Tender 295

Embed Size (px)

Citation preview

  • 7/30/2019 Tender 295

    1/137

    1

    Contractor No. Of Correction Executive Engineer

    For Authorised use only B -1 Tender

    VIDARBHA IRRIGATION DEVELOPMENT CORPORATION,

    NAGPUR

    (A Govt. of Maharashtra Undertaking)

    CHIEF ENGINEER, SPECIAL PROJECT,

    WATER RESOURCES DEPARTMENT, AMRAVATI

    AKOLA IRRIGATION CIRCLE, AKOLA

    AKOLA IRRIGATION DIVISION, AKOLA

    TENDER DOCUMENTS

    VOLUME I- MAIN TENDER

    Name of work:- Repairs, Renovation & Restoration of

    work of dam, fall & tail chanal & canal ofVishwamitri Project Tq. Patur Dist. Akola

    Estimated Cost : Rs. 93.40Lakhs.

  • 7/30/2019 Tender 295

    2/137

    2

    Contractor No. Of Correction Executive Engineer

    INDEX

    NAME OF WORK : Repairs, Renovation & Restoration of work of dam, fall & tail chanal & canal

    of Vishwamitri Project Tq. Patur Dist. Akola

    Sr.

    No.

    PARTICULARS PAGE NO.

    Press Tender Notice From To

    SECTION-I

    DETAILED TENDER NOTICE, INFORMATION &

    INSTRUCTIONS FOR TENDERERS

    1 Invitation 5 6

    1-A e-tendering Instructions to Applicants (with Key Dates) 7 9

    1-B Guidelines to Contractors Regarding Government of Maharashtra e-

    tendering system10 11

    2 Eligibility 12 12

    3 Details of work 12 12

    4 Issue of Blank Tender forms 12 12

    5 Pre-Tender Conference 12 12

    6 Revision or Amendments of Tender Documents. 13 13

    7 Manner of Submission of Tender and its accompaniments. 13 13

    8 Opening of Tenders 15 15

    9 Instructions for submission of e-Envelope C1 15 15

    10 Instructions for submission of e-Envelope T1 15 17

    11 Tender Units. 19 19

    12 Corrections 19 19

    13 Signing of Tender Documents 19 19

    14 Acceptance of Tender 19 19

    15 Validity period 20 20

    16 Completion of Tender Documents 20 20

    17 Language 20 2018 License under Contractor Labour 20 20

    ANNEXURE A

    Description and status of project, scope ofWork & other site conditions etc.

    1 Description of the Project 21 21

    2 Status of the Project 21 21

    3 Climatic Conditions 21 21

    4 Scope of the work 21 21

    5 Information About Work Site 21 21

    6 Details of work 21 21

    7 Information for obtaining Tender Pager and its submission 22 22

    8 Work and site conditions 23 23

    9 Period of completion and programme of works 23 23

    10 Earnest money / security deposit 24 24

    11 Price variation information 24 24

    12 Cost of cement for mix variation 24 24

  • 7/30/2019 Tender 295

    3/137

    3

    Contractor No. Of Correction Executive Engineer

    SECTION-II

    B-1 Tender Form, Schedule Of Works, Work Program.

    1 B-1 Tender form and Tender for works. 25 29

    2 Schedule A 30 30

    3 Schedule B Part-I 32 32

    4 Schedule C 34 345 Month wise Work Programme 36 38

    SECTION III

    Forms

    1 Appendix A - Details of Technical Personnel with the Contractor 39 39

    2 Appendix B - Details of Plans and Machinery immediately available

    with the tenderer for use on this work.

    40 40

    3 Appendix C - Details of works of similar type magnitude carried out bythe contractor

    41 41

    4 Appendix D - Details of other works tendered for and in hand on the

    date of submission of Tender.

    42 42

    5 Appendix E - Details of plans & machinery proposed to used for thework but not immediately available.

    43 43

    6 Appendix F - Declaration of the Contractor 44 44

    7 Appendix G - Bank Guarantee Bond 45 46

    8 Appendix H - Indenture for secured advance 47 47

    SECTION-IV

    Conditions of contract (B-1 tender form

    1 Conditions of Contract (B-1 Tender Form) 51 66

    SECTION-V

    Special Conditions Of Contract

    Special Conditions of Contract

    1 Contractor to inform himself fully 67 672 Contract Drawings and Specifications 67 67

    3 Data and Drawings to be furnished by the Contractor 67 67

    4 Errors, Omissions, Discrepancies 67 67

    5 Use of site 68 68

    6 Contractor not to dispose off soil etc. 68 68

    7 Gold/Silver, Minerals, Oils, Relics etc. found on the site. 68 68

    8 Access to site and work and co-operation with other contractors 68 68

    9 Cleaning up 69 69

    10 Layout of construction roads 69 69

    11 Period and hours of work 69 69

    12 Signing field books, longitudinal section, cross sections and

    measurement books

    69 69

    13 Programme of construction 69 69

    14 Materials 70 70

    15 Laboratory for testing work 70 70

    16 Hire of construction equipments 71 71

    17 Bills and payments 72 72

    18 Security deposit 72 72

    19 No Interest on money due to the contractor 72 72

    20 Other contractor for the work 72 72

    21 Contract documents and matters to be treated as confidential 72 72

    22 Access to the Contractors books 72 72

  • 7/30/2019 Tender 295

    4/137

    4

    Contractor No. Of Correction Executive Engineer

    23 Breach on part of Corporation not to annual contract 73 73

    24 Local Laws 73 73

    25 Personal of the contractor 73 73

    26 Death, Bankruptcy etc. 73 73

    27 Notices, How to be given 73 73

    28 Passing of foundation etc. 74 74

    29 Reference to standard specifications 74 74

    30 Communications and Notices by contractors 74 7431 Non compliance of contract conditions 74 74

    32 Extra items 74 74

    33 Price variation clause 75 77

    34 Deleted

    35 Co-ordination with contractors 77 77

    36 Undertaking under Contract Labour Act 77 77

    37 Photographs of work 78 78

    38 Fencing, lighting and ventilation 78 78

    39 Liability for accidents to persons 78 78

    40 The contractor to supply and be responsible for the sufficiency of the

    means employed

    78 78

    41 Covering of work 78 78

    42 Quantities of work 79 79

    43 Accuracy of lines, levels and grades 79 79

    44 Excavated materials 79 79

    45 Safety Measures 80 80

    46 Maintenance 80 80

    47 Sundays and holidays 80 80

    48 Bank Guarantee 80 80

    49 Handling over of works 80 80

    50 Instrumentation 81 81

    51 Inspection of work 81 81

    52 Opening out works 81 81

    53 Removal of imperfect works 81 81

    54 Jurisdiction of court for disputes 81 8155 Mode of payment of the quantities of excavation, masonry and concrete

    items executed in excess of 125%

    81 81

    56 Mode of payment of excavation quantities in running bill and final bill 82 82

    57 Location and layout 83 83

    58 Insurance for contract work 83 83

    59 Employees Welfare Cess 83 83

    60 Special Condition 83 83

    61 Lead 83 83

    62 Mumbai Stamp Duty Act 83 83

    VOLUME II

    SPECIFICATIONS

    1 Index to Specifications 84 842 Specifications Section 1 to 22 85 137

  • 7/30/2019 Tender 295

    5/137

    5

    Contractor No. Of Correction Executive Engineer

    SECTION IDETAILED TENDER NOTICE

    VIDHARBHA IRRIGATION DEVELOPMENT CORPORATION,NAGPUR

    SUPERINTENDING ENGINEER AKOLA IRRIGATION CIRCLE, AKOLA

    1.0 INVITATION :e Tenders in B-1 form are invited online from the contractors registered with the Governmentof Maharashtra, Public Works Department in appropriate Class for the work as stated in AnnexureA .

    General Information:The functions and powers of the Corporation have been listed in the Maharashtra Act XXVI of

    1997. In general, it has been entrusted with the work of investigation, planning , designing of projects,maintenance of completed project, construction of projects and irrigation management of the major,medium and minor projects in the Godavari and Tapi river Basin. The projects comprise multipurposeirrigation, hydroelectric project inclusive of command area Development. The projects are to becompleted so as to utilize water in Godavari and Tapi basin (about 254.28 TMC) allocated to Vidarbhaby Godavari Water Dispute Tribunal Award in Godavari basin and allocated water as per Master Planof Tapi Valley. During the project time slice, it is planned to improve the performance efficiency of the

    completed projects and to complete further on going and new works, so as to utilize the 254.28 TMCof water from Godavari and Tapi Basin.

    Definitions & interpretationsIn this tender document, the following terms shall have the meanings hereby assigned to

    them, accept where the context otherwise requires.

    a) Corporation shall mean the Vidarbha Irrigation Development Corporation, Nagpur acting throughits Executive Director, as defined in Maharashtra Govt. Act XI of 1997. Vidarbha IrrigationDevelopment Corporation, Nagpur is a body corporate constituted under the Maharashtra Govt.Act XXVI and published in Maharashtra Govt. Gazette dated 28-04-1997. The Head quarters ofthe Vidarbha Irrigation Development Corporation, Nagpur,(V.I.D.C.) Nagpur , for short , andhereafter referred to only as Corporation is Nagpur.

    The official postal address for correspondence is

    The Office of the Executive Director,Vidarbha Irrigation Development Corporation, Nagpur,Sinchan Sewa Bhavan, Civil lines, Nagpur- 440 001

    (b) Chief Engineer shall mean Chief Engineer, Special Project, Water ResourcesDepartment under V.I.D.C. Nagpur

    (c) Superintending Engineer shall mean Superintending Engineer of Circle to whomSuperintendence of the work is assigned by Vidarbha Irrigation Development Corporation,Nagpur ie Superintending Engineer Akola Irrigation Circle Akola.

    .

    (d) Engineer / Engineer-in-charge shall mean the Executive Engineer, in

    charge of the works duly authorized by Vidarbha Irrigation Development Corporation,Nagpur ie Executive Engineer Akola Irrigation Division Akola.

    (e) Engineers representative shall mean the Sub DivisionalEngineer/Assistant Executive Engineer/ Assistant Engineer (Grade I)/ Sub - Divisional Officer,who has been assigned specific duties ie Sub Divisional Officer Irrigation Sub-Division Akola.

    (f) Contractor shall mean the person, firm or company who enters into contract with theCorporation and shall include their executors, administrators, successors and authorizedassignees.

    (g) Contract shall mean and include agreement having three volumes as below.

  • 7/30/2019 Tender 295

    6/137

    6

    Contractor No. Of Correction Executive Engineer

    Volume -I Detailed Tender Notice, B-1, Conditions of contract Section I to V &Schedule A, B and C

    Volume II Specifications

    Volume III Drawings

    h) Work shall mean the work to be executed in accordance with the contract.

    i) Specifications shall mean the specifications for materials and works as Specified in volume-II ofthe contract.

    j) Drawing shall mean prints of the maps, drawings, plans in Volume III of the contract and shallinclude any or all modifications of such drawings and any or all further drawings as may beissued by the Engineer in charge from time to time.

    k) Site shall mean the land and the other places on, under, in or through which the works arecarried out and any other lands or places provided by the Corporation.

    l) Defect(s) liability period shall mean period of 12 months after commissioning or 12 monthsafter the completion of works whichever is later.

    m) Online shall mean online operation on websitewww.maharashtra.etenders.in

    only, with referenceto this work.

    Singular and Plural

    Words imparting the singular number shall also include the plural and vice versa where thecontext requires.

    Headings and Marginal headings

    The headings and marginal headings in the contract are solely for the Purpose of facilitatingreferences and shall not be deemed to be part thereof or taken into consideration in theinterpretation or construction there of or of the contract.

  • 7/30/2019 Tender 295

    7/137

    7

    Contractor No. Of Correction Executive Engineer

    VIDARBHA IRRIGATION DEVELOPMENT CORPORATION

    (A GOVERNMENT OF MAHARASHTRA UNDERTAKING)

    THE CHIEF ENGINEER, SPECIAL PROJECT

    WATER RESOURCES DEPARTMENT, AMRAVATI

    AKOLA IRRIGATION CIRCLE, AKOLA

    AKOLA IRRIGATION DIVISION, AKOLA)

    TAL : AKOLA DIST : AKOLA

    eeee ---- TENDER NOTICE NO. 0TENDER NOTICE NO. 0TENDER NOTICE NO. 0TENDER NOTICE NO. 05555 FORFORFORFOR 2012201220122012----13131313....

    Online Tenders (e tender) in B-1 form for the following work are invited by the Executive Engineer, Akola Irrigation DivisionAkola, Dist AKOLA Phone No.(0724) 2435316 on Government of Maharashtra Electronic Tender Management System(http://maharashtra.etenders.in) through Sub Portal of http://wrd.maharashtra.etenders.in from the contractors registered withthe Government of Maharashtra, Public Works Department in appropriate class of the work mentioned below.

    Sr.

    No

    Name of Work Estimated Cost in

    (Rs.)

    Earnest

    Money in (Rs.)

    Time Limit for

    completion(Months)

    Cost of Blank

    tender form(Rs.)

    Class of

    Registration

    1 2 3 4 5 6 7

    1

    Repairs,Renovation &Restoration of work ofdam, fall & tail chanal& canal of VishwamitriProject Tq. Patur Dist.Akola

    Rs. 93,40,137/- Rs 93,500/-12 Months(IncludingMonsoon)

    Rs. 5000/-Class IV

    and above

    Blank Tender Booklets shall not be sold physically from the office of the Executive Engineer. However contractor has to getdownloaded from the said web site.

    2.0.0. e- tendering Instructions to Applicants

    1. Detail tender notice can be seen on the notice board in the Executive Engineers office.(Copy can be obtained free of cost from Executive Engineer on request).Blank tenderbooklets are available on the Government of Maharashtra website(http://maharashtra.etenders.in) through Sub Portal of http://wrd.maharashtra.etenders.in. Thecompetent authority reserves all rights of rejecting tender without assigning any reason.

    2. Main Tender documents will be available on Government of Maharashtra website(http://maharashtra.etenders.in) from dt. 19.03.2013 to dt.12.04.2013 The bidder has to submit

    the tender documents online as per key dates mentioned below.

    3. The cost of Blank Tender is Rs.5000/- only. It is necessary to draw the Demand Draft ofRs.5000/- in favor of The Executive Engineer,Akola Irrigation Division,Akola andsubmit it to above office on or before the date of Technical Bid Opening otherwisethe documents loaded on site can not be considered for evaluation. ,mention of DRnumber and date in payment stage of purchase document is must

    4. It is necessary to give the undertaking as follows "Contractors are not allowed to make anychanges in tender documents downloaded from website. If it so the tender of suchcontractors will be rejected and the contractors who made such changes are liable for

  • 7/30/2019 Tender 295

    8/137

    8

    Contractor No. Of Correction Executive Engineer

    action as per Rules''. Tender documents published on Government website are consideredas authentic and legal documents in case of any complaint about the tender.

    5. It is necessary to give undertaking as follows "I have seen detailed drawings of works onwebsite. It is part of tender documents. I have filled tender by considering all these things. Iam ready to sign on the drawings before depositing security deposit and taking work orderif my tender will be accepted.

    6. In order to participate in the tenders floated using the Electronic Tender ManagementSystem (ETMS), all contractors/bidders are required to get enrolled on the ETMS portal(http://mahrashtra.etenders.in)

    7. The bids submitted online should be signed electronically with a Digital Certificate toestablish the identity of the bidder bidding online. The registered contractors have to obtainthe Digital Certificate for the information required to issuance of Digital Certificate he maycontact ETMS Help Desk. Phone no. 020-25315555

    ADD :

    Office of the Superintending Engineer,

    Akola Irrigation Circle, Akola,

    PWD Compound, Near Collector office

    Akola- 440001.

    8. For submitting the bids online, the contractors/bidders are required to make onlinepayment using the electronic payments gateway service Bid Submission Fee Rs 1038/-The different modes of electronic payments accepted on the ETMS is available and can beviewed online on the ETMS Website (httip://maharashtra.etenders.in).

    9. The activities of Tender purchase/Download, Preparation of Bid (Submit Bid Hash online),Submission of Bids, Submission of EMD and other Documents will be governed by thetime schedules given under Key Dates.

    10. The Bidders has to submit (Upload Scan Copies/fill) his offer/credentials online as requiredin the tender in the online templates in relevant envelopes. The Scan copy of Earnest

    Money details to be submitted online and original EMD need to be submitted in Physical atabove mentioned office.

    11. The Bidders may refer e-Tendering Tool Kit available online to perform their onlineactivities http://maharashtra.etenders.inPre tender conference of qualified tenderers, who havedownloaded the blank tender form will be held as schedules given under Key Dates inthe office of the Superintending Engineer, Akola Irrigation Circle, B & C Compound NearCollector office Akola

    Note: Contractors should note that there is no need to submit the Hard copy of Main

    Tender Vol I, II & III. Submit only the certified copy of Certificates, Undertaking andAppendix (which are uploaded online) to the office of the Executive Engineer. The

    final offer rate shall be entered online in the corresponding portal.

  • 7/30/2019 Tender 295

    9/137

    9

    Contractor No. Of Correction Executive Engineer

    KEY DATES

    Seq.No.

    VIDC Stage Contractor Stage

    Start ExpiryEnvelopes

    Date Time Date Time

    1 Release Tender--

    05-04-2013 10.00 05-04-2013 22.00

    2-- Tender

    Download 06-04-2013 10.00 30-04-2013 18.00Commercial Envelope

    C1,Technical Envelope T1

    3--

    Bid Preparation 06-04-2013 10.00 30-04-2013 18.00Commercial Envelope

    C1,Technical Envelope T1

    4Close for TechnicalBid

    --02-05-2013 10.00 02-05-2013 18.00 Technical Envelope T1

    5 Close for Price Bid--

    02-05-2013 10.00 02-05-2013 18.00 Commercial Envelope C1

    6--

    Bid Submission 02-05-2013 18.01 06-05-2013 18.00Commercial Envelope

    C1,Technical Envelope T1

    7Technical BidOpening

    --07-05-2013 11.00 08-05-2013 18.00 Technical Envelope T1

    8 Price Bid Opening--

    07-05-2013 11.00 08-05-2013 18.00 Commercial Envelope C1

    9 Tender Award--

    08-05-2013 18.01 31-05-2013 18.00Commercial Envelope

    C1,Technical Envelope T1

    12. The contractor shall study the guidelines regarding e-tendering to get clarify e-tenderingprocedure.

    Executive Engineer

    Akola Irrigation Division,

    Akola

  • 7/30/2019 Tender 295

    10/137

    10

    Contractor No. Of Correction Executive Engineer

    Special Guidelines to Contractors Regarding Government of Maharashtra e-tenderingsystem

    1. These conditions will overrule the conditions stated in the Tender Documents, whereverrelevant and applicable.

    2. Registration of the Contractors:

    The Contractors registered with Maharashtra in relevant Categories and Classes are eligible toparticipate in Open Tenders processed by Maharashtra. Contractors are required to get enrolledon the Portal http://maharashtra.etenders.in. and get and empanelled in relevant sub portal.After submitting their enrollment request online, the enrollment shall be required to be approvedby the Representative of the Service Provider. After the approval of enrollment, the Contractorsshall have to apply for empanelment online which shall be required to be approved by theNominated Authority of Maharashtra/Department. Only after the approval in the relevant Category/ Class, the Contractor shall be able to participate in the Open Tenders online.

    Maharashtra may process OPEN Tender in which eligible contractors may enroll on the portal inOPEN category to participate in such Tenders. The online enrollment of such contractors shall berequired to be approved by the Representative of the Service Provider.

    The approval of enrollment of Contractors is done by the Representative of the Service Provider

    upon submission of mandatory documents by the Contractors. The Contractors may obtain the listand formats of required documents from the Nodal Officer of e-Tendering System for Governmentof Maharashtra / Service Provider.

    3. Obtaining a appropriate Class Digital Signature Certificate:

    The Bids required to be submitted online should be signed electronically with a appropriate ClassDigital Signature Certificate to establish the identity of the Bidder bidding online. These DigitalCertificates are issued by an approved Certifying Authority, authorized by the Controller ofCertifying Authorities, Government of India.

    A Digital Signature Certificate may be used in the name of Authorized Representative of theOrganization. A Digital Certificate is issued upon receipt of mandatory identity proofs. Only uponthe receipt of the required documents, a Digital Signature Certificate can be issued.

    Bid for a particular Tender may be submitted only using the Digital Signature Certificate, which isused to encrypt the data and sign the hash during the stage of Bid Preparation and HashSubmission. In case, during the process of a particular Tender, the Authorized User loses his /her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating systemproblem); he / she may not be able to submit the Bid online. Hence, the Authorized User isadvised to back up his / her Digital Signature Certificate and keep the copies at safe place underproper security to be used in case of emergencies.

    In case of online tendering, if the Digital Signature Certificate issued to the Authorized User of aFirm is used for signing and submitting a Bid, it will beconsidered equivalent to a no objection certificate / power of attorney to thatUser. The Digital Signature Certificate should be obtained by the Authorized User enrolling on thebehalf of the Firm on the e-Tendering System for Government of Maharashtra.

    Unless the Digital Signature Certificate is revoked, it will be assumed to represent adequateauthority of the Authority User to bid on behalf of the Firm for the Tenders processed by theMaharashtra as per Information Technology Act 2000. The Digital Signature of this AuthorizedUser will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform theCertifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply for afresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificatewill remain the same for the new Authorized User.

    The same procedure holds true for the Authorized Users in a Private / Public LimitedCompany. In this case, the Authorization Certificate will have to be signed by the Directors ofthe Company. (process of procuring Digital Certificate will take minimum 4/5 days)

  • 7/30/2019 Tender 295

    11/137

    11

    Contractor No. Of Correction Executive Engineer

    4. Set up of Computer System:

    In order to operate on the e-Tendering System for Government of Maharashtra, the UsersComputer System is required to be set up. A Help File on setting up of the Computer System canbe obtained from the Service Provider or downloaded from the Home Page of the Portalhttp://maharashtra.etenders.in. The Bidders may refer E-Tendering Tool Kit available online to performtheir online activities as mentioned below. In case of any query he may contact Help Desk for thesame.

    5. Online Viewing of Detailed Notice Inviting Tenders:

    The Contractors can view the detailed Notice Inviting Tenders and the detailed Time Schedule(Key Dates) for all the Tenders processed by Maharashtra using the e- Tendering System forGovernment of Maharashtra on http://maharashtra.etenders.in.

    6. Online Purchase / Download of Tender Documents:The Tender documents can be purchased / downloaded by registered and eligible Contractorsfrom the e-Tendering System for Government of Maharashtra available onhttp://maharashtra.etenders.in.

    7. Submission of Bid Seal (Hash) of Online Bids:Submission of Bids will be preceded by submission of the digitally signed Bid Seals (Hashes) as

    stated in the Tender Time Schedule (Key Dates) published in the Notice Inviting Tender.

    8. Generation of Super Hash:After the expiry of the time of submission of digitally signed Bid Seals (Hashes) by the Contractorshas lapsed, the Bid round will be closed and a digitally signed Super Hash will be generated bythe Authorized Officers of Maharashtra. This is equivalent to sealing of the Tender Box.

    9. Decryption and Re-encryption Online Bids:Contractors have to decrypt their Bids and immediately re-encrypt their Bids online and uploadthe relevant Documents for which they generated the respective Hashes during the BidPreparation and Hash Submission stage after the generation of Super Hash within the date andtime as stated in the Notice Inviting Tenders (Key Dates). The Bids of only the Contractors whohave submitted their Bid Seals (Hashes) within the stipulated time, as per the Tender TimeSchedule (Key Dates), will be accepted by the e-Tendering System for Government ofMaharashtra. A Contractor who has not submitted his Bid Seals (Hashes) within the stipulatedtime will not be allowed to submit his Bid.For submitting the Bids online, the contractors/biddersare required to make online payment using the electronic payments gateway service, BidSubmission Fee Rs 1038/- The different modes of electronic payments accepted on the e-tendering portal

    10. Submission of Earnest Money Deposit:Contractors have to submit the D.D.of Earnest Money Deposit and Tender Cost in a SealedPhysical Envelope and the same should reach the office of the concerned official before the lastDate and Time of Technical Bid opening. Contractors are required to keep their Earnest MoneyDeposit ready as the details of the Earnest Money Deposit instrument are required to be enteredduring the Bid Preparation and Hash Submission stage. The details of the Earnest MoneyDeposit shall be verified during the Tender Opening event and only those Contractors whoseonline Earnest Money Deposit details shall be found matching with the physical Earnest Money

    Deposit instrument shall be short listed for opening of other envelopes.

    11. Opening of Electronic Bids: As per Tender / Prequalification Documents for details.

    12. Key Dates:

    The Contractors are strictly advised to follow the Dates and Times as indicated in the TimeSchedule in the Notice Inviting Tender for each Tender. All the online activities are time trackedand the e-Government Procurement System enforces time-locks to ensure that no activity ortransaction can take place outside the Start and End Dates and Time of the stage as defined inthe Notice Inviting Tenders.

  • 7/30/2019 Tender 295

    12/137

    12

    Contractor No. Of Correction Executive Engineer

    2.00 ELIGIBILITYBlank e tender papers will be made available online , only to those Contractors who would

    satisfy the following criteria, related to the estimated cost of the work put to tender.

    2.1) Contractors registered in appropriate class with the, Govt. of Maharashtra P. W. Departmentwho furnish following scanned certificates along with the e tender, The contractor shall satisfyconditions as per web site www.maharashtra.etenders.in.

    I) Certificate that the contractor has a registered office as on 01/04/2010 in the Stateof Maharashtra issued by Registrar of Companies, Maharashtra/Registrar of firmsMaharashtra respectively under the Indian companies Act 1932 ( Amended fromtime to time ) and in the case of sole proprietorship firm/individual contractor(s) latest valid I.T. returnand PWD Registration in which the name of the sole proprietor firm/individual and address in theState of Maharashtra appears, supported by an affidavit to that effect.

    ii) Certificate of satisfactory completion in respect of at least one work costing equivalent to the cost ofthe work tendered for, is executed on contract in Maharashtra during the period between 01-04-2007to 31-03-2012, issued by Executive Engineer (In charge of the work) of Government of Maharashtrain Irrigation Department/ PW Department / Public Undertaking.

    2.2 Contractors registered in appropriate class with Govt. of Maharashtra Public Works Department

    and who furnished valid certificate of registration in appropriate class from Public Works Departmentof Govt. of Maharashtra.

    3. DETAILS OF WORKThe estimated cost, earnest money Deposit, class of contractor, period of completion of work andother information is given in Annexure A of this section.

    4. ISSUE OF BLANK TENDER FORMSInformation regarding the work for which the tenders are invited as well as blank tender forms can beobtained online on the Government of Maharashtra website (http://maharashtra.etenders.in) through SubPortal of http://wrd.maharashtra.etenders.in.It is necessary to draw the Demand Draft of Rs.5000/- in favour of The Executive Engineer,AkolaIrrigation Division Akola and submit to the office of The Executive Engineer,Akola Irrigation DivisionAkola before last date of opening of Technical Bid, otherwise the tender offer will not be consideredfor evaluation.Mention of DD number and Date online in payment stage of purchase document ismust.The scanned copy of DD shall be uploaded while online bidding.

    e-tender forms shall be made available only to those contractors as explained in Para 2 above.

    The name of office, the period of availability of tender forms and their costs. are given inAnnexure A of this section. Payment by a cheque will not be accepted.

    5. PRE-TENDER CONFERENCE(Applicable for the works costing above Rs. 50 lakhs)

    1) Pre-tenders conference open to all prospective tenderer will be held in the office as stated inAnnexure A of this Section, wherein the prospective tenderer will have an opportunity to obtainclarifications regarding the work and the tender conditions.

    2) The prospective tenderers are free to ask for any additional clarification either in writing or orallyand the reply to the same will be given by the Chief Engineer/Superintending Engineer in writing andthese clarifications referred to as common set of conditions, shall form part of tender documents andwhich will also be common and applicable to all tenderer.

    3) The e tender submitted by the tenderer shall be based on the clarification, additional facility issued(if any) by the Corporation and this tender shall be unconditional. Conditional tenders will summarilybe rejected as non-responsive.

    4) All tenderer are cautioned that the tenders containing any deviation from the contractual terms andconditions, specifications or other requirements and conditional Tenders will be rejected as nonresponsive.

  • 7/30/2019 Tender 295

    13/137

    13

    Contractor No. Of Correction Executive Engineer

    6. REVISION OR AMENDMENT OF e-TENDER DOCUMENTS:

    Right is reserved to revise or amend the tender documents prior to last date notified for theissue of tenders and such revisions or amendments or extensions shall be communicated to allconcerned online or displayed on the portal or by notice in the press as may be considered suitable.

    Tenderer shall be presumed to have carefully examined all documents, forms, statements,special conditions, schedules, drawings and specifications of contract available online and to have

    fully acquainted himself with all details of the site, his own quarries for rubble, metal, sand, earthworketc. locations of materials, river and weather characteristics and labour conditions in general and withall the necessary information and data etc. pertaining to and needed for the work prior to tendering ofthe work.

    7. MANNER OF ONLINE SUBMISSION OF e-TENDER AND ITS ACCOMPANIMENTS

    Tender is to be submitted online on the Government of Maharashtra website(http://maharashtra.etenders.in) through Sub Portal of http://wrd.maharashtra.etenders.in in two separate e-envelopes. The tenderer shall submit the e-tender and e-documents in two e- envelopes as below.(Technical Envelope T1 & Commercial Envelope C1)

    a) Technical e-Envelope T1.

    The first envelope mentioned on the portal as Technical e-Envelope T1 shall contain the followingduly scanned documents.

    I) EARNEST MONEY DEPOSIT in the form of Demand Draft of required amount on a

    Nationalized/Scheduled Bank prescribed in para 9 at a branch situated in the state of

    Maharashtra,payable to the Executive Engineer as stated in 5.3 of AnnexureA, of this section shall

    be scanned & uploaded enclosed. Certificates of exemption for payment of earnest money shall not

    be accepted.(Actual DD Should reach to the office of the Executive Engineer before the time & date of

    submission)

    ii) Certificate in Original or a certified copy there of as a registered contractor with the Government ofMaharashtra, Public Works Department shall be furnished even though submitted earlier whileavailability of tender form, valid on the date fixed for the online submission of the e-tender.

    iii)Audited balance sheet and profit loss A/c duly certified from Chartered Accountant as per IncomeTax rule -1961 clause 44AB. Along with copy of acknowledgement of Income Tax return filed ( forcontractor whose annual turnover is above Rs.40 lakhs)

    ORStatement of total income contract receipt in the format acceptable to the income tax department dulycertified by the Chartered Accountant along with copy of acknowledgement of Income Tax return filed(for contractor whose annual turnover is below 40 lakhs)

    iv) Maharashtra Value Added Tax Registration certificate under provision of Rule 58 under clause 8 &9 of Maharashtra VAT Act 2005. And latest Tax Registration certificate from appropriate authority.

    v)Deed of Partnership or Article of Association and Memorandum of Association for limited Companyduly registered with head office in Maharashtra.

    vi)Details of Technical personnel with Tenderer (Proforma in Appendix A of the tender form).

    vii) List of machinery and plants immediately available with the Tenderer for use on this work and listof machinery proposed to be utilized on this work but not immediately available and the manner inwhich it is proposed to be procured. (Proforma in Appendix B and E of the tender form).TheContractor shall have to attach the documentary proof in respect of machinery owned by him asbelow.

    I) RTO Registration.ii) Certificate of Taxation.iii) Goods carriage Permit in Form P-Gd C (See Rule 72(I) v)iv) Certificate of fitness in Form 38 (See Rule 62(I)7)

  • 7/30/2019 Tender 295

    14/137

    14

    Contractor No. Of Correction Executive Engineer

    In case of Non-RTO machinery, if the machinery is new, the manufacturers sale certificate shall beproduced. In case of second hand machinery, the purchase document with proof of payment andBalance Sheet certified by the Chartered Accountant shall be produced. In lieu of the certificate of theChartered Accountant, a certificate from a Scheduled Bank of having financed the machinery will beacceptable.

    viii).Details of work of similar type & magnitude carried out by the contractor

    (Proforma in Appendix C of the tender form) duly certified by the head of theOffice under whom the works were completed.

    ix) Details of other works tendered for and in hand with the Tenderer the value of work unfinished onthe last date of submission of the tender. The certificates from the head of offices under whom theworks are in progress should be enclosed (Proforma in Appendix D of the tender form). Theperformance of contractor should be satisfactory.

    x) Power of Attorney (duly registered).

    xi) Professional Tax certificate (as shown and given on relevant page number of the tender form) validon date of receipt of the tender

    xii) Attested copy of registration under Employees Provident Fund Act and challans for updated

    payments for class I & II contractors. (Contractors should be duly registered with Commissioner OfEPF)xiii) Undertaking when there is shortage of funds in VIDC, Nagpur, I / we shall not be entitled to anycompensation from the Corporation. This Condition will be treated as part and parcel of contactdocuments. duly stamped and signed.

    xiv) Undertaking I shall not tamper with or make changes in the tender documents made available bythe department, on the web-site. Otherwise I understand that my tender shall be liable for rejectionduly stamped and signed.

    xv) Undertaking I have studied each and every drawing & design related to the work made availablein the office of Executive Engineer, Akola Irrigation Division Akola and shall sign the before issuanceof work order, if my tender is accepted duly stamped and signed..

    xvi) Undertaking that I / We have gone through each and every contents, clause, condition of thewhole tender documents & have accepted the same fully, unconditionally duly stamped and signed.(All above undertakings should be uploaded to the relevent template. )

    xvii) Registered Joint Venture if applicable, valid till expiry of Defect Liability Period.

    The respective required original copies of all scanned documents submitted online with e- tender,shall be kept ready at the time of opening of tender.

    b) Commercial e-Envelope C-1

    The second e-envelope mentioned on the portal as Commercial e-Envelope C-1 shall contain theoffer made on the screen online. Digitally signed main tender (Volume I+II+III.) duly filled in, including

    the digitally signed common set of conditions/ stipulations issued by the Corporation after the pre-tender conference shall be deemed to have been agreed by the contractor and will be a part of thecontract. The scanned copy of Bank Guarantee for additional Earnest Money Deposit shall beuploaded along with offer if required. A tender submitted without this would be considered as invalid.The tenderer should quote his offer in the form of percentage below or above the estimatedcost given in Schedule-B of the Tender Document at appropriate place on screen in theportal. He should not quote his offer anywhere directly or indirectly in Technical Envelope T1, failingwhich the Commercial Envelope C-1 shall not be opened and his tender shall stand rejected. Thecontractor

    shall quote for the work as per details given in the main tender and also based on the common set ofconditions issued / additional stipulations made by the Corporation as informed to him online from the

  • 7/30/2019 Tender 295

    15/137

    15

    Contractor No. Of Correction Executive Engineer

    Superintending Engineer, of the office as given in Annexure A of this Section, after pretenderconference. This tender shall be unconditional. Documents, as required in detailed tender notice, ifapplicable, shall also be included. The original Bank Guarantee for additional Earnest Money Deposit(which is scanned and uploaded on-line) shall be kept ready at the time of opening of tender. Thetender is also liable to be rejected outright

    c) e-SUBMISSION OF e-TENDER

    The tenders shall be submitted online as per instructions of e-tendering.

    8. OPENING OF TENDERSOn the date specified in the tender notice following procedure will be adopted for opening of thetender.

    8.1 Technical e-Envelope T-1First of all, Technical e-Envelope T-1 of the tenderer will be opened to verify its contents as

    per requirements. For the purpose of this particular contract, the tenderer shall meet the requirementas stated at Sr.No.7 (a) above of this Section. If the various documents contained in this envelopedo not meet the requirements a note will be recorded accordingly by the tender opening authority andthe said tenderers Commercial Envelope C-1 will not be considered for further action but the same

    will be recorded. Decision of the tender opening authority shall be final in this regard.

    8.2 Commercial e-Envelope C-1This envelope shall be opened immediately after opening of Technical e-Envelope T-1 only

    if the contents of Technical e-Envelope T-1 are found to be acceptable to the Corporation. Thetendered percentage above or below shall then be read out and a computer print will be generated forthe record.

    9. INSTRUCTIONS FOR SUBMISSION OF Technical e-Envelope T-1Documents to be submitted in Technical e-Envelope T-1 shall conform to the instructions

    given below.

    i) (a) EARNEST MONEYAll tenderers shall pay entire EARNEST MONEY DEPOIST as below:

    1) Rs.93500/- (Rupees Ninty Three Thousand Five hundred only) as non interest bearing deposit

    with the corporation.

    OR2) The tenderer may pay the entire Earnest Money Deposit amount in the form of Cash paid in the

    Union Bank of India Branch Akola covering the corporation through a challan (Four copies) under

    the Head of Account Earnest Money Deposit, Corporation.The tenderer shall attach one Bank

    receipted copy along with the tender as a proof against payment of EMD.

    OR

    3) The tenderer may pay the Earnest Money Deposit amount in the form of Corporation Cash

    Receipts/Certificates or Demand Draft from Nationalised/Scheduled bank branch situated in state

    of Maharashtra,payable in the name of Executive Engineer as stated in AnnexureA. A cheque or

    FDR will not be accepted.

    This earnest money amount shall not carry any interest whatsoever. The earnest money willbe refunded in the case of tenderers whose tenders are not accepted, only after completion of allformalities in respect of the accepted tender or in case of expiry of validity of offer, when speciallywithdrawn by the tenderer. In the case of successful tenderers, the earnest money will be refundedafter completion of contract documents and payment of security deposit as per the provisions made inpara (ii) Security Deposit, or converted into Security Deposit, if required.

  • 7/30/2019 Tender 295

    16/137

    16

    Contractor No. Of Correction Executive Engineer

    Scanned copy of D.D. or receipt/Challan,as case may be, shall be uploaded along with thetender documents. However physical or actual D.D./receipt/challan shall reach the concerned office ofthe authority before the opening of Technical Bid.

    ii) (a) SECURITY DEPOSITA sum as mentioned in printed B-1 tender form at Para (e) (i) of Memorandum will have to be

    Deposited in cash by the contractor at the time of completing the contract documents, if his tender isaccepted by the Corporation.

    OR

    The initial security Deposit may be paid in the form of Demand Draft Irrevocable Bank Guarantee fromany Nationalized or Scheduled Banks branch situated in the State of Maharashtra for a period equalto time limit plus the period of defects l iability (Clause 20 of B-1 Tender Form, Vol.-I)

    OR

    In lieu of Security Deposit mentioned above , Corporation Securities , CorporationBonds in the prescribed form as may be approved by Corporation from time to time , standing in thename of Tenderer shall be accepted if pledged as security Deposit in the name of ExecutiveEngineer, as stated at serial No.2 .1 of Annexure -A of this section.

    OR

    The earnest money Deposited by the contractor with his tender will be retained by the Corporation aspart of security Deposit if tenderer requests in writing to that effect. The balance to make up thissecurity Deposit may, unless otherwise specified in the special conditions, be Deposited by thecontractor in the form of irrevocable Bank Guarantee or cash or in the forms of Bonds / CashCertificates of Corporation.

    The security Deposit will be retained by the Corporation for the due and faithful fulfillment of thecontract by the contractor. In addition to the sum as above, sums as Security Deposit will be deductedfrom running account bills at the rate shown at Memorandum Para (g) in B-1 tender form to total up toa sum mentioned at Memorandum Para (e)(ii) in B-1 tender form. The sum of Security Depositrecovered from the running account bills, will remain in the form of cash of Corporation Securitiesstanding in the name of the Executive Engineer.

    b) ADDITIONAL SECURITY DEPOSIT

    In case, contractors offer is less than 90 % of the updated estimated cost as stated at Sr.No.5 ofAnnexure A, Additional Security Deposit in the form of irrevocable Bank Guarantee from aNationalized or Scheduled banks branch situated in the state of Maharashtra for a period equal toperiod of contract, and for an amount equal to 10 % of the difference of the contractors offer and 90% of updated cost as stated above shall be submitted to the Engineer-in-charge at the time ofcompletion of tender documents. Non submission of the above, Additional Security Deposit will beresulted into forfeiture of the Earnest Money Deposit.

    Security Deposit will be refunded after expiry of the defect(s) liability (maintenance) period asstipulated in the contract.

    iii. INCOME TAX CERTIFICATEIncome tax is to be deducted from the sums to be paid to the contractor for the works carried out atthe rate of 2 % of the gross amount, or at the rates revised from time to time, and surcharge onIncome Tax & Education Cess as per prevailing Government orders issued from time to time byCompetent Income Tax Authority.

    iv. MAHARASHTRA VALUE ADDED TAX (VAT)Registration under clause 8 & 9 of Maharashtra Value Added Tax Act, 2005 from appropriateauthority. T.D.S will be deducted at the rate of 5% of agreement value for contractors who are notregistered under Maharashtra V.A.T. Act 2005 and at the rate of 2% of agreement value forcontractors who are registered under Maharashtra V.A.T. Act 2005.

  • 7/30/2019 Tender 295

    17/137

    17

    Contractor No. Of Correction Executive Engineer

    v. JOINT VENTURE1. Joint venture partnership deed should be registered with Registrar of Firms. It should be

    irrevocable & valid till all liabilit ies pertaining to the work are settled.2. The percentage share of contractor/ firms registered In lower class should not be more than

    the eligibility limit to quote for the work divided by the estimated cost of work put to tender &share of the contractor registered in higher category should not be less than 50%.

    vi. PROFESSIONAL TAX

    Valid Certificate of registration with the professional Tax officer of the district in form IAcertificate of registration under section 5(1) & 5(2) of Maharashtra State Tax on professions,trades, callings & Employment Act 1975 form is as follows.

  • 7/30/2019 Tender 295

    18/137

    18

    Contractor No. Of Correction Executive Engineer

    PROFESSIONAL TAX CLEARANCE CERTIFICATE

    This is to certify that M/s.............................................................................. ................ of(address of registered dealer under the Maharashtra Government Tax on professions. Trades,Callings and Employments Act No. XVI of 1975) holding Registration CertificateNo...................................... and w.e.f. ............... ...................................................... and undersection 5 (1)& 5 (2) respectively.

    The said dealer has paid all tax dues up to 31

    st

    March................................ (Previous year) underthe act. The dealer has paid the professional tax dues for the employees mentioned below.

    No Name of the Employee Designation

    NO Name of owner carrying on profession status Designation

    There are no Professional Tax dues outstanding against the dealer under the Act. This Certificate is

    valid for ONE year from the date of issuePlace:

    Signature.......................Date: Professional Tax Officer

    District:-

    It should also be made clear that the employees shall be all those who receive the wages/salaries from the tenderer and shall include the office and field staff and those operating themachinery/ equipment. He should also assure that the machinery said to be deployable for the subjectwork is really in the ownership of the tenderer.

    10. INSTRUCTIONS FOR SUBMISSION OF Technical Envelope T1 Documents to besubmitted in Technical Envelope T1 shall confirm to the instructions given below.

    i) CONTRACTOR TO INFORM HIMSELF FULLY:The tenderer shall be deemed to have fully acquainted himself with the work and site

    conditions are carefully examined the special conditions, the specifications, schedules and drawingsand shall be deemed to have fully informed himself regarding the local conditions. The tenderer shallalso be deemed to have fully acquainted with the various leads and lifts involved in the works andmaterials of construction as well as shall be deemed to have fully acquainted with his quarries forvarious construction materials, their availability and adequacy etc.

    ii) CONDITIONAL TENDER:Conditional tenders will be summarily rejected. The tenders which do not fulfill any of the

    conditions of the notified requirements laid down in this detailed tender notice, the general rules anddirections for the guidance of the tenderer as mentioned in the B-1 form, or are incomplete in anyrespect, are likely to be rejected without assigning reasons there-for

    iii) TENDERED RATE:The Tenderer should quote his offer in the form of percentage at appropriate place in the

    portal, both in figures as well as in words in English. The tenderer has to quote only in figures. Thewords will be generated automatically from the entered figures, by the software to be installed by thetenderer.how ever , there should not be difference between offer in figers and in words.

    No alteration in the form of tender and in schedule of quantities will be permitted. Thepercentage mentioned in the tender shall be taken as applying to all conditions of tender and will be

  • 7/30/2019 Tender 295

    19/137

    19

    Contractor No. Of Correction Executive Engineer

    inclusive of all taxes if any. The percentage should be written in words in one line only as far aspossible.

    iv) QUANTITIES PUT TO TENDER:The quantities given in Schedule-B as put to tender by the Corporation for various items

    therein are approximate as some of the items of works put to tender are likely to be executeddepartmentally, till the contract agency is fixed.

    Such quantities which would be executed till the fixation of contract agency, will stand deducted fromthe quantities entered in the Schedule-B at the time of completing the tender documents by theContractor. The contractor should take cognizance of this fact and no claims will be tenable onaccount of such reduction in quantity. There may also be variation in quantities on account of changeor modification in design and no claims will be tenable on account of such reduction/ increase inquantity. The quantities of items on which the corporation has carried out the work, as measured onthe date of work order shall stand deducted from the quantities stipulated in schedule B as put totender by the corporation for the purpose of application of the stipulation of Clause 38 of conditions ofcontract of the tender.

    11. TENDER UNITSThe tender has been invited under the Metric System of measurements. The tenderer

    should particularly note the units mentioned in Schedule-B on which rates are to be based.

    12. CORRECTIONSNo corrections should be made in the e-tender documents.

    13. SIGNING OF TENDER DOCUMENTS:Successful bidder, after asking him to do so, shall submit down loaded hard copies of the

    tender, Common set of Conditions & drawings dually bound in required number of copies to thisoffices Executive Engineer for completing contract formalities.

    In the system of e-tendering there is presumed that all the pages of the tender documenthave been signed by the authorized signatory and requires no physical signature.

    An attested copy of the partnership deed shall be furnished as well as uploaded. Tendersubmitted by Company shall be signed with the legal name of the company and signed by thepersons authorized to sign in the matter.

    Wherever, whether in the submission of the tender or later, in other matters, the signatures aremade by one person on behalf of the company, the tenderer shall supply/upload an attested copy ofthe power of attorney.

    Witnesses shall be persons of status and probity and their names, occupations and addressesshall be stated below their signatures. All signatures on the documents shall be dated.

    The tender is also liable to be rejected outright, if while submitting

    i) The tenderer proposes any alteration in the work specified in the tender or in the time allowedfor carrying out the work / in any other conditions.

    ii) Any of the pages of tender are removed and/or replaced.iii) Cost of blank tender form and earnest money is not received in the office of the Executive

    Engineer, Akola Irrigation Division Akola.iv) Any erasures are made by the tenderer in the tender.v) All corrections on the documents are not signed by the Tenderer

    vi) Tender in case of firm, each partner, or the person holding power of attorney authorizing himto do so thereof does not sign.

    vii) Tenderer has not signed declaration at Appendix F.viii) All the guidelines mentioned in the e tendering instructions to tenderers are not adhered to.ix) Uploaded information is not correct.x) Procedure laid down for e-tender is not followed.xi) The original Bank Guarantee for additional Earnest Money Deposit (which is scanned and

    uploaded on-line) is not kept ready at the time of opening of tender.

    14. ACCEPTANCE OF TENDERAcceptance of tender will rest with the authority as indicated in Annexure A of this section;

    who reserves the right to reject any or all the tenders without assigning any reasons. The acceptance

  • 7/30/2019 Tender 295

    20/137

    20

    Contractor No. Of Correction Executive Engineer

    of tender may be intimated to the contractor by letter. Such intimation shall be deemed to be anintimation of acceptance of tender. The tenderer, whose tender is accepted, will have to complete thecontract form within 15 days of being notified to do so and shall abide by all the rules and regulationsand special conditions enumerated their in or attached herewith. In the event of failure of the tendererto sign the agreement within the stipulated time, the earnest money including additional earnestmoney if any; paid by him, shall be liable to be forfeited to Corporation and the acceptance of thetender shall be liable to be considered as withdrawn. In that event, the work will be awarded to next orany other contractor to whom the Corporation deems to be suitable.

    15. VALIDITY OF OFFERThe offer shall remain valid for a period of 90 (ninety) days from the date of the opening of

    tender, and thereafter until is withdrawn by notice in writing by the tenderer, duly addressed to theauthority as stated at Sr. No. 2.10 of Annexure A, ofthis section , and sent by RPAD. If the acceptance of tender is not communicated within 90 days orbefore and if the offer is withdrawn by the contractor as mentioned above, earnest money paid in cashshall be refunded in full.

    16 COMPLETION OF TENDER DOCUMENTWhile completing tender documents, the contractor must invariably complete appendices

    included in the tender documents giving correct information. However, this information shall have tobe submitted by the contractor in prescribed formats separately in Envelope No.1 as per provision ofPara 7 of the Detailed Tender Notice.

    17. LANGUAGEThe language of all correspondence regarding this work shall be English only.

    18. LICENSE UNDER CONTRACT LABOUR (REGULATION AND ABOLITION ACT 1970)The successful tenderer should produce to the satisfaction of the competent authority

    accepting the tender a valid and current license issued in his favor under the provision of ContractLabor (Regulation and Abolition) Act, 1970, Maharashtra Contract Labor (R and A) Rules 1971,before signing the contract. On failure to do so the acceptance of the tenderer will be withdrawn andalso the earnest money & additional earnest money deposit if any will be forfeited to Corporation. Thecontractor shall submit the certified copy of registration certificate under ESIC and PF act beforepayment of first R.A. Bill is made. Attached copy of certificate obtain from competent authorityrequisite remittances have been made under E.P. Fund act should also be produced.

  • 7/30/2019 Tender 295

    21/137

    21

    Contractor No. Of Correction Executive Engineer

    ANNEXURE -A

    A) DESCRIPTION OF THE PROJECT:Vishwamitri M.I.Tank Project is constructed in the year 1996-97 on the river Vishwamitri. This

    project is located near village Marsur in Taluka Patur Distt. Akola. The distance of this project fromPatur is 35 km.

    The work is administratively approved under controlling assisted repairs,renovations andrestorations scheme vide Govt. of Maharashtra Water Resources Department Reso. No. R.R.R /

    2011/(952/2011) Dt. 12/12/2011.for Rs. 109.40 Lakh. Further the work is technically sanctioned byChief Engineer, (S.P.) Water Resources Dept.Amravati.vide T.S.No. 4 / of 2012-13 / Dt. 02.11.2012for Rs. 109.40 Lakh

    B) STATUS OF THE PROJECT:Vishwamitri M.I.Tank Project is constructed in the year 1996-97 along with Main canal having

    length of 9.78 km. with 35.70 km. of distribution system to irrigate an area of 1392 Ha. The Irrigation isstarted from year1998. As the canal and distribution system is @ 15 years old and to achieve the fullirrigation potential the system requires repairs, renovations and restorations.

    C) CLIMATIC CONDITIONS:Climate of the region is dry and great variation in temperature. In the winter the temperature

    drops as low as 80C, where as in summer this same shoots up to 45

    0C. The precipitation in catchment

    is mostly due to south Monsoon from Jun to Oct. with some occasional post monsoon showers in theNovember to December. A few dry spell of a week or fortnight are generally experienced in August to

    Sept. The average annul rainfall is of the order of 900 mm.

    D) SCOPE OF THE WORK:The work of repairs, renovations and restorations. Of Dam and Canal is proposed.The Items of removal of vegetation on dam and canal. Restoring the dam and canal section

    by providing desilting and murum filling. Selective concrete lining to Main canal.Providing berm todeep sections of Main canal in order to achieve the target of projected irrigation potential.

    E) INFORMATION OF ABOUT WORK SITE

    The information on following points is given in this Annexure

    1) Location of work : At 35 kms from Patur Distt.Akola

    2) Nearest Railway Station : Akola

    3) Roads : Akola to Washim

    4) Telephone & Telegraph Facility : Marsur

    5) Petrol & Diesel Pumps : Wadegaon

    6) Land Acquisition : Not necessary

    1. DETAILS OF WORK:

    (Para 3 of Detailed Tender Notice)

    1.1 Name of work : Repairs, Renovation & Restoration of work of

    dam, fall & tail chanal & canal of Vishwamitri

    Project Tq. Patur Dist. Akola

    1.2 Estimated Cost : Rs. 93,40,137/-

    1.3 Earnest Money (EARNESTMONEY DEPOSIT)

    :Rs. 93,500/-

    1.4 Security Deposit Total :

  • 7/30/2019 Tender 295

    22/137

    22

    Contractor No. Of Correction Executive Engineer

    a) i) Initial (Para 9 (ii) (a) ofdetailed Tender Notice)

    : Rs. 1,87,000/-

    ii) Through R.A. BillsPara 9 (ii)(a) of detailed TenderNotice 2%b) Additional (if required) (Tobe assessed and paid as per9(ii)(b) of Detailed Tender

    Notice)

    : Rs. 1,87,000/-

    1.5 Date ,Time and place of PreTender Conference.

    : Dt.23/04/2013 Time 15.00 P.M.Place : office of theSuperintending Engineer,Akola Irrigation Circle, B & C Compound NearCollector office Akola

    1.6 Class of Contractor : Class- IV & Above

    1.7 Period of completion of work. : 12 Months including monsoon.

    2. INFORMATION FOR OBTAINING TENDER PAPERS & ITS SUBMISSION:

    (Para 4, 7, 9 of Detailed Tender Notice)

    2.1 Name and address of the ExecutiveEngineer in charge of work issuing tenderpapers / Bid assessment forms / Pre-qualification document and in whosename earnest money & security Deposit isto be pledged.

    Executive EngineerAkola Irrigation Division, Akola

    2.2 Period for making available online ofapplication forms for assessment of pre-qualification document and Prequalification Preparation (online upload)

    Not Applicable

    2.3 Cost of Pre-qualification document. Not Applicable

    2.4 Time and date of online and Certified Hardcopy of Document submission along withDD of Cost of prequalification document. Not Applicable

    2.5 Name and address of the Officer receivingSupporting document of Main Tender

    Executive EngineerAkola Irrigation Division, Akola

    2.6 Period for making available online of blanktender forms.

    Dt.06-04-2013 at 10.00 Hrs toDt.30-04-2013 at 18.00 Hrs

    2.7 Cost of blank tender forms Rs. 5000/-

    2.8 DELETED

    2.9 Time and Date of on-line preparartion ofmain e-tender.

    Submission Re-encryption date

    Dt. 06-04-2013 at 10.00 Hrs toDt 30-04-2013 at 18.00 Hrs.

    Dt. 02-05-2013 at 18.01 Hrs toDt 06-05-2013 at 18.00 Hrs.

  • 7/30/2019 Tender 295

    23/137

    23

    Contractor No. Of Correction Executive Engineer

    2.10 Name and address of the Officer receivingand opening online the e-tender document.

    Superintending Engineer, AkolaIrrigation Circle Akola

    2.11 Time and date of online opening of tenders Technical e-Envelope T1 andCommercial Envelope C1 . .Dt.07-05-2013 at 11.00 Hrs to

    Dt. 07-05-201 at 18.00 Hrs.

    2.12 The name of the authority for accepting thetender.

    Superintending Engineer, AkolaIrrigation Circle Akola

    3)WORK AND SITE CONDITIONS:(Para 1.10, 1.2.1, 1.3.0 & 1.5.0 of section -1 General Specifications- Vol II)

    3.1 Location : At 35 kms from Patur Distt.Akola3.2 Nearest Railway Station : Akola

    3.3 Roads. : Akola Washim

    3.4 Nearest Telephone and telegraphfacility.

    : There is Telephone facility withS.T.D. at Masrur about 5 Km fromsite.

    3.5 Nearest Petrol and Diesel pump. : Petrol & Diesel Pumps atWadegaon about 18Km. from site.

    3.6 Position of Land Acquisition. : Land already acquired.

    4) PERIOD OF COMPLETION AND PROGRAMME OF WORK(Para 13 to special condition of contract)

    4.1 Period of completion including monsoon period: 12 Months.

    4.2 THE CONSTRUCTION PROGRAMME IS ENCLOSED AT THE END OF THE SCHEDULEC OF TENDER DOCUMENT.BASED ON WHICH THE PHYSICAL PROGRAMME ISPREPARED. IF TENDERER DOES NOT AGREE WITH THIS PROGRAMME HE SHALLSUBMIT HIS OWN PROGRAMME WITHOUT CHANGING TOTAL PERIOD OF TENDERALONG WITH TENDER DOCUMENTS INCLUSIVE OF THE PHYSICAL PROGRAMME.SUBJECT TO THE PROVISION THAT 50 % OF THE WORK SHALL BE COMPLETED IN50% OF THE CONCTRACT PERIOD.

  • 7/30/2019 Tender 295

    24/137

    24

    Contractor No. Of Correction Executive Engineer

    6.0 PRICE VARIATION INFORMATION.(Vide Para 33 (page 109) of special conditions of contract)

    Sr.No Component Centre/Place Percentage

    1

    Labour component(KL) Patur24

    2 Cement (KC) All India average

    3 Steel (KS) All India average

    4 Other material (Km) All India average65

    5 POL components (K3) Wadegaon 11

    6 Bitumen Akola

    7 C.I and D.I pipe Akola

    7.0 Cost of cement for mix variation

    7.1 If the cement is procured by the contractor (to beFilled in contractor for work costing more than Nil100 Lakhs)

    5.0

    5.1

    Earnest money (Para 9(I) and (ii)of detailed Tender Notice.)

    EMD:

    Rs. 93,500/-

    5.2 Initial Security Deposit As perpara 9(ii) under the Special GuideLines To Contractor of this tenderform

    : Rs. 1,87,000/-Any scheduled/ nationalizedbank branch situated instate of Maharashtra

    5.3 Name of Executive Engineer in-charge of the work in whose nameDemand Draft is to be drawn.

    Executive Engineer, AkolaIrrigation Division Akola

  • 7/30/2019 Tender 295

    25/137

    25

    Contractor No. Of Correction Executive Engineer

    B-1 TENDER FORM

    PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

    VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR

    CIRCLE: SUPERINTENDING ENGINEER, AKOLA IRRIGATION CIRCLE AKOLA

    DIVISION: EXECUTIVE ENGINEER, AKOLA IRRIGATION DIVISION AKOLA

    GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS

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

    This form will state the work to be carried out, as well as the date for submitting and openingtenders and the time allowed for carrying out the work, also the amount of the earnest money, to bedeposited with the tender and the amount of security Deposit and additional security. Deposit, ifrequired, to be Deposited by the successful tenderer and the percentage, if any, to be deducted frombills. Copies of the specifications, designs and drawings, estimated rates, scheduled rates and anyother documents required in connection with the work shall be signed by the Executive Engineer forthe purpose of identification and shall also be opened for inspection by contractor at the office of theExecutive Engineer during office hours.

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

    2) In the event of the tender being online submitted by a firm, it is presumed that is signed by eachpartner there of, and in the event of the absence of any partner, it is signed on his behalf by a personholding a power of attorney authorizing him to do so.

    i)The contractor shall pay along with the tender the sum as stipulated in Annexure A to Section-1 asand by way of earnest money. The contractor may pay the said amount by cash, Water ResourcesDepartnment cash receipt or demand draft on bank and in favor of Executive Engineer as indicatedin Annexure A of Detailed Tender Notice.

    .

    ii) If, after submitting the tender, the contractor withdraws his offer, or modifies the same or if afterthe acceptance of his tender, the contractor fails or neglects to furnish the balance of securityDeposit, without prejudice to any other rights and powers of the Corporation hereunder or in law,Corporation shall be entitled to forfeit the full amount of the earnest money deposited by him.

    iii) In the event of his tender not being accepted, the amount of earnest money Deposited by thecontractor shall, unless it is prior there to forfeited under the provision of sub clause (ii) above, berefunded to him on his passing receipt there for.

    3) Receipts for payments made on account of any work, when executed by a firm should also besigned by all the partners, except where the contractors as described in their tender as firm, in whichcase the receipt shall be signed in the name of the firm by one of the partners or by some otherperson having authority to give effectual receipts of the firm.

    4) Any person who submits a tender shall fill up online e-tender form stating at what percentageabove or below the rates specified in Schedule-B (Memorandum showing Items of work to be carriedout) he is willing to undertake each item of the work. Only one rate or such percentage on all theestimated rates / Schedule rates shall be named. Tenderer which proposes any alternation in thework specified in the said form of invitation to tender, or in the time allowed for carrying out the workor which contain any other conditions, of any sort will be liable to rejection. No printed form of tendershall include a tender for more than one work, but contractor, who wishes to tender for two or moreworks, shall submit separate tender for each. Tender shall have name and number of work to whichthey refer, online instructions will apply.

    5) Tenders will be opened online.

  • 7/30/2019 Tender 295

    26/137

    26

    Contractor No. Of Correction Executive Engineer

    5) The officer indicated in Annexure A to section 1 Detailed Tender Notice, or his duly authorizedassistant, shall open the tenders online in the presence of contractors who have submitted tenders,or their representatives who may be present at the time and he will enter the amounts of the eachtenders in the comparative statement in a suitable form. In the event tender being accepted, thecontractor shall for the purpose of identification sign copies of the specifications and other documentsmentioned in Rule 1.In event of tender being rejected, the competent officer shall refund the amountof the earnest money Deposited by the contractor on his giving a receipt of the return of money.

    6) The officer competent to dispose of the tenders shall have the right of rejecting all or any of thetenders without assigning any reason, therefore.

    7) No receipt for any payment alleged to have been made by a contractor in regard to any matterrelating to this tender or the contract shall be valid and binding on Corporation unless it is signed bythe Executive Engineer.

    8) No materials of any type required for the work shall be supplied by the Corporation, all the workshall be executed by the tenderer with contractors own material(s).The memorandum of work to betendered shall be filled in and completed by the office of the Executive Engineer before the tenderform is made available online .

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

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

    11) All corrections, additions or pasted slips should be initialed digitally physically/digitally.

    12) The measurements of work will be taken according to the usual methods in use in theCorporation and no proposals to adopt alternative methods will be accepted. The ExecutiveEngineers decision as to what is the usual method in use in the Corporation will be final.The measurements shall be recorded in the measurement book (MB) on the basis of Field Book (FB)for leveling purpose) in black ink. The measurement Book(s) & Field Book(s) shall be got issued fromthe Executive Engineer by the authorized Engineer & acknowledged by the contractor. The MB(s),FB(s) shall be the property of Corporation. The rules of measurements as stipulated in the MPWManual shall be applicable Mutatis- Mutandis. On completion of the work / termination of contractthe MB(s) & FB(s) shall be returned the Corporation.

    The contractor shall submit certified ( certified by the concerned SDO/SDE/AE-1/AEE) copies of themeasurement sheet(s) related to the R.A. bill/ Final Bill along with the R.A. bill/ Final Bill, withoutwhich the R.A. bill/ Final Bill shall not be considered for payment. In the case of loss of MeasurementBook(s)/ Field Book(s) for any reason what so ever, while in custody of the contractor, he shall haveto pay a penalty of Rs. 10,000/- ( Ten thousand only) per Measurement Book / Field Book.

    13) In view of the difficult position regarding the availability of foreign exchange, no foreign exchangewould be released by the Corporation for the purchase of plant and machinery required for theexecution of the work contracted for.

    14) The Contractor will have to construct shed for storing controlled and valuable materials at thework site having double locking arrangement. The materials will be taken for use in the presence ofthe Corporation persons. No materials will allow to be removed from the site of works, without prior

    permission of Engineer-In-Charge.

    15) Successful tenderer will have to produce to the satisfaction of the accepting authority a validand current license issued in his favor under the provision of the Contract Labor (Regulation andAbolition Act, 1970) before starting work, failing which acceptance of the tender will be liable forwithdrawal and earnest money will be forfeited to Corporation.

    The contractor shall also submit certified copy of registration under ESIS and PF act before paymentof the first R.A. Bill is made.

    16) The payment of bills will be made as and when funds are available with V.I.D.C. No claim willbe entertained on account of delay in payment due to paucity of funds.

  • 7/30/2019 Tender 295

    27/137

    27

    Contractor No. Of Correction Executive Engineer

    B-1 TENDER FORMPERCENTAGE RATE TENDER AND CONTRACT FOR WORKS

    Tender for Works1. I / We hereby tender for the execution for the Vidarbha Irrigation Development Corporation

    (here-in- before and here-in-after referred to as Corporation) of the work specified inmemorandum as enclosed within the time specified in such memorandum at* in figures as

    Well as in words................. %.. ......................... percent below/above the estimated ratesentered in Schedule B (memorandum showing items of work to be carried out) and inaccordance in all respects with the specifications, designs, drawings and instructions in writingreferred to in Rule 1 hereof.

    2. I / We agree that the offer shall remain open for acceptance for a minimum period of 90 daysfrom the date fixed for opening the same and thereafter until it is withdrawn by me/us by noticein writing duly addressed to the authority opening the tenders and sent by registered post AD orotherwise at the office of such authority.Details of Demand......................................................................................................................................................................................................................................................................................................................................Details of Bank Guarantee .........................................................................................

    ....................................................................................................................Or cash receipt of Corporation / Bank of Maharashtra in respect to the * Amount to be specifiedsum of * Rs.............................................................................................................. in wordsRupees *......................................................................................... In words and figures............................................................. representing the earnest money is herewith forwarded.

    The amount of earnest money shall not bear interest and shall be liable to be forfeited to theCorporation should I/We fail to (1) abide by the stipulation to keep the offer open for the periodmentioned above or (2) sign and complete the contract document as required by the Engineerand furnish the security Deposit and additional security Deposit if any, as specified in item (e)and (f) of the memorandum enclosed within the time limit laid down in clause (1) of Conditionsof contract. The tenderer should furnish an agreement in the enclosed format as per AnnexureB on a non-judicial stamp paper of Rs.100/- The amount of earnest money may be adjustedtowards the security Deposit or refunded to me / us if so desired by me / us in, writing, unlessthe same or any part thereof has been forfeited as aforesaid.

    3. Should this tender be accepted, I/We hereby agree to abide by and fulfill all the terms andprovisions of the conditions of Contract and Special Conditions of Contract included in thisbooklet so far as applicable and in default thereof to forfeit and pay to Corporation the sum ofmoney mentioned in the said conditions.

  • 7/30/2019 Tender 295

    28/137

    28

    Contractor No. Of Correction Executive Engineer

    MEMORANDUM

    Dated Day Of 2012 Signature of officer by whom accepted

    a. General descriptionRepairs, Renovation & Restoration of work

    of dam, fall & tail chanal & canal of

    Vishwamitri Project Tq. Patur Dist. Akola

    b. Estimated cost Rs 93,40,137/-

    c. Earnest money (EM) Rs. 93,500/-

    d. Security Deposit (SD)i) Initial (in cash)

    Rs. 1,87,000/-

    (ii) To be deducted from bills Rs. 1,87,000/-

    e. Additional SD (If required asspecified in Para 9(ii) (b) in theform of Bank Guarantee

    --

    Total Rs.3,74,000/-f. Percentage, if any to be deducted from bills so as to 4% make up the total

    amount required as security Deposit by the time,Half the work as measured by cost is done.

    g. Time allowed for the work from dateof written order to commence work

    12 Calendar Months(including monsoon).

    Signature of contractor Signature of Witness

    Address............................................. Address........................................

    ............................................................ ................................................................

    Dated ............................ of ....... Occupation............................................

    The above tender is herby accepted by me for & on behalf of the corporation

  • 7/30/2019 Tender 295

    29/137

    29

    Contractor No. Of Correction Executive Engineer

    ANNEXURE-B

    AGREEMENT

    Articles of agreement executed on this .......... Day of ............... Two Thousand &................................ ......................................... between the Executive Engineer, VIDC, (hereinafterreferred to as VIDC of the one part and Shri.....................................................................................(Name and address of the tenderer) (hereinafter referred to as 'the bounden') of the other part

    whereas in response to the notification No. ............................... Dated....................................thebounden has submitted to the VIDC a tender for the work....................................................................specified therein subject to the terms and conditions contained in the said tender.

    Whereas the bounden has also Deposited with VIDC a sum of Rs. ................................. asearnest money for execution of and agreement undertaking the due fulfillment of the contract in casehis tender is accepted by the VIDC.

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

    1. in case the tender submitted by the bounden is accepted by the VIDC and the contractfor...................................... Is awarded to the bounden, the bounden shallwithin............................. Days of acceptance of his tender execute an agreement with theVIDC incorporating all the terms and conditions under which the VIDC accepts his tender.

    2. In case the bounden fails to execute the agreement as aforesaid incorporating terms andconditions governing the contract, the VIDC shall have power and authority to recover fromthe bounden any loss or any damage caused to the VIDC by such breach, as may bedetermined by the earnest money is found to be inadequate the deficit amount may berecovered from the bounden and his properties, movable and immovable, in the mannerhereafter contained.

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

    In witness where of Shri____________________________________ and designation) for and onbehalf of the VIDC and Shri -----------------------------____________________ _________ thebounden have hereinto set their hands the days and year shown against their respective signature.Signed by Shri.______________________________________

    date_____________In the presence of witness.

    1.______________________________________

    2. _______________________________________

    Name of work Repairs, Renovation & Restoration of work of dam, fall & tail chanal & canal of

    Vishwamitri Project Tq. Patur Dist. Akola

  • 7/30/2019 Tender 295

    30/137

    30

    Contractor No. Of Correction Executive Engineer

    SCHEDULE A

    MATERIAL TO BE SUPPLIED BY THE CORPORATION Nil

    Schedule showing approximate quantities of the various materials required for the work.

    Sr.

    No.

    Name of material Approximate

    quantity required

    Remarks

    1 2 3 4

    1

    2

    3

    Cement

    Steel T.M.T.

    Chain Link with Angle

    Nil

    Nil

    Nil

    Contractor has to make

    his own arrangement for

    procurement of all material

    at his own cost.

  • 7/30/2019 Tender 295

    31/137

    31

    Contractor No. Of Correction Executive Engineer

    ADDITIONAL CONDITIONS FOR MATERIAL

    (Cement, T.M.T. Bars etc. Brought by Contractor)

    1. All materials such as Cement, M.S./ TMT bars etc. required for execution of work shall bebrought by contractor at his own cost.

    2. The contractor shall maintain the record of these materials (Cement, Steel etc.) in the prescribedProforma and register as directed by Engineer-in-charge. These registers shall be signed by thecontractor and representative of Engineer - in- charge. The register shall be written and

    completed up to date by the Corporation and shall be signed by both i.e. Corporationrepresentative and contractor's authorized representative. The register shall be in the custody ofCorporation and shall be maintained by the Corporation.

    3. The material required only for this work shall be kept in godown at site. No material shall beshifted away from the site except for the work for which this agreement is entered, without priorapproval of the Engineer-in-charge.

    4 The material i.e. cement, steel, etc. brought, on the work site shall be accompanied with thenecessary Company/Manufacturing firm's test certificates. In addition these materials shall betested as per frequency prescribed by the corporation and the cost of such testing shall be borneby the contractor. If the results are satisfactory, then and then only the material shall be allowedto be used on the work. If the test results are not as per standard these materials shall beimmediately removed from the work site at contractors cost. In case of cement, if so requested bythe contractor in writing, material shall be allowed to be used before receipt of test result but this

    will be entirely at the risk and cost of the contractor.

    5 The contractor shall produce sufficient documentary evidence i.e. bill for the purchase receiptsetc. for the purpose of material brought on the work site at once if so requested by thecorporation.

    6. All these material i.e. cement, steel, etc. shall be protected from any Damages, rainetc. by the contractor at his own cost.

    7. The contractor will have to erect temporary shed of approved specifications for storing of abovematerial at work site having double lock arrangement (by double lock it is meant thatgodown shall always be locked by two locks, one lock being owned and operated by contractorand other by Engineer-in- charge or his authorized representative) and door shall be opened onlyafter lock are opened.

    8. If required, the weight of cement bags/steel etc. brought by the

    Contractor shall be carried out by the contractor at his own cost.

    9. The contractor shall not use cement and other material for the item to be executed outside thescope of this contract except for such ancillary small item as are connected and absolutelynecessary for execution of this work as may be decided by the Engineer- in - charge.

    10. The Corporation shall not be responsible for the loss in cement and steel during transit to worksite. The cement brought by the contractor at the work site store shall mean 50 Kg. equivalents to0.0347 cum per bag by weight. The rate quoted should correspond to this method of reckoning.

    11 In case the material brought by the contractor became surplus owing to the change in the designof the work or otherwise for any reason, the material should be taken back by the contractor at his

    own cost after permission of the Engineer-in-charge.

    12. Contractor shall purchase the pipes, required for the work, only from Maharshtra Small Scale

    Industrial Development Corporation and that of I.S.I. marked only.

  • 7/30/2019 Tender 295

    32/137

    32

    Contractor No. Of Correction Executive Engineer

    SCHEDULE-B

    Name of work - Repairs, Renovation & Restoration of work of dam, fall & tail chanal & canal ofVishwamitri Project Tq. Patur Dist. Akola

    Quantity Description of Item Rate inFigure

    Rate inWords

    Unit Amount inRs

    A) FOR DAM RENOVATION

    Item No-.1 Construction of embankment for casing withselected material from borrow area including transporting the

    material with all leads & lifts laying in layer, leveling & dressingthe bank work including watering & consolidation as perspecifications.

    483.00 a) Mechanical Compaction 206.80 Rs. Two Hundred Six &Paise Eighty only

    Cum 99884

    2764.00 b) Manual Compaction 211.40 Rs. Two Hundred Eleven &Paise Fourty only

    Cum 584310

    28757.00 Item No -2 -: Labours for removing average growth of grass,shrubs, weeds etc. compl. As per specification.

    1.15 Rs. One & Paise Fifteenonly

    Sqm 33071

    673.20 Item No -3 -: Removing wet silt from toe drain with all leads &lifts etc. compl. And as per specification.

    43.35 Rs.Fourty Three & PaiseThirty Five Only.

    Cum 29183

    1008.00 Item No -4 -: Dismentalling of dry rubble mesonary, pitchingwork, including sorting and stacking the dismental material inregular stacks with all leads & lifts etc. comp. and as perspecification.

    75.90 Rs. Seventy Five & PaiseNinety

    Cum 76507

    Item No.5 :- Providing & laying dry stone pitching of 30 cm thickto side slope of embankment including the banks etc. compl. &as per specification.

    2268.00 a) From Available 95.45 Rs.Ninety Five & PaiseFourty Five Only.

    Sqm 216481

    252.00 b) From Borrow 329.00 Rs. Three Hundred TwentyNine & Paise Nil only

    Sqm 82908

    252.00 Item No.6 :- Providing & laying quarry Spouls below stonepitching including hand packing etc. complete and as per

    specification.

    679.05 Rs.Six Hundred SeventyNine & Paise Five Only.

    Cum 171121

    B) REPAIRS TO FALL AND TAIL CHANNEL

    9883.50 Item No.7 :- Excavation in soft strata (soil, soft murum lime,shadu, shoft rock) including dressing the side, stacking &disposing the excavated material as & where directed with allleads & lifts etc. comp. & as per specification.

    28.77 Rs.Twenty Eight & paiseSeventy Seven Only.

    Cum 284348

    42.525 Item No.8 :- Providing & laying in situ cement concrete of gradeM 10(40 MSA) of trap/granite/ gneiss/quartzite/ graded metalwith compacting, curing etc. complete with all leads & lifts as perspecification.

    3228.00 Rs.Three Thousand TwoHundred Twenty Eight &Paise Nil only.

    Cum 137271

    378.00 Item No.9:- Providing & laying in situ cement concrete of gradeM15 (40 MSA) of trap/granite/gneiss/quartzite/ graded metalwith compacting curing etc. complete with all leads & lifts and asper specification.

    3448.10 Rs.Three Thousand FourHundred Fourty Eight &Paise Ten only.

    Cum 1303382

    8174.00 Item No.10:- Construction of embankment from directlydeposited spoils for casing, including transporting the material

    with all leads & lifts laying in layer, leveling & dressing thebankwork including watering & consolidation etc. complete & asper specification.

    134.35 Rs. One hundred ThirtyFour