0% found this document useful (0 votes)
10 views

Tender Document

The Nagpur Metropolitan Region Development Authority is inviting online tenders for the construction of a WBM road in Nagpur, with an estimated cost of Rs. 3,86,54,825.32 and a completion time of 10 months. Bidders must adhere to specific conditions and submit their tenders through the e-Tendering portal, including a pre-tender conference for clarifications. The document outlines the tendering procedure, requirements for digital certificates, and guidelines for participation in the bidding process.

Uploaded by

anasp1466
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)
10 views

Tender Document

The Nagpur Metropolitan Region Development Authority is inviting online tenders for the construction of a WBM road in Nagpur, with an estimated cost of Rs. 3,86,54,825.32 and a completion time of 10 months. Bidders must adhere to specific conditions and submit their tenders through the e-Tendering portal, including a pre-tender conference for clarifications. The document outlines the tendering procedure, requirements for digital certificates, and guidelines for participation in the bidding process.

Uploaded by

anasp1466
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/ 138

NAGPUR METROPOLITAN REGION DEVELOPMENT

AUTHORITY NAGPUR.

B 1 TENDER DOCUMENTS
PROCUREMENT OF CIVIL WORKS

Name of work: - Construction of WBM road from Kh. No. 147 Mz. Welahari
Outer Ring Road to Kh. No. 176 Mz. Welahari Tah. Nagpur
(Gramin) Dist. Nagpur.
Tender no. :- / Date:-
Agreement no.:- / / 2024-25
Agency :-

Estimated cost put to tender Rs. 3,86,54,825.32/-


Accepted tender cost :-

Time limit :- 10 months


Cost of blank tender form Rs. 10,000/-

Note:- Bidder should read all the conditions of contract before participating in this
bid.
NAGPUR METROPOLITAN REGION DEVELOPMENT
AUTHORITY NAGPUR.
Name of Work :- Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring Road to
Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.

Name of Contractor: -___________________________________________________

Tender No.:-

Date of Receipt of Tender: - As per On line Tender Schedule

No. & Date of Work Order: -______________________________________________

Amount put to Tender: - Rs. 3,86,54,825.32/-

Percentage Quoted: - At ______________ % above / Below (On Abstract ‘A’ Only)

Amount of Contract: - Rs. _______________________________________________

Date of Commencement: -_______________________________________________

Time stipulated for completion of work: -:- 10 Calendar Months from the date of
written order to start work, which will include the monsoon period.

Date of completion as per Agreement: -____________________________________

Actual Date of Completion: -______________________________________________

Reference to sanction of tender: -_________________________________________

Extension of time limit: 1-

2-

3-

Certified that this original Agreement contains: Pages 01 to___________________

Fly Sheets ___________________ Nos.


DETAILS OF WORK

NAME OF WORK:- Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring
Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.

Estimated Cost put to tender :- Rs. 3,86,54,825.32/-

Earnest Money (Deposit) :- Rs. 1,93,300.00


EMD should be paid online as per the process available online on
ww.mahatenders.gov.in.
Total Security Deposit 1% (One percent) of Contract Amount:-
(0.5% at the time of Agreement and 0.5% from R. A. bills)
TENDER SCHEDULE
Cost of Tender Form
Period for Downloading Tender
Forms
Date of Pre-bid meeting
Last date and time for online bid
preparation and hash submission

Date and time for online bid data As per Tender Notice/-
decryption and re-encryption
(technical
Receipt of bid security/EMD
Place, Date and Time of opening of
Technical Bids

Place, Date and Time of opening of


Commercial Bids (Envelope No. II)
Registration class of Contractor N.A

TO BE FILLED BY THE CONTRACTOR


I/We have quoted my/our offer in percentage rate in words as well as in figures. I / We
Further undertake to enter into contract in regular “B-1” form in Nagpur Metropolitan
Region Development Authority, Nagpur.

Name and signature of Contractor/Power of Attorney holder


With complete address.
NAGPUR METROPOLITAN REGION DEVELOPMENT
AUTHORITY NAGPUR.
DETAILED TENDER NOTICE

On-line Sealed e-Tenders for work of Construction of WBM road from Kh. No. 147
Mz. Welahari Outer Ring Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.
In B-1 Form are invited by the Superintending Engineer, Nagpur Metropolitan Region
Development Authority, Nagpur from Non- Registered or Registered contractors with N.I.T. /
NMRDA/P.W.D. / N.M.C. or other Govt. Deptt. or Reputed Agency as per eligibility criteria for the
work, estimated to cost noted against the work. The technical bid of tenders which
would be submitted online on www.mahatenders.gov.in will be received as per
schedule in the Tender Notice advertised by the office of the Superintending
Engineer, NMRDA and will be opened as per schedule in the Tender Notice as well
as online schedule at www.mahatenders.gov.in, if possible in the presence of tenderer
or their authorised agents who may choose to be present.
All the online e-tenders will be seen on www.mahatenders.gov.in.
TENDERING PROCEDURE: -

1.1 Blank Tender Forms:-


Tender Forms can be downloaded /purchased from the e-Tendering Portal of
Government of Maharashtra i.e. www.mahatenders.gov.in.

1.2 PRE-TENDER CONFERENCE: -


1.2.1 A Pre-Tender Conference open to all prospective tenderers will be held as per
the schedule given online in the office of the Superintending Engineer,
NMRDA wherein respective tenderers will have an opportunity to obtain
clarifications regarding the work and the tender conditions.
1.2.2 The prospective tenderers are free to ask for any additional information or
clarification either in writing or orally concerning the work, and the reply to
the same will be given by the Superintending Engineer in writing and this
clarification referred to as Common Set of Conditions / Deviations (C.S.D.) and
shall form part of tender documents and which will also be common and
applicable to all tenderers. The point / points if any raised in writing and/or
verbally by the contractor in pre-tender conference and not finding place in
C.S.D. issued after the pre-bid conference, is/are deemed rejected. In such case
the provision of NMRDA shall prevail. No individual correspondence will be
made thereafter with the contractor in this regard.

1.2.3 The tender submitted by the tenderer shall be based on the clarification,
additional facility offered (if any) by the Superintending Engineer, and this
tender shall be unconditional. Conditional tenders shall be summarily
REJECTED.
1.2.4 All tenderers are cautioned that the tenders containing any deviation, from the
contractual terms and conditions, specifications or other requirements and
conditional tenders will be 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.

1.2.5 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.in and follow the
procedure mentioned in the document ‘Procedure for application of Digital
Certificate’.

1.2.6 The Tenderers have to make a payment of Rs Nil online as service charges for
the use of Electronic Tendering during Online Bid Data Decryption and Re-
encryption stage of the Tender.

1.2.7 For any assistance on the use of Electronic Tendering System, the Users may
call the contact numbers available online or at tender notice.

1.2.8 Tenderers should install the Mandatory Components available on the Home
Page ofwww.mahatenders.gov.in under 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.


of Maharashtra i.e. 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 Superintending


Engineer, NMRDA, Nagpur processed using the Electronic Tendering System
shall be required to enrol 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 Superintending Engineer,
NMRDA, Nagpur in an appropriate class of registration. The empanelment will
have to be approved by the respective officer from Superintending Engineer,
NMRDA, Nagpur 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 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.

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


by Superintending Engineer, NMRDA, Nagpur:

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 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 .rar format only 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 Superintending Engineer, NMRDA, Nagpur 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 Superintending
Engineer, NMRDA,Nagpur on the home page of e-Tendering Portal on
www.mahatenders.gov.in under the section Recent Online Tender.

3. Download of Tender Documents:


The Pre-qualification/Main Bidding Documents are available for free
downloading.

4. Online Bid Preparation and Submission of Bid Hash (Seal) of Bids:

Submission of Bids will be preceded by online bid preparation and


submission of the digitally signed Bid Hashes (Seals) within the Tender
Time Schedule (Key Dates) published in the Detailed Notice Inviting
Tender. The Bid Data is to be prepared in the templates provided by the
Tendering Authority of Superintending Engineer, NMRDA, Nagpur. 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 and Hash 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):

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 Superintending Engineer, NMRDA Nagpur
shall 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 Superintending Engineer, NMRDA, Nagpur has 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. Short listing 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.

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.

10. Bidder should read all the conditions of contract before participating in the
bid.

1.4 ENVELOPE No. 1: (Documents required) (TECHNICAL BID)

The first envelope “Envelope No. 1” shall contain the following documents:

1.4.1 Scanned copy of original valid certificate as a Registered Contractor with


N.I.T., NMRDA., or as mentioned in tender notice in appropriate class for
works up to 150.00 Lacs. For Works more than Rs.150.00 Lacs, Registration
of Contractor is not mandatory for Participation in bid.

1.4.2 GST Registration certificate.

1.4.3 Scanned copy of Latest Professional Tax Registration / clearance Certificate


in form PTR / PTE up to 31.03.2025.

1.4.4 Copy of Income tax Return for financial year 2023-2024, 2022-23, 2021-22,.

1.4.5 The Earnest Money Deposit shall be paid online using EFT/RTGS/Payment
gateway mode. EMD amount should be paid from bidders account only. If
found that EMD is paid from others account, then offer i.e.
Commercial/Financial Envelop will not be opened.
1.4.6 Scanned copy of Work done Certificate signed by not below the rank of
Executive Engineer as per requirement of the respective work.

1.4.7 Scanned copy of Maximum Annual financial year turnover during any of
the last five financial years of amount as per requirement of the respective
work. This certificate shall be issued by the Chartered Accountant only.

1.4.8 Scanned copy of Details of work of similar type and magnitude with
supporting certificates (Information to be given in Performa of Form No. A

1.4.9 Scanned copy of original list of works in hand and works tendered along
with supporting certificates (Information to be given in Performa of Form
No. B

1.4.10 Scanned from original list plants and Machinery if necessary, as per work
(Information to be given in Performa of Form No. C

1.4.11 Scanned from original List of Technical Persons employed (Information to


be given in Performa of Form No. D

1.4.12 The contractor shall submit an affidavit in original (as per format given in
Annexure) regarding completeness, correctness and truthfulness through
online in Technical Bid. The bids received without submission of affidavit
in online technical bid will not be considered. An affidavit shall be
compulsorily notary registered or sworn before the magistrate. Affidavit
not confirming to these conditions will not be accepted and Envelope No.2
will not be opened.

1.4.13 Bid Capacity Evaluation as per requirement of the respective work.

1.4.14 Blank Tender Copy issued and digitally signed by the Department

Note: All the documents from Sr. No. 1.4.1 to 1.4.14 shall be correctly and
completely submitted by contractor online; otherwise his Envelope No.2 will not be
opened.

2.00 QUALIFICATION CRITERIA

The Bidder shall meet the following minimum criteria


(a) Maximum annual financial turnover on construction works should not be less
than Rs 332.00 lakhs during any one of the last Five financial years prior to
current year and current years. The turnover should be of the Bidding Company
and not for Group Company or subsidiary company etc.
For (a), bidder should submit certificate from Chartered Accountant clearly
mentioning the qualifying figures.
(b) Three Completed work of similar nature in Govt./Semi Govt. Bodies costing not
less than the amount equal to Rs. 147.00 Lakhs during Five financial years prior to
current year and current year.

OR
Two Completed work of similar nature in Govt./Semi Govt. Bodies costing not less
than the amount equal to Rs. 184.00 Lakhs during Five financial years prior to
current year and current year.
OR
One Completed work of similar nature in Govt./Semi Govt. Bodies costing not less
than the amount equal to Rs. 294.00 Lakhs during Five financial years prior to
current year and current year.

(Similar Works shall mean Construction of WBM Road)

The works may have been executed by the Applicant as prime contractor or as a
member of joint venture or sub-contractor. As sub-contractor, he should have
acquired the experience of execution of all major items of works under the
proposed contract.
In case a project has been executed by a joint venture, weightage towards
experience of the project would be given to each joint venture in proportion to
their participation in the joint venture.

(c) Satisfactorily executed minimum quantities of following items in any continuous


twelve calendar months in last five years prior to current year and current year.

Sr.
Item of work Quantity Unit
No.
1 GSB 1216.00 Cum
2 WBM Grading -I 777.00 Cum
3 WBM Grading -II 777.00 Cum
4 Murum 2493.00 Cum

For (b),and(C) ,certificates are required to be obtained from the officer not
below the rank of Executive Engineer (Work Carried out in Govt. / Semi Govt.
Bodies such as MHADA, MSEB, MIDC, CIDCO) or equivalent competent
authority in case of local bodies. In case of other than Govt./ Semi Govt.
/PSUs / Autonomous Bodies etc., certificates are required to be obtained from
Director / CEO / or Officer in Charge of Project or equivalent. For other than
the work of Govt/Semi Govt bodies satisfactorily executed minimum
quantities & amount above shall be double.
B. The bidder should not have been blacklisted or debarred from tendering process by
any State /Central Department/PSU in last five years. The bidder shall submit an
oath on company letterhead that the Bidder/or any member of Consortium has not
been blacklisted or debarred from tendering process. In case, if the above
document is found false, the employer will have right to reject the tender, and
blacklist the company for all future jobs in Maharashtra.
C. The Bidder undergoing Corporate Debt Restructuring is not eligible to participate
in this tender. To substantiate this Bidder shall submit Certificate signed by
Company Auditor
Bid Capacity :

Bid Capacity Clause : As per Govt. of Maharashtra, PWD Circular CAT2019 /


Pra.Kra.120 / Bldg-2, Mantralaya, Mumbai, Dated : 12 th May 2022
Bidders who meet the minimum qualification criteria will be qualified
only if their available bid capacity is more than the total bid value. The
available bid capacity will be calculated as under:

Assessed Available Bid capacity = ( A* N* 2 - B )


Where

A =Maximum value of civil engineering works executed in any one year during
the last five years(Updated to the price level of the year indicated in Appendix)
taking into account the completed as well as works in progress.
N =Number of years prescribed for completion of the works for which bids are
invited
B =Value (updated to the price level of the year indicated in Appendix) of
existing commitments and on-going works to be completed during the next
10 months (period of completion of the works for which bids are invited)

Note: The statements showing the value of existing commitments and on-
going works as well as the stipulated period of completion remaining
for each of the works listed should be countersigned by the Engineer
in charge, not below the rank of an Executive Engineer or equivalent.

(a) Table for updating current cost


The base year shall be taken as 2024-25
Following enhancement factors will be used for the costs of works executed and
the financial figures to a common base value for works completed.
Year before multiplying factor
One 1.10
Two 1.21
Three 1.33
Four 1.46
Five 1.61
Applicant should indicate actual figures of costs and amount for the works
executed by them without accounting for the above mentioned factors.

Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
- made misleading or false representations in the forms, statements and
attachments submitted in proof of the qualification requirements; and/or

- record of poor performance such as abandoning the works, not properly


completing the contract, inordinate delays in completion, litigation history,
or financial failures etc.; and/or

- participated in the previous bidding for the same work and had quoted
unreasonably high bid prices and could not furnish rational justification to
the employer.
QUALIFICATION INFORMATION
The information to be filled in by the bidder in the following pages will be used for
purposes of post qualification as provided for in clause 4 of the Instructions to bidders.
This information will not be incorporated in the contract

1. For Individual Bidders


1.1 Constitution or legal status of Bidder
(Attach Copy)
Place of registration:
Principal place of business:
Power of attorney of signatory of bid
(Attach)

1.2 Total value of civil Engineering

1.3 Construction work performed in the last Five years **

(Rs. in Crore)
2023-2024 -------------
2022-2023 --------------
2021-2022 --------------
2020-2021 -------------
2019-2020 ---------------

1.3.1 Work performed as prime contractor, work performed in the past as a


nominated subcontractor will also be considered provided the Sub-contract
involved execution of all main items of work described in the bid document,
provided further that all other qualification criteria are satisfied (in the same
name) on works of a similar nature over the last five years **
Project Name of Descriptio Contrac Value of Date of Stipulated Actual Remarks
Name the n of work t No. Contract Issue of period of date explaining
Employer (Rs. work completio of reasons for
* Crore) order n completio delay &
n work
* completed

Attach certificate(s) from the Engineer(s)-in-charge. * Immediately preceding the


financial year in which bid are received.

1.4 Information on Bid capacity (works for which bids have been
submitted and works which are yet to be completed) as on the date of this bid.
(A) Existing commitments and on-going works :

Descript place & Contract Name & Value of stipulated Value of Anticipate
ion of State No. Address Contract period of works* date of
work employer (Rs. Cr.) completio remaining completion
n to be .
completed
(Rs. Cr.)
1 2 3 4 5 6 7 8

Attach certificate(s) from the Engineer(s)-in-charge.

(B) Works for which bids already submitted:


Descripti Place & Name & Estimated Stipulate Date when Remarks,
of State Address of works period of decision is if any
Employe (Rs Cr) completion expected
1 2 r3 4 5 6 7

(C) List of Key Plant &Equipment deployed on Contract Work

Maximum
age as on Number
Sr. No. Type of Equipment
01.10.2024 Required
(Years)
1. Vibratory Roller 10 Tonnes Capacity 12 1
(Owned/Hired)
2. Grader (Owned/Hired) 12 1
3. Excavator (Owned/Hired) 12 1
Note:
1. The bidder shall submit documentary evidence of ownership/hire
agreement/purchase of above machineries.
2. Allowable life of machinery to be used on works –
(a) The life of new machinery will be considered as 12 years.
(b) The bidder shall submit documentary evidence of ownership or affidavit to
purchase/hire of above machineries.
(c) There will be no need of checking by SE (Mechanical)/ Assistant Chief
Engineer ((Mechanical)for first 6 years Except hot mix /Batch Mix Plant
(d) After 6th year, the machinery shall be checked and certified for its fitness by
SE Mechanical / ACE (Mechanical) every 3rd year till the 15th year.
After the 15th year, the contractor will get machinery certified every year from
SE/ACE (Mechanical) and produce the certificate of fitness. The certificate
will be required for machinery where it is necessary and not issued by RTO.
Lowest bidder shall submit such certificate of fitness by SE / ACE
(Mechanical) within one month of opening of financial bid.
(D) List of Key Personnel to be deployed on Contract.

No. of
Sr. No Personnel Qualification
Personnel

B.E Civil / Diploma (Civil ) With


1 Site Engineer minimum 5 years experience in Bridge 1 No.
construction work

B.E Civil / Diploma (Civil) With


1 No.
2 QC Engineer minimum 5 years experience in Building
construction work
B.E Civil / Diploma (Civil ) With
Site Supervisor
3 minimum 3 years experience in road 1 No.
(Daily)(Civil)
construction work
Total 3 Nos

1. Bidder shall submit the name and C.V.s of above Personnel in envelope no 1. If CV
doesn’t fulfill the requirement of qualification mentioned above, Envelope 2 shall not
be opened.

2. For the absence of Key personnel mentioned in the tender at site due to some
genuine reason, personnel mentioned above shall seek the prior written permission
from Sub Divisional Engineer In charge of the Project.

3. For any Change in Personnel, contractor shall obtain prior written approval from
Engineer In charge to replace the personnel with personnel of equal or more
qualification.

4. If contractor fails to appoint any of the staff mentioned above at site, amount shown
below shall be recoverable from the contactor’s bill
Sr. Amount recoverable on account of non
Personnel
NO availability of person

1. Site Engineer Rs. 40,000/- Per Month


2 QC Engineer Rs. 40,000/- Per Month
3 Site Supervisor (Civil) Rs. 25,000/- Per Month

Special Clauses:
1. Tender Percentage for Royalty, Testing charges and Man power
The Schedule "B"/BOQ amount is divided as(A) work Portion and (B), Royalty
charges, Testing charges and Man power for Dept
For B-1 tender the Percentage shall be applied to work portion. (A) only.
For B-2 tender the Rate of item shall be applied to work portion. (A) only.
In above both case the part "B" of schedule B/BOQ will be intact.
2. Work Insurance policy:
The contractor shall produce the work insurance policy, the same will be
reimbursed to the contractor. If contractor fails to produce the work insurance
policy, Concerned Executive Engineer shall draw the policy, the expenditure
incurred for drawing the policy shall be recovered from the 1st R.A. bill of the
contractor as penalty to the Contractor.
If completion period of work is Extended, then period of work Insurance
must be renewed/ extended as per requirement
3. Mandatory Testing of Material and Penalty Clause:
It is mandatory on the part of contractor to carry out all the required tests of
various construction materials as mentioned in schedule 'B' of the tender. If the
contractor fails to submit required test result of the various construction
materials as mentioned in the items of schedule 'B', he will be liable to deposit
the amount at penal rate of five times of the amount of particular test which he
has not carried out. Contractor will be informed by the Engineer-in-Charge
through letter. On receipt of letter, contractor will have to either deposit the said
amount or to carry out the required test within ten days. If he again fails to carry
out the required tests in stipulated time limit, the said tests will be carried out by
the department and total expenditure incurred on the testing charges plus five
times amount of testing charges will be recovered from the contractor's bill.
As this recovery is only due to the negligence on the part of contractor to carry
out work as per Tender conditions and Executive Engineer's decision will be
final and binding on the contractor and it cannot be challenged by the contractor
by way of Appeal, Arbitration or in the Court of Law.

4. Special Condition: -

4.1 Third Party Technical Audit:


It is the responsibility of the contractor that third party technical audit of the
executed work shall be gets done from V.N.I.T, Nagpur/ Government Engineering
College, Nagpur/ Government Polytechnic, Nagpur. NMRDA will assist to forward
the proposal of third-party technical audit to the respective institution. The liasoning
in this regard shall be done by the contractor. The necessary charges for third party
technical audit shall be borne and paid by the contractor. No claim or delay on this
account shall be entertained by NMRDA.
4.2 This tender is invited subject to the availability of funds as per Administrative
Approval to the work. If funds will not made available the tender will be
cancelled at any point of time or the work will be executed limited to the
availability of funds and then the work will be finalized.
4.4 Any claims/ loss of successful bidder due to cancellation of this work will not be
entertained by the NMRDA.
4.5 Implementation of construction and demolition waste management guidelines
for year 2023-24
Applicability and Scope:
Except otherwise expressly provided, this Guideline shall apply to all generators of --
Construction and Demolition waste, within the geographical area vested in the
Corporation from time to time by the Government including all public and private
places irrespective of its use or ownership, ie., dwelling, trading, commercial,
professional, industrial, governmental, semi- governmental, administrative,
educational, religious, recreational, social and all other usages.

Definitions:
(1) 'Construction" means the process of erecting of any infrastructure facility
(Buildings, Roads Bridge, Wells, Roadside Gutter, Septic tank, Telecommunication
Lines/Tower, Electric Poles, Drains etc.) including alteration in these entities.

(ii) "Demolition" means breaking down or tearing down of any infrastructure facility
(Buildings, Roads Bridge, Wells, Roadside Gutter, Septic tank, Telecommunication
Lines/Tower, Electric Poles, Drains etc.) either manually or using mechanical force (by
various equipment) or by implosion using explosives.

(iii) "Construction and demolition waste" means the waste comprising of building
materials, debris and rubble resulting from (1) & (ii) above.

(iv) "Waste generator" means any person or association of persons or institution,


residential and commercial establishments Including Indian Railways, Airport,
Defense, MAHAMETRO, NMRDA, MHADA Establishment etc. who undertakes
construction of or demolition of any civil structure which generate construction and
demolition waste.

(v) "Bulk waste generator" means any person or association of persons or institution,
residential and commercial establishments who undertakes construction or
demolition of any civil structure which generate construction and demolition waste 20
Tons or more in 1 Day or 300 Tons or more per project in a Month.
(vi) "Hazardous Waste" means any waste which by reason of any of its physical,
chemical, reactive, toxic, flammable, explosive or corrosive characteristics causes
danger or likely to cause danger to health or environment, whether alone or when in
contact with other wastes or substances and include the hazardous waste defined in
the hazardous waste defined in the Hazardous and Other Wastes (Management and
Tran boundary Movement) Rules, 2016 or any other amendment thereof.

(vii)Words and expressions used but not defined herein shall have same meaning as
defined in the Environment (Protection) Act.

Process/Procedure to be followed while dealing with C&D Waste:

(1)Every waste generator will bring the C&D waste only at waste processing plant
located at Bhandewadi, Nagpur, either by their own conveyance or by requesting
machinery from Nagpur Municipal Corporation (at Toll Free No.18001233595) by
paying the requisite charges. (i.e. Rs. 344/- per MT+ GST as applicable, With 5.0%
Annual Hike every year on base rate from 1st of April every year.)

(ii)If waste generator intends to transport C&D waste by their own conveyance he will
inform
the municipal corporation, over toll free number with the following information: -
(a) Name and address of waste generator
(b) Vehicle No., Type and approximate quantity of C&D waste.
(c) Approximate time by which vehicle will reach designated C&D waste location site.

Above Information can also be furnished by self-registration at Municipal


Corporation website
www.nmcnagpur.gov.in for which appropriate link will be made available in due
course.

(iii)Municipal Corporation at the designated C&D waste dumpsite will make


arrangements to weight the C&D waste delivered and give a receipt indicating the
quantity of C&D waste received.

(iv) Dumping of C&D waste on road sides, waste dumpsite and any other non-
designated places shall not be permitted. In case of illegal dumping of C&D waste,
transporters/generators will be fined Rs. 5,500/- per vehicle (irrespective of quantity,
even if the vehicle is half filled) for dumping the unprocessed waste in low lying
sites/land-fills or any public place in Nagpur. Rate of Fine shall be increased by Rs.
500 annually from 1st April of every year by NMC. The authority to issue the Challan
will rest with Sanitary Officer/ S.I. of Zone office of NMC / Enforcement Inspectors of
NMC.

Duties of the waste generator (Bulk and Non-Bulk):

(i)Every waste generator (Bulk and Non-Bulk) shall prima-facie be responsible for
collection, segregation (Into five streams such as concrete, bricks & mortar, soil, steel,
wood & plastics) and storage of construction and demolition waste so generated.

(ii) Transportation of C & D waste to assigned site at Bhandewadi.

(iii) Every waste generator (Bulk/Non-Bulk or Private/Public Deptt.) shall reduce


construction and demolition waste preferably up to the size of 1ft. nominal size.
Generator will ensure soll/earth content is not more than 10% in the C&D waste (Else
Operator M/s. Hyderabad C & D Waste Pvt.
Ltd. can reject).

(iv) No hazardous waste coming out of the demolition/construction site shall be mixed
with C&D waste.

Duties of Nagpur Municipal Corporation:

(1)Nagpur Municipal Corporation has developed majór site for storage/stacking &
processing of construction & démolition waste at Bhandewadi. Wherein screening of
C&D waste, crushing of coarse material into different types of aggregates and their
separation by screening and washing. etc. is being carried out to produce following
recycled materials and its by-products:

(a) Washed sand

(b) Filling Sand/Silt

(c) Crushed aggregates: 10 mm, 20 mm, 40 mm, 80 mm (d) PCC products made of
Recycled aggregates (Paver blocks, kerbs, channels, tiles, etc.)

(i) The recycled materials and its by-products will be issued/sold to Public/Govt.
organizations on reasonable rates to promote usage of recycled material by the C&D
waste Operator. Right of selling lies with the Operator M/s. Hyderabad C & D Waste
Pvt. Ltd.

(i)The Municipal Corporation has already set up toll free No. 18001233595. Any waste
generator can avail services by dialing above toll free number.

Levy of Transportation Charges and Implementation of Construction Demolition


Waste Management Rules, 2016:

(1) Transportation should be done by every waste generator/producer by sending the


generated waste to the C&D waste site at Bhandewadi at their own cost or by
requesting the Nagpur Municipal Corporation through Toll Free Number to lift the
construction & demolition waste from their premises (on payment of specified
charges). There will be fixed transportation charges considering Average lead of 10
Kms linear road distance (as per Google Maps) from all corners (l.e. collection point)
of Nagpur City to C&D waste designated site at Bhandewadi. Such charges will be
specified as under by the Nagpur Municipal Corporation.

1. C&D Waste Transportation Charges - Rs. 344/- per MT+ GST as applicable

With 5.0% Annual Hike every year on base rate from 1st of April every year.

(ii) All the Government Departments such as NMC, NIT NMRDA, MHADA,
MAHAMETRO, PWD, CPWD and other Boards/Corporations/undertakings in the city
shall ensure that all contractors and maintenance staff use processed material as well
as its by-products from C&D waste for their. works allotted to contractors by
Including the requisite conditions in the Tender Document. However, in case of non-
availability of processed materials at C&D plant, non-availability certificate will be
obtained before resorting to purchase of material from open market.

(iii)For nearby project sites outside the city limits and within 25 km radius-including
adjoining- areas of nearby corporations, Construction & Demolition waste may be
transported by the generator/producer for processing to C&D Plant at Bhandewadi.
The processing fee will be charged as Rs.234/- per MT+ GST as applicable. It shall be
increased 5% annually on base rate from 1st April of every year.
Right to Interpret:
(i) If any question relating to the Interpretation of these guidelines arises it shall be
referred to the Municipal Commissioner who shall give his/her decision and that
decision shall be final and binding. (ii) No appeal thereto in any court of law is
maintainable.
Appeal:

If any dispute is arising at any time or a person aggrieved have any issue then the
Commissioner, Nagpur Municipal Corporation or any authorized person on his/her
behalf may settle the issue.
1.5 ENVELOPE No. 2 OF TENDER (FINANCIAL BID)
(i) Offer to be submitted online (In Percentage form).
Note: Even though the bidders meet the above qualifying criteria, they are subjected
to be disqualified if they have made misleading or false representation in the forms
statement and attachments submitted as proof of the qualification requirements and
/ or record of post performance such as abandoning the works, not properly
completing the contract, in ordinate delays in completion litigation history or
financial failures etc. At any point of time during tender process, work execution
period, Defect Liability Period, submitted papers/documents/applications including
material purchase vouchers, test reports, bitumen challans, quantity related papers
or any papers of contractor should be true, correct & if the papers submitted by
Contractor is found incorrect, faulty, not true, dubious, bogus, forged etc.then
relevant actions of blacklisting & criminal proceedings as per Indian Penal Code
(IPC) shall beinitiated against Contractor/ JV / Partnership Firms/Private
Ltd./Companies(Bidder). NIT/NMRDA Officers /Engineers / Divisional Account
Officers shall not be held responsible for the papers submitted by the Contractor.
During Technical Opening/Scrutiny of envelop No.1 of tender, if contractor
submits false papers /reports for fulfillment of qualifying criteria, then envelop No.2
of such contractor shall not be opened. Also, such NIT/NMRDA registered
contractor / non registered contractor shall be blacklisted & information of contractor
being blacklisted shall be circulated to all Departments.
After issuance of work order, if it is found that papers submitted / uploaded
are forged, bogus, incorrect, then such contractor shall be blacklisted & Criminal
Proceeding as per IPC shall be initiated. If work is at initial stage, the tender of work
shall be cancelled.
1.6 SUBMISSION OF TENDER: -

Refer to Section ‘Guidelines to Bidders on the operations of Electronic


Tendering System of Govt. of Maharashtra’ for details Submission of hard copy
is a essential. However, hard copies will be opened only if there are problems in
opening/ downloading of tender offers. If the contractor inadvertently or
otherwise does not submit hard copy, then it will not constitute a bar to open his
e-offer. His online tender will be opened by the tender opening authority and
shall be processed. If the contractor’s offer is lowest then it shall be accepted and
his downloaded tender shall be treated as hard copy.
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: - (Technical Documents)
First of all, Envelope No. 1 of the tender will be opened online to verify its
contents as per requirements. If the various documents contained in this
envelope do not meet the requirements of the Department, a note will be
recorded accordingly by the tender opening authority and the said
tenderers Envelope No. 2 will not be considered for further action and the
same will be recorded.
The decision of the tender opening authority in this regard will be final
and binding on the contractors.
(B) ENVELOPE No. 2: (Financial Bid)
This envelope shall be opened online immediately after opening of
Envelope No. 1, only if contents of Envelope No. 1 are found to be
acceptable to the Department. 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.
Offer to be submitted online. The tenderer shall enter his percentage rates
in words and figures "below / above". In case there is a difference between
percentage written in figures and words, the lower offer will be taken as
final.
The contractor shall quote their offer as per details given in the main
tender and also based on the detailed set of conditions issued / Additional
stipulations made by the Department published online by
Superintending Engineer after Pre-Tender Conference. Tenderer should
quote their offer strictly unconditional.

2. EARNEST MONEY DEPOSIT:

(i) Earnest money shall be paid via online using NEFT/RTGS or payment
gateway mode only. After Tender opening, the EMD of the unsuccessful
bidder will be returned to account provided by the bidder during the bid
preparation as given in challan under Beneficiary Account Number.
(ii) Earnest Money in the form of cheques or any other form except above
will not be accepted & the tender shall summarily reject.
(iii) The amount will be automatically refunded to the unsuccessful
tenderers on deciding about the acceptance or otherwise of the tender. In
case of successful tenderer, it will be refunded on his paying initial
Security Deposit and completing the tender documents in form B-1.
(iv) If successful tenderer does not pay the Security Deposit in the
prescribed time limit, and complete the agreement bond, his earnest
money deposit will be forfeited to the NIT/NMRDA
(v) EMD Exemption Certificate will not be accepted. If found so the tender
of such tenderer will be rejected.

3. SECURITY DEPOSIT:
(i) The successful tenderer whose tender is accepted will have to pay 2% of
the contract amount towards the Security Deposit.
(ii) Initial half security deposit i.e. 1% of the contract amount is to be
deposited in cash or bank guarantee (in the form as prescribed by
NIT/NMRDA) from any Nationalized Bank or schedule bank within ten
days (including Government holidays) of the acceptance of the tender.
Initial Security Deposit may be in Bank Guarantee form as per prescribed
format of tender document valid up to Defect Liability Period of the work
and it should be extendable up to expiry of valid extension if any, as
directed by Engineer-in-charge. If the successful bidder does not deposit
this initial security deposit within stipulated time then his earnest money
deposit will be forfeited.
(iii) In addition to the above, an amount equivalent to 1% will be
deducted from the running bills at 1% of value of the gross bill towards
balance security deposit. This is a compulsory deduction.

Refund of Security Deposit as per As per PWD Circular CAT2017/Pra.Kra.8/


Bldg-2 dated 29.01.2019 :
If Defect Liability Period as per Clause 20 is more than 2 (Two) Years,
90% of Security Deposit will be refunded after 2 (two) years from completion
of work and balance 10% of Security Deposit can be replaced with
DD/FDR/BG of any Nationalized Bank validity of BG/FDR must be 1 (one)
month after completion of Defect Liability Period (i.e. the date up to which
contractors has agreed to maintained the work in good order). This balance
10% Security Deposit shall be refunded/ released after completion of Defect
Liability Period prescribed for this contract in accordance with the provisions
in Clause 1 and 20 of the contract (i.e. the date up to which contractors has
agreed to maintained the work in good order) and verification of quality of
work by competent Authority as per PWD G.R. No. Sankirna - 2018/ Pra.Kra.
151 / Bldg-2 dated 14.01.2019.
If Defect Liability Period as per Clause 20 is 2 (Two) Years or less
than 2 (Two) Years, 100% Security Deposit shall be refunded/ released after
completion of Defect Liability Period prescribed for this contract in
accordance with the provisions in Clause 1 and 20 of the contract (i.e. the date
up to which contractors has agreed to maintained the work in good order) and
verification of quality of work by competent Authority as per PWD G.R. No.
Sankirna - 2018/ Pra.Kra. 151 / Bldg-2 dated 14.01.2019.

3.1 Conditions regarding Performance Security if offer is 1% below the


schedule B rate:

Selected Lowest bidder (L1) has to submit the hard copy of Performance
Security in the form of Demand Draft of required amount as per condition
given in Performance Security to the office of Executive Engineer (Tech),
NMRDA, Nagpur within 8(Eight) days from the date of opening of
financial bid.
Bank Guarantee OR Demand Draft or FDR for Performance Security
Deposit for Quoting Offer More than 1% below the tender cost. (As Per GR.
Dated 27.09.2018).

A) If the Tenderer intends to quote his offer below more than 1 % to 10 %


of the estimated cost put to Bid then he should submit a Bank Guarantee
OR Demand Draft or FDR amounting to 1% of the Bid cost of the
department, towards Additional Performance Security
B) If the tenderer intends to quote his offer more than 10 % below the
estimated cost put to Bid then he should submit additional Performance
security 1 % for every percent after 10 % below percentage in addition to
the cost of 1% additional performance security mentioned above clause A
for quoting below offer, (eg. If tenderer quotes his offer 14 % below the
estimated cost put to tender , then he should submit 14 - 10 = 4 %
Additional Performance security + 1% = 5 % amount of the cost put to bid
as a total Additional Performance Security.)
C) If the tenderer intends to quote his offer more tha n 15 % below the
estimated cost put to Bid then he should submit additional Performance
security 2 % for every percent after 15 % below percentage in addition to
the amount of 1% and 5% additional performance security mentioned
above in clause A and B for quoting below offer, (eg. If tenderer quotes his
offer 19 % below the estimated cost put to tender , then he should submit 19
- 15 = 4%*2=8 hence total Additional Performance security must be 8% +
1% +5%= 14 % amount of the cost put to bid as a total
Additional Performance Security. If the amount of Additional
Performance Security as required above (under A, B& C) is not submitted
by the lowest bidder strictly within 08 days from opening of
financial envelope then his offer will be treated as ''non-responsive" and
will not be considered.
1) Such Demand Draft or Bank Guarantee or FDR shall strictly issue only
by the Nationalized Bank or Scheduled Bank in favor of in the
Superintending Engineer , NMRDA , Nagpur and D.D. shall be valid for
the minimum period of three months after the date of submission of this
tender and bank guarantee shall be valid for Two & Half year from the
date of submission of the tender and could be extended further in case of
extension of time limit as ordered by employer .
2) The Demand Draft or Bank Guarantee should bear the MICR and IFSC
Code Number of the issuing bank.
3) If it is found that the Bank Guarantee OR Demand Draft or FDR as
above submitted by the tenderer is False / Forged then the Earnest Money
submitted by such tenderer shall be Forfeited and appropriate action as per
the prevailing Govt. Rules will be taken against him and he will also Black
Listed. This is also applicable for Unregistered Tenderer.
4) The work order to the successful contractor shall be issued only after the
encashment of his Bank Guarantee OR Demand Draft or FDR by the
concerned Executive Engineer.
5) The amount of additional performance security of successful contractor
shall be refunded immediately upon satisfactory completion of said work,
the certificate of which shall be issued by the Executive Engineer before
releasing the Additional security of the said work successfully.
6) If at the time of submitting the below offer as stated above, contractor
has submitted the required Demand Draft then after completing the tender
process the Demand Draft of the Lowest bidder will be returned to him if
the Bank Guarantee of the required amount valid up to the period of
completion of the work period submitted by the contractor.
Note :- For calculating the amount of additional performance security contractors
offer will be calculated in percentage rounded up to two decimal points
only. Performance security / Additional Performance security in the form
of DD/ FDR should be drawn from bidder's bank account only.
If the tenderer quoting offer below the estimated rates does not submit
the original FDR/ Bank Guarantee/ Demand Draft in the office of the
Superintending Engineer, NMRDA, Nagpur, within stipulated period or
submits the false documents FDR/ Bank Guarantee/Demand Draft, or
documents submitted in technical bid are found incorrect, faulty, not true,
dubious, bogus, forged etc. In such case Earnest Money of the tenderer shall
be forfeited to the NMRDA and the registration/ contractor shall be
suspended/blacklisted for period of 03 years

4. ISSUE OF FORMS:
Information regarding contract as well as blank tender forms can be
downloaded from the e-Tendering website www.mahatenders.gov.in upon
providing the details of the payment of cost as detailed in the Notice Inviting
Tender.

5. TIME LIMIT:
The work is to be completed within time limit as specified in the Notice
Inviting Tender which shall be reckoned from the date of written order for
commencing the work and shall be inclusive of monsoon period.

6. 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 for all
materials and labours both on-site and off- site. Rate of all items are inclusive
of lift and lead for all floors.

7. 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.

8. 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.

9. TENDER’S ACCEPTANCE:
Acceptance of tender is rest with Hon. Metropolitan Commissioner NMRDA
up to tenders amounting to Rs. 1000 Lakh & for tender amount exceeding
Rs.1000 Lakhs acceptance of tender will be rest with the Executive Committee
NMRDA. Hon. Metropolitan Commissioner NMRDA reserved the right to
reject any or all tenders without assigning any reason therefore. 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 the NMRDA and the offer of the tenderer shall be
considered as withdrawn by him

10. CONDITIONAL TENDER:


The tenders who do not fulfill 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. Conditional tenders shall not be acceptable &
shall be rejected outright.

11. DRAWINGS, SPECIFICATIONS AND QUARRIES:


(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.
(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.

(c) The Contractor should examine the quarries and see whether full quantity of
materials required for execution of the work strictly as per specification are
available in sources 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 NMRDA. 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. The contractor has to make his own
arrangement for quarries.
12. 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.

13. 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.
14. The contractor or the firms tendering for the work shall inform the NMRDA if
they appoint their authorized Agent on the work.

15. No foreign exchange will be released by the NMRDA for the purchase of
plants and machinery for the work by the Contractor.

16. Any dues arising out of contract will be recovered from the contractor as
arrears if not paid amicably. Moreover, recovery of NMRDA dues from the
Contractors will be affected from the payment due to the Contractor from any
other Trust and Government works under execution with them and entire
amount of such arrears outstanding against the contractor together with
accrued interest shall become recoverable forthwith and it shall be open to the
NMRDA, to effect the recovery in any manner if thinks fit, from the
contractor.
17. All pages of tender documents, conditions, specifications, correction slips etc.
shall be initialed by the tenderer. The tender should bear full signature of the
tenderer, or his authorized power of Attorney holder in case of a firm.

18. The Income Tax at prevailing rate 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.
19. 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 as may be applicable. 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.

20. The tenderer shall submit the list of apprentices engaged by the Contractor
under Apprentice Act.

21. Cess @ 1% (One percent) shall be deducted at source from every bill of the
Contractor by the Superintending Engineer, NMRDA, Nagpur under “
Building and Other Construction for workers Welfare Cess Act 1996.

22. 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.

23. 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. All duties, taxes and
other levies payable by the contractor under the contract. The rates quoted by
the Contractor shall be deemed to be inclusive of the labour welfare cess and
other taxes (other than GST).
The rates of the items are excluding GST. GST will be charged separately.
Contractor will have to claim the actual paid GST, through the Chartered
Accountant registered in India, and after due verification by NMRDA the
claim of the GST will be settled.
24. VALIDITY PERIOD:
The offer shall remain open for acceptance for minimum period of 120 days
from the Date of opening of Envelope No. 1 (Technical 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.
25. CONDITION RELATING TO INSURANCE CONTRACT:
Contractor shall insure project/work facility for entire period of contract
including all assets existing on date of award of work and any subsequent
assets created during construction and maintenance including extension, if
any and up to DLP period shall stand covered under this insurance coverage.
The contractor shall submit insurance policy within 7 working days from the
date of work commencement order. The insurance premium shall stand
reimbursable in 1st R.A. Bill. The amount of premium of such insurance shall
be as per GIS (General Insurance Scheme) norms of Directorate of Insurance
of Govt. of Maharashtra.
The Contractor shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start Date to the end of the Contract
Period, in the amounts and deductibles stated in the Contract Data for the
following events which are due to the Contractor's risks:
(a)loss of or damage to the Works, Plant and Materials;
(b)loss of or damage to Equipment:
loss of or damage of property (except the Works, Plant, Materials and
Equipment) in connection with the Contract; and
(c)personal injury or death.
Policies and certificates for insurance shall be delivered by the Contractor to
the Engineer for the Engineer's approval before the Start Date. All such
insurance shall provide for compensation to be payable in the types and
proportions of currencies required to rectify the loss or damage incurred.
If the contractor does not provide any of policies and certificates required, the
Employer may affect the insurance which the contractor should have provided
and recover the premiums the Employer has paid from payments otherwise
due to the contractor or, if no payment is due, the payment of the premiums
shall be debt due.
13.2 Alterations to the terms of insurance shall not be made without the approval
of the Engineer.
Both parties shall comply with any conditions of the insurance policies. The
contractor shall produce the labour insurance policy, of Directorate of
Insurance Maharashtra State within the 7 Days from the issue of work order,
same will be reimbursed to the contractor.
The contractor shall produce the labour insurance policy; else
following amount will be deducted from his first R. A. Bill.
a Work value upto :- 25.00 Lakhs 0.5%
b Work value above :- 25.00 Lakhs 1.0%

26. In the tender process, if the lowest offer is more than 10% below the cost put
to tender, the tender calling authority shall obtain the detailed justification
and planning of executing the work at such lower rate from the concerned
contractor and based on that shall ensure the possibility of completing the
work at the offered lowest rate.
27. Conditions Regards – Cashless Transaction : Contractor shall submit a
certificate to the effect that “All the payments to the labour/staff are made in bank
accounts of staff linked to Unique Identification Number (AADHAR CARD).” The
certificate shall be submitted by the contractor within 60 days from the
commencement of contract. If the time period of contract is less than 60 days then
such certificates shall be submitted within 15 days from the date of commencement
of contract.
28. Royalty Charges :The rates quoted, should be inclusive of all the leads & lift
for all materials and labour both on-site and off-site and exclusive of royalty to be
paid to the Revenue Department by the Contractor. The Royalty charges for
extracting the minor Mineral for government works will be paid by the Contractor as
per the Govt. Rules from time to time and the amount so shall be paid to the
contractor in final bill. The payment of royalty charges shall only be made to
contractor on account of submission of royalty clearance certificate from the office of
the District Collector.
The contractor has to pay these charges directly to Revenue Department and
original challans, permission documents shall be produced to concerned Executive
Engineer, If contractor fails to produce these original documents the royalty charges
shall be retained and recovered from contractor’s bill.
MEMORANDUM

( a )Name of Work :- Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring
Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.

(b) Estimated Cost Rs. 3,86,54,825.32/-


(c) Earnest Money Deposit:- As per tender Notice
(d) Security Deposit : 1% of Contract price
(i) Cash :- At the time of agreement a total of 50% S.D. shall have to be deposited.

( ii ) Remaining 50% shall be recovered from running bills.

(e) Time allowed for the work from date of written order to commence is
Ten Months including monsoon should this tender be accepted
I / We hereby agree that this offer shall remain open for acceptance for
a minimum period of 120 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. Online payment receipt of the earnest
money is herewith forwarded. The amount of earnest money shall not bear interest
and shall be liable to be forfeited to the NMRDA, 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 Superintending Engineer,
NMRDA, and furnish the security deposit as specified in item (d) of memorandum
contained in paragraph 1 above, within the time limit laid down in clause (1) of the
annexed general conditions of the contract. (which may be extended by the
Superintending Engineer concerned by 7 days if the Superintending Engineer thinks
fit to do so)
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 Superintending Engineer, NMRDA, the sum of money mentioned in the
said condition. Demand Draft no.___________, dated ___________ from the
_________________Bank at in respect of the sum Rs. ________________ forwarded
representing the earnest money (a) the full value of which is to be absolutely
forfeited to NMRDA, Nagpur should/we not deposit the full 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. ________________ shall be
refunded.
Signature of Contractor Contractor
Before submission of tender (Address)
Dated the ______________day of __________ 2021.

Signature of witness Witness


to Contractor’s Signature (Address)
Dated the ______________day of ___________2021.

Signature of the officer by The above tender is hereby accepted by me on behalf of


whom tender is accepted.
NMRDA ______ dated_______or Hon. Metropolitan Commissioner , NMRDA
order dated _________

Superintending Engineer
NMRDA, Nagpur.

Dated the_____________ day of __________________

CONDITIONS OF CONTRACT
Security Deposit Clause 1: The person / persons whose tender may be accepted
(herein after called the 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
Superintending Engineer concerned by 7 days if the
Superintending Engineer thinks fit to do so) of the
receipt by him of the notification of the acceptance of
his tender deposit with the Superintending Engineer
in cash or Bank Guarantee (if the value of S.D. exceed
Rs. 2.00Lacs) of Nationalized Bank valid for a period
of time limit allowed for the work plus Defect liability
period of the work, of sum sufficient which will make
up the full security deposit specified in tender or
B. Permit NMRDA at the time of making any payment to
him for work done under the contract to deduct such
as will amount to 1 percent of all moneys so payable,
such deduction to be held by NMRDA 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 1 percent, of the total contract cost of the
work, it shall be lawful for NMRDA 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 1 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 government under the terms of his contract may
be deducted from or paid by the sale of sufficient part of his
security deposit or from the interest arising there from or
from any sums which may be due or may become due by
NMRDA to the contractor under any other contract or
transaction of any nature on any account whatsoever, and in
the event of his security deposit being reduced by reason of
any such deduction or sale as aforesaid the contractor shall
within ten days thereafter make good in cash or Bank
Guarantee endorsed as aforesaid, any sums or sums which
may have been deducted from or raised by sale of his
security deposits or may part thereof.

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. The amount of security deposit retained by the
NMRDA 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 NMRDA shall be
adjusted towards the excess cost incurred by the NMRDA on
rectification work. This will be the same percentage as that in
the tender.

Compensation Clause 2 : The time allowed for carrying out the work as
for delay entered in the tender shall be strictly observed by the
contractor and shall be reckoned from the date on which the
order to commence work is given to the contractor. The
work shall throughout the stipulated period of the contract
be proceeded with, all due diligence (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
one percent, or such smaller amount as the Superintending
Engineer (whose decision in writing shall be final) may
decide, of the amount of the estimated cost of the whole
work as shown 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.
Compensation for delay.

+1/4 of the work in +1/4 of the time


1/2 do 1/2 do
3/4 do 3/4 do

Full works in 10 months


+Note - The quantity of work to be done within a
particular time to be specified above shall be fixed by the
officer competent to accept the contracts after taking into
consideration the circumstances of each case and inserted in
the blank space kept for the purpose and abide by the
programme of detailed progress laid down by the Executive
Engineer. The following proportion will usually be found
suitable :-

In 3/4, 1/4, 1/3 of the time reasonable progress of earth work


– 1/6, 1/2, 3/4 of total value of the work to be done do of
masonry work – 1/10, 4/10, 8/10 do

In the event of the contractor failing to comply with these


conditions he shall be liable to pay as compensation an
amount equal to one percent, or such smaller amounts as the
Engineer-in-charge (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. Superintending Engineer will be the
final authority for this purpose.
Action when Clause 3 : In any case in which under any clause or clauses
whole of Security of this contracts the contractor shall have rendered himself
Deposit is liable to pay compensation amounting to the whole of his
Forfeited. security deposit (whether paid in one sum or deducted by
installments) or in the case of abandonment of the work
owing to serious illness or death of the contractor or any
other cause, the Engineer-in-charge shall have power to
adopt any of the following courses as he may deem best
suited to the interest of NMRDA
a) To rescind the contract (of which rescission notice in
writing to the contractor under the hand of the
Engineer-in-charge, shall be conclusive evidence) and
in that case the security deposit of the Contractor
shall stand forfeited and be absolutely at the disposal
of NMRDA
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 Engineer-in-charge, 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 Engineer-in-
charge, 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.

In case the contract is 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 Engineer-in-charge, 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 NMRDA 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 NMRDA
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 Engineer-in-charge, 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


progress of work is unsatisfactory the Executive Engineer, shall not
particular work withstanding that the general progress of the work is
is unsatisfactory satisfactory in 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


Remains liable to upon the Executive Engineer by clause 3 and 4 hereof shall
pay have become exercisable and the same shall not have been
compensation if exercised, the non-exercise thereof shall not constitute a
action not taken waiver of any of the conditions hereof and such powers
under clause 3 shall not-with standing be exercisable in any future case of
default 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 Executive
Engineer, 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
possession of or
and intended to be used for the execution of the works or
required removal
the site thereof or belonging to the contractor, or procured
of or all
by him and intended to be used for the execution of the
Contractor’s
work or any part thereof, paying or allowing, for the same in
plant
account at the contract rates, or in the case of contract rates
not being applicable at current market rates, to be certified
by the Executive Engineer whose certificate there of shall be
final. In the alternative the Executive Engineer may, by
notice in writing to the contractor or to his clerk of the
works, foreman or other authorized 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 Executive Engineer may 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 time Clause 6: If the contractor desires an extension of the time


limit. for completion of the work on the ground of his having
unavoidable hindering in it execution or on the other
ground, he shall apply in writing to the Superintending
Engineer, before 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, whichever is earlier and
the Superintending Engineer, may, 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 Superintending Engineer, in this matter shall be final.

Clause 6 A : 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 NMRDA 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 Certificate Clause 7 : On completion of the work the contractor shall be


issued completion certificate by the Engineer-in-charge but
no certificate shall be given nor shall the work shall be
considered to be complete until the contractor shall have
removed from the premises on which the work shall have
been executed, all scaffolding, surplus materials and
rubbish and shall have cleaned 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 the contractor 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 Engineer-in-charge may at the
expense of the contractor, remove such scaffolding, surplus
materials and rubbish, and dispose off the same as he
thinks fit and clean of such dirt as aforesaid and the
contractor shall for which pay the amount of all for all
works executed in the previous month, and the Engineer in-
charge shall take or cause to be taken the requisite
measurement for the purpose of having the same verified
and the claim so far as it is admissible shall be adjusted, if
possible, within 10 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 authorized 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..

Payments on Clause 8: No payment shall be made for any work estimated


intermediate to cost less than Rs. One thousand till after the whole of the
certificate to be said work shall have been completed and a certificate of
regarded as completion given. But in the case of the works estimated to
advance. cost more than Rs. One thousand, the contractor shall not
submitting a monthly bill there off be entitled to receive
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


reduced rates on cost more than Rs. One thousand agreed to within shall be
account of items valid only when the item concerned is accepted as having
been completed fully in accordance with the sanctioned
of work not specifications. In case where the items of work are not
accepted as accepted as so completed the Engineer-in-charge may make
completed to be payment on account of such items at such reduced rates as
at the discretion he may consider reasonable in preparation of final or on
of the Engineer account bills.
in charge.
Bill to be Clause 10 : A bill shall be submitted by the contractor each
submitted month on or before the date fixed by the Engineer-in-charge
monthly for all work executed submitted in the previous month, and
the Engineer-in-charge shall take or cause to be taken the
requisite measurement for the purpose of having the same
verified and the claim so far as it is admissible shall be
adjusted, if possible within ten days from the presentation
of the bill. If the contractor does not submit the 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 authorized 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 form. printed forms to be had on 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.

Stores supplied Clause 12: If the specification or estimate of the work


by NMRDA provides for the use of any special description of materials
to be supplied from the NMRDA store or if it is required
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 hereafter 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 NMRDA 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 NMRDA 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


Material ,steel Bitumen etc Supplied 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 Engineer-in-charge
or his agent at all times.

Work to be Clause 13: The contractor shall execute the whole and every
executed in part of the work like manner and both as regards materials
accordance and every other respect in strict accordance with
With specifications. The contractor shall also confirm exactly
specification, fully and faithfully to the designs, drawings and
drawing, orders instructions in writing relating to the work signed by the
etc Engineer-in-charge and lodged in his office and to which
the contractor shall be entitled to have access for the
purpose of inspection at such office or at the site of work
during office hours. The 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. 500/- per set of
contract drawing and Rs. 150/- per working drawing except
where otherwise specified.

Alteration in Clause 14: The Engineer-in-charge shall have power to make


Specifications any alterations in, or additions to, the original
and designs not specifications, drawings, designs and instructions, that may
to invalidate appear to him to be necessary or advisable during the
contract. progress of the work and the contractor shall be bound to
carry out the work in accordance with any instructions in
this connection which may be given to him in writing
signed by the Engineer-in-charge and such alteration shall
not invalidate the 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
Rate for work not additional or altered work, includes any class of work for
entered in which no rate is specified in this contract, then such class of
estimate or work shall be carried out at the rates entered in applicable
schedule of rates Schedule of Rates as made applicable for preparations of
of the NMRDA estimate of the NMRDA If the additional or altered work,
for which no rate is entered in the schedule of rates of the
NMRDA is ordered to be carried out for contract at below
premium rates of additional or altered work shall be
payable as per tender premium rate of additional or
alternate work shall be payable as per tender premium and
as per estimate CSR rate for contract of above rates
In the event of a dispute the decision of the
Superintending Engineer, NMRDA will be 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.

The time limit for the completion of work shall be extended


in the proportion that the increase in its cost occasioned by
alterations or additions bears to the cost of the original
contact work and the certificate of the Engineer-in-charge as
to such proportion shall be conclusive.

Extension of time
in consequence
of addition or
alteration.
No claim to any Clause 15 : (1) If at any time after the execution of the
payment or contract documents, the Engineer in charge shall for any
compensation for reason whatsoever (other than default on the part of the
alteration in or contractor and for which NMRDA is entitled to rescind the
restriction of contract) desire that the whole or any part of the work
work. specified in the tender should be suspended for any period
or that the whole or part of the work should not be carried
out at all he shall give to the contractor a notice in writing of
such desire and upon the receipt of such notice the
contractor shall forthwith suspend or stop the work wholly
or in part as required, after having due regard to the
appropriate 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.

(2) Where the total suspension of the work ordered as


aforesaid continued for a continuous period exceeding 90
days the contractor shall be at liberty to withdraw from the
contractual obligations under the contract so far as it
pertains to the unexecuted part of the work by giving a 10
days prior notice in writing to the Engineer in charge ,
within 30 days of the expiry of the said period of 90 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 90 days from the receipt of such notice in respect
of the work already done by the contractor. Such payment
shall not in any manner prejudice the right of the contractor
to any further compensation under the remaining 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 (Rs.5000/-)

It shall be open to the contractor within 90 days from the


service of (i)the notice of stoppage of work or (ii) the notice
of withdrawal from the contractual 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 NMRDA to take over on payment such
material at the rates determined by the Engineer-in-charge,
provided however, such rates shall in no case exceed the
rates at which the same were acquired by the contractor. The
NMRDA 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 for Clause 16: Under no circumstance what so ever shall the
unforeseen contractor be entitled to any compensation from NMRDA
on any account unless the contractor shall have submitted
claims claim in writing to the Engineer –in Charge within one
month of the cause of such claim occurring.

Action and Clause 17: If any time before the security deposit or any part
compensation thereof is refunded to the contractor it shall appear to the
payable in case of Engineer-in Charge or his subordinate in-charge or the
bad work. work, that any work has been executed with unsound,
imperfect unskilled workmanship or with materials of
inferior quality, or that any materials or articles provided by
him for the execution of the work are unsound or of a
quality inferior to that contracted for or are otherwise not in
accordance with the contractor, it shall be lawful for the
Engineer-in-charge to intimate this fact in writing to the
contractor and then notwithstanding the fact that the work,
materials or articles complained of may have been
inadvertently passed, certified and paid for, the contractor
shall be bound forthwith to rectify, or remove and
reconstruct the work so specified in whole or in part, as the
case may 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 therefore.

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


to inspection. executed in pursuance of the contract shall at all times be
open to the inspection to inspection and supervision of the
Engineer-in-charge and his subordinates and the contractor
Contractor or shall at all times during the usual working hours, and at all
responsible agent other times at which reasonable notice of the intention of
to be present. the Engineer-in-charge of his subordinates to visit the
works shall have been given to the contractor, either himself
be present to receive order and instructions, or have a
responsible agent duly accredited in writing, present for
that purpose. Orders given to the contractor’s duly
authorized agent shall be considered to have the same force
and effect as if they had been given to the contractor
himself.

Notice to be Clause 19 : The contractor shall give not less than 5 days
given before the notice in writing to the Engineer-in-charge or his
work is covered subordinates in charge of the work before covering up or
up. otherwise placing beyond the reach of measurement any
work in order that the same may be measured and 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 liable Clause 20: Contractor liable for damage done and for
for damage done imperfection. If during the period of 02 years from the date
and for of completion as certified by the Engineer-in-charge
imperfection. pursuant to the clause 7 of the contract, the said work is
defective in any manner whatsoever, the contractor shall
forthwith on receipt on the notice in that behalf from the
Engineer-In- charge, duly commence execution and
completely carry out at his cost in every respect all the work
that may be necessary for rectifying and setting right the
defects specified therein including dismantling and
reconstruction of unsafe 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 NMRDA
the amount of such costs, charges and expenses sustained or
incurred by the NMRDA 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 NMRDA, the same may be recovered from
the contractor as arrears of land revenue. The NMRDA shall
also be entitled to deduct the same from any amount which
may then be payable or which may thereafter becomes
payable by NMRDA 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 NMRDA

Contractors to Clause 21 : The contractor shall supply at his own cost all
supply plant, materials (except such special material if any) as may be
ladders, supplied from the NMRDA Stores, in accordance with the
scaffolding etc. contract, plant, tolls, appliances, implements, ladders,
cordage, tackle, scaffolding and any temporary works which
may be required for the proper execution of the work, in
the 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 the 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 therefore, to and from the work. The contractor
And is liable for
shall also supply without charge the requisite number of
damages arising
persons with the means and materials necessary for the
from non
purpose of setting out works and counting, weighing and
provisions of
assisting in the measurement or examination at any time
lights, fencing
and from time to time of the work or materials. Failing this
etc.
the same may be provided by the Engineer-in-charge at the
expense of the contractor and the expenses may be deducted
from any money due to the contractor under the contract or
from his security deposit or the proceeds of sale thereof or
of sufficient portion thereof. The contractor shall provide all
necessary fencing and lights required to protect the Public
from accident and shall also be bound to bear the expenses
of defense 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
leaders shall
I. Be of sound material
II. Be of adequate strength having regard to the loads
and strains to which they will be subjected, and
III. Be maintained in proper condition.

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


be displaced in consequence of normal use.

e) Scaffolds shall not be overloaded and 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
a) In the case of working platforms, gangways, working
places and stairways at a height exceeding 3 meters.

i) Every working platform and every gangway 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.

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 NMRDA
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


properly 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
prevention of jungle, trees, bush wood or grass without a written permit
fire. from the Engineer in charge.

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


Contractors for or unintentionally by contractors labour whether in or
any Damage beyond the limits of contractor for NMRDA/Govt. property
done in or including any damage caused by the spreading of any
outside work damage fire mentioned in clause 22 shall be estimated by
area the Engineer-in-charge or such other officer as he may
appoint and the estimates of the Engineer-in-charge subject
to the decision of the Superintending Engineer on appeal
shall be final and the contractor shall be bound to pay the
amount of the assessed compensation on demand, failing
which the same will be recovered from the contractor as
damages in the manner prescribed in clause 1 or deducted
by the Engineer-in-charge from any sum that may be due to
or become due from government 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 Contractor for injury sustained by
him owing to neglect of precautions to prevent the spread of
fire and he shall also pay any damages and cost that may be
awarded by the court in consequence.
Employment of Clause 24: The employment of female Labourers on works
female labour in the neighborhood of soldier’s barracks should be avoided
as far as possible

Work on Sunday Clause 25: No work shall be done on a Sunday without the
sanction in writing of the Engineer-in-charge.

Work not to be Clause 26: The contract shall not be assigned or sublet
sublet. Contract without the written approval of the Engineer-in-charge. And
may rescind and if the contractor shall assign or sublet his contract, or
Security deposit attempt so to do, or become insolvent or commence any
forfeited for proceedings to be adjudicated and insolvent or make any
subletting it composition with his creditors, or attempt so to do the
without approval Engineer-in-charge may be notice in writing rescind the
or for bribing a contract. Also if any bribe, gratuity, gift, loan, perquisite,
public officer or reward or advantage, pecuniary or otherwise, shall either
if contractor directly or indirectly be given, promised by the contractor or
becomes any of his servants or agents to any public officer or person
insolvent. in the employment of government in any way relating to his
office or employment, or if any such officer or person shall
become in any way directly or indirectly interested in the
contract, the Engineer-in-charge may be giving notice in
writing rescind the contract. In the event of a contract being
rescinded, the security deposit of the contractor shall
thereupon stand forfeited and be absolutely at the disposal
of the NMRDA and same consequences shall as ensure as if
the contract has been rescinded under clause 3 hereof and in
addition the contractor shall not be entitled to recover or be
paid for any work therefore actually performed under the
contract

Sum payable by Clause 27: All sum payable by a contractor by way of


way of compensation under any of this condition shall be
compensation to considered as a reasonable compensation to be applied of
be considered as the use of NMRDA without reference to the actual loss or
Reasonable damage sustained and whether any damage has or has not
compensation been sustained.
without reference
to actual loss.

Changes in the Clause 28: In the case of a tender by partners any change in
Constitution of the construction of a firm shall be forthwith notified by the
the firm to be contractor to the Engineer-in-charge 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 Superintending Engineer of NMRDA
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 under Clause 30 (1): Except where otherwise specified in the


direction and contract, the decision of the Superintending Engineer of the
control of NMRDA for the time being shall be final, conclusive and
Superintending binding on all parties to the contract upon all questions
Engineer. 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.

Clause 30 (2): The contractor may within thirty days of


receipt by him of any order passed by the Superintending
Engineer of NMRDA as aforesaid appeal against it to the
Hon. Metropolitan Commissioner , NMRDA, 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)
The NMRDA Commissioner , , NMRDA within a period of
30 days after being requested to do so shall give written
notice of decision to the Contractor. Save as herein provided
such decision in respect of every matter so referred shall be
final and binding upon both parties until the completion of
the works, and shall forthwith be given effect to by the
Contractor who shall proceed with the works with due
diligence, whether he requires arbitration as hereinafter
provided or not. If the Metropolitan Commissioner ,
NMRDA, has given written notice of the decision to the
Contractor and no Claim to arbitration has been
communicated within a period of 30 days from receipt of
such notice the said decision shall remain final and binding
upon the Contractor.

Store of Clause 31: The contractor shall obtain from the


European or NMRDA.stores all stores and article of European or
American American manufacture which may be required for the work,
manufactures to or any part of the work or in making up any article required
be Obtained from therefore or in connection therewith unless he has obtained
the Government permission in writing from the Engineer-in-charge to obtain
such stores and articles elsewhere. The value of such stores
and articles as may be supplied to the contractor by
Engineer-in-charge will be debited to the contractor in his
account at the rates shown in the 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 in Clause 32 : When the estimate on which a tender is made
estimates includes lump sums in respect of 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 opinion 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 No Clause 33: In the case of any class of work for which there is
specification. no such specification as in mentioned in Rule-1, such work
shall be carried out in accordance with the NMRDA
specifications, and in the event of there being no NMRDA
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


work. these condition shall, unless there 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
percentage deducted from / added to the gross amount of the bill before
Whether applied deducting the value of any stock issued.
to net or gross
amount of bill.

Quarry fees and Clause 36: All quarry fees, royalties, Octroi dues and ground
royalties rent for stacking materials if any, shall be paid and borne by
the contractor.

Compensation Clause 37: The contractor shall be responsible for and shall
under pay compensation to his Workmen payable under the
Workman’s Workmen’s compensation Act, 1923 (VIII of 1923),
Compensation (hereinafter compensation is payable and or paid by
Act. NMRDA as principal under the subsection (1) of section 12
of the said Act on behalf of the contractor this shall be
recoverable by from the contracter NMRDA factor 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 NMRDA the
same shall be recoverable from the contractor forthwith and
be deducted without prejudice to any other remedy of
NMRDA 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.

(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”.

Clause 38- Deleted


Employment of Clause 39: The contractor shall employ any female, convict
female or other or other labour of a particular kind of class if ordered in
labour. writing to do so by the Engineer-in-charge.

Claim for Clause 40: No compensation shall be allowed for any delay
compensation for caused in the starting of the work on account of acquisition
delay in starting of land and in the case of the clearance work of any delay in
work according sanction to estimates.

Claim for Clause 41: No compensation shall be allowed for any delays
compensation for in execution of the work on account of water standing in
delay in the borrow pits or compartments. The rates are inclusive for
execution of hard or cracked soil excavation in mud, subsoil water or
work water standing in borrow pits and no claim for an extra rate
shall be entertained unless otherwise expressly specified.

Entering upon or Clause 42: The contractor shall not enter upon or commence
Commencing any portion of work except with the written authority and
any portion of instructions of the Engineer-in-charge or of his subordinate
work. in charge of the work failing such authority the contractor
shall have no claim to ask for measurements of or payment
for work.

Minimum age of Clause 43:


persons
employed. The i. No contractor shall employ any person who is under
employment of the age of 18 years.
donkey and/or
other animals
and the payment ii. No contractor shall employ donkeys or other animals
of fair wages. with breeching of string or thin rope. The breeching
must be at least 3 inches wide and should be of tape
(Newar)

iii. No animals suffering from sores, lameness or


emaciation or which is immature shall be employed
on the work.

iv. The Engineer-in-charge or his agent authorized to


remove from the work any person or animal found
working which does not satisfy these conditions and
no responsibilities shall be accepted by the NMRDA
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 Engineer-in-Charge who shall decide the
same. The decision of the Superintending Engineer
shall be conclusive 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 NMRDA 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


payment. cheques/RTGS. Provided the amount exceeds Rs. 100/-
Amount not exceeding Rs. 100/- will be paid in cash.

Acceptance of Clause 45: Any contractor who does not accept these
conditions conditions shall not be allowed to tender for works.
compulsory
before tendering
the work
Employment of Clause 46: If Government declares a state of scarcity or
scarcity labour. famine to exist in any village situated within 1 Kms. of
work, the contractor shall employ upon such parts of the
work as suitable for unskilled labour any person certified to
him by the Engineer-in-charge or by any person to whom
Engineer-in-charge may 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 Engineer-in-charge, whose decision shall be
final and binding on the contractor.

Clause 47: The price quoted by the contractors shall not in


any case exceed the control price, if any, fixed by
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 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 to be quoted by the contractor must be


inclusive of all applicable taxes, duties, levies ( other than
GST )etc. During contract period, no extra payment on this
account will be made to the contractor.

Clause 48 A : The contractors are bound to pay to the


laborers’ 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 laborers 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 NMRDA 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 NMRDA to the contractor, (2) Hire
charges in-respect of heavy plant machinery and equipment
given on hire by the to the contractor, for execution by him
of the work and / or on which the advance have been given
by the NMRDA to the contractor shall be deemed to be
arrears of the lands revenue and the may without prejudice
to any other rights and remedies of the NMRDA 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 NMRDA 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 NMRDA to such worker
shall be deemed to be arrears and the NMRDA shall be
entitled to recover the same as such from the contractor or
deduct the same from the amount payable by the NMRDA
to the contractor hereunder or from any other amounts
payable to him by the NMRDA (Minimum Wages Act, as
per Government Circular) (AT / 1284 / (120) / Building, dated
14/08/1988) (or as per the prevailing rates defined by
Government of Maharashtra)
Price Variation. Clause 54 :Deleted

Clause 55 : (A) The anti-malaria and other health measures


shall be as directed by the Joint Director (Malaria and Filaria)
of Health Services, Pune.
(B) Contractor shall see that mosquito genic conditions are not
created so as to keep vector 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 Government.
(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 Superintending
Engineer may in his discretion cancel the contract. The
contractor shall also be liable for any pecuniary liability
arising on account of any violation by him of the provision of
the Act

Clause 57: Contractor shall quote his rate considering all taxes
applicable from time to time and GST imposed by
Government from 01.07.2017 on all Government contracts/
Contractors. No claim of contractor on account of
Reimbursement of these taxes and GST applicable shall be
entertained. The Contractor shall duly comply with all the
provisions of GST Act 2017. He shall obtain registration under
this Act. TDS under rules 51 of GST Act 2017 will be deducted
as per applicable rates.
Clause 58 : Contractor shall quote his rate considering all taxes
applicable from time to time and GST 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
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 Maintenance
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 organization 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
organization chart and the list of Machinery/ equipment etc. as
per the direction of the Superintending Engineer and 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 properly 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 lump-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 parts 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
R.C.C. pipe (ISI marked) required for the work from the
M.S.S.I.D.C. only. The proof of such procurement like bill of
M.S.S.I.D.C. certification of the Divisional Manager
M.S.S.I.D.C. to that effect will have to be enclosed along with
the bill pertaining to the work concerned. The payment
towards the procurement of R.C.C. pipes and also items, in
which the use of R.C.C. pipes is contemplated, would be
released only after fulfillment of the conditions, laid down as
above.
Note: In case provisions of this form B-1 conflicts with those
in detailed conditions attached to this tender. The detailed
conditions attached would prevail over those in this form ‘ B-
1”
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 NMRDA 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 NMRDA 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 NMRDA and studied the site
conditions before arriving at the rates quoted by him.

3.TREASURE TROVE :

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.

4. LAYOUT OF WORK :
Layout of the work will be done by the contractor by total
station equipment in consultation with the Engineer-in-
charge or his representative. Some permanent marks should
however be established to indicate the demarcation of the
structures or any component thereof made to this permanent
marks in measurement books and drawing, signed by the
contractor and the NMRDA officer, responsibility
regarding layout will be joint.
Preparation of layout plan and marking it on site will be the
responsibility of contractor. Once the layout plan is prepared
he should submit it to Engineer in-charge or his authorised
representative for approval and get it approved from the
Engineer in charge. Once the layout plan is approved
contractor shall proceed with marking it at site of work.

5.AGENT AND WORK ORDER BOOK :

5.1 The contractor shall himself engage an authorized 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 (Project
Manager with minimum B.E civil qualification and 10years
experience on building sites) 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 has 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. In addition, the supervisory and other additional
engineering staff as directed by engineering-in-charge
should be deputed at site.

5.2 A work order book shall be maintained on site and it


shall be the property of and the contractor shall promptly
sign orders given therein by the Engineer-in-Charge, in
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.
6.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 authorized field book or M.B. of
NMRDA by the Engineer- in-charge or his authorized
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 authorized representative of the Engineer in
charge. The record of such measurement maintained by
NMRDA shall be signed by the contractor and he will be
entitled to have a true copy of the same made at his cost.

7.CUSTODY OF WORK:

All work and materials before being finally taken over by


NMRDA 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, NMRDA will not put it to its regular use as
distinct from casual or incidental use except as specially
mentioned elsewhere in this contract or as mutually agreed
to.

8.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 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 Engineer-in-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 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.

9. 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.

10. 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 NMRDA

11. INDEMNITY:

The contractor shall indemnify the NMRDA 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 NMRDA
in consequence to any action or suit being brought against
the contractor for anything done or committed to be done for
the execution of this contract.
The NMRDA 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.

12. STACKING, STORAGE AND GUARDING OF


MATERIALS:

12.1 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.
12.2The 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 tress passers.
12.3 No Materials brought to site shall be removed from the
site without prior approval of the Engineer –in-charge.

13.1 The 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.

13.2The 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.

13.3The 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.
14.PRECAUTIONS TO BE TAKEN BY CONTRACTOR :

14.1The work shall be carried out by the contractor without


causing damage to the existing 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.

14.2In 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.

15.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 NMRDA at his cost or
disposed off as per NMRDA procedure. In case the
materials are disposed off by NMRDA , 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.

16.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 withholding the consent.

17. 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.

18. COMPLETION CERTIFICATE:

18.1The 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.

18.2After 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.

18.3 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.

18.4 Contractor will be responsible for obtaining final fire


compliance certificate(Fire NOC), passenger lift NOC and
any other NOCs as applicable, as and when required from
the competent authority failing which completion certificate
shall not be issued to the contractor.
18.5 The issue of completion certificate shall not be linked
up with the site clearance on completion of the work.

18.6 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.

19. 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.

20. 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.

21. 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 overcrowding 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 up to knees, plain goggles for the eyes to the
labour working with hot asphalt, handling, vibrators in
cement concrete and also where use of any or all these items
is, essential in the interest of health and well-being of the
laborers in the opinion of the Engineer-in –charge.

22. 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 overcrowding. Floor space at the rate


of 3 Sqm(30 Sq. ft.) per head shall be 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 NMRDA 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 clothes.

(e) The contractor shall make sufficient arrangement for


draining away the surface and sewage 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 500 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 100person should be 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 provided 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.

23. 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.

24. 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
NMRDA 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.
25. WORKING METHODS AND PROGRESS SCHEDULES :

25.1 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 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 NMRDA so long as
specification of the item remain unaltered.

25.2 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
Engineer-in-Charge and the contractors representative in
charge of work. The progress of work shall be reviewed in
every two months and revised programme shall be drawn if
necessary. No revised programme shall be operative without
the approval of Engineer-in-charge in writing. The Engineer-
in-charge 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.

25.3 The contractor shall employ sufficient plant, equipment


and labour as may be necessary to maintain the progress
schedule. The working and shift hours is restricted to one
shift a day 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 NMRDA
.

25.4 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.

25.5 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.

26.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
NMRDA or not) or on the ground of any failure on his part
to obtain all necessary information for the purpose of
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 cheque /RTGS.

27.CLAIM FOR EXTRA WORKS:

27.1 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.

27.2 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.

28. BILLS AND PAYMENT :

28.1 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.

28.2 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 NMRDA 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
representative of Engineer-in-charge in the standard
proforma only.

28.3 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.

28.4 The contractor can have true copy of the bills paid to him
after paying charges for photocopying the same.

28.5 Recovery of secured advance shall be effected through


bills proportionately as per consumption of materials in the
work billed for.
29.ASSISTANCE IN PROCURING PRIORITIES, PERMIT, ETC.
:

29.1 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. NMRDA
however will not be responsible for the no availability of
such facilities or delays in this behalf and no claims on
account of such failure or delay shall be allowed by the
NMRDA

29.2 The contractor shall have to make his own arrangement


for machinery required for the work. However if same is
conveniently available with the NMRDA 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.

30.WATER SUPPLY :

30.1 Availability of adequate water for work and sources


thereof shall be confirmed by the contractor before
submitting the tender.

30.2 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 up to 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 NMRDA
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.

30.3 The contractor is advised to provide water storage tanks


of adequate capacity to take care of possible shut down of
water supply system.

30.4 The contractor shall have to supply water required by


the NMRDA for its establishment at work site free of cost.
31.ELECTRICITY :

31.1 The contractor will have to make his own arrangement at


his own cost for obtaining or providing electric supply at
work site. The NMRDA 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.

31.2 Electrical supply for the NMRDA 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.

32.TELEPHONE FACILITIES :

The contractor will have to make his own arrangement at his


own cost for a telephone connection at work site if required.

33 MATERIAL SOURCES :

33.1 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.

33.2 If any quarry is in the possession of the NMRDA 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
NMRDA.

33.3 Lime stone shall not be permitted for any concrete work.

34. LAND :

34.1 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 he may
requisition land at his own cost.

34.2 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.

34.3 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.

34.4 Dismantling of building on the land shall be done only


after the approval of Engineer-in-charge.

35.FLOODS AND ACCIDENTS :

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 equipments etc.
which are brought to the site by the contractor for effecting
execution of work.

36. 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
the department shall be recoverable from the contractor, and
be adjusted or sets off against any sum payable to him.

37. CHANGE OF CEMENT CONTENT ETC.:-


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)

THEORETICAL CONSUMPTION OF CEMENT FOR THE


CONCRETE WORK:

Sr. Grade of Consumption of cement in


No. concrete bags / Cum
1. M-10 4.40 bags
2. M-15 6.00 bags
3. M-20 7.00 bags
4. M-25 7.50 bags
5. M-30 8.00 bags
6. M-35 8.25 bags
7. M-40 8.50 bags

Note :- (i)The weight per bag of Cement is considered as 50


Kg
(ii) 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 a having NABL accreditation as
approved by Engineer -In -Charge at no extra cost to
NMRDA . No extension will be given to contractor for the
time lost in getting mix design.
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-20
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(with latest amendments). 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
from two laboratories (One of laboratory must me VNIT
Nagpur and any other laboratory fully approved by Engineer
in charge) by the contractor with an 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 no additional payment will
be made. However if reduction in cement consumption is
more than 2% then the rate will be reduced and 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.
The above condition will not be applicable for thee items of
dry lean concrete and Pavement Quality Concrete for rigid
pavement.

38. 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 is submitted the matter will be decided in
accordance to the tender conditions in absence of such
authentic clarification.

39. 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.

40. 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 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 Laboratories of P.W.D. (Govt. of
Maharashtra)/V.N.I.T./ Govt. Polytechnic / NABL

(iii) The contractor shall if and when required submit at his


cost the samples of materials to be tested or analyzed 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 Engineer-in-


charge is established at the work site 50% test as per total
frequency required shall be carried out in the said field
laboratory and 50% tests shall be carried out at the
Laboratories of P.W.D. (Govt. of Maharashtra)/V.N.I.T./
Govt. Polytechnic/ NABL and for the materials
mentioned in Annexure-IX, attached herewith on for the
material not covered in the Annexure-IX, 50% tests shall
be carried out in the field laboratory and remaining 50%
tests need to be carried out in Laboratories of P.W.D.
(Govt. of Maharashtra)/V.N.I.T./ Govt. Polytechnic. 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
approved laboratory/ Laboratories of P.W.D. (Govt. of
Maharashtra)/V.N.I.T./ Govt. Polytechnic./ NABL
c) Testing of cement and steel 100% in Laboratories of
P.W.D. (Govt. of Maharashtra)/V.N.I.T./ Govt.
Polytechnic/ NABL
It is mandatory on the part of contractor to carry out all the
required tests of various construction materials as mentioned
in schedule 'B' of the tender. If the contractor fails to submit
required test result of the various construction materials as
mentioned in the items of schedule 'B', he will be liable to
deposit the amount at penal rate of five times of the amount
of particular test which he has not carried out. Contractor
will be informed by the Engineer-in-Charge through letter.
On receipt of letter, contractor will have to either deposit the
said amount or to carry out the required test within ten days.
If he again fails to carry out the required tests in stipulated
time limit, the said tests will be carried out by the
department and total expenditure incurred on the testing
charges plus five times amount of testing charges will be
recovered from the contractor's bill.
As this recovery is only due to the negligence on the part of
contractor to carry out work as per Tender conditions and
Executive Engineer's decision will be final and binding on
the contractor and it cannot be challenged by the contractor
by way of Appeal, Arbitration or in the Court of Law.

40.(A) Other Conditions

(1) Mixing of concrete on site or in the vicinity of site is


allowed. Mixing of concrete must be done on site with fully
automatic computerized concrete weigh batch mixers for all
grade of concrete as per the mix design and transported to
site using transit mixer or by pumping of concrete from plant
to site. All the provisions of IS 4925 (2004): Concrete Batching
and Mixing Plant Specification and IS 4926 (2003): Code of
Practice Ready-Mixed Concrete must be strictly adhered to.
Contractor has to carry out the calibration of the plant as
often as directed by the Engineer – in- charge preferably from
VNIT, Nagpur.

(2) The Contractor shall make field arrangements for testing


of all materials for cement concrete i.e. slump test, bulkage
test, etc. 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 days operation and thereafter for every 60 cubic
meter 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 for each changed batch. Three cubes
shall be tested for test at 7 days age and 3 at 28 days in
Laboratories of P.W.D. (Govt. of Maharashtra)/V.N.I.T./ Govt.
Polytechnic. All the testing charges shall be paid by the
contractor. The entire responsibilities of the testing of
materials will be borne by the contractor.

(3) 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.

(4) (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 IX.

(e)The Contract should not be sublet without written


permission of Engineer-in-charge.

(f) Tender condition of tender notice will be binding on


contractor and etc tender notice will form a part of
agreement.
41. 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, or any other accredited laboratory
approved by engineer in-charge.

42. MISCELLANEOUS:

42.1 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.

42.2 ACCEPTANCE:

Intimation of acceptance of tender will be given a letter sent


by 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.

42.3 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 opening of
financial bid, all bidders are required to submit certificates
of 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 Department a statement in respect of their experience
and financial resources.
42.4 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
substitute cable made up of several pieces jointed and tapped
be used.

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.

42.5 POLICE PROTECTION :

For the police protection of the camp of the contractor’s work,


the NMRDA 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.

42.6 For providing electric line and water line etc. recess 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.

42.7 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.

42.8 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.
42.9 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 Engineer-in-charge shall be final in case of interpretation
of specification.

42.10 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.

43. 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 as per the
directions of Engineer-in-charge at his own cost.

2. Before carrying out load test, the Contractor shall carryout


the suitable nondestructive testing of the structures which
are in doubt, at his own cost. Nondestructive 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 I.S. code the structure shall be deemed
to be unacceptable.
44. SPECIAL CONDITIONS :

44.1 The contractors should ensure that all safety precautions


are observed by their labours, working closed to the
Roads/State Highway and while closing the Roads/state
Highway precautions are taken including insurance etc., for
their labour at the cost of the contractor etc. if any accident
occur to the labour etc., no claim in this regard on whatsoever
account shall be entertained and the decision of the
NMRDA will be final and conclusive.

44.2 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.

44.3 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.

45. DEFINITIONS:

Unless included by or repugnant to the contents

(a)Government: The expression “Government” as used in the


tender documents shall mean the Government of
Maharashtra.

(b)Superintending Engineer: The expression ‘The


Superintending Engineer as used in the tender papers shall
mean The Superintending Engineer, NMRDA, Nagpur.

(c)Engineer-in-charge: The expression Engineer or Engineer-


in-charge as used in the tender paper shall mean the
Executive Engineer- of the work.
(d)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
authorized to proceed with the work.

(e)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.

(f)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.

46. MIX DESIGN :

46.1 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.

Sr. Concrete Guidelines


No. Grade
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-20 to M- Preliminary mix design must be carried
25 out for these mixes. However, Weight
batching shall be insisted for cement
fine aggregate and course aggregate.
3. M-25and Preliminary mix design must be
Above prepared for such mixes weigh batching
shall be insisted for cement fine
aggregate and course aggregate.
46.2 For the grades of concrete M-20 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-20 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-20 and
other items in the agreement, where cement is not to be used
by weighment, the cement bags as received from the
manufacturer and supplied to the contractor under Schedule
‘A’ shall contain cement of 50 Kg. net weight.
46.3 The admixtures such as plasticizers/super plasticizers
for concrete grade M-20 and above shall be used as directed
by Engineer in charge depending upon specific
requirements. No extra payment on this account will be
admissible.

47. ENVIRONMENT CLEARENCE & CONSENT TO


ESTABLISH: The work will be commenced only after the issue
of Environment Clarence by SEIAA & Consent to establish by
Maharashtra state Pollution Control board. A copy of
Environment Clearance and Consent to Establish will be
issued to the contractor. The contractor must adopt best
construction technique and must maintain construction
plants, tools, machinery, vehicles etc. in best working
condition as per relevant Environment norms. Norms and
conditions, if any stipulated in environment clearance and
consent to establish should be strictly adhered to by the
contractor at his own cost and expenses. No claim for the
same shall be entertained. Contractor will be solely
responsible for any penalty and/or penal actions imposed by
the relevant authority due to non-adherence of any norms and
conditions of environment clearance. In the case of delay in
issue of Environment Clarence and Consent to establish for
the work due to unforeseen cause, the contractor shall not be
entitled for any compensation what so ever from the NMRDA
on the ground that the machinery or the labour was idle for
certain period.
ADDITIONAL TENDER CONDITIONS
(1) The contractor should produce the no objection
certificate obtained from the Maharashtra Pollution Control
Board before starting Crusher / Drum Mix Plant on the work
site.

(2) 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.

(3)Fixing of Information Boards


After award of contract, contractor will have to provide and
fix the information boards in Marathi of size 0.90 m x 0.60 m
showing name of NMRDA Funding department of
Government of Maharashtra, tender cost, Date of Work
order, period of completion, Expected date of completion,
name and telephone number of agency and Engineer in
charge and other details as directed by Engineer-in-charge.

(4) Insurance of Contract Work:

The Contractor shall insure Project / Work facility for entire


period of contract including all assets existing on the date of
award of work and any subsequent assets created during
construction and maintenance including extension, if any,
and up to DLP period shall stand covered under this
insurance coverage.
The Contractor shall submit the insurance document
within 7 working days from the date of work
commencement order. This insurance premium shall
stand reimbursable in the 1st RA bill. The amount for
premium of such insurance shall be as per GIS (
General Insurance Scheme) norms of Govt. of India.
Similarly, all workers appointed to complete the
contract work are also required to be ensured under
W.C. insurance policy. Insurance policy/policies
taken 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 premium calculated 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, Maharashtra State Mumbai. The
Director of Insurance reserves the right to distribute
the risk of Insurance among the other insures.

(5) Architectural And Structural Drawings

5.1 The detail Architectural and structural drawings are


attached with the tender for all structures proposed to be
constructed and shall get it approved from the competent
authority of NMRDA i.e. S.E., NMRDA No Separate
payment will be made on this account and no extra time will
be allowed for preparation and approval to design and
drawing. In case there are no structural designs with details
of reinforcement readily available with NMRDA, the same
shall be provided during execution.

5.2 The Preparation and submission of structure design will


be in phased manner as under

a) General R.C.C layout with appropriate orientation of


structure member and approximate concrete size and
live loads considered shall be furnished within 30
days from the date of work order.
b) After approval of the above, the detailed structural
design and drawing along with calculation shall be
prepared and submitted within the 30 days. It will be
responsibility of contractor to get the same approved
from the competent authority. The R.C.C Schedule to
be submitted shall include following :
i) Columns footing, columns up to plinth level with
plinth level beams and slabs
ii) Columns, superstructure, lintel level beams and
beams of slabs at typical floor and roof level
iii) For all other structural member as given in
approved building drawing
iv) Plinth height of building to be approved from
Executive Engineer/Competent authority.
v) Colouring to the building both internal and
external shall be approved by Executive Engineer/Project
Architect.

(6) Site Office cum Field Laboratory :

The Contractor shall provide, furnish, maintain and


removed on completion of the work a Suitable site office-
cum laboratory on the work site for use of Executive
Engineer or his representative. The site office cum
laboratory shall separate room of sufficient area. It may have
brick wall and asbestos or corrugated sheet roof with false
ceiling paved floor should be 0.45mtr. above ground level.
Laboratory shall have working platform necessary electrical
provision and water supply arrangement for display of
drawing should also be made. He should provide suitable
latrines, urinals and keep them clean daily. No extra
payment shall be made for the same. This will be supposed
to be including in his offer.
The contractor shall arrange to provide fully furnished on
adequately equipped field laboratory with adequate
qualified technical staff. Preferably to located adjacent to
the site of the Engineer in charge and provided with
amenities like water supply, electric supply etc and
adequate furniture (Chairs and Table). The laboratory
equipment shall confirm with M.O.S.T. specification. The
maker of equipment preferably be MIL make as per IS
(Indian Standard) requirement and as per list attached. It
shall be considered as incidental to the work and no extra
payment will be made what so ever will be made for the
same.

List of machineries to be provided at site laboratory as per


ANNEXURE –I
After completion of work it will be property of contractor
necessary Laboratory equipment’s are as given on Annexure
I and office furniture shall be provided by the contractor at
his own cost.
After completion of work the contractor shall clean all site
by dismantling laboratory and by removing all the derbies
from the site work.
SPECIAL CONDITIONS

(1) Construction Machinery / Equipment’s:


1.1 The methodology and equipment’s to be used on the
project shall be furnished by the Contractor to the
Engineer well in advance of commencement of work
and approval of the Engineer obtained prior to its
adoption and use.

1.2 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.

1.3 All equipment provided shall be proven efficiency


and shall be operated and maintained at all times in
manner acceptable to the Engineer.

1.4 No equipment or personnel will be removed from


site without permission of the Engineer-in-charge.

1.5 The Contractor shall use Total Station equipment for


the entire duration of contract for marking of layouts
and fixing of levels to maintain the accuracy of work.

(2) Work Programme and Methodology of construction:

The Contractor shall furnish his programme of construction


for execution of the work within the stipulated time
schedule together with methodology of construction of each
time or work and obtain the approval of the Engineer to the
revised programme, if necessary.

(3) 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 to the revised
programme.

(4) Action in case disproportionate progress:

In case of extremely poor progress of the work or any item at


any stags of work which in the opinion of the Engineer-in-
charge cannot be made good by the Contractor considering
this available resources, the Engineer-in-charge will get it
accelerated to make up the lost time though any other
agency, and recover the additional cost incurred. If any in
getting the work done from the Contractor after informing
him in about the action envisaged by him.

(5) Labour License :


It is obligatory on the part of the contractor that after issue
of work order labour license from concerned labour
Department has to be obtained within fortnight
(6) Concrete Mixer
The Contractor shall carry out concreting of all grades of
concrete using concrete mixer and for concrete M 20 grade
and above with Concrete Mixer having Automatic Batching
with Minimum Capacity of 10 Cum per hours Or Weigh
batch mixer (Reversible Drum Type) 9 to 12 cum/hrs
capacity electrically / diesel operated with water tank
arrangement and digital type weighing system with 3 bins
can be used. Proof regarding ownership of the same should
be submitted in technical bid.
And for commercial established ready mix concrete plants
(RMC) approved by engineer in charge and located at
suitable distance shall be permitted at no extra cost.

(7) Work Quality Monitoring


NMRDA may appoint an agency for monitoring quality of
work. The contractor shall have to comply with the
instructions of this agency and take remedial measures for
rectification of the defects and conduct tests as suggested by
the agency at no extra cost.

(8) Inaugration / Ceremony arrangement for Site.


Contractor has to make the necessary arrangements like
(Foundation Stone, Stage, Sound system etc.) for ground
breaking (Bhoomi Poojan) ceremony / Handing over
ceremony at his own cost as directed by Engineer in charge.

(9) Initial Ground Levels


Contractor should take initial original ground levels of the
site before the commencement of work and should get it
verify by the Engineer in charge.

(10) Dewatering
The item of dewatering is included in the item of
excavation, no extra claim for the dewatering will be
entertained.

(11) WBM Work


For WBM work, each layer of the murum work will have to
be checked for the density test. Only after the submission of
the successful test result the murum work (Density Check)
of the work of the next layer should be started.

(12) Fly-Ash
The measurement of fly ash will be done with respect to the
result of the Proctor density test of the respective layer only.
Only if the proctor density test result is achieved to 100%
then only the bulkage of maximum 20% will be considered
for loose volume.

(13) Use of Screed Vibrator


Screed vibrator must be compulsory used for the work of
concrete pavement.

ADDITIONAL SPECIFICATION

1) For Earthwork, Drain work, and Road work Contractor shall engage an
experienced survey agency in consultation with Engineer-in charge with
all necessary modern instruments, equipments, tools etc. The Agency shall
help departmental Engineers in carrying out survey work, collection of
data plotting of "L" section, Cross section, Road plan, drainage plan,
estimation of quantities etc. before start of the road work. If required and
as directed by Engineers-in charge, surveying, plotting, estimation etc.
shall be done again and again for whole or part portion of the work till
final solution to the satisfaction of the Engineers-in charge is worked out.
Contractor shall submit all surveyed data, plotting, plans & estimate in
sort as-well-as in hard copy to the department. All submission in soft &
hard copies shall be departmental property, under intellectual property
rights. Contractor cannot put any claims over it.
CONDITIONS FOR THE MATERIALS TO BE PROCURED BY THE
CONTRACTOR
(1) Cement :

Cement to be used for the work shall comply the following and shall be
used with the prior approval of Engineer -in –charge

a) Ordinary Portland cement confirming to the I.S.: 8112 shall be used.


Independent testing of cement used shall be done by the contractor at site
and in the laboratory approved by the Engineer before use. Any cement
with lower quality than that shown in the manufactures certificate shall be
debarred from use. In case of finally ground cement or imported cement,
the Engineer 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 at all times

b) Use of Portland Pozolana Cement conforming to IS 1489 (Part-I 1991) is


permissible, subject to the following conditions:-

I) For the concrete containing PPC. Cement, the curing period shall not be
less than 14 days.

II) The stripping time for removal of form work shall be as under :-

Sr No Type of formwork Minimum period


before
striking formwork
work
a Vertical formwork to columns, walls, 48 hrs.
beams
b Soffit formwork to slabs (Props to be 14 days
refixed
immediately after removal of
formwork)
c Soffit formwork to beams (Props to 14 days
be refixed immediately after removal
of formwork)
d Props to slabs
i) Spanning up to 4.5 m. 10 days
ii) Spanning over 4.5 m. 21 days
e Props to beams and arches
i) Spanning up to 6 m. 21 days
ii) Spanning over 6 m. 28 days

(2)T.M.T Steel – Grade of steel fe500

TMT bars shall comply with IS: 1786.


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). Fly ash bricks

Fly ash bricks shall confirm to IS: 12894:2002. Bricks with frog will only be
accepted. In case the size of bricks is more than that specified in item, rate
will be proportionally reduced because of reduction in joints. Bricks of size
smaller than that specified in item of work shall not be accepted.

4) II Class Burnt Brick

II nd Class burnt clay brick without frog shall not be accepted. in any case.
The brick with frog 10 to 20 mm deep on one of its side only shall only be
accepted. The diameter of the bricks shall be strictly in accordance with the
Indian standard 12894 2002 .If the size of bricks is found to be more than
that of specified in the item of work, the rate will be proportionally reduced
because of reduced joints and labour. The size of bricks smaller than the
specified in the item of work shall not be accepted. The sample of bricks
shall be got approved from the Engineer -In -charge before using the same
in the work. It shall be the responsibility of the contractor to got tested the
sample of bricks for the physical characteristics from the approved
laboratory and submit the test report to be Engineer in charge before using
the bricks in the
work

(5) 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 immediately and will not be allowed to
use for any component of work.

ADDITIONAL CONDITIONS FOR CEMENT, STEEL, BITUMEN, NATRUAL


BUILDING STONE BROUGHT BY THE CONTRACTOR

(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 NMRDA. 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 and the charges for testing shall be borne by
the contractor
(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 NMRDA
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 NMRDA. This account will be scrutinized 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 from
M.S.S.I.D.C. only. Proof of purchasing of pipe should be submitted.
Annexures
Annexure-I
Setting of Field Laboratory
The Contractor shall have to establish a field laboratory with following minimum
equipments on the instant work at his own cost. These instruments are conforming
to IS Specifications duly calibrated from competent agency. Contractor has to carry
out the calibration of said instruments as directed by the Engineer – in- charge on
expiry date of calibration. On completion of work in all respect, the equipments will
be the sole property of the contractor.

Sr. Equipment Quantity


No.
1) SCADA base compression testing machine of 200 tonne 1 No
capacity with two dial gauges conforming to the requirements
of IS 516-1959, IS:4858-2000
2) Cube Moulds 150 mm x 150 mm x 150 mm size conforming to 1 set of 12
IS: 516-1959, IS:10086-1982. Nos Nos
Cube Moulds 75 mm x 75 mm x 75 mm 1 set of 6
3) Slump apparatus conforming to IS:7320 1 No
4) Test sieves 100 mm, 80 mm, 63 mm, 50 mm, 25 mm, 12.5 mm, 10 2 sets
mm, 4.75 mm, 2.36 mm, 1.18 mm, 600 micron, 300 micron, 90
micron, 150 micron and other required sieves
5) 15 cm dia. aggregate crushing value apparatus as per IS:2386 1 No
(Part IV)-1963
6) Impact testing machine with cylinder of 75 mm dia and 50 mm 1 No
depth and tamping rod of 10 mm dia and 230 mm long.
7) Pycnometer with metal mould and dryer 1 No
8) Le–chatelier apparatus as per IS:4031with glass sheets 1 No
9) Vicat apparatus as per IS:4031 1 No
10) Vibration machine with 6 moulds as per IS:4031 1 No
11) Graduated cylinder of glass 100,250,500 and 1000 ml capacity 3 Nos each
12) Electric oven , thermostatically controlled upto 200 °c , 1 No
chamber Space 40 cm x40cm x40cm
13) Concrete Test Hammer (rebound hammer) of impact energy 1 No
2.207 Nm (0.225 Kgm) as per IS:1331(part -2)-1992
14) Balance 1 kg , 5 kg and 15 kg capacity having sensitivity less 1 No each
than 0.1 gms.
15) Miscellaneous items such as mixing trays, rice trays, rice trays 1 No each
Karni , hot plate, etc.
16) Thickness and length guage as per IS:2386(Part I)-1983 1 No each
17) Automatic sive analyser 1 No each
18) vernier caliper & Micrometer 1 No each
19) Total station 1 No
Annexure II

Additional specification/ condition for Civil Works

The following additional specification /procedure shall be followed for relevant


tender items in various parts of this building.

1) Form Work:

In general the formwork should be of marine/Densified ply woods plates. Only


for slab bottom the formwork of M.S. plates shall be allowed on merit basis
based on the condition that M.S. plates are suitable for the purpose. It will not be
binding on the part of the Engineer-In-charge to allows for M.S formwork. The
thickness of marine/Densified ply wood with damage surface, varying thickness
will not be allowed to be used. The surface of the formwork should be treated
properly to prevent adhesion of concrete to the forms.

The marine/Densified ply wood shuttering plates shall be braced suitably with
angle iron or wooding frames to withstand the loads to be imposed on the
formwork and to prevent bending, deflection, deformation in size or
displacement of the member. The formwork should be watertight to prevent
leakage of concrete water or cement slurry from the section.

2) CENTERING : -

For Centering telescopic M.S. tubular props and struts with adjustment heights
should only be used. The total supporting arrangement shall be designed by the
contractor, confirming the relevant I.S. code and standard practice being adopted
in the type of work. The Centering arrangement shall be adequately braced and
properly fixed by using appropriate type of fastening and fixture to ensure
stability and stay of the Centering to withstand all loads coming on it. Before
commencement of this item the total arrangement of Centering and work design
should be got approved from the Engineer In charge. The entire responsibility for
design, erection, and maintenance and safety measure will exclusively rest with
the contractor. The Engineer In charge reserves right to reject entire Centering
arrangement or part thereof any material used for the Centering /formwork in the
event of which the contractor shall have to arrange for its replacement at his own
cost and claims, what so ever on this account shall not be entertained by the
NMRDA.

3) Water for Curing


Arrangement for the curing of C.C. foundation muffing ; brick masonry work etc
shall be done by clean and soft water at site by the contractor at his own cost.
4) Pipe Concealing
The items of providing and fixing pipes of all types for water supply / Waste
pipe in Walls / ceiling / floor are deemed to be of concealed type, No additional
payment shall be made or the concealing.

5) Bulkage Factor

The items of removal of surplus earth shall be measured based on pit volume
and shall be
paid accordingly. No extra payment shall be made for bulkage.

Additional instruction to tenderer (Electrical Work)

1 While executing the E.I. work the agency shall provide Generator for
Electrical Drill machine at his own cost.

2 The Agency shall follow the ISI specification, relevant standards, IER 1956
during the execution of work.

3 The Agency shall obtain the permission of local Authority (N.O.C.) for
digging the road if necessary.

4 If during the execution of work, shut down from M.S.E.B. side is necessary. In
that case it is solely responsibility of agency to take necessary shut down with
permission of local MSEB authority.

5 The agency will have to use necessary T & P while execution of work at his
own cost.

6 After completion of work, the agency shall have to carry necessary IR test and
earth test with calibrated meggar & earth tester and the test report of same
shall be submitted.

7 If necessary the agency shall have to arrange the inspection of E.I., from
Electrical Inspector and accordingly N.O.C. shall be obtained however the
necessary inspection fee will be paid by the agency.

8 If necessary the agency shall have to arrange the inspection of E.I., from
Electrical Inspector and accordingly N.O.C. shall be obtained however the
necessary inspection fee will be paid by the agency.

9 The work insurance and insurance of worker, Labour insurance shall be done
by agency under the insurance act at his own cost.
10 The Complete responsibility of safety of worker during the execution of work
is solely of agency. The agency 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 agency, In any case this
Department will not be responsible for any compensation.

11 Any Fees / charges / taxes of penalties towards payment of Government /


Semi- Government / Local / Private bodies arising during the execution of the
work is to be borne by the agency. No compensation of refunds will be paid
for this. No additional payment will be made for the same

12 All toll charges paid by the contractor if any for conveying material will not
be refunded by the department.

13 In case of main contractor not registered with the Electrical Wing of P.W.D.
Govt of Maharashtra, he can get electrical work done through the registered
electrical license contractor with the Govt. of Maharashtra of appropriate
(Class A). However, the main contractor shall be responsible for entire work,
which includes civil and electrical works.

14 The electrical work shall have to be carried out under the technical
supervision of Assistant Engineer (Elect.), NMRDA , Nagpur. The decision of
Assistant Engineer (Elect.) NMRDA, ,Nagpur will be final and binding on the
contractor in all matters related to electrical work

15 Main Contractor will be responsible for obtaining electric supply including


installation of electric meter from Maharashtra state Electric Distribution
Company and obtaining NOC from Electrical inspector of Govt. of
Maharashtra

16 The wiring and other electrical works shall conform to the Indian Electricity
Rules. The Materials used for electrical works shall comply with their
standards laid down in that behalf by the Bureau of Indian Standard or
approved materials approved by C.E.P.W.(Electrical ) Mumbai

17 The contractor shall obtain necessary approval to the drawings, and the
method of construction as per the Indian Electricity Rules, for all high tension
Electrical Installation works and Diesel Generation Sets from the Electrical
Inspector and shall pay prescribed inspection fees.

18 The contractor shall also arrange to receive electrical service connection and
meter from Maharashtra state Electric Distribution Company by paying
necessary charges as per the supplies condition. The payment towards
permanent service connection charges made by the contractor is reimbursable
on production of the necessary documentary evidence of payment to
Maharashtra state Electric Distribution Company.
19 As soon as the electrical installation work is completed in all respect, and
tested by the electrical sub inspector, the contractor shall submit the
installation Test Report, in the form prescribed, to the Maharashtra state
Electric Distribution Company for releasing the electrical supply.

20 All Civil Engineering works such as, foundation of various motors,


compressors, switchgears, panels, and making the finishing of holes and
recess in the walls/ceiling for ducting, pipe line ,plumbing etc necessary for
completion of electrical work shall be carried out by the contractor in an
approved manner.

21 Samples of material during the execution of work shall be collected and send
to testing. If the testing results of material found unsatisfactory in that case
the agency will have to replace the material free of cost.

Additional instruction to tenderer Civil + Electrical Work

1 Electrical Engineer at Site - Assistant Engineer (Elect.), NMRDA Electrical


NMRDA shall be termed as Engineer-in-charge at site for the Electrical work.

2 The Civil Contractor, if opts for any other electrical contractor to carry out the
Electrical Installation work at the time of submission of tender, will not be
allowed to change during the period of agreement.

3 The Qualification of Contractor - The Electrical Contractor, who so ever enters


contract to carryout electrical work, shall be registered Electrical Contractor in
'A and above' class with valid Electrical Contractor license.

4 The Electrical Contractor shall keep Electrical Supervisor entered in the


register of staff issued by the licensing board on site for all the time till
Electrical Works are in progress and work will be done in direct supervision
by him in accordance with rule 45 of IER.

5 The Electrical Contractor shall not use any material unless approved by the
Engineer at site.

6 All the electrical materials shall be from the list enclosed along with Schedule
'B' bearing ISI mark & shall be got approved by the Electrical Engineer at site
before erection at site.

7 Necessary Site Tests shall be carried out by / or on behalf of Engineer at site ,


on the samples drawn from the stock received by the contractor and stock kept
at site at the cost of contractor will have to change all the materials erected/
kept at site.

8 The contractor is bound to submit an evidence of payment of taxes and duties


to Government and local bodies etc. against the material brought on site for
this work.

9 The Electrical/Civil Contractor will be supplied detailed drawing, if specially


required by Engineer at site, however, he shall give a requisition 7 days in
advance for such requirements.

10 All the works shall be done in accordance with relevant BIS specification for
method of construction, testing of materials, procurement of materials by
contractor and details mentioned in Chapter 16 of P.W.D Manual for Electrical
Works IER 1956.

11 It will be the responsibility of the Electrical Contractor to complete the


installation & tests & issue the Test Report under the signature of Electrical
Supervisor / Electrical Contractor to the Deptt. in token of his completion of
Electrical works & release of supply. Unless this test report is issued and the
test is done by the Electrical Engineer at site, the work could not be treated as
completed and the final bill will be recorded only after satisfactory Tests
Results as per the relevant code of practice.

12 All the field tests on the materials shall be done at the cost of contractor at
site/nearest laboratory approved by the Engineer at site. No secured advance
for electric material will be given unless it is certified that the materials will
be utilized within 30 days at site.

13 Ratings for Ceiling Fans shall be as per relevant IS.

14 The Agency shall obtain provisional and final Fire N.O.C. from Fire
Department of Nagpur Municipal Corporation.
Annexure-III

SCHEDULE 'A'

STATEMENT SHOWING (APPROXIMIATELY) THE MATERIALTO BE


SUPPLYING TO THE CONTRACTOR FROM DEPT . STORES AND RATES AT
WHICH THE MATERIAL S ARE TO BE SUPPLIED

NAME OF WORK :- Construction of WBM road from Mz. Kesori (Ambadi) Satimata
Mandir Kh. No. 17 to Rathi Chemical Kuhi Road, Tah. Kamptee
Dist. Nagpur.
Rate at which the
material
Approximate
Sr. Name of will be charged to
Quantity to unit Remarks
No. Material Contractor
be stipulated
In In
Figures words
1 2 3 4 5 6 7

------------------------------------NiL---------------------------------------
Annexure-IV
RECOVERY STATEMENT

STATEMENT SHOWING RECOVERY OF DISMANLETED MATERIAL

NAME OF WORK:- Construction of WBM road from Mz. Kesori (Ambadi) Satimata
Mandir Kh. No. 17 to Rathi Chemical Kuhi Road, Tah. Kamptee
Dist. Nagpur.
Rate at which the
material
Approximate
Sr. Name of will be charged to
Quantity to unit Remarks
No. Material Contractor
be stipulated
In In
Figures words
1 2 3 4 5 6 7

------------------------------------------Nil-----------------------------------
Annexure-V

APPENDIX “A”

STATEMENT SHOWING (APPROXIMIATELY) QUANTITY TO BE BROUGHT BY


THE CONTRACTOR AT HIS OWN COST FOR THE WORK

NAME OF WORK: Construction of WBM road from Mz. Kesori (Ambadi) Satimata
Mandir Kh. No. 17 to Rathi Chemical Kuhi Road, Tah. Kamptee
Dist. Nagpur.
Approximate
Sr. Name of
Quantity to unit Remarks
No. Material
be stipulated
1 2 3 4 5
1 Cement …….. Metric 1) All the materials are to be
43 grade Tonne procured and brought by the
2 TMT ……… Metric contractor at the site at his own
Steel Tonne risk and cost.
3 Mild ……… Metric 2) Physical properties shall be
Steel Tonne confirmed with M.O.S.T./I.S./
4 Structural ……… Metric I.R.C specification.
Steel Tonne 3) Stipulated test shall be carried
5 Bitumen ………. Metric out by the contractor at his own
60/70 Tonne cost as per the frequency.
grade 4) Custody of material shall be
(Bulk sole responsibility of the
bitumen) contractor.
(VG- 5)The proof of purchase of all
30,VG-10) materials should be produced
during the execution of work and
along with bill
6) The grade of cement shall be
got
approved from the Engineer – in-
Charge
Annexure-VI

Theoretical Consumption of cement for building works


(Applicable for OPC not for PPC)

Sr.No. Description Unit Theoretical


CONSUMPTION
of cement in bags
Bd-E : PLAIN CEMENT CONCRETE
1 PROVIDING AND LAYING IN SITU, Cum. 6.00
CEMENT CONCRETE IN M-15(1:2:4) OF
TRAP/ GRANITE/ QUARTZITE/ GNEISS
MET FOR FOUNDATION
2 PROVIDING AND LAYING IN SITU, Cum. 4.40
CEMENT CONCRETE IN M-10 (1:3:6) OF
TRAP/ GRANITE/ QUARTZITE/ GNEISS
MET FOR FOUNDATION
Bd - F : REINFORCED CEMENT
CONCRETE
3 Cement concrete of required grade of trap Cu.m. 7.50
/ granite/ quartzite / gneiss metal for
R.C.C. work in foundations like raft,
grillages, strip foundations and footings
For C.C.M-25
4 PROVIDING AND CASTING IN SITU Cu.m. 7.50
WATER PROOF CEMENT CONCRETE
OF M-25 TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL FOR R.C.C.COLUMN
5 PROVIDING AND CASTING IN SITU Cu.m. 7.50
WATER PROOF CEMENT CONCRETE
OF M-25 TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL FOR R.C.C.BEAMS
AND LINTELS
6 Providing and laying in situ cement
concrete of required grade of trap /
granite/ quartzite / gneiss metal for R.C.C.
work in foundations like raft, grillages,
strip foundations and footings
a) For C.C.M-20 (Foundation, Column, Cu.m. 7.00
Beam, Slab)
7 PROVIDING AND CASTING IN SITU Cu.m. 7.50
WATER PROOF CEMENT CONCRETE
M-25 OF TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL FOR R.C.C. SLABS
AND LANDINGS
8 PROVIDING AND CASTING IN SITU Cu.m. 7.50
WATER PROOF CEMENT CONCRETE
OF M-25 TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL FOR R.C.C. WAIST
SLAB,AND STEPS OF STAIRACASES
9 PROVIDING AND CASTING IN SITU Cu.m. 7.50
WATER PROOF CEMENT CONCRETE
M-25 OF TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL FOR R.C.C. PARDI
10 PROVIDING AND CASTING IN SITU Cu.m. 7.50
WATER PROOF CEMENT CONCRETE
M-25 OF TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL FOR R.C.C. CHAJJA
11 PROVIDING FLY ASH LIME BRICK Cu.m. 1.30
MASONRY (BRICKS CONFORMING TO
I.S.12894 :1990 OF SIZE 19CM X 9CM X
9CM) IN CEMENT MORTAR 1:6 IN
FOUNDATIONS AND PLINTH
12 PROVIDING FLY ASH LIME BRICK Cu.m. 1.30
MASONRY( BRICKS CONFORMING TO
I.S. 12894:1990 AND OF SIZE
19CM*9CM*9CM) IN CEMENT
MORTAR 1:6 IN SUPER STRUCTURE
13 PROVIDING FLY ASH LIME BRICK sq.m. 0.27
MASONRY(BRICKS CONFORMING TO
I.S. 12894:1990 AND OF SIZE 19CM X
9CM X 9CM) BRICKS IN CEMENT
MORTAR 1:4 IN HALF BRICK THICK
WALL , CM1:4/HALF BRICK
14 cement based water proofing treatment to Sq.m. 0.60
terrance (Indian water proofing or alike)
with brick bats on bottom layer in
C.M.1:5 admixed .
15 PROVIDING WATER PROOFING IN Cu.m. 2.20
W.C.AND BATH INCLUDING B.B.COBA
16 PROVIDING WATER PROOF BEDDING Sq.m. 0.34
FOR FLOORING OF BATH AND
W.C.25MM THICK IN C.M. 1:3
17 PROVIDING AND APPLYING WATER Sq.m. 0.34
PROOFING TREATMENT TO BOTTOM
SURFACE OF TANK
18 Providing and laying 50mm thick layer in Sq.m 0.208
cement mortar 1:8 below plinth beam
19 PROVIDING INTERNAL CEMENT Sq.m. 0.07
PLASTER 06 MM THICK IN A SINGLE
COAT IN CEMENT MORTAR 1:3
20 PROVIDING INTERNAL CEMENT Sq.m. 0.09
PLASTER 12MM THICK IN A SINGLE
COAT IN CEMENT MORTAR 1:5
21 PROVIDING INTERNAL CEMENT Sq.m. 0.11
PLASTER 12MM THICK IN A SINGLE
COAT IN CEMENT MORTAR 1:3
22 PROVIDING EXTERNAL CEMENT Sq.m. 0.25
PLASTER 20MM THICK IN A SINGLE
COAT IN CEMENT MORTAR 1:4
23 PROVIDING EXTERNAL CEMENT Sq.m. 0.14
PLASTER 20MM THICK IN A SINGLE
COAT IN CEMENT MORTAR 1:5
24 Providing sand faced plaster for external Sq.m. 0.25
portion in cement mortar 1:4
25 Providing and applying Synthetic Plaster Sq.m. 0.044
2.00 to 2.5 mm thick to new cement plaster
surface, including 2 coat of synthetic
acrylic coating scratch plaster and 2 coat
textured paint.
26 .PROVIDING AND CASTING IN SITU Sq.m. 7.50
WATER PROOF CEMENT CONCRETE
OF M-25 TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL)
27 PROVIDING AND LAYING WHITE Sq.m. 0.30
MAKRANA MARBLE SLAB FOR
FLOORING IN C:M 1:6
28 Providing and fixing white makrana Sq.m. 0.25
marble slabs or equivalent of size 60 cm x
45 cm and for dado and skirting
29 PROVIDING, LAYING AND FIXING Sq.m. 0.22
VITRIFIED TILES OF FLOORING,
DADO AND SKIRTING I
30 PROVIDING SILLS / JABMS/ REVELS Sq.m. 0.18
OF GRANITECM1:4
31 Providing and fixing granite of best Sq.m. 0.18
quality for flooring
32 Providing and fixing granite of best Sq.m. 0.18
quality for flooring FOR DADO &
SKIRTING
33 PROVIDING AND FIXING CERAMIC Sq.m. 0.21
TILES OF APPROVED QUALITY,
REQUIRED SIZE 5.5MM THICKNESS
FOR DADO AND SKIRTING IOF CM 1:4
I
34 Providing and Laying ceramic tiles of Sq.m. 0.22
approved quality , required size and
5.5.mm thickness for flooring in C.M.1:4

35 providing and fixing coloured glazed tiles Sq.m. 0.22


of all sizes and minimum thickness of 5
mm for dado and skirting in
C.M.1:4
36 Providing and laying hand cut polished Sq.m. 0.13
kota stone Flooring 20 mm to 25 mm thick
diamond pattern on a bed of C.M. 1:6
37 Providing and fixing in required position Sq.m. 0.18
skirting or dado of polished Kota stone
slabs 20 mm to 25 mm thick C.M.1:4
38 Providing and laying polished Kota Stone Sq.m. 0.18
slabs 20mm to 25 mm thick for treads and
risers of steps and staircases, C.M. 1:4
PROVIDING AND FIXING IN Sq.m. 0.13
POSITION PARTITION OF POLISHED
KADDAPPA OF 25 MM TO 30 MM
39 THICK, INCLUDING MAKING
40 Providing sills of polished Kota stone Sq.m. 0.13
20mm to 25mm thick, on a bed of cement
mortar 1:4
41 Providing and laying white makrana Sq.m. 0.18
marble slabs or equivalent 15 to 18 mm
thick C.M. 1:4
42 Providing sills / jambs / revels of white Sq.m. 0.42
makrana marble slabs or equivalent 15 to
18 Cement Mortar 1:4
43 PROVIDING AND FIXING CLAY TILES Sq.m. 2.10
OF APPROVED QUALITY LOCAL
BRAND, REQUIRED SIZEOF 150MM
X150MM , 10MM THICKNESS FOR
ROOF CLADDING CM 1:3 I
44 PROVIDING AND FIXING OF Sq.m 0.18
GRANITE OF BEST QUALITY TO
FLOOR, DADO, SKIRTING ETC OF
APPROVED COLOUR AND FIXTURE
15MM TO 18MM THICK IN REQUIRD
POSITION WITH READY MADE
ADHESIVE MORTER
45 PROVIDING AND LAYING 25MM Sq.m 0.42
THICK PRECAST POLISHED
CHEQUERED COLOURED CEMENT
TILES 25 CM X 25 CM X 20 MM
PROVIDING AND CASTING IN SITU CU.M 6.27
CEMENT QUARTZITE/ GNEISS METAL
FOR COPING P.C.C,M-15 (1:2:4) FOR
46 COPPING
PROVIDING & FIXING IN POSITION SQ.M. 0.07
AFTER HOISTING, PRECAST 1:2
CEMENT MORTAR RCC/JALI
47 80MM/CM 1:3
48 PROVIDING AND CASTING IN SITU CU.M. 7.50
WATER PROOF CEMENT CONCRETE
M-25 OF TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL FOR R.C.C. DOME
SLABS OF 25.5 M.
49 PROVIDING AND CASTING IN SITU CU.M. 7.50
WATER PROOF CEMENT CONCRETE
M-25 OF TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL FOR R.C.C. DOME
SLABS
50 PROVIDING AND CASTING IN SITU CU.M. 7.50
WATER PROOF CEMENT CONCRETE
M-25 OF TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL FOR R.C.C. DOME
SLABS
51 PROVIDING AND CASTING IN SITU CU.M. 7.50
WATER PROOF CEMENT CONCRETE
M-25 OF TRAP/ GRANITE/ QUARTZITE/
GNEISS METAL FOR R.C.C. DOME
SLABS
52 PROVIDING AND FIXING INDIAN NO. 1.185
TYPE WATER CLOSET/EUROPEAN
TYPE/ORISSA TYPE
53 PROVIDING AND FIXING URINALS NO. 0.20
UNIT OF ONE
54 PROVIDING AND FIXING URINALS NO. 0.21
UNIT OF TWO/THREE/FOUR

55 PROVIDING AND FIXING WASH NO. 0.15


HAND BASIN
56 PROVIDING AND FIXING GULLEY NO. 0.817
TRAP
57 C.C. 1: 4:8 (M7.5) in plain C.C. for CU.M. 3.4
foundation and bedding with 40 m.s.a.
(Nominal mix)
58 C. 1:5:10 (MS) C.C. for foundation and CU.M. 2.65
bedding with 40 m.s.a. (Nominal mix)
59 C.C/l:2:4 (M15) in plain plinth and CU.M. 6.27
parapets, bed blocks, foundation blocks
plain or moulded blocks, arches etc. with
20 m.s.a. (Nominal mix)
60 C.C. 1:2:4 (M 15) Nominal Mix for RC.C. CU.M. 6.27
pile caps, foundation, like raft strip
foundation grillage with 40 m.s.a.l20
m.s.a.
61 1:2:4 (M 15) (Nominal) CU.M. 6.27
62 C.C. 1:1.5:3 (M20 (Nominal mix) with 20 CU.M. 7.1
m.s.a.

63 C.C. 1:2:2 (Nominal mix) with 20 m.s.a. CU.M. 11.20


64 2nd class B.B. masonry in foundation/ CU.M. 1.42
plinth/ required for pointing super
structure/ pillar to be added as per
masonry/ coping porch required on work
in cement mortar (1:6)
65 2nd class B.B. Masonry pointing in CU.M. 1.6
cement mortar 1:5 (30% of mortar
assumed)
66 2nd class B.B. Masonry in cement CU.M. 1.2
mortar 1:8 (30% of mortar assumed)
67 B.B. Masonry in half brick thick walls in Sq.m. 0.27
cement mortar 1:4
Sq.m. 0.34
B.B. Masonry in half brick thick walls in
cement mortar 1:3
68 B.B. Masonry 1st class in cement mortar Sq.m. 1.3
1:6 (25% mortar assumed)
69 Stone masonry in cement mortar 1:6 for CU.M. 1.60
UCRS in all position all random rubble
CR 3rd sort Cr. 2nd sort 33% mortar
assumed)
70 Stone masonry cement mortar 1.5 for CU.M. 1.90
UCRS in all positions all random rubble
CR 3rd sort cr. 2nd sort (33% mortar
assumed)
71 Stone masonry in cement mortar 1:6 for CU.M. 1.6
CR 1st sort random rubble masonry) 1st
sort (30% mortar assumed)
72 Stone masonry 1st sort (CR 1st sort CU.M. 1.9
random Rubble 1st sort) in cement
Mortar 1:5 proportion {30% mortar
assumed
73 Laterits stone masonry in cement mortar Sq.m. 1.05
1:6 (20% mortar assumed)
74 6 m.m. thick cement plaster in-cement Sq.m. 0.055
mortar 1:4 (to concrete surface)
75 12 m.m. thick cement plaster single coat Sq.m. 0.11
in cement mortar 1:3
76 12 m.m. thick cement as the Single coat in Sq.m. 0.10
cement mortar 1:4
77 20 m.m. thick cement plaster in two Sq.m. 0.14
coats in cement mortar 1;5
78 20 m.m. thick cement Plaster in two coats Sq.m. 0.145
in cement mortar 1:5
79 25 m.m. thick cement plaster in two Sq.m. 0.18
coats to concrete/brick/stone surface on
cement mortar 1:5
80 Fine cement finish over plaster (instead Sq.m. 0.044
of neeru)
81 Providing pointing with cement mortar Sq.m. 0.06
1.3 proportion for stone masonry
82 Providing pointing with cement mortar Sq.m. 0.06
1:3 proportion for brick masonry

83 Providing laying rough Shahabad/tandur/ Sq.m. 0.49


stone flooring treads over cement mortar
1:4 bedding including cement pointing
cement mortar 1:3 (Average 20 m.m.
thick layer or bedding assumed)
84 Providing and laying polished Sq.m. 0.136
Shahabad/Tandur/Kota Kadappa flooring
over Lime mortar bedding neat cement
float. filling joints
85 Providing and laying in required Sq.m. 0.20 bags
position sidding of dado, risers of (0.15)
polished Shahabad/ Tandur/ kota / (0.15)
Kadappa stone over cement plaster
backing coat 12 to 20 m.m. thick in
cement mortar 1:4 including float, filling
joints cement (Average 14 m.m. backing
assumed)
86 Providing & laying cement concrete 40 Sq.m. 0.36
m.m. thick with 1:2:3 CC & finishing
smooth with extra cement
87 Providing & laying cement concrete 50 Sq.m. 0.44
m.m. thick with 1:2:3 CC & finishing
smooth with extra cement
88 Providing and laying C.C. flooring 40 CU.M. 0.27
m.m. thick with C.C. 1:2:4 finishing
smooth. with extra cement
89 Providing and laying C.C. flooring 50 Sq.m. 0.365
m.m. thick with C.C. 1:2:4 finishing
smooth with extra cement
90 Cement tile/M.M. tile/flooring sills/treads/ Sq.m. 0.16
chequered c.c. tiles over cement mortar + 0.26
bedding 1:4 including cement float and 0.42
filling joints (20 m.m. thick AV
bedding)
91 Cement tile/M.M. tile/flooring sills Sq.m. 0.26
treads/chequered C.C. tiles over lime
mortar bedding cement float and filling
joints (20 m.m. AV bedding)
92 Cement tile/M.M. tile/skirting and Sq.m. 0.11
dado/riser over cement material tiles over +0.14
lime mortar bedding cement float and 0.25
filling joints (20 m.m. AV bedding)

93 White glaze tile flooring over cement Sq.m. 0.22


mortar bedding 1:4 proportion and
cement float. (Averages 16 M.M. thick
mortar bedding assumed)
94 White glazed tile dado over cement plaster Sq.m. 0.11
1:4 including buttering tiles with cement +0.07
plaster (12 m.m. Plaster assumed 0.18

95 1) Marble slab flooring over cement Sq.m. 0.16


mortar 1:4 bedding and cement float. +0.14
0.30

2) Marble slab flooring over cement 0.14


mortar 1:4 bedding and cement float with
lime
96 Marble slab dado over cement plaster in Sq.m. 0.11
cement mortar 1:4 buttering slabs with 0.14
cement plaster. 0.25
97 Providing and laying in situ 40 m.m. thick
marble mosaic flooring (30 m.m. thick
under layer of c.c. 1:2:4 and 10 m.m. thick Sq.m. 0.20
top layer in marble chips and marble Sq.m. 0.13
power.) Sq.m. 0.33
i) For under layer 30 m.m. thick.
ii) For top layer in gray cement Sq.m. 0.13
iii) Under layer and top layer total with (6.4 Kg)
grey cement
iv) Under layer in gray cement & top layer
in white cement gray cement. White
cement.

98 Cast in situ marble mosaic dado over cement


plaster 1:3 backing coat and/Marble chips in
top coat 6 m.m. thick (base coat assumed 14
m.m. (average thickness) Sq.m. 0.20 (6.4kg)
i) Grey cement for backing coat Sq.m. 0.08
ii) Grey cement for top coat (if gray Sq.m. 0.28
cement is intended)
iii) Total with gray cement Sq.m. 0.20
iv) Base coat with gray cement & top coat Sq.m. 0.08
with white cement
Gray cement
white cement
99 Sanitary fittings :-
1. Indian type water closet/ European Each 1.185
type/Orissa type.
Each 0.20
2. Urinals unit of one Each 0.21
3. Urinals unit of two/three/four Each 0.15
4. Wash and basin. Each 0.20
5. Sink
Each 2.60
6. Inspection chamber
a) Size 60cm x 45 cm. without RC.C. Each 3.95
Cover Each 3.69
60 x 90 cm. Each 0.817
b) Size 90 cm x 45 cm.
Gulley Trap
100 Fencing :-
1. Supported on teak/wood round ballies R. Mt. 0.19
non teak wood/M.S. Angle post.

2. Supported on RC.C. post. R. Mt. 0.19


101 Laying & jointing of S.W. Pipes-
1. 100 mm dia.
2. 150 mm dia. R. Mt. 0.0213
R. Mt. 0.0426
102 Laying & Jointing of -RC.C. pipes
(proportion 1)
R. Mt. 0.0574
1. 250 mm. dia. R. Mt 0.0656
2. 300 mm. dia. R. Mt. 0.1476
3. 400/375 mm. dia. R. Mt 0.1558
4. 450 mm. dia. R. Mt. 0.1886
5. 500 mm. dia. R. Mt 0.2214
6. 600 mm. dia. R. Mt. 0.246
7. 700 mm. dia. R. Mt 0.2625
8. 750 mm. dia. R. Mt. 0.2952
9. 900 mm. dia. R. Mt. 0.3773
10. 1050 mm. dia. R. Mt. 0.4183
11. 1200 mm. dia. R. Mt. 0.128
12. 250 S.W. Pipe R. Mt. 0.170
13. 300 mm. dia. S.W. Pipe
Annexure-VII
LIST OF APPROVED MATERIALS.
1. Electrical works

1. Switches, C Rose, Holder, MDS, Anchor, Panasonic, North West, All


Socket and Bakelite accessories with ISI Mark
accessories.
2. PVC pipe and PVC Superplast, Asian Precision, Diamonds With
accessories. ISI mark
Note Pipe and accessories shall be same make
3. Single PVC and PVC CONA, PlAZA, JONSON, POLYCAP.,
Aluminum / copper Wires FINOLEX, PRYFLEX with ISI mark only
/
4. H.G. Conduct & NIC , GB with ISI Mark Note Pipe and
Accessories. accessories shall be same make

5. Unarm Armored cables. HMT, POLYCAP, GLOSTER, CCI, CONA


with ISI Mark
6. Conventional Switchgear CPL, KALKI, CROMPTON, HAVELLS,
and DB STANDARD, with ISI Mark.

7. MCB,MCBDB & MDS,HAGER,HAVELLS,INDOASIAN,SEME


Industrial Plug. NS ,Note MCB & DB Used shall be of same
Make
8. ELCB, and ELCB+MCB MDS, SEMENS, HAGER, HAVELLS
with box
9. MCCB MDS, SEMENS, HAGER, HAVELLS

10. ACB MDS, SEMENS, HAGER, HAVELLS


11. Florescent Fitting of all PHILIPS,BAJAJ,CROMPTON, (Made of only
types M.V/S.V fittings CRCA sheet)
,WPSL
12. Ceiling FANS ORIENT,USHA,CROMPTON, RALLIES,
BAJAJ,GEC
13. Table fan Bracket & ORIENT,USHA, ALMONARD, CROMPTON
pedestal fan

14. Exhaust fan./ Fresh air CROMPTON, GEC, ALMONARD


fan
15. SOLAR WATER BAJAJ, RECOLD, RAMSON,( With ISI
HEATER MARK)
16. CENTRIFUGAL WATER KRILOSKAR,CROMPTON,GEC,
PUMPS GRUNDFOSS

Note:-1) In Special case makes other than the above mentioned makes will be
approved by Assistant Engineer (Electrical), NMRDA if necessary.
LIST OF APPROVED MATERIALS
2. Civil Works

1) Cement. Ambuja, Ultratech, Birla, ACC ,India Cement with ISI


2) HYSD/TMT Steel Mark
SAIL, ESSAR, TATA, JSW With ISI mark
3) Flooring Vitrified Make RAK, Johnson Kajaria ,with (ISI) certification
(Doubly Charged) (a)Breaking strength should be greater than or equal
Tiles. to1800N
(b)Modulus of Rupture should be greater than or equal to
40N/sq.mm
c)Scratch Hardness should be greater than or equal to
7-8 MOH’s scale.
(A)Toilet flooring,
Ceramic antiskid. Make RAK, Johnson Kajaria ,with (ISI) certification
(B)Toilet Dado, (a)Breaking strength should be greater than or equal to
Kitchen Dado, 700N
Ceramic glazed tile (b) Modulus of rupture should be greater than or equal to
(C)Kota, 18N/sq. mm
(c)Scratch Hardness should be greater than or equal to
4) Sanitary ware Johnson, Hindware, Parryware, Somani, kolhar, Jaquar
ISI mark only

5) Plywood Kitpy, Greenply, Century ,with ISI Mark


6) UPVC pipes Astral, Finolex with ISI Mark.
7) G. I. Pipes TATA, Jindal, Prakash, Apollo , Zenith with ISI Mark.
8 Paints Jotun, Asian, Berger, Nerolac, Shalimar, Dulux, santexmat
with ISI Mark.
9) Glass for windows & Saint Gobain, asahi with ISI Mark.
Partitions
10) Alluminiun sections Hindalco, Jindal ,Porwal with ISI Mark
11) Water proofing Torch Shield AP, Hyperplast, Super Shield with ISI Mark
membrane
12) Plumbing Materials Jaquar and Johnson
13) P.O.P. Gypsum
14) LIFT Johnson, kone, OTIS, Omega.
15) Colour coated JSW, TATA blue scope
Galvalume (A-Z) Sheet

Note:-1) Makes other than the above mentioned makes will be approved by
Engineer-In-Charge, if necessary, in Special case.
Annexure-VIII

TESTING STATEMENT

Sr Item Qty as Specifie Require Test actual Tot Deficien Remar


. s per d d taken at al cy ks
N executi frequen test as Site Laborato test in
o on cy per offic ry testing
frequen e
cy
1 2 3 4 5 6 7 8 9 10

Contractors :- ___________________________________________________

Name :- ________________________________________________________
ANNEXURE – IX

QUALITY CONTROL TESTS & THEIR FREQUENCIES.

Sr. Material Test Frequency of Testing Remarks


No.
1 Sand i. Fineness At the beginning & if
Modules there is change in source.
ii. Silt Content
2 Metal i) Crushing Value One test per 200 cum or Hand book I.S.
ii) Impact Value part thereof. 2386 Part-IV
iii) Abrasion value
iv)Water
Absorption
v) Flakiness Index
vi) Stripping value
vii) Gradation
3 Bricks i)CrushingStrengthA set of 15 bricks for each IS 1077
ii)Water absorption
50,000 consignment or
part
thereof
4 Clay i)Breaking load A set of 6 tiles for each IS 654 1972
tiles ii)Waterabsorption 50,000 tiles or part thereof
5 Flooring i)Flexural strength A set of 12 tiles for each IS 1237 1989
Tiles ii) Water absorption 2000 tiles t or part thereof
6 Glazed i) Water absorption A set of 16 tiles for each IS 777
Tiles 200 tiles t or part thereof
7 Cement Comp. Strength Up to 5 cum - 1 set M.O.RT H.
Concrete 6 - 15 - 2 sets specification
16 - 30 - 3 sets 1716
31 - 50 - 4 sets (Fourth revision
51 & Above - 4 sets + 01 )
1 additional set for each
50 cum or part thereof.
8 Cement i) Comp. Strength One test for each I.S. 8112 -1989
ii) Initial setting consignment of 50 MT
time (1000 bags) or part
iii) Final setting thereof.
time
iv)Specific Gravity
v) Soundness
vi) Fineness
9 Steel i) Weight per meter One test for every 5.0 I.S. 432
ii) Ultimate Tensile METRIC TONNE or part IS 1786-1985
stress thereof for each diameter.
iii) Yield stress
iv) Elongation

Sr. Material Test Frequency of Testing Remarks


No.
10 Granular i)Gradation One test per 200 cum. M.ORTH.
Sub Base ii) Aturburg limits One test per 200 cum. specification
iii) Moisture content One test per 250 cum. Table 900-3
prior to compaction. One test per 500 cum (fourth revision
iv) Density and 01 )
compacted layer
11 Water i) Aggregate Impact One test per 200 cum. MORTH
bound value One test per 100 cum. specification
macadam ii) Gradation One test per 200 cum. Table 900-3.
iii) Flakiness Index & 1 test per 25 cum of binding (fourth revision
Elongation Index. material. 01 )
iv) Atterberg limits of One test per 100 cum. of
binding material. aggregate
v) Atterberg limits of
portion of aggregates
passing 425 Micron.
12 Prime i) Quality of binder No. of samples per lot and MORTH
coat / ii)Binder Temperature tests as per I.S. 73, I.S. 217 and specification
tack coat iii) Rate of spread of I.S. 8887 as applicable. At Table 9004.
/Fog binder regular close intervals, 1 test .(fourth revision
spray per 500 Sqm and not less than 01 )
two tests per day.
13 Seal coat i) Quality of binder Same as mentioned under MORTH
/ ii) Impact value / Los Sr.No.8 1 test per 50 cum of specification
Surface Angles Abrasion value. aggregate 1 test per 50 cum. Table 9004.
dressing. iii) Flakiness & Initially 1 set of 3 (fourth revision
elongation index representative specimens for 01 )
iv) Stripping value of each source of supply.
aggregate. (Immersion subsequently when
tray test) warranted by change in the
v) Water absorption quality of aggregates 1 test
vi) Water sensitivity of per 25 cum Initially one
mix (if required) determination by
vii) Gradation each method for each source
viii) Soundness of supply, then as warranted
by change in the quality of
aggregate
13 Seal coat ix) Temp. of binder At regular close intervals, 1 MORTH
Co / x) Rate of spread of test per 500 Sqm and not less specification
nt Surface materials than 2 tests per day. When Table 9004.
-- dressing. xi) Percentage of gravel issued. One test per 50 (fourth revision
fractured faces. cum. 01 )
Sr. Material Test Frequency of Testing Remarks
No.
14 Open i) Quality of binder Same as per Sr.No. 8 MORTH
graded ii) Impact / Abrasion Same as per Sr.No. 9 specification
premix value - Table 900-4.
surfacing iii) Flakiness & ----do----- .(fourth revision
/ elongation index 01
close iv) Stripping value -----do-----
graded v) Water absorption ----do-----
premix vi) Gradation -----do-----
surfacing vii) Water sensitivity of -----do-----
. mix
viii) Soundness -----do-----
ix) Temp binder
x) Binder content -----do-----

At regular close intervals. 1


test per 500 Sq.m. & not less
than 2 tests per day.
xi) Rate of spread of Regular control through
mixed material checks of layer thickness.
xii) Percentage of Same as per Sr.No.9
fractured faces.
15 Bitumin i) Quality of binder Same as per Sr.No.8 Same MORTH
ous ii) Impact / Abrasion as per Sr.No.9 specification
Macada value -----do----- Table 9004.
m iii) Flakiness & (fourth revision
elongation index ---do----- 01)
iv) Stripping value -----do-----
v) Water sensitivity of
mix ----do-----
vi) Water absorption -----do-----
vii) Soundness -----do-----
viii) Percentage of
fractural faces. 2 tests per day per plant both
ix) Gradation on individual constituents &
x) Binder content & mixed aggregates from dryer.
aggrt. Grading. Periodic subject to minimum
xi) Control of temp of of 2 tests per day plant.
binder & aggregates for At regular close intervals.
mixing & of the mix at Regular control through
the time of laying & check
rolling. of layer thickness
xii) Rate of spread of one test per 250 cum
mixed material
xiii) Density of
compacted layer
16 Sandston i) Specific Gravity Whenever there is Change in IS : 1123-1975
e / ii)Compresive Strength the Source of extraction of
Marble / iii) Shear Strength natural building stone or As
Granite / iv) Tensile Strength directed by Engineer in
or any v) Porosity Charge.
Natural vi)Resistance to
Building abrassion
Stone vii)Modulus of
elasticity
ANNEXURE – X

Name of Works : - Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring
Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.

Schedule B is provided in separate folder as


Annexure-X
Forms to be filled by Bidder
FORM-1
DECLARATION

I/ we hereby declare that I/we have made myself/ourselves thoroughly


conversant with the local conditions regarding all materials such as stones,
murum, sand etc 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.S.T. and I.S. specifications 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.
FORM-II
(Compulsory to submit in Technical Envelope)
uequk lR;izfrKki= ¼:- 100@& P;k LVWEi isijoj½
lR;izfrKki= (Affidavit)
Name of Work :- Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring
Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.

eh &&&&&&&&&&&&&&&&&&& o; o”ksZ &&&& jkg.kkj &&&&&&&&


&&&&&&&&&&&&&&&& ;k lR;izfrKk i=k}kjs fygwu nsrks dh] eh &&&&&&&&&
&&&&&&&&& ;k QeZpk@daiuhpk ekyd vlwu &&&&&&&&&&&&&& ;k dkeklkBh fufonk
lknj djhr vkgs- R;k fufonsP;k fyQkQk Ø- 1 e/;s th dkxni=s lknj dsyh vkgsr rh [kjh] cjkscj o
iw.kZ vkgsr] R;ke/;s dks.kR;kgh =qVh] pqdk ukghr] ;kph eh [kk=h dsysyh vlwu vls ‘kiFkiwoZd [kkyhy
vVh o ‘krhZlg ekU; djhr vkgs] ;k dkxni=kae/;s dkgh pqdhph fn’kkHkwy dj.kkjh] [kksVh o rlsp viw.kZ
ekfgrh vk<GY;kl eh Hkkjrh; naMlafgrk varxZr dk;ns’khj dk;Zokghl ik= jkghu-
1- tj da=kV dkyko/kh njE;ku] eh] ek÷;k dk;kZy;kus fdaok ek÷;k dkeZpkÚ;kauh NMRDA
foHkkxkyk dks.krhgh [kksVh ekfgrh fdaok ns;dkleosr rlsp i=O;ogkjkr [kksVh @cukoV lkfgR;
[kjsnhph dkxni=s lknj dsyh vlY;kl] eh Hkkjrh; naMlafgrk varxZr dk;ns’khj dk;Zokghl ik=
jkghu- ;kdfjrk NMRDA ps vf/kdkjh vFkok deZpkjh tckcnkj jkg.kkj ukgh-
2- tj da=kV dkyko/khnjE;ku vkf.k dke lekIrh uarj] vafre ns;d ns.;kP;k rkj[ksi;Zar lknj
dsysys dks.krsgh dkxni=s [kksVh @ cukoV fdaok Qloh vk<GY;kl] eh Hkkjrh; naMlafgrk varxZr
dk;ns’khj dk;Zokghl ik= jkghu-
3- tj dke lekIrhuarj nks”k nkf;Ro dkyko/kh njE;ku fdaok R;kuarj dks.kR;kgh osGh] dks.krhgh
ekfgrh fdaok dkxni=s [kksVh@cukoV] Qloh fdaok fn’kkHkwy dj.kkjh vk<GY;kl] eh Hkkjrh;
naMlafgrk varxZr dk;ns’khj dk;Zokghl ik= jkghu-

da=kVnkjkph lgh@f’kDdk
FORM-III
(Compulsory to submit in Technical Envelope)

Affidavit (on Rs. 100/- Stamp Paper)


Name of Work :- Construction of WBM road from Kh. No. 147 Mz. Welahari Outer Ring
Road to Kh. No. 176 Mz. Welahari Tah. Nagpur (Gramin) Dist. Nagpur.

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


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

1. Iam liable for action under Indian Penal Code for submission of any false /
fraudulent paper / information submitted in envelope No.1.

2. Iam liable for action under Indian Penal Code if during contract period and
defect liability period, any false information, false bill of purchases supporting
proof of purchase, proof of testing submitted by my staff, subletting company or
by myself, I will be liable for action under Indian Penal Code. The employees of
the NIT will not be held responsible who have scrutinized the tender proposal or
executed the work on account of any false information, documents, bills
submitted by me or by my staff.

3. I am liable for action under Indian Penal Code if any papers are found
false/fraudulent during contract period and even after the completion of contract
(finalization of final bill).

(Signature of Contractor)
(Seal of company)

Note :- Format of affidavit both in English and Marathi are given above. Interested bidder
can submit affidavit either in English or Marathi format.

138

You might also like