet. Engineer-in-charge. And if the contractor shall assign or sublet his contract, or attempt so to do,
Contract may or become insolvent or commence any proceedings to be adjudicated and insolvent or make any
rescind and composition with his creditors, or attempt so to do the Engineer-in-charge may be notice in
security
writing rescind the contract. Also ifany bribe, gratuity, gift, loan, perquisite, reward or advantage,
deposit
forfeited for pecuniary or otherwise, shall either directly or indirectly be given, promised by the contractor or
subletting it any of his servants or agents to any public officer or person in the employment of government in
without any way relating to his office or employment, or ifany such officer or person shall become in any
approval or way directly or indirectly interested in the contract, the Engineer-in-charge may be giving notice
for bribing a inwriting rescind the contract. In the event of a contract being rescinded, the security deposit of
public officer the contractor shall thereupon stand forfeited and be absolutely at the disposal of the Municipal
or if Council and same consequences shall as ensure as if the contract has been rescinded under
contractor clause 3 hereof and in addition the contractor shall not be entitled to recover or be paid for any
becomes work therefore actually performed under the contract.
insolvent.

Sum payable Clause 27 :All sum payable by a contractor by way of compensation under any of these
by way of
compensation condition shall be considered as a reasonable compensation to be applied of the use of
to be Municipal Council t without reference to the actual loss or damage sustained and whether any
considered as damage has or has not been sustained.
reasonable
compensation
without
reference to
actual loss.
Changes in the Clause 28: In the case of a tender by partners any change in the construction of a firm shall be
constitution of
the firm to be forthwith notified by the contractor to the Chief Officer for his information.
notified.

Clause 29: All works to be executed under the contact shall be executed under the direction
and subject to the approval in all respects of the Chief Officer of the Municipal Council for the
time being, who shall be entitled to direct at what point or points and in what manner they are
commenced and from time to time carried out.
Work to be Clause 30 (1): Except whereotherwise specified in the contract and subject to the power
under direction delegated to him by Municipal Council under the code rules then in force, the decision of the
and control of
Chief Officer Chief Officer of the Municipal Council for the time being shall be final, conclusive and binding
on all parties to the contract upon all questions relating to the meaning of the specifications
,designs ,drawings and instructions herein before mentioned and as to the quality of the
workmanship or material used on the work or as to any other question, claim, right, matter or
things whatsoever, in any way arising out of or relating to the contract designs, drawing,
specifications, estimates, instructions, orders of these conditions or otherwise concerning the
works or the execution or failure to execute the same whether arising during the progress of the
work or after the completion or abandonment thereof.
(2) The contractor may within thirty days of receipt by him of any order passed by the Chief
Officer of the Municipal Council as aforesaid appeal against it to the Chief Officer concerned
with the contract, work or project provided that -
(a) The accepted value of the contract exceeds Rs. 10 lacks (Rupees Ten Lakhs)
(b) Amount of claim is not less than Rs. 1.00 lakh (Rupees one lakh)

Contractor No of Correction Chief Officer 38


(3) If the contractor is not satisfied with the order passed by the Chief Officeras aforesaid the
contractor may within thirty days of receipt by him of any such order, appeal against it to the
Municipal Council who, if convinced the prima-facie the contractor’s claim rejected by the
Chief Officer is not frivolous and that there is some substance in the claim of the contractor as
would merit a detailed examination and decision by the Municipal Council , shall be the final.
Store of Clause 31: The contractor shall obtain from the P.W.D. stores all stores and article of
European or European or American manufacture which may be required for the work, or any part of the
American work or in making up any article required therefore or in connectiontherewith unless he has
manufactures obtained permission in writing from the Engineer-in-charge to obtain such stores and articles
to be obtained elsewhere. The value of such stores and articles as may be supplied to the contractor by
from the Engineer-in-charge will be debited to the contractor in his account at the rates shown in the
Government Schedule in form “A” attached to 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 all other expenses whatsoever, which may have to be incurred in obtaining
delivery of the same as the stores aforesaid.
Lump sums Clause 32 : When the estimate on which a tender is made includes lump sumps in respect of
in estimates. parts of the work the contractor shall be entitled to payment in respect of items of work involved
or the part of the work in question at the same rates as are payable under this contract for such
items, or if part of the work question is not in the opining of the Engineer-in-charge capable of
measurement the Engineer-in-charge may at his discretion pay 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.
Action where Clause 33: In the case of any class of work for which there is no such specification as in
no mentioned in Rule-1, such work shall be carried out in accordance with the Divisional
specification. specifications, and in the event of there being no Divisional specification, then in such case the
work shall be carried out in all respects in accordance with the instruction and requirement of the
Engineer-in-charge.
Definition of Clause 34 : The expression ‘works’ or ‘work’ where used in these condition shall, unless there
work. be something in the subject or context repugnant to such construction be constructed to mean
the work or the work contractor to be executed under or in virtue of the contract, whether
temporary or permanent and whether original altered substituted or additional.
Contractor’s Clause 35: The percentage referred to in the tender shall be deducted from / added to the gross
percentage
whether amount of the bill before deducting the value of any stock issued.
applied to net
or gross
amount of bill.
Quarry fees Clause 36: All quarry fees, royalties,Octri dues and ground rent for stacking materials if any,
and royalties should be paid by the contractor.
Compensation Clause 37: The contractor shall be responsible for and shall pay compensation to his Workmen
under payable under the Workmen’s compensation Act, 1923 (VIII of 1923), (hereinafter
Workman’s
Compensation compensation is payable and or paid by Government as principal under the subsection (1) of
Act. section 12 of the said Act on behalf of the contractor this shall be recoverable by Government
from the contractor under sub section (2) of the said section. Such compensation shall be
recovered in the manner laid down in clause 1 above.
Clause 37 A: The contractor shall be responsible for and shall pay expenses of providing
Medical aid to any workmen who may suffer a bodily injury as a result on an accident. If such
expenses are incurred by Municipal Council the same shall be recoverable from the contractor
forthwith and be deducted without prejudice to any other remedy of Government from any
amount due or that may become due to the contractor.
Clause 37 B : The contractor shall provide all necessary personal safety equipment and first-
aid apparatus available for the use of the persons employed on the site and shall maintain the
same in condition suitable for immediate use at any time and shall comply with the following
regulation in connection therewith :
(a) The worker 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 carried on in proximity to any place where there is no risk of drawing, all
necessary equipment’s shall be provided and kept ready for use and all necessary steps
shall be taken prompt rescue of any person in danger.

Contractor No of Correction Chief Officer 39


(c) Adequate provision shall be made for prompt first-aid treatment for all injuries likely to
be sustained during the course of the work.
Clause 37 C: The contractor shall duly comply with the provision of “The Apprentices Act
1961 (III of 1961) the rules made there under and the orders that may be issued from 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 38: (1) Quantities in respect of the several items shown in the tender are approximate
quantity of and no revision in the tendered rates shall be permitted in respect of any of the items so long as,
works entered subject to any special provision contained in the specification prescribed a different percentage
in the tender of permissible variation, the quantity of the items does not exceed the tender quantity by more
or estimate.
than 25% and so long as the value of excess quantity beyond this limit at the rate of the items
specified in the tender, is not more than Rs. 5,000/-.and if due to necessary site conditions such
changes like increase in quantity and amount of item need to be done then it must be done with
prior approval of engineer in charge and chief officer. But the total cost of work due to that
increased quantity and amount beyond the limit specified above must be within the estimated
amount.
(2) The contractor shall if ordered in writing by the Chief Officer, so to do also carry out any
quantities in excess of the limit mentioned in Sub Clause (1) hereof on the same conditions as
and in accordance with the specifications in the tender and at the rates (i) derived from the rates
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 rates of applicable to the year in which the tenders were
invited .
(3) Claim arising out of reduction in the tendered quantity of any item beyond 25 percent will
be governed by the provisions of clause 15 only when the amount reduction beyond 25% at the
rate of the item specified in the tender is more than Rs. 126000/-.
Employment Clause 39: The contractor shall employ any female, convict or other labour of a particular kind
of female or of class if ordered in writing to do so by the Engineer-in-charge.
other labour.
Claim for Clause 40 : No compensation shall be allowed for any delay caused in the starting of the work
compensation on account of acquisition of land and in the case of the clearance work of any delay in
for delay in
starting work according sanction to estimates.
Claim for Clause 41: No compensation shall be allowed for any delay in execution of the work on account
compensation of water standing in borrow pits or compartments. The rates are inclusive for hard or cracked soil
for delay in the
execution of excavation in mud, subsoil water or water standing in borrow pits and no claim for an extra rate
work shall be entertained unless otherwise expressly specified.
Entering Clause 42: The contractor shall not enter upon or commence any portion of work except with
upon or the written authority and instructions of the Engineer-in-charge or of his subordinate in charge
commencing
any portion of of the work failing such authority the contractor shall have no claim to ask for measurements of
work. or payment for work.
Minimum age Clause 43: (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 breeching of string or thin rope.
employed, the The breeching must be at lease 3 inches wide and should be of tape (Newar)
employment (iii) No animals suffering from sores, lameness or emaciation or which is immature shall be
of donkey
employed on the work.
and/or other
animals and (iv) The Engineer-in-charge or his agent authorised to remove from the work any person or
the payment animal found working which does not satisfy these conditions and no responsibilities shall be
of fair wages. accepted by the Government 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 disputes 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 Chief Officer who shall decide the same. The decision of the
Chief Officershallbeconclusive and binding on the contractor, but such decision shall not in any
way affect the condition in the contract regarding the payment to be made by the Municipal
Contractor No of Correction Chief Officer 40
Council at the sanctioned tender rates.
(vi) The contractor shall provide drinking water facilities to the workers. Similar amenities
shall be provided to the workers engaged on large work in urban areas.
Method of Clause 44: Payments to contractor shall be made by cheques drawn on any scheduled Bank
payment. within the District convenient to them. Provided the amount exceeds Rs. 100/- Amount not
exceeding Rs. 100/- will be paid in cash.
Acceptance Clause 45 : Any contractor who does not accept these conditions shall not be allowed to
of conditions tender for works.
compulsory
before
tendering the
work.
Employment Clause 46: If Government declares a state of scarcity or famine to exist in any village situated
of scarcity within 1 Kms. of work, the contractor shall employ upon such parts of the work as suitable for
labour. unskilled labour any person certified to him by the Engineer in charge or by any person to who
N P hiefOfficermay have delegated this duty in writing to be in need of relief and shall be
bound to pay to such persons wages not below minimum which may arise in connection with
the implementation of this clause shall be decided by the Chief Officerwhose decision shall be
final and binding on the contractor.
Clause 47: The price quoted by the contractors shall not in any case exceed the control price, if
any, fixed by Government or reasonable price which is permissible for him to charge as private
purchaser for the same class and description of goods under the provisions of Hoarding and
profiteering Prevention Ordinance 1984 as amended from time to time. If the price quoted
exceeds the controlled price or the price permissible under Hoarding and Profiteering
Prevention Ordinance, the contractor will specifically mention this fact in his tender along with
reasons for quoting such higher price. The purchaser at his tender along with reasons for
quoting such higher price. The purchaser at his discretion will in such higher price. The
purchaser at his discretion will in such case exercises the right of revising the price at any stage
so as to confirm with the controlled price on the permissible under the Hoarding and
Profiteering Ordinance. This discretion will be exercised without prejudice to any other action
that may be taken against the contractor.
Clause 48:The rates quoted by the Contractor shall be deemed to be inclusive of the
labour welfare cess and other taxes (other than GST) that the Contractor will have to
pay for the performance of this Contract. The Employer will perform such duties in
regard to the deduction of such taxes at source as per applicable law.
Clause 48 A : The contractors are bound to pay to the labourers wages according to the
Minimum Wages Act 1948 applicable to the Zone in accordance with the order issued in
Government P.W.D./Circular No. MWA/ 1063, dated 07/12/1968.
Clause 49: In case of materials that remains surplus with the contractor for those issued for the
work contracted from the date of ascertainment of the materials being surplus be taken as the
date of sale for the purpose of sales tax and the sale tax will be recovered on such sale.
Clause 50: The contractor shall employ the unskilled labour to be employed by him on the said
work only from locally available labours and shall give preference to those persons enrolled
under Maharashtra Government Employment and Self Employment Department Scheme.
Provided, however, that if the required unskilled laboured 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 Engineer-in-charge of the said work
obtained the rest of requirement of unskilled the labour from outside the above scheme.
Clause 51: Deleted
Clause 52: All amount whatsoever which the contractor is liable to pay to the Municipal
Council in connection with the execution of the work including the amount payable in respect
of (1) Material and / or stores supplied / issued hereunder by the Municipal Council to the
contractor, (2) Hire charges in-respect of heavy plant machinery and equipment given on hire
by the Municipal Council to the contractor, for execution by him of the work and / or on which

Contractor No of Correction Chief Officer 41


the advance have been given by the Municipal Council to the contractor shall be deemed to be
arrears of the lands revenue and the Municipal Council may without prejudice to any other
rights and remedies of the Municipal Council recover the same from the contractor as arrears
of land revenue.
Clause 53: 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 make short payment and the
Municipal Council 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 Municipal Council to such worker
shall be deemed to be arrears of land revenue and the Municipal Council shall be entitled to
recover the same as such from the contractor or deduct the same from the amount payable by
the Municipal Council to the contractor hereunder or from any other amounts payable to him
by the Government (Minimum Wages Act, as per Government Circular (AT / 1284 / (120) /
Building, dated 14/08/1988).
Price Clause 54 - DELETED
Variation
Clause 55 : (A) The anti-malaria and other health measures shall be as directed by he Joint
Director (Malaria and Filaria) of Health Services, Pune.
(B) Contractor shall see that mosquitogenic conditions are not created so as to keep vector
population for minimum level.
(C) Contractor shall carry out anti malaria measures in the areas as per guidelines
prescribed under National Malaria Eradication Programme as directed by the Joint Director
(M & F) of health Services, Pune.
(D) In case of a default in carrying out prescribed anti malaria measures, resulting in
increase in malaria incidence the contractor shall be liable to pay to Government the
amounts spent by Govt. on anti Malaria measures to control the situation in addition to fine.
(E)Relations with Public Authorities: The contractor shall make sufficient arrangement for
draining away the sludge water as well as water coming from the bathing and washing
places and shall dispose off this water in such a way so as not to cause any substance. He
shall also keep the premise clean by employing sufficient number of sweepers. The
contractor shall comply with all rules, regulation bylaws 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 Municipal Council (vide Govt
Circular No CST -1086 / CR-243 /Ka Building 2 /Mantralaya Bombay dt 11 September
1987
Clause 56:The contractor shall comply with all the provision of the Apprentices Act, 1961
and Rules and Orders issued there under from time to time. If he fails to do so, his failure
will be breach of the contract and the Chief Officermay 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 provision of the Act
Clause 57: The rates quoted by the Contractor shall be deemed to be inclusive of the
labour welfare cess and other taxes (other than GST) that the Contractor will have to
pay for the performance of this Contract. The Employer will perform such duties in
regard to the deduction of such taxes at source as per applicable law. Payment of
GST i) Bidder shall quote his rate excluding GST. ii) GST shall be payable on the
accepted contract value. iii) GST shall be paid to contractor on the amount of bill of
work done as per prevailing rate of GST during the period of work done.

Contractor No of Correction Chief Officer 42


Clause 58 : In case of material which become surplus with the contractor from those issued
for the work contracted from the date of ascertainment of the materials as being surplus will
be taken as the date of sale for the purpose of sales tax and sale tax will be recovered on
such sale.
Clause 59(1) : QUALITY ASSURANCE AND MAINTENANCE.(Annexure to the
P.W.D circular No 1091-/CR -60/ Bldg -2 dt 14 th October 1991 regarding incorporation
additional condition for quality assurance and Maintaince Manual)
To ensure the specific quality of work which will also include necessary surveys, temporary
works, etc., the contractor shall prepare a quality assurance plan and get the same approved
from the Engineer-in-charge within one month from the date of work order. For this, the
contractor shall submit an organisation chart of his technical personnel to be deployed on
the work along with their qualification, job description defining the function of reporting,
supervising, inspecting and approving. The contractor shall also submit a list of tools,
equipment 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 organisation chart and the list of Machinery/
equipment etc. as per the direction of the Chief Officerand shall deploy the personnel and
equipment on the field as per the approved chart and the list respectively.
The contractor shall submit written method statements dealing his exact proposal of
execution of the work in accordance with the specification. He will have to get these
approved from the Engineer-in-charge. The quality of the work shall be property
documented through certificates, records, check lists and Log book of results etc. such
records shall be complied from the beginning of the work and be continuously updated
subsequently and this will be the responsibility of the contractor. The form should be got
approved from the Engineer in charge.
Clause 59 (2) :Where the work is to be on lum-sum basis on contractor’s design the
contractor shall also submit a maintenance manual giving procedure for maintenance, with
the periodically of maintenance works including inspections to be used, means of
accessibility for all pats of the structure. He shall also include in the manual, the
specification, for maintenance works that would be appropriate for his design and technique
of construction. This manual shall be submitting within the contract period.
Clause 60 : It is obligatory on the part of agency to procure RCC pipe of ISI marked only. .

Note: In case provisions of this form B-1 conflicts with those in detailed cyclostyled
provisions and conditions attached to this tender. The detailed cyclostyled provision and
conditions would prevail over those in this form ‘ B-1”

Contractor No of Correction Chief Officer 43


GENERAL CONDITIONS OF CONTRACT

1. AUTHORITY OF ENGINEER - IN - CHARGE.


Save in so far as it is legally or physically impossible, the contractor shall execute complete and
maintain the works in strict accordance with the contract under the directions and to the entire
satisfaction of the Engineer - in - charge and shall comply with and adhere strictly to the
Engineer - in - charge instructions and directions on any matter (Whether mentioned in the
contract or not) pertaining to this work.
The Engineer - in - charge shall decide all questions which may arise as to quality and
acceptability of materials furnished and work executed, manner of executions, rate of progress of
work, interpretations of the plans and specifications and acceptability of fulfillment of the
contract on the part of contractor. He shall determine the amount and quality of work performed
and materials furnished and his decision and measurements shall be final. In all such matters and
in any technical questions which may arise touching the contract, his decision shall be binding on
the contractor. The engineer in charge shall have power to enforce such decisions and orders if
the contractor fails to carry out them promptly. If the contractor fails to execute the work order
by the engineer in charge, the engineer in charge may give notice to the contractor specifying a
reasonable period therein and on the expiry of that period proceed to execute such work as may
be deemed necessary and recover the cost thereof from the contractor.
1.1 AUTHORITY OF ENGINEER-IN-CHARGE REPRESENTATIVE.
The duties of the representative of the engineer in charge are to watch and supervise the work
and to test and examine any material to be used or workmanship employed in connection with
the works.
1.2 The Engineer in charge may from time to time in writing delegate to his representative
any of the powers and authorities vested in the Engineer in charge and shall furnish to the
contractor a copy of all such delegations of powers and authorities. Any written instructions of
the approval given by the representative of the engineer in charge to the contractor within the
terms of such delegations (but not otherwise) shall bind the contractor and department as though
it had been given by the Engineer in charge provided always as follows.
(a) Failure of the representative of the engineer in charge to disapprove any work or
materials shall not prejudice the power of the engineer in charge. Thereafter to
disapprove such work or materials and to order pulling down, removal or breaking up
thereof.
(b) If the contractor is dissatisfied with any decision of the representative of the engineer in
charge he shall be entitled to refer the matter to the engineer in charge who shall
thereupon confirm reverse or vary such decisions.
2. OTHER CONDITIONS FOR SUBMISSION OF TENDER :
2.1 The contractor shall be deemed to have carefully examined the work and site conditions
including labours, the general and he special conditions, the specification schedule and drawing
and shall be deemed to have visited the site of the work and to have fully informed himself
regarding the local conditions and carried out his own investigations to arrive at the rates quoted
in the tender. In this regards he will be given necessary information to the best of the knowledge
of Department but without any guarantee about it.
2.2 It is presumed that the contractor has carefully gone through the works specifications.
P.W.D. Hand Book and the Schedule of rates of the division and studied the site conditions
before arriving at the rates quoted by him.
3. TREASURE TROVE :

Contractor No of Correction Chief Officer 44


In the event of discovery by the contractor or his employees during the progress of the
works of the any treasure, fossils, minerals or any other article of value or interest, the
contractor shall give immediate intimation thereof to the Engineer. And forth with mark
over to the Engineer his representative such treasure or things, which shall be the
property of Government.
3 -A LAYOUT OF WORK
Layout of the work will be done by the contractor in consultation with the Municipal
Engineer, of the department or his representative. Some permanent marksshould
however be established to indicate the demarcation of the structures or anycomponent
thereof made to this permanent marks in measurement books anddrawing, signed by the
contractor and the departmental officer, responsibilityregarding layout will be joint.
4. AGENT AND WORK ORDER BOOK :
4.1 The contractor shall himself engage an authorised all time agent on the work capable of
managing and guiding the work and understanding the specifications and contract conditions. A
qualified and experienced Engineer shall be provided by the contractor as his agent for technical
matters. Site engineer can also be designated as an agent of the contractor. Agent will take orders
as will be given by the Engineer in charge or his representative and shall be responsible for
carrying them out. This agent shall not be changed without prior intimation of the Engineer in
charge and his representative on the work site. The Engineer-in-charge have the unquestionable
right to ask for changes in the quality and strength of supervisory staff of contractor and to order
removal from work of any of such staff. The contractor shall comply with such order and effect
replacements of the satisfaction of the Engineer-in-charge.
4.2 A work order book shall be maintained on site and it shall be the property of
Government and the contractor shall promptly sign orders given therein by the Chief Officerin
charge or his representative and his superior officer, and comply with them. The compliance
shall be reported by contractor to the Engineer in charge in good time so that it can be checked,
the blank work order book, with machine numbered pages will be provided by the Department
free of charge for this purpose. The contractor will be allowed to copy out the instruction therein
from time to time.
5. INITIAL MEASUREMENT OF RECORD:
Where for proper measurements of the work it is necessary to have an initial set of levels or other
measurements taken the same as recorded in the authorised field book or M.B. of Municipal
Council by the Engineer in charge or his authorised representative will be signed by the
contractor who will be entitled to have a true copy of same made at his cost. Any failure on the
part of the contractor who will be entitled to have a true copy of same made at his cost. Any
failure on the part of the contractor to get such level etc. recorded before starting the work will
render him liable to accept the decision of the Engineer in charge as to basis of taking
measurements and will be binding on contractor Likewise the contractor will not carry out any
work which will render its subsequent measurement difficult or impossible without first getting
the same jointly measured and recorded by himself and the authorised representative of the
Engineer in charge. The record of such measurement maintained by Municipal Council shall be
signed by the contractor and he will be entitled to have a true copy of the same made at his cost.
6. CUSTODY OF WORK:
All work and materials before being finally taken over by Municipal Council will be the entire
liability of the contractor for guarding, maintaining and making good any damages of any
magnitude. It is however to be understood that before taking over such work, Municipal Council
will not put it to its regular use as distinct fromcasual or incidental use except as specially
mentioned elsewhere in this contract or as mutually agreed to.
7. CO-ORDINATION:
When several agencies for different sub works of the project are to work simultaneously on the
project site, there must be full co-ordination between the contractors to ensure timely completion
Contractor No of Correction Chief Officer 45
of the whole project smoothly. The scheduled dates for completion specified in each contract
shall, therefore be strictly adhered to. Each contractor may make his independent arrangements
for water, power, housing etc. if they so desire. On the other hand the Contractors are at liberty to
come to mutual agreement on his behalf and make joint agreement with the approval of the
Engineerin charge. No contractor shall take or cause to take any steps or action that may cause
destruction, discontent or disturbance to work, labour or arrangements etc.of other contractors in
the project localities. Any action by any Contractors which the Engineer in charge in his
unquestioned discretion may consider as infringement of the above code would be considered as
a breach of the contract conditions and shall be dealt with accordingly.
In case of any dispute or disagreement between the various contractors, the Engineer in charge
and chief officer decision regarding the co-ordination, co-operation and facilities to be provided
by any of the contractor shall be final and binding on the contractor concerned & such a decision
shall not vitiate any contract nor absolve the contractor of his obligations under the contract nor
form the grounds for any claim or compensation.
8. PATENTED DEVICES, MATERIALS AND PROCESS :
Whenever the contractor desires to use any designed device, materials or process covered by
letter of patent or copyright, the right for such use shall be secured by suitable legal arrangement
and agreement with patent owner and the copy of their agreement shall be filed with the
Engineer-in-charge, if so desired by the later.
9 RELATION WITH PUBLIC AUTHORITIES:
The contractor shall comply with all rules, regulations, bye-laws and directions given from time-
to-time by any local or public authority in connection with this work and shall him-self pay all
charges which are leviable on him without any extra cost of Government.
10 INDEMNITY:
The contractor shall indemnify the Municipal Council against all actions, suits, claims, and
demands brought or made against it in respect of anything done or committed to be done by the
Contractor in execution of or in connection with the work of this contract and against any loss or
damage to the Municipal Council in consequence to any action or suit being brought against the
contractor for any thing done or committed to be done for the execution of this contract.
The Municipal Council may at its discretion and entirely at the cost of the contractor defend
such suit, either jointly with the contractor or single in case the latter chooses not to defend the
case.
11. STACKING, STORAGE AND GAURDING OF MATERIALS:
11.1 The stacking and storage of building materials at site shall be in such a manner as to prevent
deterioration or inclusion of foreign materials and to ensure the preservation of the quantity,
properties and fitness of the work, suitable precautions shall be taken by contractor to protect the
materials against atmospheric action, fire and other hazards. The materials likely to be carried
away by wind shall be stored in suitable stores or with suitable barricades and where there is
likelihood of subsidence of soil, heavy materials shall be stored on paved platforms, suitable
separating barricades and enclosure as directed shall be provided to separate materials brought by
contractor and from different sources of supply.
11.2 The contractor shall at his own expenses, engage watchman for guarding the
Materials and plant and machinery and the work during day and night against
any pilferage or damage and also for prohibiting tresspassers.
11.3 No Materials brought to site shall be removed from the site without prior approval of
the Engineer –in-charge
12. 12.1The contractor shall inform the Engineer in charge in writing when any portion of the
work is ready for inspection giving him sufficient notice to enable him to inspect these without
affecting the further progress of the work.
12.2 The contractor shall provide at his cost necessary ladders and such arrangements as are
considered safe by the Engineer in charge for proper inspection of all parts of the work.
Contractor No of Correction Chief Officer 46
12.3 The contractor shall extend his full co-operation and make all necessary arrangement when
needed for carrying out inspection of the work or any part of the
work by the local representative , M.L.A’s M.P.’s and officers and dignitaries / delegates of
various Government department, local bodies, private sectors etc. no compensation shall be paid
to the Contractor on this account.
13. PRECAUTIONS TO BE TAKEN BY CONTRACTOR :
13.1 The work shall be carried out by the contractor without causing damage to the existing
Govt. property and / or private property. If any such damages are caused the contractor shall pay
for restoration of the property to the original condition and any other consequent damages.
13.2 In the event of an accident involving serious injuries or death of any persons, at site of
work or quarry or at place in connection with the work the same shall be reported in writing
within 24 hours of the occurrence to the Engineer in charge and the Commissioner of workmen’s
compensation.
14. CLEARANCE OF SITE ON COMPLETION OF WORK:
The contractor after completion of work shall clean the site of all debris and remove all unused
materials other than those supplied by the department and all plant and machinery equipment,
tolls, etc. belonging to him within one month from the date of completion of the work, or
otherwise the same will be removed by the department at his cost or disposed off as per
departmental procedure. In case the materials is disposed off by department, the sale proceeds
will be credited to the contractor’s account after deducting the cost sale incurred. However no
claim of the contractor regarding the price or amount credited will be entertained afterwards.
15. REMOVAL OF CONSTRUCTIONAL PLANT WITH PRIOR PRMISSION :
All constructional plant, provided by the contractor shall when brought on the site be deemed to
be exclusively intended for the construction and the contractor shall not remove the same or any
part thereof (Save for the purpose of moving it from one part to the site to another) without the
consent in writing of the engineer in charge who shall record the reasons for with holding the
consent.
16. RESTRICTIONS BECAUSE OF LOCAL TRAFFIC :
As there is local traffic by the side of construction of the work, the contractor will have to take
proper precautions such as proper barricading, fencing, lighting, information and cautionary
boards for safe and smooth flow of traffic, and keeping the concerned authorities informed about
the work in progress.
17. COMPLETION CERTIFICATE :
17.1 The work shall not be considered to have been completed in accordance with the terms
of the contract until the Engineer in charge shall have certified in writing to that effect. No
approval of material or workmanship or approval of part of that during the progress of execution
shall bind the engineer in charge or any way prevent him for even rejecting the work which is
claimed to be completed and to suspend the issue or his certificate of completion until such
alterations and modification or reconstruction have been effected at the cost of the contractor as
shall enable him to certify that the work has been completed to his satisfaction.
17.2 After the work is completed, the contractor shall give notice of such completion to the
Engineer in charge and within 30 days of receipt of such a notice the Engineer in charge shall
inspect the work and if there is no defect in the work, shall furnish the contractor with a
certificate indicating the date of completion. However, if there are defects which in the opinion
of the engineer in charge are rectifiable he shall inform the contractor the defects noticed. The
contractor after rectification of such defects shall then inform the engineer in charge and engineer
in charge on his part shall inspect the work and issue the necessary completion certificate within
30 days if the defects are rectified to his satisfaction, and if not he shall inform the contractor
indicating defects yet to be rectified. The time cycle as above shall continue.
17.3 In case defects noticed by the Engineer in charge which in his opinion are not rectifiable
but otherwise work is acceptable at reduced payment, work shall be treated as completed. In such
cases completion certificate shall be issued by the Engineer in charge within 30 days indicating
the un-rectifiable defects for which specified reduction in payment is being made by him.
17.4 The issue of completion certificate shall not be linked up with the site clearance on
completion of the work.
Contractor No of Correction Chief Officer 47
17.5 Should regular, public traffic be allowed on the bridge, road at any stage prior to being
taken over then the maintenance period shall be deemed to commence from the date of such
traffic passing over the bridge, road & shall be upto 30 days after the date of issue of completion
certificate by Engineer in charge but not more than 12 months after opening to traffic.
18. ANCILLARY WORKS:
The contractor shall submit to Engineer in charge in writing the details of all ancillary works
including layout and specifications to be allowed for its constructions. Ancillary work shall not
be taken up in hand unless approved by Engineer in charge. The Engineer in charge reserves the
right to suggest modification or make complete changes in the layout and specifications proposed
by the Contractor at any stage to ensure the safety on the work site. The contractor shall carry
out all such modifications to the ancillary works at his own expenses as ordered by the Engineer
in charge.
19. TEMPORARY QUARTER:
The contractor shall at his own expense maintain sufficient experienced supervisory staff etc.,
required for the work and shall make his own arrangements for housing of such staff with all
necessary amenities. General layout plan for such responsibility of the contractor to get his layout
plan of temporary structure approved from the local competent authorities.
20 SAFETY MEASURES. :
The contractor shall take all necessary precautions for the safety of the workers and preserving
their health while working on such jobs as required special protection and precaution wherever
required. The following are some of the requirements listed though not exhaustive. The
contractor shall also comply with the directions issued by the Engineer in this behalf from time to
time at all times.
The following are some of the requirements (The list is not exhaustive)
(1) Providing protective footwear to workers in situations like mixing and placing of mortar
of concrete, in quarries and place where the work is to be done under too much wet
conditions as also for movements over surfaces tested with oyster growth.
(2) Providing protective headwear to workers in quarries etc. to protect them against
accidental fall of materials from above.
(3) Providing handrails to the edges of the loading platforms of barrages ropeways, ladders
not allowing rails of metal parts or unless timber to spread around etc.
(4) Providing workmen with proper safety belts, ropes, etc. when working on any masts,
cranes, circle hoist, dredges etc.
(5) Taking necessary steps towards training the workers concerned of the use of machinery
before they are allowed to handle it independently and taking all necessary precautions in
and around the areas where machines, hoists and similar units are working. Wherever
required by the law the persons handling the machinery shall have the required license,
certificate etc.
(6) Preventing over loading and over crowding of floating the land based machinery and
equipment.
(7) Providing life belts to all men working at such situations from where they may
accidentally fall into water. Equipping the boats with adequate numbers of life boats etc.
(8) Avoiding bare live wires etc. as would cause electrocution to workers.
(9) Making all platforms, stagings and temporary structures sufficiently strong and not
causing the workmen and supervisory staff to take undue risks.
(10) Providing sufficient first aid trained staff and equipment to be available quickly at the
work site to render immediate first-aid treatment in case of accident due to suffocation,
drowning and other injuries.
(11) Taking the all-necessary precautions wherever divers are engaged on work.
(12) Providing full length gum boots, leather hand gloves, leather jackets with fireproof
aprons to cover the chest and back reaching upto knees, plain goggles for the eyes to the
labour working with hot asphalt, handling, vibrators in cement concrete and also where
Contractor No of Correction Chief Officer 48
use of any or all these items is, essential in the interest of health and well-bring of the
labourers in the opinion of the Engineer-in -charge
21. Medical and sanitary arrangements to be provided for labour employed in the construction
by the contractor.
(a) The contractor shall provide an adequate supply of pure and wholesome water for the use
of labourers on works and in camps.
(b) The contractor shall construct trenches. Semi permanent latrines for the use of labourers.
Separate latrine shall be provided for men and women.
(c) The contractor shall build sufficient number of huts on suitable plot of land for use of the
labourers according to the following specifications.
(1) Huts of bamboos and grass may be constructed.
(2) There should be no over crowding. Floor space at the rate of 3 Sqm(30 Sq.ft.) per head
shall is provided. Care should be taken to see that the huts are kept clean and in good
order.
(3) The contractor must find his own land. If he wants Govt.land he should apply for it.
Assessment for it if demanded will be payable by contractor. However the Department
does not bind itself for making available the required land.
(4) A good site not liable to submergence shall be selected on high ground remote from
jungle but well provided with trees; shall be chosen wherever it is available. The
neighborhood of tank, jungles, trees or woods should be particularly avoided. Camps
should not be established close to large cutting of earthwork.
(5) The lines of huts shall have open space of at least 10 meters between rows. When a good
natural site cannot be procured particular attention should be given to the drainage.
(d) The contractor shall construct sufficient number of bathing places, sufficient number of
washing places also be provided for the purpose of the washing cloths.
(e) The contractor shall make sufficient arrangement for draining away the surface and
suage water as well as water from the bathing and washing places and shall dispose of
the waste water in such away as not cause any nuisance.
f) The contractor shall engage a medical officer with a traveling dispensary for a camp
containing 12600 or more person if there is no Government or other dispensary situated
within eight Kilometers from the camp. In case of an emergency contractor shall at his
cost, free transport for quick medical help to his sick workers.
g) The contractor shall provide the necessary staff for affecting the satisfactory conservancy
and cleanliness of the camp to the satisfaction of the Engineer -in charge .At least one
sweeper per 200 person should engaged.
h) The Assistant Director of public health shall be consulted before opening a labour camp
and his instruction on matters such as water supply, sanitary, convenience, the camp site,
accommodation and food supply shall be followed by the contractor.
i) In addition to above all provision of the relevant labour act pertaining to basic amenities
to be provide to the labour shall be applicable which will be arranged by the contractor
J) The contractor shall make arrangement for all anti malaria measures to be provided for
the labour employed on the work. The anti malaria measures shall be as directed by the
Public Health Officer.
22. The contractor except as provided in special conditions which follow shall if necessary construct
at his cost temporary roads and maintain these in proper conditions till completion of the work at
his own cost.
23. The contractor except as provided in special conditions which follow shall have to at his own
expenses make all preliminary arrangements for labour, water, electricity and material etc.
immediately after getting the work order. The Municipal Council may render necessary
assistance in this regard by way of letters of recommendations, if so requested by the contractor.
No claim for any extra payment or applications for extension of time on the grounds of any
difficulty in connection with the above matters will be entertained.
24. WORKING METHODS AND PROGRESS SCHEDULES :
24.1 The contractor shall submit within the time stipulated by the Engineer-in-charge in
writing the details as actual methods that would be adopted by the contractor for the
execution of any items as required by Engineer at each of the location supported by
Contractor No of Correction Chief Officer 49
necessary detailed drawing and sketches including those of the plant and machinery that
would be used their locations arrangement for conveying and handling materials etc., and
obtain prior approval of the Engineer-in-charge well in advance of starting of such item
of works. The Engineer-in-charge reserves the right to suggest modifications or make
corrections in the method proposed by the contractor whether accepted previously or not
at any stage of the work to obtain the desired accuracy, quality and progress which shall
be binding on the contractor no claim on account of such change in method of execution
will be entertained by Government so long as specification of the item remain unaltered.
24.2 The contractor shall furnish within one month of the order to start the work programme
of work in quadruplicate indicating the date of actual start, the monthly progress
expected to be achieved and anticipated completion date of each major item of work to
be done by him also indicating dates of procurement of materials and setup of plant and
machinery. The programme is to be such as practicable of achievement towards the
completion of whole work in the time limit and of the particular items; if any of due
dates specified in contract, planning and programme of work should be done by the
mature decision between the chief officer municipal Council TalegaonDabhadeand the
contractors representative in charge of work. The progress of work shall be reviewed in
every two months and revised programmes shall be drawn if necessary. No revised
programme shall be operative without the approval of engineer in charge in writing. The
Engineer is further empowered to ask for more detailed schedule or schedules say
weekly for any item or items. In case of urgency of work as will be directed by him and
the contractor shall supply the same and when asked for. Acceptance of the programme
or the revised programme by the Engineer in charge shall not relieve the contractor of his
responsibility to complete the whole work by the prescribed time or the extended time if
any.
24.3 The contractor shall employ sufficient plant, equipment and labour as may be necessary
to maintain the progress schedule. The working and shift hours restricted to one shift a
day for operations to be done under the Government supervision shall be such as may be
approved by the Engineer in charge. They shall not be varied without prior approval of
the Engineer. Night work which requires supervision shall not be permitted except when
specially allowed by Engineer in charge on each item if required by contractor. The
contractor shall provide necessary lighting arrangement etc. for night work as directed by
Engineer without extra cost to Government.
24.4 The contractor shall submit reports on progress of work in forms and statements etc. at
periodical intervals in the form of progress chart, forms, statements and / or reports as
may be approved by the Engineer in charge. Forms for the sending reports about the
progress will be supplied by the Engineer in charge.
24.5 The contractor shall maintain proforma, charts, details regarding the machinery,
equipments, labour, materials, periodical returns thereof, proforma to be got approved
from the Engineer in charge.
25. PAYMENTS :
The contractor must understand clearly that the rates quoted are for completed work and include
all cost due to labour, all leads and lifts involved and if further necessitated, scaffolding, plants,
machineries, supervision power, service works, royalties, octroies, taxes, etc. and should also
include all expenses to cover the cost of lighting, night works if and when required & no claim
for additional payment beyond the rates quoted will be entertained and the contractor will not be
entitled subsequently to make any claim on the ground of any representation or on any promise
by any person (whether member in the employment of any Public Works Department or not) or
on the ground of any failure on his part to obtain all necessary information for the purpose of
Contractor No of Correction Chief Officer 50
making his tender and fixing the several prices and rates therein relieve him from any risks or
liabilities arising out of or consequences upon submission of the tender. Payment to the
contractor will be made by the cheque drawn on any Bank within the district provided the
amount to be paid exceeds Rs. 100/- shall amount will be paid in cash.
26. CLAIM FOR EXTRA WORKS :
26.1 Claim for extra works shall be registered within 30 days of occurrence of the event.
However, bills for these claims along with supporting data details may be submitted
subsequently.
26.2 Bills for extra works or for any claim shall be paid separately apart from the interim bills
for the main works. The payment of bills for the main work shall not be withheld for
want of decision on extra claim not covered in the schedule of item for extra work.
27. BILLS AND PAYMENT :
27.1 Two running payments in the month are permitted. First of the bills shall be submitted by
the contractor by the 10th day of month. Second bill, if necessary, shall be submitted by
the 25th day of the month.
27.2 The format of the running bill on which the bills are to be submitted by the contractor
shall be supplied to the contractor by the department. Printed copies of the bills forms as
per his format shall be arranged by the contractor at his cost. The bills in five copies shall
be submitted to the concerned engineer’s representative in the standard proforma only.
27.3 The final bill shall be submitted by the contractor within one month of the date of issue
of completion certificate. The final bill shall be paid within six months of initial
submission.
27.4 Recovery of secured advance shall be effected through bills proportionately as per
consumption of materials in the work billed for.
27.5 The contractor can have true copy of the bills paid to him after paying charges for
photocopying the same.
CONTROLLED CONCRETE :
Acceptance criteria shall be as per IS : 456 – 2000 (With latest amendments)
NORMAL MIX CONCRETE :
Acceptance criteria shall be as per IS : 456 – 2000 (With latest amendments)
28. ASSISTANCE IN PROCURING PRIORITIES, PERMIT ETC. :
28.1 The Engineer in charge on written request by contractor, will if in his opinion the
request is reasonable and in the interest of work and its progress, assist the contractor in
securing, the priorities for deliveries, transport, permits for controlled materials etc.
where such are needed. The department however will not be responsible for the non-
availability of such facilities or delays in this behalf and no claims on account of such
failure or delay, shall be allowed by the Department.
28.2 The contractor shall have to make his own arrangement for machinery required for the
work. However if same is conveniently available with the department it may be spared as
per rules in force on recovery of necessary security deposit and rent at the rate approved
from time to time by the independent to this contract and the supply or non supply of
machinery shall not form a ground for any claim or extension of time limit for this work.
29. WATER SUPPLY :
29.1 Availability of adequate water for work and sources thereof shall be confirmed by the
contractor before submitting the tender.
29.2 The contractor shall make his own arrangements at his own cost for entering into
contract with concerned authority for obtaining the connection and carry the water upto
the work site as required by him. The location of the pipeline with respect to the road
shall be decided by Engineer-in-charge and shall be binding on the contractor. The
department shall not bear any responsibility in respect of any problems and contractor
shall not be liable for getting the any compensation on any ground. The progress of work
shall not hamper for the above reasons.
29.3 The contractor is advised to provide water storage tanks of adequate capacity to take care
of possible shut down of water supply system.

Contractor No of Correction Chief Officer 51


29.4 The contractor shall have to supply water required by the department for its
establishment at work site free of cost.
30. ELECTRICITY :
30.1 The contractor will have to make his own arrangement at his own cost for obtaining or
providing electric supply at work site. The department shall not bear any responsibility in
respect of any problems and contractor shall not be liable for getting any compensation
on any ground. The progress of work shall not hamper for the above reasons.
30.2 Electrical supply for the Department’s use at work site shall be provided by the
contractor on mutual agreed terms. The contractor may not abide by these conditions
when power supply at the site fails.
31. TELEPHONE FACILITIES :
The contractor will have to make his own arrangement at his own cost for a telephone
connection at work site if required.
32. MATERIAL SOURCES :
32.1 The contractor shall make their own independent investigation as to the availability as
well as suitability of various materials required for construction as referred to in these
paras.
32.2 If any quarry is in the possession of the department the contractor will be allowed to use
the same on usual condition. In other cases, the contractor will have to make his own
arrangement for procuring quarries or the quarry permits, necessary assistance for which
will be given by the department.
32.3 Lime stone shall not be permitted for any concrete work.
33 LAND :
33.1 The contractor shall make all efforts to obtain land required for the ancillary works. In
case the contractor is unable to obtain land and if requested, then the department may
requisitioned land at his own cost.
33.2 Land as available with department for requisitioned by the department at the request of a
contractor will be handed over to the contractor for such use as will be necessary for
ancillary works, on payment of rent to the department. Plot development if any will have
to be done by the contractor at his own cost. The development shall be in conformity
with the regulations with the local authorities.
33 If for the purpose of construction of the work it becomes necessary for the contractors to
occupy land not in possession of the department, the contractors will have to make his
own arrangement with the land owners, and pay such compensation as a mutually agreed
between them.on completion of work , all land mentioned in para 33.1 and 33.2 and 33.3
shall be handed back to the owners or the department as the case may be after cleaning
the land as directed by the Engineer in charge.
33.4 Dismantling of building on a Govt. or department land shall be done only after the
approval of Engineer-in-charge.
34. FLOODS AND ACCIDENT S :
The contractor shall take all precaution against damages by floods or from accidents etc. No
compensation will be allowed to the contractor on this account or for correction and repairing
any such damage to the work during construction. The contractor shall be liable to make good at
his cost any plant or material belonging to the Govt. loss or damaged by floods or from any other
cause while in his charge. The proof of occurrence of flood report with flood level will have to be
furnished by the contractor .No compensation will be allowed for damages on ancillary items and
equipmentsetc which are brought to the site by the contractor for effecting execution of work.

35. URGENT WORK :


If any “Urgent Works”(In respect where decision of the Engineer-in-Charge shall be final and
binding) become necessary and contractor is unable or unwilling to carry it out at once, the
Engineer in charge by his own or through the other people have it carried out as he may consider
necessary. If the Urgent Work shall be such as in the opinion of the Engineer in charge the
contractor is liable under the contract to carry out at his expenses. All expenses incurred on it by
Contractor No of Correction Chief Officer 52
the department shall be recoverable from the contractor, and be adjusted or sets off against any
sum payable to him.
36 CHANGE OF CEMENT CONTENT ETC.:-
THEORETICAL CONSUMPTION OF CEMENT FOR THE CONCRETE WORK:

SR.No. Grade of concrete Consumption of cement in bags / Cum


1 M-10 4.40bags
2 M-15 6bags
3 M-20 7 bags
4 M-30 8 bags
Note ;- The weight per bag of Cement is considered as 50 Kg
Consumption rate of cement is for OPC. In case,contractor desires to use PPC then he
should get mix design for all grades of concrete mentioned above and in schedule ‘B” from
reputed laboratory as approved by Engineer-In-Charge at no extra cost to Government
The rate of consumption of cement for various grades of concrete referred above is a theoretical
rate of consumption assumed for the estimate purpose. The contractor will have to obtain an
economic mix design for grades of concrete M-25 and above and get it approved from the
Engineer-in-charge. The specification for controlled cement concrete shall be as per standard
specification No.B-7 Page 38, and IS 456-2000.
Immediately upon the receipt of the award of the contract, the contractor shall inform the Engineer
the exact location of the sources of the acceptable material. The concrete mix to be used shall be
got designed P.W.D laboratory or any govt. institution, by the contractor with a optimum quantity
of cement to give the specified strength in the preliminary tests and the proportion got approved by
the engineer in writing. These proportions shall be used so long as the materials continue to be of
the same quality and from the same sources subject only to slight changes in the relative quantities
of fine and course aggregate for the purpose of promoting workability provided the work tests also
shows the required strength.
If such Mix design involve change in cement consumption upto 2 % on the higher or lower side, no
adjustment in the cost of the item to be paid to the contractor shall be made. If such alterations,
changes, theoretical consumption of cement by more than 2 % on the higher or lower side, the
sources and quality of aggregate remaining the same, payment will be adjusted for or against the
contractor in whatever amount the total cost of cement to the contractor has been increased or
decreased by more than 2 %. The amount of such increase or decrease shall be calculated on the
basis of quantity of cement determined and prescribed in the above table. In adjusting the cost only
the cost of cement shall be considered and not handling or other charges, which shall be treated as
incidental to the item for working out the cost towards adjustments in cement consumption the
basic for cement shall be star rate as indicated in clause 54. If during the progress of work the
contractor wishes to change the material, the proportions shall be fixed on the basis of fresh
preliminary tests to give the required strength after the Engineer is satisfied that the material satisfy
the specifications. No adjustment of the cost shall be made for a change of proportions of cement
fixed in the original preliminary tests. For all concrete items only trap metal shall be used.
37. CONTRACTOR TO INFORM HIMSELF FULLY :
The contractor shall be deemed to have carefully examined the work and site conditions
including labours, the general and the special conditions, the specifications schedule and drawing
and shall be deemed to have visited the site of the work and to have fully informed himself
regarding the local conditions and carried out his own investigations to arrive at the rates quoted
in the tender. In this regards he will be given necessary information to the best of the knowledge
of Department but without any guarantee about it. If he shall have any doubt as to the meaning of
any portion of these general conditions, or the special conditions to the scope of working of the
specification and drawings, or any other matter concerning the contract, he shall in good time
before submitting his tender set forth the particulars thereof and submit them to the Engineer in
writing in order that such doubt may be clarified authoritatively before tendering. Once a tender

Contractor No of Correction Chief Officer 53


is submitted the matter will be decided in accordance to the tender conditions in absence of such
authentic clarification.
38. ERRORS,OMISSION&DISCREPANCIES :
a) In case of errors, omissions and / or disagreement between written and scaled dimensions in the
drawing or between the drawing and specifications etc., the following order of preference shall
apply.
(i) Between actual scaled and written dimensions or description on a drawing the latter shall be
adopted.
(ii) Between the written description or dimensions in the drawing and the corresponding one in the
specifications, the latter shall apply.
(iii) Between the quantities shown in the schedule of quantities and those arrived at from the drawing
the latter shall preferred
b) In all cases of omissions and/or doubts or discrepancies in the dimensions or of any item or
specification a reference shall be made to the engineer, whose elucidation, elaboration or
decision shall be considered as authentic. The contractor shall be held responsible for any errors
that may occur in the work through lack of such reference and precautions.
c) The contractor should not sublet any part of work without written permission of the Engineer in
charge.
39. SAMPLES AND TESTING OF MATERIALS :
(i) All materials to be used on work, such as cement, steel, stones, bricks, aggregates, asphalt, wood,
tiles, etc. shall be got approved in advance from the Engineer-in-charge and shall pass the tests
and analysis required by him.
(ii) The contractor shall at his risk and cost make all arrangement and / or shall provide for all such
facilities as the Engineer in charge may require for collecting, preparing and forwarding required
number of samples for tests or for analysis to the nearest approved laboratory and bear all
charges and cost of testing. Such samples shall also be deposited with the Engineer-in-charge till
sent for testing. Out of total number of tests as per frequency requirement 20% of these tests shall
be carried out in P.W. Department Laboratory.
(iii) The contractor shall if and when required submit at his cost the samples of materials to be tested
or analysed and if so directed shall not make use or incorporate in the work any material
represented by the samples until the required tests or analysis have been made after the test of the
materials finally accepted by the Engineer-in-charge.
(iv) Testing of Material :
(1) Frequency of testing of the construction material and the percentage of the testing from the
Government laboratory shall be as under.
(a) Where the field laboratory certified by the concernedEngineer in charge is established at the
work site 70% test as per total frequency required shall be carried out in the said field laboratory
and 30% tests shall be carried out at the Vigilance and Quality control laboratory of P.W.D M85
to 88)orin any govt.institutionfor the material not covered in the annexure X 50% tests shall be
carried out in the field laboratory and remaining 50% tests need to be carried out in the vigilance
and quality control laboratory of P.W. D Maharashtraorin any govt.institution, The entire
responsibility of the sample testing as per required frequency including testing charges will be
borne by the agency
b.) Where field laboratory is not established at the works site 100% tests as per frequency shall be
carried out in the Vigilance and quality laboratory .Chandrapurorin any govt.institution.
c) Testingof cement and steel 100% in Vigilance and quality laboratory,Chandrapurorin any
govt.institutionis compulsory.
d) It is mandatory to submit the test reports of materials/samples used for the work as per the
frequency given in the specification with the bill. If the test results are not submitted along with
the bill, amount equal to five times the prevailing VQC testing charges shall be deducted from
the bill. Samples for the items for which testing is not done as per frequency shall be collected
and submitted for testing by the engineer in charge or his representative for testing and testing
charges for this sample shall be paid by engineer in charge through the amount deducted as
above and balance amount shall be remitted to revenue. Till such results are received contractor
shall be paid at part rate as decided by the Engineer in Charge.
(2) Mixing of concrete shall be done with concrete mixers
(3) The Contractor shall make field arrangements for testing of all materialsforcementconcrete i.e.
slump test, bulkage test, etc. The contractor shall make arrangement of testing of cement concrete
Contractor No of Correction Chief Officer 54
cubes by using SCADA based compression testing machine installed at field laboratory at his
own cost. The concrete cube mould 3 Nos. of 15cm x 15cm x 15 cm. size shall be kept at site
during concreting operation. One set of six 15 cm. (about 6”) cubes shall be prepared from
the concrete to be used in work for compression test on the first three daysoperation and
thereafter for every 60 cubic metre of concrete of three days work whichever is less. If source of
aggregate or grading is changed, one set of six test cubes shall be taken foreach changed batch.
Three cubes shall be tested for test at 7 days age and 3 at 28 days inRegional Testing Lab of
P.W.D. at Chandrapurorin any govt.institution. All the testing charges shall be paid by
thecontractor. The entire responsibilities of the testing of materials will be borne by the
contractor.
(4) For providing Electric Wiring, Duct tubes of the required diameter and length shall be provided
through walls, beams and floors, slabs as and when directed without any extra cost.
(5) (a) The contractor shall make his own arrangement for receiving all materials, tools, etc.
required for the work.
(b) No extra charges for carriages of water will be allowed.
(c) The rates for all items are inclusive of all charges such as carting, lifting, etc. No extra
payment for any lead and lift will be paid for any items.
(d) A frequency of testing shall be as per relevant works specification. In case such frequency is
not specified in the works specification then the IS code will be referred and for other cases
where IS code do not stipulated the frequency of testing, it will be as directed by Engineer in
charge and should be furnished in specified test abstract Annexure x .
(e)The Contract should not be sublet without written permission of Chief Officer
(f) Tender condition of tender notice will be binding on contractor and etc tender notice will form
a part of agreement
40. WEIGH BATCHING: The following instructions shall be followed as regards to preliminary
designs of mix and methods of batching of plain cement concrete and reinforced cement
concrete. The preliminary mix design and batching for various grades of concrete shall be
governed by the guidelines as per I.S. 456-2000. It will be the responsibility of the contractor to
obtain the mix design for various cement concrete grades at his cost from the P.W.D laboratory.
41. MISCELLANEOUS:
41.1 ERASER:
Person tendering are informed that no erasers or any alteration by them in the text of the
documents set herewith will be allowed and any such eraser or an alteration will be disregarded.
If there is any error in writing no overwriting should be done but the wrong words or figures
should be struck out and the correct one written above or near it in an unambiguous way. Such
correction should be initialed and dated.
41.2 ACCEPTANCE:
Intimation of acceptance of tender will be given by a telegram or a letter sent by registered post
to the address given below the signature of the tenderer in the tenders. The tenders which do not
fulfill any of the above conditions or those in the form and which are incomplete in any respect
shall be liable for rejection.
41.3 COMPETENCY OF TENDERERS :
The work will be awarded only to those contractors who are considered to be responsive bidders,
capable of performing the class of work to be completed. Before passing the final award any or
all bidders may have to show that he has the necessary experience, facilities, ability and financial
resources to execute the work in satisfactory manner and also within the stipulated time. The
bidders may also be required to furnish to the Municipal Council a statement in respect of their
experience and financial resources.
41.4 PRECAUTIONS TO BE TAKEN BY THE CONTRACTOR TO PREVENT ACCIDENT. :
1) No live electric line should be allowed to run along the ground in the blasting zone and they
should be at least 3 m above ground if not more.
2) The wiring cable should not be taken near the live electric line and it should be preferably shot
firing cable as supplied by the supplier of explosives. If such a cable is not available a substitute
cable made up of several pieces jointed and tapped be used.

Contractor No of Correction Chief Officer 55


3) The blasting shed from where the exploder is to finally operate should be at least 150 m. away
from the area to be blasted. It should have a strong roof, which can withstand the impact of flying
stones at this range.
4) Only trained hands shall be allowed to handle explosive cable detonators etc.
41.5 POLICE PROTECTION :
For the police protection of the camp of the contractor’s work, the Municipal Council will help
the contractors as far as possible to arrange for such protection with the concerned authorities the
cost shall be borne by the contractor.
41.6 For providing electric line and water line etc. recesses shall be provided. If necessary, through
walls, slabs, beams, etc., and later on refilled it with a bricks or stones, chipping cement mortar
without any extra cost.
41.7 In case it becomes necessary for the due fulfillment of the contractor for contractor to occupy
land outside the department limits, the contractor will have to make his own arrangement with
the land owners and pay such a rents, if any, which are payable as mutually agreed between
them.
41.8 The contractor shall duly comply with the provisions of the Apprentices Act. 1961 (iii of 1961)
and the rule and orders made there under 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.
41.9 It is presumed that the contractor has gone carefully through the standard specification (Vol. I &
II 1981 edition) and the schedule of rate of the Division, and studied of site conditions before
arriving at rates quoted by him. The special provisions and detailed specification of wording of
any item shall gain precedence over the corresponding contrary provisions (if any) in the
standard specification given without reproducing the details in contract. Decision of Chief
Officer shall be final in case of interpretation of specification.
41.10 If the standard specifications fall short for the items quoted in the schedule of this contract
reference shall be made to the latest Indian Standard Specifications, I.R.C. codes, and MOST
specification if any of items of this contract do not fall in reference quoted above, the decision
and specifications as directed shall be final.
42. LOAD TESTING :-
LOAD TEST OF STRUCTURAL CONCRETE.
1.In case of doubts regarding grade of concrete used either due to poor workmanship or based on
results of cube strength tests, the load testing of any part of the structure will have to be carried
out by the Contractor at his own cost.
2.Before carrying out load test, the Contractor shall carryout the suitable non destructive testing
of the structure which are in doubt, at his own cost. Non destructive testing is fully optional and
at the discretion of the Contractor.
3.In such cases the Engineer-in-Charge shall inform the Contractor sufficiently in advance in
writing along with the reasons for carrying out the load test, during execution of work or during
maintenance period of the Contract.
4.The load test will have to be carried out as per the provisions contained in IS:456-2000.
5.If the load test results do not meet the requirements as stipulated in relevant l.S. code the
structure shall be deemed to be unacceptable.
43. SPECIAL CONDITIONS :-
43.1 The Contractors should ensure that all safety precautions are observed by their labours, working
closed to the State Highway and while closing the state Highway precautions are taken including
insurance etc.for their labour at the cost of the contractor etc. if any accident occur to the
labouretc, no claim in this regard on whatsoever account shall be entertained and the decision of
the Municipal Council will be final and conclusive.
43.2 During the execution if there is any change in:
(i) Span Arrangement.
(ii) Height of substructure and superstructure above ground level.
(iii) Change in the depth of foundation, tendered rate for respective items will hold good and no
extra claims shall be entertained on this account.

Contractor No of Correction Chief Officer 56


43.3 Contractor shall observe the rules and regulations empowered by traffic police for smooth flow
of traffic on the diversion road and shall not be entitled for claim any compensation arising
thereof.
44. DEFINITIONS:- Unless included by or repugnant to the contents
(a) Government: The expression “Government” as used in the tender documents shall mean the
Municipal Council TalegaonDabhade.
(b) Chief Officer: The expression ‘The Chief Officer’as used in the tender papers shall mean Chief
Officer.MunicipalCouncil TalegaonDabhade.
(c) Chief Officer: The expression ‘Chief Officer’ as used in the tender papers shall mean the officer
of Chief Officer’s ranks (by whatever designation he may be known) under whose control the
work lies for the time being.
(d) Engineer-in-charge: The expression Engineer or Engineer-in-charge as used in the tender paper
shall mean the Municipal Engineer or other Engineer-in-charge of the work.
(e) Contractor: The expression ‘Contractor’ as used in the tender papers shall mean the successful
tenderer that is the tenderer whose tender has been accepted and who has been authorised to
proceed with the work.
(f) Contract: The expression ‘Contract’ as used in the tender papers shall mean the deed of contract
together with all its original accompaniments and those later incorporated in it by mutual
consent.
(g) Plant: The expression ‘Plant’ as used in the tender papers shall mean every temporary accessory
necessary or considered necessary by the Engineer to execute, construct, complete and maintain
the work and all altered, modified, substituted and additional works ordered in the time and the
manner herein provided and all temporary materials and special and other articles and appliance
of every sort kind and description whatsoever intended or used therefore.
45. MIX DESIGN :
45.1 The following instructions shall be followed as regards preliminary design of mix and methods
of batching of plain cement concrete and reinforced cement concrete. These instructions should
be treated as supplementary to the relevant provision in the specifications for the respective items
contained in the book of standard specifications and will override the provisions contained
therein wherever they are contrary to the following instructions.
The preliminary mix design and batching for various grades of concrete shall be governed by the
following guidelines.
Concrete Grade Guidelines
1) Upto M-15: This should only be ordinary concrete. No change may be prescribed in
the present practice as regards preliminary design of mix and
permitting volume batching. Only cement to weight batched
2) M-25& above : Preliminary mix design must be prepared for such mixes Weight
batching shall be insisted for cement fine aggregate and course
aggregate
45.2 For the grades of concrete M-25 and above the preliminary mix design shall be carried out from
the approved laboratory.
(1) The charges for preliminary design, of concrete mix shall be entirely borne by the contractor.
(2) For grades of concrete M-25 and above where cement is to be used by weight, the cost of extra
cement required to make-up the under-weight bags shall be borne by the contractor.
(3) For the items of concrete of grades lower than M-25 and other items in the agreement, where
cement is not to be used by weighment, the cement bags as receivedfrom the manufacturerand
supplied to the contractor under Schedule ‘A’ shall contain cement of 50 Kg. net weight.
45.3 The admixtures such as plasticizers/super plasticizers for concrete grade M-25 and above shall be
used as directed by Engineer in charge depending upon specific requirements.No extra payments
on this account will be admissible.

Contractor No of Correction Chief Officer 57


CONDITIONS FOR THE MATERIALS TO BE PROCURED BY THE CONTRACTOR
1. Cement :
Only Ordinary Portland cement 43 grade conforming to the I.S.: 8112 shall be permissible for the
work. Independent testing of cement used shall be done by the contractor at site and in the
laboratory approved by the Engineer-in-charge before use. Any cement with lower qualitythan
that shown in the manufactures certificate shall be debarred from use. In case of finallyground
cement or imported cement, the Engineer-in-charge may direct the contractor to satisfy him as to
the acceptability of such cement, especially with regard to creep and shrinkage effect. Any
consignment or part of a consignment of cement, which has deteriorated in any way, shall not be
used in the works and shall be removed from the site by the contractor without charge to the
employer. Cement shall be transported, handled and stored on the site in such a manner as to
avoid deterioration and contamination. Each consignment shall be stored separately so that it
may be readily identified and inspected and cement shall be used in the sequence in which is
delivered at site.
The contractor shall prepare and maintain proper records on site in respect of the delivery,
handling storage and use of cement and these records shall be available for inspection by the
Engineer-in-charge at all times.
2. Mild Steel /T.M.T Steel
T.M.T steel shall comply with IS: 1786 and “Mild Steel” bars shall comply with IS: 432.
All reinforcement shall be free from rust loose mill scale or coats of Oil, Paints etc. which may
destroy bond and protected by anti corrosive treatment before placing in position for concreting.
The agency should use the steel manufactured by the Main Producers only. No re-rolled steel
shall be incorporated in the work.
3. Bulk / Packed Bitumen
(1) 60/70, grade bitumen as specified in respective items shall be used.
(2) Bitumen brought on site confirm to the requirement of the pertinent grade in I.S. 73 - 1992.(With
latest Amendments)
(3) Testing has to be arranged by the contractor from recognised laboratory at his own cost for all
tests mentioned in I.S. 73 - 1992. (With latest Amendments)
(4) The material brought by the agency will be open to check by Executive Engineer-in-charge or his
representative at all times. The agency should draw the D.D. on the refinery on account of
Engineer-in-charge He should submit bill from the refinery itself only. No. other bill than
refinery unit will be accepted by department and no claim of contractor will be admissible. For
other activities, like storage, weighments, specification number RD 42, Page 216 referred.
Contractor has to arrange static tanks for storage of bulk bitumen. If it is decided to procure bulk
bitumen contractor shall intimate Engineer in charge well in advance. Consignment will not be
allowed to unload until its weight is checked on WeighBridge by department persons. Bitumen
shall be procured from Govt. Refinery only.
4. Rejection of Materials not conforming to specification :
Any Stock or batch of material(s) of which sample(s) does not confirm to the prescribed test and
quality, shall be rejected by the Engineer-in-charge or his representative and such materials shall
be removed from site by the contractor at his own cost. Such rejected materials shall not be made
acceptable by any modifications.
Materials not corresponding in character and quality with approved samples will be rejected by
the Engineer-in-charge or his representative and shall be removed from the site at the end of
working season will not be allowed to use for any component of work in the next seasons.

ADDITIONAL CONDITIONS FOR CEMENT, STEEL, BITUMEN BROUGHT BY THE


CONTRACTOR.
Contractor No of Correction Chief Officer 58
1) All the materials required for construction of work shall be arranged by the contractor at his own
cost. The samples of material to be procured shall be got approved by the Engineer-in-charge and
material as per approved samples shall only be procured.
2) The contractor shall submit periodically as well as on completion of work, an account of all
materials brought by him in a manner as directed by Engineer-in-charge. The contractor shall
also furnish monthly account of materials; a separate register shall be maintained on site for
recording daily item wise receipt and consumption of Cement, Steel and Asphalt used by him,
also item wise consumption of other materials used. This register shall be signed daily by the
contractor or his representative and representative of Engineer-in-charge.
3) All the materials required for the work shall be brought by the contractor at his own cost. In each
case, certificate for its quality and quantity shall be produced by the contractor at his own cost
and the test results of samples shall be supplied to the Department. The material not confirming
to the required standard shall be removed at once from the site of the work by the Contractor at
his own cost.
4) Testing of all construction material shall be carried out as per required frequency and
specifications.
5) All the testing charges for mix design etc. if necessary on construction work shall be borne by the
contractor.
6) The contractor shall construct shed / sheds as per direction of the Engineer-in-charge of the work
for storing the materials brought at site. The material shall be taken out for use in the presence of
the departmental representative only.
7) The contractor shall make his own arrangement for the safe custody of the materials which are
brought for construction of work.
8) The contractor shall not transfer any material once brought at work site without prior written
permission from Engineer-in-charge and for bonafied reasons only.
9) In case the materials brought by the contractor become surplus owing to the change in the design
of the work, the materials should be taken back by the contractor at his own cost after prior
permission of the Engineer-in-charge.
10) The charge for conveyance of materials from the place of delivery to the site of work and the
actual sport on work site shall be entirely borne by the contractor. No claims on his account shall
be entertained.
11) The contractor shall furnish the account of cement, steel, asphalt brought by him at each time
before placing orders for further supply. Also the same should submit on completion of the work,
final account of the materials used by him to the Department. This account will be scrutinised by
the Engineer-in-charge.
12) All empty cement bags or empty asphalt drums shall be the property of contractor and the same
shall be removed immediately after completion of work.
13) The contractor shall procure the pipes if required for this work of ISI mark. only. Proof of
purchasing of pipe should be submitted.
14) Agency shall (ensure that the laying temperature of hot mix material shall be as specified and
accordingly he shall make arrangements for preventing loss of emperature of hot mix material
during transit from location of drum mix plant to work site.

Contractor No of Correction Chief Officer 59


ADDITIONAL CONDITIONS FOR SUPPLY OF BITUMEN.
1) The contractor shall use Bulk Bitumen, VG -30 ( 60/70 ) and VG 10(80/100) grade received from
the Refinery at Mumbai for the Hot mix treatment only. Bulk Asphalt received as above will be
entirely consumed at Hot mix plant site.
2) Conveyance charges of Bulk Bitumen, VG -30 (60/70) and VG 10(80/100) grade (including
loading / unloading etc.) from Refinery at Mumbai to the hot mix plant site will be borne by the
Contractor.
3) The Contractor should be aware that delay may occur in getting the bulk asphalt to be supplied at
the refinery. They are, therefore, advised to indent for their requirement, sufficiently in advance
allow for the period usually taken for supplying Bulk Bitumen.
4) The contractor shall submit periodically as well as on completion of work, on account of all the
material issued to him in a manner as instructed by the Engineer-in-charge. In addition, a
separate register shall be maintained on site for recording daily item wise asphalt consumption of
the work (Giving details of quantities of items of executed and asphalt required for each of them)
as directed and shall be signed daily by the contractor or his representative, and got signed daily
from the representative of the Engineer-in-charge.
5) The material-asphalt shall be made available on working days only during working hours. Bulk
Asphalt will be delivered as per the rules of the concerned refinery. The contractors are expected to
know all the rules and regulations framed by the refineries in this behalf.
6) Asphalt shall be obtained specified in Schedule ‘A’ only Materials from other source in lieu of
the materials in Schedule ‘A’shall not be allowed except under written permission of the
Executive Engineer.
7) Government does not undertake to take from the contractors whether before or after completion
of determination of the contract, surplus material which were originally issued to them and
charged to their accounts. Such material however, remains the property of the Department and
can be taken over by the Department, if required for use on other works in progress only specials
arrangement and the prevailing market rate or the rates stipulated in Schedule ‘A’ excluding the
element of storage charges of the issue rate of Division excluding the element of storage charges
which is lowest.
8) The Contractor shall furnish unstamped receipted of the materials issued under Schedule ‘A’ on
the spot in addition to the joint signature on such challans, charts, registers, as may be prescribed
by the Engineer-in-charge.
9) In the event of the material issued to the contractor by the Department becoming surplus, to the
requirement of works and not returned to the Department (inspite of instructions to return the
surplus materials from the Department) recovery at penal rate i.e. the double the rate stipulated in
Schedule ‘A’ shall be made from the contractor.
10) Delay in supply of material included in schedule ‘A’ shall not entitle the contractor to claim any
compensation. The contractor will however, will be eligible fir extension of time limit on this
account.
11) In the event of Asphalt consumed being more than the quantity required as per specifications,
recovery at penal rate i.e. double the rate stipulated in Schedule ‘A’ will be made from the
Contractor for the excess quantity of Asphalt consumed.
12) The Contractor should note that the bouzars when received from Mumbai are always unloaded at
the plant in the presence of the Jr. Engineer / other representative of the Deptt. during 8.00 A.M. to
6.00 P.M. only. He should arrange to give advance intimation in this behalf to Engineer-in-charge
so the arrangement to depute the Jr.Engr. / Representative at the plant site can be made.
13) Since the work lies in busy area the contractor shall have to make adequate arrangement for
regulating the traffic by providing barricading whenever necessary and by displaying adequate
number of requisite sign, an caution board etc. The work shall have to the planned properly to
avoid any inconvenience to the traffic.
15) A register shall be maintained on site regarding daily item wise bitumen consumption of the
works (giving details of each item) as directed and shall be signed daily by the contractor or his
representative and got signed daily from the representative of the Engineer-in-charge.
16) Contractor Should Submitted Voucher of Purchasing Asphalt.

Contractor No of Correction Chief Officer 60


FORM – 1
LIST OF MACHINERY AVAILABLE WITH TENDERER WHICH WILL BE USED ON THIS WORK

NAME OF TENDERER :- _______________________________________________________________________________________________


NAME OF WORK :CONSTRUCTION OF VARIOUS CIVIL WORK AT. MUNICIPAL SOLID WASTE
MANAGEMENT SITE TALEGAON DABHADE UNDER THE SWACHHA BHARAT ABHIYAN
(URBAN)2.0

Sr. Name of Equipment No. of Kind of Capacity Age of Present Present location with Whether machinery Remarks
No. Unit Make machinery Conditions name & address of is hypothecated to
organisation where any division / Bank
machinery under use or other institution
at present etc.
1 2 3 4 5 6 7 8 9 10

Notes :- The above machineries are readily available with me / us for use on this work
Contractors :- ___________________________________________________
Name :- ___________________________________________________
Address :- ___________________________________________________

Contractor No of Correction Chief Officer 61


FORM – 2
LIST OF TECHNICAL PERSONNEL OF THE TENDERER LIKELY TO BE APPOINTED ON THIS WORK

NAME OF TENDERER :- _______________________________________________________________________________________________

NAME OF WORK : CONSTRUCTION OF VARIOUS CIVIL WORK AT. MUNICIPAL SOLID WASTE
MANAGEMENT SITE TALEGAON DABHADE UNDER THE SWACHHA BHARAT ABHIYAN (URBAN)2.0

Sr. No. Designation Name Qualification Professional Experience of Remarks


work carried out
1 2 3 4 5 6

Contractors :- ___________________________________________________
Name :- ___________________________________________________
Address :- ___________________________________________________

Contractor No of Correction Chief Officer 62


FORM-III
DETAILS OF WORKS TENDERED FOR IN HAND AS ON THE DATE OF SUBMISSION OF THE THIS TENDER

NAME OF TENDERER :- _______________________________________________________________________________________________

NAME OF WORK : CONSTRUCTION OF VARIOUS CIVIL WORK AT. MUNICIPAL SOLID WASTE
MANAGEMENT SITE TALEGAON DABHADE UNDER THE SWACHHA BHARAT ABHIYAN (URBAN)2.0

Sr. Name of Work Name & address of Place and Works in hand Works tendered for Remarks
No. organisation for whom country Tendered cost Cost of Anticipated Estimated Date when Stipulated
the work was done remaining work date of cost decision is date or period
completion expected of completion

1 2 3 4 5 6 7 8 9 10 11

Contractors :- ___________________________________________________
Name :- ___________________________________________________
Address :- ___________________________________________________

Certificates from Heads of officers under whom the work are in progress should be enclose

Contractor No of Correction Chief Officer 63


ANNEXURE – X
QUALITY CONTROL TESTS & THEIR FREQUENCIES.
Sr. Material Test Frequency of Testing Remarks.
No.
1 Sand i)Fineness Modules At the beginning & if there is
ii)Silt Content change in source.
2 Metal i) Crushing Value One test per 200 cum or PWD hand book
ii) Impact Value
partthereof. I.S.2386 Part-IV
iii) Abrasion value
iv) Water Absorption
v) Flakiness Index
vi) Stripping value
vii) Gradation
3 Cement Comp. Strength Upto 5 cum - 1 set M.O.RT H.
Concrete 6 - 15 - 2 sets specification 1716
16 – 30 - 3 sets (Fourth revision 01 )
31 – 50 - 4 sets
51 & Above - 4 sets +
1 additional set for each 50
cum or part thereof.
4 Cement i) Comp. Strength One test for each consignment I.S. 8112 -1989
ii) Initial setting time of 50 MT (12600 bags) or
iii) Final setting time part thereof.
iv) Specific Gravity
v) Soundness
vi) Fineness
5 Steel i)Weight per meter One test for every 5.0 METRIC I.S. 432
ii) Ultimate Tensile TONNE or part thereof for each IS 1786-1985
stress diameter.
iii) Yield stress
iv) Elongation
6 Granular Sub i)Gradation One test per 200 cum. M.ORTH.specification
Base ii) Aturberg limits One test per 200 cum. Table 900-3
iii) Moisture content One test per 250 cum. .(fourth revision 01 )
prior to compaction.
iv) Density and One test per 12600 cum
compacted layer
7 Water bound i) Aggregate Impact value One test per 200 cum. MORTH
macadam ii) Gradation specification Table
iii) Flakiness Index One test per 100 cum. 900-3.
&ElongationIndex. One test per 200 cum. .(fourth revision 01 )

iv) Atterberg limits of


binding material.
v) Atterberg limits of 1 test per 25 cum of binding
portion of aggregates material.
passing 425 Micron. One test per 100 cum. of
aggregate
8 Prime coat / i)Quality of binder No. of samples per lot and tests MORTH

Contractor No of Correction Chief Officer 64


Sr. Material Test Frequency of Testing Remarks.
No.
tack coat / ii) Binder Temperature as per I.S. 73, I.S. 217 and I.S. specification Table
Fog spray iii) Rate of spread of 8887 as applicable. 9004.
binder At regular close intervals, 1 .(fourth revision 01 )
test per 12600Sqm and not less
than two tests per day.
9. Seal coat / i)Quality of binder Same as mentioned under MORTH
surface Sr.No.8 specification Table
dressing. ii) Impact value / Los 1 test per 50 cum of aggregate 9004.
Angles Abrasion value. .(fourth revision 01 )
iii) Flakiness & 1 test per 50 cum.
elongation index
iv) Stripping value of Initially 1 set of 3
aggr. . . (Immersion representative specimen for
tray test) v) each source of
Water absorption supply.subsquently when
warrented by change in the
quality of aggregates
vi)Water sensitivity of 1 test per 25 cum
mix (if required) Initially one determination by
vii)Gradation each method for each source of
viii) Soundness supply, then as warranted by
change in the quality of
aggregate
9 Seal coat / ix) Temp. of binder At regular close intervals, MORTH
cont surface specification Table
-- dressing. x)Rate of spread of 1 test per 12600Sqm and not 9004.
materials less than 2 tests per day. .(fourth revision 01 )

When gravel issued.


xi) Percentage of One test per 50 cum.
fractured faces.
10 Open graded i) Quality of binder Same as per Sr.No. 8 MORTH
premix ii) Impact / Abrasion value Same as per Sr.No. 9 specification Table
surfacing / iii) Flakiness & elongation 900-4.
close graded index -----do----- .(fourth revision 01
iv) Stripping value
premix -----do-----
v) Water absorption
surfacing. vi) Gradation ----do-----
vii) Water sensitivity of -----do-----
mix -----do-----
viii) Soundness -----do-----
ix) Temp binder
x)Binder content -----do-----
At regular close intervals.
1 test per 12600Sqm& not
less than 2 tests per day.
xi)Rate of spread of mixed
material
Regular control through checks
of layer thickness.
xii) Percentage of fractured
faces. Same as per Sr.No.9
11 Bituminous i) Quality of binder Same as per Sr.No.8 Same MORTH
Contractor No of Correction Chief Officer 65
Sr. Material Test Frequency of Testing Remarks.
No.
Macadam ii) Impact / Abrasion as per Sr.No.9 specification Table
value 9004.
iii) Flakiness & -----do----- .(fourth revision 01
elongation index
iv) Stripping value ---do-----
v) Water sensitivity of -----do-----
mix -
vi) Water absorption ----do-----
vii) Soundness -----do-----
viii) Percentage of -----do-----
fractural faces.
ix) Gradation xi)tests per day per plant both
on individual constituents &
mixed aggregates from dryer.
Periodic subject to minimum of
xi)Binder content &aggrt. 2 tests per day plant.
Grading. At regular close intervals. .
xi)
Control of temp of binder .
& aggregates for mixing
& of the mix at the time
of laying & rolling. Regular control through check
xii) Rate of spread of of layer thickness
mixed material one test per 250 cum
xiii) Density of
compacted layer

Contractor No of Correction Chief Officer 66


DECLARATION

I/ we hereby declare that I/we have made myself/our selves thoroughly conversant with the
local conditions regarding all materials such as stones,murum,sandetc. and labour on which I/we
have based my /our rates for this Work.The specification, lead& lift for this work have been carefully
studied and understood by me before submitting the tender.I/we undertake to use only the best
material approved by the Engineer- in- charge or his duly representative before starting the work and
to abide by his decision.
I/We shall maintain /rectify the entire work as per as per standard specification of P.W.D
(Red Book ) and M.O.R.T. and H.specification as soon as damage occurs up to the expiry defect
liability period without putting forth any reasons.

I hereby undertake to pay the labourers engaged on the work as per Maharashtra Contract
Labour (Regulation and Abolition rule 1971) or at the rate revised by the Competent Authority time
to time applicable to the zone concerned.

CONTRACTOR’S SIGNATURE.

Note:
1. I/We have Seen by PWD. Specification.
2. I/We had gone through the detail specifications included in the tender & fully conversant with the
specifications laid down for concerned items along with IS Code IE Rules 1956 and NEC.
3. I / We agree to carry out the work as per detail specifications.
4. I / We hereby tender for execution of work specified in Schedule-B at ABOVE/BELOW/ AT PAR of the
estimated Rates in Schedule of rates on the work to be carried.

Contractor No of Correction Chief Officer 67

You might also like