RFP for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

TENDER DOCUMENT

Particulars Details

Client Nashik Municipal Smart City Development Corporation Limited

Project Name Godavari riverfront development including beautification and infrastructure components in ABD area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

Cost of Blank Rs.10,000/- (Rupees Ten Thousand only) + 9% SGST + 9% CGST Tender Form Estimated Cost Rs. 128,47,51,000/- (Rupees One Hundred and Twenty Eight Crores Forty Seven Lakhs Fifty One Thousand only)

Earne s t Mone y Rs.64,24,000/- ( Rupees Sixty Four Lakhs and Twenty Four Thousand only) Deposit

Performance Rs. 2,56,95,000/- (Rupees Two Crores Fifty Six Lakhs Ninety Five Security Thousand only)

Document Issue January 9, 2018 Date Document MAH-NAS-032-053-RFP-02 Numbe r

Nashik Municipal Smart City Development Corporation Limited Nashik Municipal Corporation, Rajiv Gandhi Bhavan, Sharanpur Road, Nashik - 422001

January, 2018

1 | Page

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

TENDER NOTI CE

Online digitally signed Bids in ‘B2’ Form (item rate) for the below mentioned work is invited by NMSCDCL from the Bidders. The Tender Document is available on the w eb s ite https://mahatenders.gov.in

1 Project Name Godavari riverfront development including beautification and infrastructure components in ABD area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra) 2 Estimated cost Rs. 128,47,51,000/- (Rupees One Hundred and Tw enty Eight Crores Forty Seven Lakhs Fifty One Thousand only)

3 Cost of Blank Bid form/ Rs.10,000/- (Rupees Ten Thousand only) + 9% CGST + 9% TD Fee (Non-Refundable) SGST per set (Tender Document can only be downloaded from https://mahatenders.gov.in using credit card/ debit card / net banking) 4 Period of Contract Refer the table A below

5 NMSCDCL Contact Details Nashik Municipal Smart City Development Corporation Limited Nashik Municipal Corporation, Rajiv Gandhi Bhavan Purandare colony, Sharanpur Nashik Email: [email protected] 6 Bid Validity Period The Bid shall remain valid for a period of 120 (one hundred and twenty) days from the Bid Deadline 7 Bid Security/ Rs.64,24,000/- ( Rupees Sixty Four Lakhs and Twenty Four Earnest Money Deposit Thousand only) and is to be deposited online using credit card/ debit card/ net banking at https://mahatenders.gov.in

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 2 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

Table A Packages Name of work Construction Period Part A Cleaning of river Godavari in retrofitting and 6 (six) months with O&M Period greenfield area in Nashik of 3 (three) years Part B Development of 18 (eighteen) months with Defect (i) a pedestrian bridge parallel to Liability Period of 3 (three) years existing Bridge and (ii) vehicular bridge upstream parallel to the existing Ramwadi Bridge across Godavari river in Nashik Part C Interception and diversion of Aruna river 6 (six) months with Defect related works in Nashik, Maharashtra Liability Period of 3 (three) years Part D Installation of pneumatically operated 6 (six) months with Defect automated mechanical gates Liability Period of 3 (three) years Part E Beautification Works required near Godavari 12 (twelve) months with Defect River at Nashik, Maharashtra Liability Period of 3 (three) years

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 3 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

SCHEDULE OF BIDDING PROCESS S. No. Particulars Date and Time 1. Period of availability of the From 09-Jan-2018, 15:00 hrs. Bidding Document on Web Site To 25-Feb-2018, 15:00 hrs. 2. Last date and address for Date: 23-Jan-2018, Time: 15:00 hrs. submission of letters seeking Email ID: [email protected] clarifications or suggest Address: amendments to RFP in writing NMSCDCL Office, Rajiv Gandhi Bhavan, NMC, Nashik-422001 3. Time and date of Pre-Bid Date: 30-Jan-2018, Time: 15:00 hrs. Conference 4. Last date and time for Online Date: 25-Feb-2018, Time: 15:00 hrs. Receipt of Bids

5. Date and time for physical/ hard Date: 26-Feb-2018, Time: 14:00 hrs. copy receipt of Bids 6. Time and date of opening of Date: 26-Feb-2018, Time: 15:00 hrs. Envelope A (Bids will be opened Online by the authorized officers)

7. Time and date of opening of To be intimated separately to the Envelope B- Financial Bids (Bids technically qualified bidders will be opened online by the authorized officers) 8. Officer inviting Bids Chief Executive Officer, Nashik Municipal Smart City Development Corporation Limited

Note s: • The changes/ corrigendum, if any will only be published on https://mahatenders.gov.in. • Right to reject any or all Bids without assigning any reasons thereof is reserved by NMSCDCL. • The Bids shall be accepted through hard copy as well as soft copy in the prescribed format as provided in clause 2.12 and clause 2.13. • All requisite information required for the submission of documents is available in the aforementioned website. • For any queries related to the Bidding Documents, please contact NMSCDCL.

Chief Executive Officer NMSCDCL

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 4 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

TABLE OF CONTENTS

SCHEDULE OF BIDDING PROCESS ...... 4 GLOSSARY ...... 8 DISCLAIMER...... 12 SECTION 1: INTRODUCTION...... 14 1.1. Background ...... 14 1.2 Brief Description of Bidding Process ...... 15 SECTION 2: INSTRUCTIONS TO BIDDERS ...... 18 A. GENERAL ...... 18 2.1 Scope of Bid ...... 18 2.2 Eligibility of Bidders...... 18 2.3 Number of Bids and costs thereof...... 22 2.4 Site visit and verification of information ...... 22 2.5 Acknowledgement by Bidder ...... 23 2.6 Right to accept or reject any or all Bids ...... 23 2.7 Contents of the RFP ...... 24 2.8 Clarif ications ...... 25 2.9 Amendment of RFP ...... 25 C. PREPARATION AND SUBMISSION OF BIDS ...... 27 2.10 Language ...... 27 2.11 Format and Signing of Bid ...... 27 2.12 Sealing, Marking and submission of Bids ...... 27 2.13 Bid Due Date ...... 28 2.14 Late Bids...... 28 2.15 Modifications/ Substitution/ Withdrawal of Bids ...... 28 D. EVALUATION PROCESS ...... 30 2.16 Opening and Evaluation of Bids Evaluation of Technical Bids: ...... 30 2.17 Confidentiality ...... 31 2.18 Tests of responsiveness ...... 31 2.19 Clarif ications ...... 32 E. QUALIFICATION OF BIDDING ...... 33 2.20 Selection of Bidder ...... 33 2.21 Proprietary data ...... 34 2.22 Correspondence with the Bidder ...... 34 2.23 Contacts during Bid Evaluation ...... 34 2.24 Other Conditions ...... 34 Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 5 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

F. BID SECURITY ...... 36 2.25 Bid Security...... 36 2.26 Performance Security ...... 37 3. Criteria for Evaluation ...... 38 3.1 Evaluation Parameters ...... 38 3.2 Details of Experience ...... 38 SECTION - 4 ...... 40 4. Fraud and Corrupt Practices...... 40 SECTION - 5 ...... 42 5. Pre-Bid Conference ...... 42 SECTION - 6 ...... 43 6. Miscellaneous...... 43 APPENDIX I: Details of the Bidder ...... 44 APPENDIX II: Power of Attorney for signing the Bid ...... 45 APPENDIX III: Statement of Legal Capacity ...... 47 APPENDIX IV: Format for Declaration by the Bidder for not being Blacklisted / Debarred...... 48 APPENDIX V: Letter comprising the technical bid ...... 49 ANNEXURE 1: Details of work tendered for and in hand as on the date of submission of this RFP 53 ANNEXURE 2: Details of works carried out by the Bidder ...... 54 ANNEXURE 3: Details of plants and machinery immediately available with the Bidder...... 55 ANNEXURE 4: Details of technical personnel available with the Bidder...... 56 ANNEXURE 5: Financial capacity of the Bidder ...... 57 APPENDIX VI: Letter comprising the Financial Bid ...... 58 APPENDIX VII: Format of sending pre-bid queries ...... 59 APPENDIX VIII: Format for Performance Security...... 61 ANNEXURE 1: Check list for Performance Security ...... 64 APPENDIX –IX: Guidelines of the Department of Disinvestment ...... 65 APPENDIX X: Terms of Reference and Scope of Work...... 67 Introduction...... 67 General Description of the Stages of Work ...... 80 Construction and Maintenance of the proposed components...... 82 Part A: River cleaning and related works: retrofitting and Greenfield area at Nashik, Maharashtra ...... 84 Part B: Development of bridges and related works at Nashik, Maharashtra...... 86 Part C: Interception and Diversion of Aruna River related works at Nashik, Maharashtra. ....89 Part D: Installation of pneumatically operated automated mechanical gates and related works at Nashik, Maharashtra ...... 91 Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 6 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

Part E: Beautification Projects including landscaping, cycle track, cobblestone paving, stone benches, signages etc...... 93 APPENDIX XI: TECHNICAL SPECIFICATIONS...... 103 Part A: River cleaning and related works: retrofitting and Greenfield area at Nashik, Maharashtra ...... 103 Part B: Development of bridges and related works at Nashik, Maharashtra;...... 103 Part C: Interception and Diversion of Aruna River related works at Nashik, Maharashtra. .. 114 Part D: Installation of pneumatically operated automated mechanical gates and related works at Nashik, Maharashtra ...... 117 Part E: Beautification Projects including landscaping, cycle track, cobblestone paving, stone benches, signages etc...... 120 APPENDIX XII: BILL OF QUANTITIES ...... 144 (Refer Clause 1.1.5 of the RFP) ...... 144 Part A: Godavari river cleaning and related works: retrofitting and greenfield area at Nashik, Maharashtra; ...... 144 Part B: Development of bridges and related works at Nashik, Maharashtra...... 146 Part C: Interception and Diversion of Aruna River related works at Nashik, Maharashtra. .. 176 Part D: Installation of automated mechanical pneumatic crest gates and related works at Nashik, Maharashtra ...... 179 Part E: Beautification Projects including landscaping, cycle track, cobblestone paving, stone benches, signages etc...... 181 APPENDIX XIII: CONTRACT AGREEMENT...... 267 ANNEXURE A: GENERAL CONDITIONS OF CONTRACT...... 269 ANNEXURE B: SPECIAL CONDITIONS OF CONTRACT ...... 311 ANNEXURE C: O&M AGREEMENT ...... 315 APPENDIX XIV: PRICE VARIATION CLAUSE ...... 327 APPENDIX XV: DRAWINGS ...... 329

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 7 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra) GLOSSARY

The words and expressions beginning with capital letters and defined in this document shall, unless repugnant to the context, have the meaning ascribed thereto herein:

ABD Area Based Development

Addendum As defined in clause 2.9.1

Associate As defined in clause 2.2.1 (a)

Bids As defined in Disclaimer

Bidders As defined in clause 3.1.2

Means the fee to be submitted by the Bidder for Bid Document Fee downloading the RFP from the website

Bid Due Date As defined in clause 1.1.7

Bid Price As defined in clause 1.2.5

Bid Security As defined in clause 1.2.3

Bidding Documents As defined in clause 1.1.7

Bidding Process As defined in clause 1.2.1

Conflict of Interest As defined in clause 2.2.1 (b) Means, as the case may be, the period of: Construction Period (a) For Part A: 6 (six) months from the date of issuance of Work Order which includes rainy season for river cleaning and related works: retrofitting and greenfield area at Nashik, Maharashtra as set out in Appendix X of the RFP; and/or (b) For Part B: 18 (eighteen) months from the date of issuance of Work Order which includes rainy season for the development of bridges and related works at Nashik, Maharashtra as set out in Appendix X of the RFP; and/or (c) For Part C: 6 (six) months from the date of issuance of Work Order for interception and diversion of Aruna

8 | Page

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

River related works at Nashik, Maharashtra, as set out in Appendix X of the RFP. (d) For Part D: 6 (Six) months from the date of issuance of the Work Order for installation of pneumatically operated automated mechanical gates, as set out in Appendix X of the RFP. (e) For Part E: 12 (twelve) months from the date of issuance of the Work Order for beautification Projects including landscaping, cycle track, cobblestone paving, stone benches, signages etc. and related works at Nashik, Maharashtra as set out in Appendix X of the RFP.

Contract Agreement As defined in clause 1.1.4 and as set forth in Appendix XIII of the RFP Means the period of 3 (three) years applicable for Defect Liability Period Part B, Part C, Part D and Part E Engineering, Procurement, Construction EPC Rs. 128,47,51,000/- (Rupees One Hundred and Estimated Project Cost Twenty Eight Crores Forty Seven Lakhs Fifty One Thousand only)as set out in Clause 1.1.5 Means the Price Bid submitted online in Financial Bid accordance with Appendix VI by the Bidder in accordance with in clause 2.12.2 of this RFP

Financial Capacity As defined in clause 2.2.2(B)

Means the implementation plan, prepared by the Contractor, consisting of quality assurance plant, Implementation Plan safety plan, traffic management plan and such other plan(s) as may be required by NMSCDCL for undertaking this Project by the Contractor.

L1 Bidder As defined in clause 2.20.1

LOA As defined in clause 2.20.4

Performance Security As defined in clause 2.26.1

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 9 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

Qualified Bidder Means such Bidder whose Technical Bid is responsive in accordance with clause 2.18 and who fulfills the Technical Criteria and the Financial Criteria as set out in the RFP

Net Worth As defined in clause 2.2.4

NMC Means Nashik Municipal Corporation

NMSCDCL Means Nashik Municipal Smart City Development Corporation Limited

O&M Agreement As set forth in Annexure C of Appendix XIII of the RFP which forms part of the Contract Agreement in accordance with which the Contractor shall undertake the operation and maintenance of Part A

O&M Period Means the period of 3 years applicable for Part A in the manner as set forth in the O&M Agreement

Part A Means detailed design, cleaning, supply, testing and commissioning including operation and maintenance period for 3 (three) years of river cleaning and related works: retrofitting and greenfield area at Nashik, Maharashtra as set out in Appendix X

Means detailed design, construction, testing and Part B commissioning including Defect Liability Period of development of bridges and related works at Nashik, Maharashtra as set out in Appendix X Detailed design, construction, testing and Part C commissioning including Defect Liability Period for the interception and diversion of Aruna River related works at Nashik, Maharashtra as set out in Appendix X Detailed design, construction, testing and Part D commissioning including Defect Liability Period for installation of pneumatically operated automated mechanical gates and related works at Nashik, Maharashtra as set out in Appendix X Beautification Projects including landscaping, Part E cycle track, cobblestone paving, stone benches, signages etc. and related works including Defect

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 10 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

Liability Period at Nashik, Maharashtra as set out in Appendix X Project/Project Goda Means: (1) the infrastructure works required for the integrated development of area near Godavari River at Nashik, Maharashtra comprising of: (a) Part A w ith O&M Period; (b) Part B with Defect Liability Period; (c) Part C with Defect Liability Period; (d) Part D with a Defect Liability Period; and (2) the beautification works required near Godavari River at Nashik, Maharashtra comprising of: (a) Part E with Defect Liability Period.

Selected Bidder Means the L1 Bidder or the Qualified Bidder, as the case may be (refer clause 2.20) selected by NMSCDCL pursuant to this RFP for implementation of this Project and to whom LOA is issued

Technical Capacity As defined in clause 2.2.2(A)

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 11 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

DISCLAIMER

1. This RFP is not an agreement and is neither an offer nor invitation by NMSCDCL to the prospective Bidders or any other person. The information contained in this Request for Proposal document ("RFP") or subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of the NMSCDCL or any of its employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP and the Bidding Documents.

2. The purpose of this RFP is to provide interested parties with information that may be useful to them in submitting their bids pursuant to this RFP ("Bids"). This RFP includes statements, which reflect various assumptions and assessments arrived at by NMSCDCL in relation to the Project. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for NMSCDCL or its employees or advisors to consider the objectives, financial situation and particular needs of each party who reads or uses this RFP. The assumptions, assessments, statements and information contained in the Bidding Documents, may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate sources.

3. Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which may depend upon interpretation of law. The information given is not intended to be an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. NMSCDCL accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.

4. While due care and adequate measures have been taken in preparation of this RFP, NMSCDCL, its employees and advisors make no representation or warranty and shall have no liability to any person, including any applicant or Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way for participation in this Bidding Process.

5. NMSCDCL may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP. The issue of this RFP does not imply that NMSCDCL is bound to select a Bidder or to appoint the Selected Bidder or the Contractor, as the case may be, for the Project and NMSCDCL reserves the right to reject all or any of the Bidders or Bids without assigning any reason whatsoever.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 12 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

6. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by NMSCDCL or any other costs incurred in connection with or relating to its Bid. All such costs and expenses shall remain with the Bidder and NMSCDCL shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the Bidding Process.

7. The Bidders are prohibited from any form of collusion or arrangement in an attempt to influence the selection and award process of the Bid. Giving or offering of any gift, bribe or inducement or any attempt to any such act on behalf of the Bidder towards any officer/employee of the NMSCDCL or to any other person in a position to influence the decision of NMSCDCL for showing any favour in relation to this RFP or any other contract, shall render the Bidder to such liability/penalty as NMSCDCL may deem proper, including but not limited to rejection of the Bid of the Bidder and forfeiture of its Bid Security.

8. Laws of the Republic of India are applicable to this RFP.

9. Each Bidder's procurement of this RFP constitutes its agreement to, and acceptance of, the terms set forth in this Disclaimer. By acceptance of this RFP, the recipient agrees that this RFP and any information herewith supersedes documents(s) or earlier information, if any, in relation to the subject matter hereto.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 13 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

SECTI ON 1: I NTRODUCTI ON

1.1. Background

1.1.1 Nashik is one of the 100 cities shortlisted for smart cities development in India and was ranked 11th in the second round of the smart cities challenge. The Smart City Challenge required cities to develop a proposal for the development of city in two components: ABD (developing a specific area in the city) and pan city initiative. Nashik Municipal Corporation has several initiatives on-going including the mission projects of Atal Mission for Rejuvenation and Urban Transformation (AMRUT), Swacch Bharat Mission (SBM), Jawaharlal Nehru National Urban Renewal Mission (JNNURM) and Smart City. Nashik Municipal Corporation has formed a special purpose vehicle – Nashik Municipal Smart City Development Corporation Limited for overall management of the projects under Smart City Mission (SCM).

1.1.2 As part of the SCM, NMSCDCL has decided to carry out and undertake the Project Goda and has decided to carry out the Bidding Process for selection of a Contractor to whom the Project may be awarded.

1.1.3 The scope of work of the Project is divided in the following five parts, details of which are set out in Appendix X:

Part A: Godavari River cleaning and related works: detailed design, cleaning, supply, testing and commissioning including O&M Period of river cleaning and related works: retrofitting and greenfield area at Nashik, Maharashtra.

Part B: Development of bridges and related works at Nashik, Maharashtra: detailed design, construction, testing and commissioning including Defects Liability Period of development of bridges and related works at Nashik, Maharashtra.

Part C: Interception and Diversion of Aruna River related works at Nashik, Maharashtra: detailed design, construction, testing and commissioning including Defects Liability Period for the interception and diversion of Aruna River related works at Nashik, Maharashtra.

Part D: Installation of pneumatically operated automated mechanical gates and related works at Nashik, Maharashtra: detailed design, construction, testing and commissioning including Defects Liability Period for Installation of pneumatically operated automated mechanical gates and related works at Nashik, Maharashtra. Part E: Beautification Projects including landscaping, cycle track, cobblestone paving, stone benches, signages etc. and related works including Defects Liability Period at Nashik, Maharashtra.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 14 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

1.1.4 The Selected Bidder shall be responsible for designing, engineering, procurement and construction of the Project under and in accordance with the provisions of the agreement as set out in Appendix XIII (“Contract Agreement”) to be entered into between the Contractor and NMSCDCL in the form provided by NMSCDCL as part of the Bidding Documents pursuant hereto. The Contract Agreement shall set forth the detailed terms and conditions for undertaking the Project and includes an operation and maintenance agreement ("O&M Agreement") required to be executed by the Selected Bidder for performing its obligations during the O&M Period in relation to Part A only.

1.1.5 The estimated cost of the Project is Rs. 128,47,51,000/- (Rupees One Hundred and Twenty Eight Crores Forty Seven Lakhs Fifty One Thousand only) ("Estimated Project Cost"). The estimated cost of each part of the Project is as follows: The assessment of actual costs, however, will have to be made by the Bidders. A broad overview of the indicative statement of work, dimensions, quantitative and other details in relation to the Scope of Work as set out in Appendix X are set out in Appendix XII ("Bill of Quantities"). Further, conceptual drawings of the Project are set out in Appendix XV.

1.1.6 The statements and explanations contained in this RFP are intended to provide a better understanding to the Bidders about the subject matter of this RFP and should not be construed or interpreted as limiting in any way or manner the scope of work and obligations of the Contractor set forth in the Contract Agreement or NMSCDCL rights to amend, alter, change, supplement or clarify the scope of work, the work to be awarded pursuant to this RFP or the terms thereof or herein contained. Consequently, any omissions, conflicts or contradictions in the Bidding Documents including this RFP are to be noted, interpreted and applied appropriately to give effect to this intent and no claims on that account shall be entertained by NMSCDCL.

1.1.7 NMSCDCL shall receive Bids pursuant to this RFP in accordance with the terms set forth in this RFP and other documents including the Contract Agreement and its annexures to be provided by NMSCDCL pursuant to this RFP, as modified, altered, amended and clarified from time to time by NMSCDCL (collectively the "Bidding Documents"), and all Bids shall be prepared and submitted in accordance with such terms on or before the Bid Due Date specified in clause 1.3 for submission of Bids ("Bid Due Date").

1.1.8 Unless the context otherwise requires, the terms not defined in this RFP, but defined in the Contract Agreement shall have the meaning assigned thereto in the Contract Agreement. Further, notwithstanding anything to the contrary contained in this RFP, the detailed terms specified in the Contract Agreement shall have an overriding effect; provided, however, that any condition or obligation imposed on the Bidder hereunder shall continue to have effect in addition to its obligations under the Contract Agreement.

1.2 Brief Description of Bidding Process

1.2.1 NMSCDCL has adopted a single stage- two part bidding process (collectively referred to as the "Bidding Process") for selection of the Bidder for award of the Project. Under this process, Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 15 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

the eligibility and qualification of the Bidder will be first examined based on the details submitted under first part Envelope A- Technical Bid with respect to the Technical Capacity and the Financial Capacity as set out in this RFP. Prior to making an application, the Bidder shall pay to NMSCDCL a sum of Rs.10,000/- (Rupees Ten Thousand only) + 9% CGST+ 9% SGST as the cost of the Bidding Documents (“Bid Document Fee”). The Financial Bid under the second part shall be opened only for the Qualified Bidders whose Technical Bids are responsive in accordance with clause 2.18 to eligibility and qualifications requirements as per this RFP. Government of India has issued guidelines (see Appendix-IX of the RFP) for qualification of bidders seeking to acquire stakes in any public sector enterprise through the process of disinvestment. The guidelines shall apply mutatis mutandis to this Bidding Process. NMSCDCL shall be entitled to disqualify a Bidder in accordance with the aforesaid guidelines at any stage of the Bidding Process. The Bidders must satisfy themselves that they are qualified to Bid and should give an undertaking to this effect in the form at Appendix-V.

1.2.2 The Bidding Documents include the Contract Agreement for the Project as set out in Appendix XIII. The aforesaid documents and any addenda issued subsequent to this RFP will be deemed to form part of the Bidding Documents.

1.2.3 A Bidder is required to deposit, along with its Bid, a bid security ("Bid Security"), refundable after signing of the Contract Agreement with the Selected Bidder or after 120 (One Hundred and Twenty) days from Bid Due Date, whichever is earlier. In the case of the Selected Bidder its Bid Security shall be retained till the Selected Bidder has provided the Performance Security within 15 (fifteen) days of issuance of the LOA.

1.2.4 Bidders are advised to examine the Project in greater detail, and to carry out, at their cost, such studies as may be required for submitting their respective Bids for award of the Project.

1.2.5 Bids are invited for the Project on the basis of the lowest quoted combined item rate by a Bidder for implementing the Project ("Bid Price"). The Bidder should quote the Bid Price after carefully studying the Bidding Document and duly taking into consideration: (a) Construction Period for the each Part A, Part B, Part C Part D and Part E; (b) O&M Period (for Part A); and (c) Defect Liability Period (for Part B, Part C, Part D and Part E). 1.2.6 L1 Bidder shall be the Selected Bidder. The remaining Qualified Bidders shall be kept in reserve and may, in accordance with the process specified in the RFP, be invited to match the Bid submitted by the L1 Bidder in case such L1 Bidder withdraws or is not selected for any reason. In the event that none of the other Qualified Bidders match the Bid of the L1 Bidder, NMSCDCL may, in its discretion, invite fresh Bids from the remaining Qualified Bidders or annul the Bidding Process, as the case may be.

1.2.7 Any queries or request for additional information concerning this RFP shall be submitted in writing or by fax and e-mail to NMSCDCL in the format as set out in Appendix VII of this RFP. The envelopes/ communication shall clearly bear the following identification/title:

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 16 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

“Queries/Request for Additional Information: RFP for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure component in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik (Maharashtra)”

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 17 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

SECTI ON 2: INSTRUCTIONS TO BIDDERS

A. GENERAL

2.1 Scope of Bid

NMSCDCL intends to receive Bids for selection of experienced and capable Contractor to execute the works as set out in Appendix X of this RFP. It is clarified that consortium is not allowed to participate in this Bidding Process.

2.2 Eligibility of Bidders

2.2.1 For determining the eligibility of Bidders for their qualification hereunder, the following shall apply:

(a) The Bidder for qualification may be a company incorporated under the [Indian] Companies Act, 1956 or Companies Act, 2013 to implement the Project. In determining the eligibility of the Bidder, the capability of their respective Associates may also be considered:

For purposes of this RFP, “Associate” means, in relation to the Bidder, a person who controls, is controlled by, or is under the common control with such Bidder. As used in this definition, the expression 'control' means, with respect to a person which is a company or a corporation, the ownership, directly or indirectly, of more than 50% (fifty percent) of the voting shares of such person, and with respect to a person which is not a company or corporation, the power to direct the management and policies of such person by operation of law.

(b) A Bidder shall not have a conflict of interest ("Conflict of Interest") that affects the Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified. Bidder shall be deemed to have a Conflict of Interest affecting the Bidding Process, if:

(i) the Bidder (or any constituent thereof) and any other Bidder, its member thereof (or any constituent thereof) have common controlling shareholders or other ownership interest; provided that this disqualification shall not apply in cases where the direct or indirect shareholding of a Bidder thereof (or any shareholder thereof having a shareholding of more than 5% (five percent) of the paid up and subscribed share capital of such Bidder, or, as the case may be), in the other Bidder is less than 5% (five percent) of the subscribed and paid up equity share capital thereof; provided further that this disqualification shall not apply to any ownership by a bank, insurance company, pension fund or a public financial institution referred to in section 2(72) of the Companies Ac t, 2013. For the purposes of this Clause 2.2.1 (b), indirect shareholding held through one or more intermediate persons shall be computed as follows:

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 18 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

(aa) where any intermediary is controlled by a person through management control or otherwise, the entire shareholding held by such controlled intermediary in any other person ("Subject Person") shall be taken into account for computing the shareholding of such controlling person in the Subject Person; and (bb) subject to sub clause (aa) above, where a person does not exercise control over an intermediary, which has shareholding in the Subject Person, the computation of indirect shareholding of such person in the Subject Person shall be undertaken on a proportionate basis; provided, however, that no such shareholding shall be reckoned under this sub- clause (bb) if the shareholding of such person in the intermediary is less than 26% of the subscribed and paid up equity shareholding of such intermediary; or

(ii) a constituent of such Bidder is also a constituent of another Bidder; or

(iii) such Bidder receives or has received any direct or indirect subsidy, grant, concessional loan or subordinated debt from any other Bidder or has provided any such subsidy, grant, concessional loan or subordinated debt to any other Bidder; or

(iv) such Bidder has the same legal representative for purposes of this Bid as any other Bidder; or

(v) such Bidder has a relationship with another Bidder, directly or through common third party/ parties, that puts either or both of them in a position to have access to each other's' information about, or to influence the Bid of either or each other; or

(vi) such Bidder has participated as a consultant to NMSCDCL in the preparation of any documents, design or technical specifications of the Project.

(c) A Bidder shall be liable for disqualification if any legal, financial or technical adviser of NMSCDCL in relation to the Project is engaged by the Bidder, as the case may be, in any manner for matters related to or incidental to the Project. For the avoidance of doubt, this disqualification shall not apply where such adviser was engaged by the Bidder in the past but its assignment expired or was terminated 6 (six) months prior to the date of issue of this RFP.

(d) Positive Net Worth: The Bidder should have positive net worth in last financial year i.e. 2016-17. The Bidder should submit attested copies of auditor's report along with the audited financial statements as per the format set forth in Annexure 5 of Appendix V. It is clarified that in case of consolidated annual financial statements, only the net worth of the entity that is submitting the Bid shall be considered.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 19 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

2.2.2 To be eligible to bid, a Bidder shall fulfill the following conditions of eligibility:

(A) Technical Capacity:

(i) The Bidder should be in operation in India for a period of at least 10 (ten) years as on 31st March 2017.

(ii) The Bidder shall be an ‘AA’ class registered contractor with state PWD/ MES/ Railways/ CPWD/ NHAI/ Urban Local Body (only ‘A’ class). The registration certificate should be valid as on date of submission of the Bid.

(iii) Bid Capacity

The Bidder shall have 100% assessed available Bid Capacity that should be calculated as follows:

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

Where:

A= work of maximum value [as detailed in clause 2.2.2 (A) (iv)] executed in any one year during the last five financial years i.e. 2012-13, 2013-14, 2014-15, 2015-16, 2016- 17 (Value of executed work shall be brought to current value at simple rate of 5% per annum) taking into account the completed works.

N = Number of years prescribed for completion of the works for which Bids are invited.

B = Value of existing commitments and ongoing works to be completed during the period for completion of works for which Bid is invited.

For this purpose, a Project shall be considered to be completed, if more than 90% of the value of work has been completed and is certified by a chartered accountant. (iv) For demonstrating technical capacity and experience ("Technical Capacity"), the Bidder shall, have at least:

The Bidder should have in the last 5 financial years (2012-13, 2013-14, 2014-15, 2015- 16, 2016-17) completed the minimum as following: - (a) Bituminous road works (complete in all respect) for 20,000 sq.m. of area in a single contract; (b) Cement concrete works of M20 Grade and above of at least 20,000 Cum in a single contract in any one year; (c) Hard scaping/ paving of cement concrete/ stone slabs/ tiles/ inter paver blocks etc. for at least 20,000 sq.m. of area in a single contract; (d) Any bridge (major) of minimum length 100 mts.; (e) Piling work of at least 200 numbers (or 5000 rmt cumulative length) in a single project;

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 20 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

(f) Electrical works including LED lighting of Rs.3,00,00,000/- (Rupees Three Crore only) in single project; and (g) Garden and landscape development works of Rs.30,00,00,000/- (Rupees Thirty Crores only) in a single/ multiple projects in any of the specified last 5 financial years.

(v) The Bidder should have carried out at least one river de-silting/ dredging work / project with value Rs.15,00,00,000/- (Rupees Fifteen Crores only) OR 4,50,000.00 Cu.mtr. in last 10 financial years (i.e. 2007-08, 2008-09, 2009-10, 2010-11, 2011-12, 2012-13, 2013-14, 2014-15, 2015-16, 2016-17).

(vi) The Bidder should have supplied and installed a minimum of 5 (five) mechanical gates for hydro structures having size at least of 15 mtr. X 3 mtr. OR of combined value of Rs.15,00,00,000/- (Rupees Fifteen Crores only) in last 10 financial years (i.e. 2007-08, 2008-09, 2009-10, 2010-11, 2011-12, 2012-13, 2013-14, 2014-15, 2015-16, 2016-17).

The criteria provided under Clause 2.2.2 (A) (v) and (vi) shall be met by the Bidder itself or by a specialised agencies having requisite qualification and experience. The Bidder shall submit the letter of association from such specialised agencies for this Project.

Completion Certificates for the technical capacity and experience [Clause 2.2.2 (A) (iv), (v) and (vi)] should be issued by an officer not below the rank of Executive Engineer/ Project Manager or equivalent from any of Central/State Govt. departments, Autonomous Bodies, Public Sector Undertakings, City Development Authorities, Municipal Corporations formed under relevant Act and published in central/state gazette or Managing Director / Head of Department/ Project Manager (in case of private enterprise).

(B) Financial Capacity

(a) For demonstrating financial capacity (the “Financial Capacity”), the Bidder shall have a minimum:

(i) Net Worth of Rs.45,00,00,000/- (Rupees Forty Five Crore only) at the close of the preceding financial year i.e. FY 2016 – 17 and

(ii) Average annual turnover of at least Rs.2, 00,00,00,000/- (Rupees Two Hundred Crores only) over the last three financial years i.e. 2014-15, 2015-16 and 2016-17.

2.2.3 The Bidder shall enclose with its Bid, to be submitted as per the format at Appendix I, Appendix II, Appendix III, Appendix IV, Appendix V and Appendix VI, the certificate(s) from its Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 21 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

statutory auditors specifying the Net Worth of the Bidder as per the format set forth at Annexure 5 of Appendix V, as at the close of the preceding financial year, and also specifying that the methodology adopted for calculating such net worth conforms to the provisions of clause 2.2.4.

2.2.4 For the purposes of this RFP, net worth ("Net Worth") shall mean the aggregate value of the paid-up share capital and all reserves created out of the profits and securities premium account, after deducting the aggregate value of the accumulated losses, deferred expenditure and miscellaneous expenditure not written off, as per the audited balance sheet, but does not include reserves created of revaluation of assets, write- back of depreciation and amalgamation.

2.2.5 The Bidder should submit a Power of Attorney as per the format at Appendix II, authorizing the signatory of the Bid to commit the Bidder.

2.2.6 Any Bidder which has been barred by the Central / State Government, or any entity controlled by it, from participating in any project, and the bar subsists as on the date of Bid, would not be eligible to submit a Bid under this RFP.

2.2.7 Any Bidder or its Associate should, in the last 3 (three) years, have neither failed to perform any contract, as evidenced by imposition of a penalty by an arbitral or judicial employer or a judicial pronouncement or arbitration award against the Bidder or its Associate, as the case may be, nor has been expelled from any project or contract by any public entity nor have had any contract terminated by any public entity for breach by such Bidder or its Associate. For the purpose of this clause 2.2.7, the Bidder shall submit an undertaking in the format as set out in Appendix IV.

2.3 Number of Bids and costs thereof

2.3.1 No Bidder shall submit more than one Bid for the Project.

2.3.2 The Bidders shall be responsible for all of the costs associated with the preparation of their Bids and their participation in the Bidding Process. NMSCDCL will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Bidding Process.

2.4 Site visit and verification of information

Bidders are encouraged to submit their respective Bids after visiting the Site and ascertaining for themselves the site conditions, traffic, location, surroundings, climate, availability of power, water and other utilities for construction, access to site, handling and storage of materials, weather data, applicable laws and regulations and any other matter considered relevant by the Bidders.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 22 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

2.5 Ack nowledgement by Bidder

2.5.1 It shall be deemed that by submitting a Bid, the Bidder has:

(a) made a complete and careful examination of the Bidding Documents; (b) received all relevant information requested from NMSCDCL; (c) Accepted the risk of inadequacy, error or mistake in the information provided in the Bidding Documents or furnished by or on behalf of NMSCDCL relating to any of the matters referred to in clause 2.4 above. (d) satisfied itself about all matters, things and information including matters referred to in clause 2.4 hereinabove necessary and required for submitting an informed Bid, execution of the Project in accordance with the Bidding Documents and performance of all of its obligations there under; (e) acknowledged and agreed that inadequacy, lack of completeness or incorrectness of information provided in the Bidding Documents or ignorance of any of the matters referred to in clause 2.4 herein above shall not be a basis for any claim for compensation, damages, extension of time for performance of its obligations, loss of profits etc. from NMSCDCL, or a ground for termination of the Contract Agreement by the Contractor; (f) acknowledged that it does not have a Conflict of Interest; and (g) Agreed to be bound by the undertakings provided by it under and in terms hereof.

2.5.2 NMSCDCL shall not be liable for any omission, mistake or error in respect of any of the above or on account of any matter or thing arising out of or concerning or relating to RFP , the Bidding Documents or the Bidding Process, including any error or mistake therein or in any information or data given by NMSCDCL.

2.6 Right to accept or reject any or all Bids

2.6.1 Notwithstanding anything contained in this RFP, NMSCDCL reserves the right to accept or reject any Bid and to annul the Bidding Process and reject all Bids, at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons therefore. In the event that NMSCDCL rejects or annuls all the Bids, it may, in its discretion, invite all eligible Bidders to submit fresh Bids hereunder.

2.6.2 NMSCDCL reserves the right to reject any Bid:

(a) at any time, a material misrepresentation is made or uncovered, or

(b) the Bidder does not provide, within the time specified by NMSCDCL, the supplemental information sought by NMSCDCL for evaluation of the Bid.

If such disqualification/ rejection occurs after the Bids have been opened and the L1 Bidder gets disqualified/ rejected, then NMSCDCL reserves the right to:

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 23 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

(i) invite the remaining Bidders to match the L1 Bidder/ submit their Bids in accordance with clause 2.20; or

(ii) take any such measure as may be deemed fit in the sole discretion of NMSCDCL, including annulment of the Bidding Process.

2.6.3 In case it is found during the evaluation or at any time before signing of the Contract Agreement or after its execution that one or more of the pre-qualification conditions have not been met by the Bidder, or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the contractor either by issue of the LOA or entering into of the Contract Agreement, and if the Selected Bidder has already been issued the LOA or has entered into the Contract Agreement, as the case may be, the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by NMSCDCL to the Selected Bidder or the Contractor, as the case may be, without NMSCDCL being liable in any manner whatsoever to the Selected Bidder or the Contractor. In such an event, NMSCDCL shall be entitled to forfeit and appropriate the Bid Security or Performance Security, as the case may be, as Damages, without prejudice to any other right or remedy that may be available to NMSCDCL under the Bidding Documents and/ or the Contract Agreement, or otherwise.

2.6.4 NMSCDCL reserves the right to verify all statements, information and documents submitted by the Bidder in response to the RFP. Any such verification or lack of such verification by NMSCDCL shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of NMSCDCL thereunder.

2.7 Contents of the RFP

2.7.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as listed below, and will additionally include any Addendum issued in accordance with Clause 2.9.

Invitation for Qualifications Section 1 Introduction Section 2 Instructions to Bidders Section 3 Evaluation of Bids Section 4 Fraud and Corrupt Practices Section 5 Pre-Bid Conference Section 6 Miscellaneous

Appendices Appendix I Details of the Bidder Appendix II Power of attorney for signing the Bid Appendix III Statement of Legal Capacity Appendix IV Format for Declaration by the Bidder for not being Blacklisted / Debarred Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 24 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

Appendix V Letter comprising the Technical Bid Annexure 1 Details of work tendered for and in hand as on the date of submission of this RFP Annexure 2 Details of works carried out by the Bidder Annexure 3 Details of Plants and Machinery immediately available with the Bidder Annexure 4 Details of technical personnel available with the Bidder Annexure 5 Financial Capacity of the Bidder

Appendix VI Letter comprising the Financial Bid Appendix VII Format of sending Pre-bid queries Appendix VIII Format for Performance Security Appendix IX Guidelines of the Department of Disinvestment Appendix X Scope of Work Appendix XI Technical Specifications Appendix XII Bill of Quantities Appendix XIII Contract Agreement Annexure A General Conditions of Contract Annexure B Special Conditions of Contract Annexure C O&M Agreement Appendix XIV Price Adjustment Clause Appendix XV Drawings

2.8 Clarifications

2.8.1 Bidders requiring any clarification on the RFP may notify NMSCDCL in writing or e-mail in editable .xls format accordance with clause 1.2.7. The Bidders should send in their queries on or before the date mentioned in the Schedule of Bidding Process specified on page 4. NMSCDCL shall endeavor to respond to the queries within the period specified therein, but no later than 7 (Seven) days prior to the Bid Due Date.

2.8.2 NMSCDCL may also on its own motion, if deemed necessary, issue interpretations and clarifications to all Bidders. All clarifications and interpretations issued by NMSCDCL shall be deemed to be part of the Bidding Documents. Verbal clarifications and information given by NMSCDCL or its employees or representatives shall not in any way or manner be binding on NMSCDCL.

2.9 Amendment of RFP

2.9.1 At any time prior to the Bid Due Date, NMSCDCL may, for any reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the RFP by the issuance of an addendum ("Addendum").

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 25 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

2.9.2 Any Addendum issued hereunder will be published on https://mahatenders.gov.in and will be part of the Bidding Document.

2.9.3 In order to afford the Bidders a reasonable time for taking an Addendum into account, or for any other reason, NMSCDCL may, in its sole discretion, extend the Bid Due Date.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 26 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

C. PREPARATION AND SUBMISSION OF BIDS

2.10 Language

The Bid and all related correspondence and documents in relation to the Bidding Process shall be in English language. Supporting documents and printed literature furnished by the Bidder with the Bid may be in any other language provided that they are accompanied by translations of all the pertinent passages in the English language, duly authenticated and certified by the Bidder. Supporting materials, which are not translated into English, may not be considered. For the purpose of interpretation and evaluation of the Bid, the English language translation shall prevail.

2.11 Format and Signing of Bid

2.11.1 The Bidder shall provide all the information sought under this RFP. NMSCDCL will evaluate only those Bids , in the required formats and complete in all respects, whose Technical Bids are submitted online through the e- procurement portal as well as in hard copy and Financial Bids are submitted only online through the online procurement portal.

2.11.2 The Bid shall be typed or written in indelible ink and signed by the authorized signatory of the Bidder who shall also initial each page. All the alterations, omissions, additions or any of their amendments made to the Bid shall be initialed by the person(s) signing the Bid.

2.12 Sealing, Marking and submission of Bids

2.12.1 While the Bidders are required to submit the Envelope A-Technical Bid online as well in hard copy, the Financial Bid is only to be submitted online through e- procurement portal comprising of the following documents along with supporting documents as appropriate.

Envelope A- Technical Bid (To be submitted online and offline):

(a) Appendix I Details of the Bidder (i) Copy of PAN, TAN certificates and GST registration of the Bidder; (ii) Signed and stamped copy of the Bidding Documents (including amendments and clarifications, if any) by the authorized signatory of the Bidder on each page. (b) Appendix II Power of attorney for signing the Bid (c) Appendix III Statement of Legal Capacity (d) Appendix IV Format for Declaration by the Bidder for not being Blacklisted / Debarred (e) Bid Security of Rs.64, 24, 000/- ( Rupees Sixty Four Lakhs and Twenty Four Thousand only) (f) Cost of Bid Document Fee of Rs.10,000/- (Rupees Ten Thousand only) + 9% SGST+9%CGST; Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 27 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

(g) Approach and methodology statement in accordance with Clause 3.1.4. (h) Appendix - V (Letter comprising the Technical Bid) including Annexure 1 to 5 and supporting certificates/documents.

Note: Scanned copy of above mentioned document shall be uploaded in non-editable (PDF) version.

Envelope B- Financial Bid (To be submitted online only)

(a) Appendix-VI (Letter comprising the Financial Bid).

2.12.2 All pages of the Bidding document shall be duly signed by the authorized person of the Bidder.

2.13 Bid Due Date

2.13.1 Technical Bid and Financial Bid comprising of the document listed in clause 2.12 of the RFP shall be submitted online through e-procurement portal on or before 1500 hours IST on the Bid Due Date. Bidder shall submit the hard copies of the Technical Bid on or before the date and time specified in the Schedule of Bidding Process on page 4 at the below address:

"Chief Executive Officer, Nashik Municipal Smart City Development Corporation Limited, Nashik Municipal Corporation, Rajiv Gandhi Bhavan, Purandare colony, Sharanpur, Nashik "

2.13.2 NMSCDCL may, in its sole discretion, extend the Bid Due Date by issuing an Addendum in accordance with clause 2.9 uniformly for all the Bidders.

2.14 Late Bids

Hard copy of the Bids received by NMSCDCL after the specified time shall not be eligible for consideration and shall be summarily rejected and returned unopened even if submitted online on time. Online submission would not be possible beyond the time specified in the Schedule of Bidding Process specified on Page 4.

2.15 Modifications/ Substitution/ Withdrawal of Bids

2.15.1 The Bidder may modify, substitute or withdraw its Bid after submission prior to Bid Due Date.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 28 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

2.15.2 Any alteration/ modification in the Bid or additional information supplied subsequent to the Bid Due Date, unless the same has been expressly sought for by NMSCDCL, shall be disregarded.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 29 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

D. EVALUATION PROCESS

2.16 Opening and Evaluation of Bids Evaluation of Technical Bids:

2.16.1 NMSCDCL shall open the Bids at 1500 hours IST as specified on page 4 in the presence of the Bidders who choose to attend.

2.16.2 Technical Bids of those Bidders, who have not submitted their Bid online, shall not be considered for opening and evaluation.

2.16.3 NMSCDCL will subsequently examine and evaluate Technical Bids in accordance with the provisions set out in Section 3.

2.16.4 Bidders are advised that qualification of Bidders will be entirely at the discretion of NMSCDCL. Bidders will be deemed to have understood and agreed that no explanation or justification on any aspect of the Bidding Process or selection will be given.

2.16.5 To facilitate evaluation of Technical Bids , NMSCDCL may, at its sole discretion, seek clarifications in writing from any Bidder regarding its Technical Bid. Such clarification(s) shall be provided within the time specified by NMSCDCL for this purpose. Any request for clarification(s) and all clarification(s) in response thereto shall be in writing.

2.16.6 If a Bidder does not provide clarifications sought under clause 2.19 below within the prescribed time, its Bid may be liable to be rejected. In case the Bid is not rejected, NMSCDCL may proceed to evaluate the Bid by construing the particulars requiring clarification to the best of its understanding and the Bidder shall be barred from subsequently questioning such interpretation of NMSCDCL.

2.16.7 NMSCDCL reserves the right to reject any Technical Bid which is non- responsive as per clause 2.18 and no request for alteration, modification, substitution or withdrawal shall be entertained by NMSCDCL in respect of such Bid.

2.16.8 Any information contained in the Bid shall not in any way be construed as binding on NMSCDCL, its agents, successors or assigns, but shall be binding against the Bidder if the Project is subsequently awarded to it on the basis of such information.

2.16.9 NMSCDCL reserves the right not to proceed with the Bidding Process at any time without notice or liability and to reject any or all Bid(s) without assigning any reasons.

2.16.10 If any information furnished by the Bidder is found to be incomplete, or contained in formats other than those specified herein, NMSCDCL may, in its sole discretion, exclude the related information.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 30 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

2.16.11 In the event that a Bidder claims credit for an eligible project, and such claim is determined by NMSCDCL as incorrect or erroneous, NMSCDCL shall reject such claim and exclude the same from computation of the eligible score, and may also, while computing the aggregate experience score of the Bidder, make a further deduction equivalent to the claim rejected hereunder. Where any information is found to be patently false or amounting to a material misrepresentation, NMSCDCL reserves the right to reject the Bid in accordance with the provisions of clauses 2.6.2 and 2.6.3.

2.16.12 NMSCDCL will evaluate the Technical Bids for their compliance to the eligibility and qualification requirements pursuant to clause 2.2.1 & 2.2.2 of this RFP.

2.16.13 After evaluation of the Technical Bids, NMSCDCL will publish a list of Qualified Bidders whose Financial Bids shall be opened. NMSCDCL will not entertain any query or clarification from the Bidders who fail to qualify.

2.16.14 NMSCDCL shall inform the venue and time of online opening of the Financial Bids to the Qualified Bidders through e-procurement portal of NMSCDCL and e- mail. NMSCDCL shall open the Financial Bids online on date and time to be informed in this clause 2.16.14 in the presence of the authorised representatives of the Qualified Bidders who may choose to attend. NMSCDCL shall publically announce the Bid Price quoted by the Qualified Bidder. NMSCDCL shall prepare a record of opening of Financial Bids.

2.17 Confidentiality

Information relating to the examination, clarification, evaluation, and recommendation for the qualified Bidders shall not be disclosed to any person who is not officially concerned with the process or is not a retained professional advisor advising NMSCDCL in relation to, or matters arising out of, or concerning the Bidding Process. NMSCDCL will treat all information, submitted as part of Bid, in confidence and will require all those who have access to such material to treat the same in confidence. NMSCDCL may not divulge any such information unless it is directed to do so by any statutory entity that has the power under law to require its disclosure or is to enforce or assert any right or privilege of the statutory entity and/ or NMSCDCL or as may be required by law or in connection with any legal process.

2.18 Tests of responsiveness

2.18.1 Prior to evaluation of Bids, NMSCDCL shall determine whether each Bid is responsive to the requirements of the RFP. A Bid shall be considered responsive only if:

(a) it contains all the information and documents (complete in all respects) as requested in this RFP;

(b) it is received in the format as prescribed in Appendix I, II, III and IV along with all supporting documents;

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 31 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

(c) it is accompanied by the approach and methodology statement in accordance with Clause 3.1.4.

(d) it is received as per the format at Appendix- V (including all annexures) and Appendix VI along with all supporting documents;

(e) it is received by the Bid Due Date including any extension thereof pursuant to clause 2.13.2;

(f) it is signed, and submitted as stipulated in clause 2.12.2;

(g) it contains information in formats same as those specified in this RFP;

(h) Payment of Rs.10,000/- (Rupees Ten Thousand only)+9% CGST +9% SGST as the Bid Document Fee and Bid Security of Rs.64,24,000/- ( Rupees Sixty Four Lakhs and Twenty Four Thousand only) is made by Bidder using available net banking option/ credit card/ debit card on e-procurement portal of Govt. of Maharashtra i.e. https://mahatender.gov.in.

(i) it does not contain any condition or qualification; and

(j) it is not non-responsive in terms hereof.

2.18.2 NMSCDCL reserves the right to reject any Bid which is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by the NMSCDCL in respect of such Bid.

2.19 Clarifications

2.19.1 To facilitate evaluation of Bids, NMSCDCL may, at its sole discretion, seek clarifications from any Bidder regarding its Bid. Such clarification(s) shall be provided within the time specified by NMSCDCL for this purpose. Any request for clarification(s) and all clarification(s) in response thereto shall be in writing.

2.19.2 If a Bidder does not provide clarifications sought under Clause 2.19.1 above within the prescribed time, its Bid shall be liable to be rejected. In case the Bid is not rejected, NMSCDCL may proceed to evaluate the Bid by construing the particulars requiring clarification to the best of its understanding, and the Bidder shall be barred from subsequently questioning such interpretation of NMSCDCL.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 32 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

E. QUALIFICATION OF BIDDING

2.20 Selection of Bidder

2.20.1 Subject to the provisions of clause 2.6, the Qualified Bidder whose Bid is adjudged as responsive in terms of clause 2.18 and whose Financial Bid is the lowest ("L1 Bidder") will be declared as the Selected Bidder, eligible for negotiations and award of contract after the negotiations.

2.20.2 In the event that the L1 Bidder withdraws or is not selected for any reason in the first instance ("first round of bidding"), NMSCDCL may invite all the remaining Qualified Bidders to revalidate or extend their respective Bid Security, as necessary, and match the Bid of the aforesaid L1 Bidder ("second round of bidding"). If in the second round of bidding, only one Qualified Bidder matches the L1 Bidder, it shall be the Selected Bidder. If two or more Qualified Bidders match the said lowest Bidder in the second round of Bidding, then the Qualified Bidder whose Bid was lower as compared to other Qualified Bidders in the first round of bidding shall be the Selected Bidder. For example, if the third and fifth lowest Qualified Bidders in the first round of bidding offer to match the said L1 Bidder in the second round of bidding, the said third lowest Qualified Bidder shall be the Selected Bidder.

2.20.3 In the event that no Bidder offers to match the L1 Bidder in the second round of bidding as specified in clause 2.20.2, NMSCDCL may, in its discretion, invite fresh Bids ("third round of bidding") from all the Bidders except the L1 Bidder of the first round of bidding, or annul the Bidding Process, as the case may be. In case the Bidders are invited in the third round of bidding to revalidate or extend their Bid Security, as necessary, and offer fresh bids, they shall be eligible for submission of fresh Bids provided, however, that in such third round of bidding only such Bids shall be eligible for consideration which are lower than the Bid of the second lowest Bidder in the first round of bidding.

2.20.4 After selection, a Letter of Award ("LOA") shall be issued, in duplicate, by NMSCDCL to the Selected Bidder and the Selected Bidder shall:

(a) within 7 (seven) days of the issuance of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof.

(b) within 15 (fifteen) days of the issuance of the LOA, submit an Implementation Plan

(c) within 15 (fifteen) days of the issuance of the LOA, submit Performance Security.

In the event the duplicate copy of the LOA duly signed by the L1 Bidder and the Implementation Plan is not received by the stipulated date, NMSCDCL may, unless it consents to extension of time for submission thereof, appropriate the Bid Security of such Bidder as Damages on account of failure of the L1 Bidder to acknowledge the LOA and submit the Implementation Plan.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 33 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

2.20.5 After acknowledgement of the LOA and submission of the Implementation Plan as aforesaid by the Selected Bidder, NMSCDCL shall give its preliminary comment(s) on the Implementation Plan and cause the Selected Bidder to execute the Contract Agreement along with the O&M Agreement. The Selected Bidder shall not be entitled to seek any deviation, modification or amendment in the Contract Agreement.

2.20.6 The Selected Bidder shall suitably incorporate the comments of NMSCDCL in the Implementation Plan and submit the revised Implementation Plan on or before the execution of the Contract Agreement. The Selected Bidder agree and acknowledge to two level review process of Implementation Plan by NMSCDCL, one before the execution of the Contract Agreement and one after the execution of the Contract Agreement.

2.21 Proprietary data

All documents and other information supplied by NMSCDCL or submitted by a Bidder to NMSCDCL shall remain or become the property of NMSCDCL. The Bidders are to treat all information as strictly confidential and shall not use it for any purpose other than for preparation and submission of their Bid. NMSCDCL will not return any Bid or any information provided along therewith.

2.22 Correspondence with the Bidder

Save and except as provided in this RFP, NMSCDCL shall not entertain any correspondence with any Bidder in relation to the acceptance or rejection of any Bid.

2.23 Contacts during Bid Evaluation

Bids shall be deemed to be under consideration immediately after they are opened and until such time NMSCDCL makes official intimation of award/ rejection to the Bidders. While the Bids are under consideration, Bidders and/ or their representatives or other interested parties are advised to refrain, save and except as required under the Bidding Documents, from contacting by any means, NMSCDCL and/ or their employees/ representatives on matters related to the Bids under consideration.

2.24 Other Conditions

2.24.1 Notwithstanding anything to the contrary contained in this RFP, the detailed terms specified in the Contract Agreement shall have overriding effect; provided, however, that any conditions or obligations imposed on the Bidder hereunder shall continue to have effect in addition to its obligations under the Contract Agreement.

2.24.2 The Bidding Documents including this RFP and all attached documents are and shall remain the property of NMSCDCL and are transmitted to the Bidders solely for the purpose of preparation and the submission of a Bid in accordance herewith. The Bidders are to treat all information as strictly confidential and shall not use it for any purpose other than for Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 34 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

preparation and submission of their Bid. NMSCDCL will not return any Bid or any information provided along therewith.

2.24.3 This RFP is not transferable.

2.24.4 Any award of contract pursuant to this RFP shall be subject to the terms of the Bidding Documents.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 35 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

F. BID SECURITY

2.25 Bid Security

2.25.1 The Bidder shall furnish as part of its Bid, a Bid Security referred to in clause 1.2.3 through online payment using available net banking option/ credit card/ debit card on e-procurement portal of Govt. of Maharashtra i.e. https://mahatender.gov.in. 2.25.2 Any Bid not accompanied by the Bid Security shall be rejected by NMSCDCL as non- responsive. 2.25.3 The Bid Security of Bidders other than the Selected Bidder will be returned by NMSCDCL, without any interest, as promptly as possible on the execution acceptance of the Bid of the selected bidder or when the bidding process is cancelled by NMSCDCL. 2.25.4 The Selected Bidder's Bid Security will be returned, without any interest, upon the Selected Bidder signing the Contract Agreement and furnishing the Performance Security in accordance with clause 2.26. 2.25.5 NMSCDCL shall be entitled to forfeit and appropriate the Bid Security as damages inter alia in any of the events specified in clause 2.25.6 herein below. The Bidder by submitting its Bid pursuant to this RFP, shall be deemed to have acknowledged and confirmed that NMSCDCL will suffer loss and damage on account of withdrawal of its Bid or for any other default by the Bidder during the period of Bid Validity as specified in this RFP. No relaxation of any kind on Bid Security shall be given to any Bidder.

2.25.6 The Bid Security shall be forfeited and appropriated by NMSCDCL as damages payable to NMSCDCL for, inter alia, time, cost and effort of NMSCDCL without prejudice to any other right or remedy that may be available to NMSCDCL under the Bidding Documents and/or under the Contract Agreement or otherwise, under the following conditions: (a) If a Bidder submits a non-responsive Bid; (b) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice as specified in Clause 4 of this RFP; (c) If a Bidder withdraws its Bid during the period of Bid validity as specified in this RFP and as extended by mutual consent of the respective Bidders and NMSCDCL;

(d) In the case of Selected Bidder, if it fails within the specified time limit:

(i) to sign and return the duplicate copy of LOA;

(ii) to sign the Contract Agreement along with the O&M Agreement; or

(iii) to furnish the Performance Security within the period prescribed in clause 2.26; or

(iv) to submit the Implementation Plan.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 36 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

2.26 Performance Security

2.26.1 Within 15 (fifteen) days from the date of issuance of LOA, the Selected Bidder shall furnish unconditional and irrevocable bank guarantee or demand draft of Rs. 2,56,95,000/- (Rupees Two Crores Fifty Six Lakhs Ninety Five Thousand only) (“Performance Security”).

2.26.2 The Performance Security shall be denominated in Indian Rupees and shall be in the form of either a demand draft or a bank guarantee and it shall be confirmed for payment by the branch of the bank giving the bank guarantee. The Performance Security, if provided in the form of a bank guarantee as set out in Appendix VIII, should be accompanied by a checklist provided in Annexure 1 of Appendix VIII.

2.26.3 The Performance Security shall be forfeited as follows without prejudice to the Bidder being liable for any further consequential loss or damage incurred to NMSCDCL in accordance with the terms of the Contract Agreement. 2.26.4 The Performance Security shall be valid for a minimum period of 2 (two) years from the date of issuance of LOA and shall be renewed/ extended till the expiry of the Defect Liability Period as set out in the Contract Agreement.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 37 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

3. Criteria for Evaluation

3.1 Evaluation Parameters

3.1.1 Subject to Clause 2.1, the Bidder’s competence and capability is proposed to be established by the following parameters:

(a) Technical Capacity as set out in clause 2.2.2 (A); and (b) Financial Capacity as set out in clause 2.2.2 (B).

3.1.2 The Bids of the Bidders considered as responsive in terms of Clause 2.18.1 ("Bidders") shall be evaluated. Bids of the Bidders who do not meet these criteria shall be rejected.

3.1.3 In case of any discrepancy between the documents submitted in hard copy and in soft copy (online), the documents, except the power of attorney, submitted online shall prevail.

3.1.4 The Bidders are encouraged to conduct their own assessment of the Project prior to the bid submission that would help them to prepare a substantially detailed approach and methodology statement as a part of the Technical Bid in order to demonstrate their understanding and capabilities for undertaking the Project which shall inter alia take into account the timelines, resource deployment plan, understanding and mitigation of risks. While doing so, the Bidder shall take into due consideration the scope of work as set forth in Appendix X and the technical specification as set forth in Appendix XI. For the avoidance of doubt, the approach and methodology to be submitted by the Bidder shall also include:

(a) proposed plan including timeframe for performing various tasks in accordance with the scope of work as set out in Appendix X;

(b) details of technology to be adopted by the Bidder for undertaking this Project;

(c) flow chart of process setting out the manner in which the Bidder shall undertake the Project; and

(d) manner in which the Bidder proposes to tackle the sludge in order to successfully undertake the Project.

3.2 Details of Experience

3.3.1 The Bidder should furnish the details of assignments for the last 3 (Three) financial years i.e. 2014-15, 2015-16 and 2016-17 immediately preceding the Bid Due Date in order to fulfill the Technical Capacity.

3.3.2 The Bidder should furnish the required Project-specific information and evidence in support of its claim of Technical Capacity, as per the format at Annexure-1 to 4 of Appendix-V

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 38 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

3.3.2 The Bidder should furnish the required statutory auditor certificate in support of its Financial Capacity as per the format at Annexure 5 of Appendix V.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 39 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

SECTI ON - 4

4. Fraud and Corrupt Practices

4.1 The Bidders and their respective officers, employees, agents and advisers shall observe the highest standard of ethics during the Bidding Process and subsequent to the issue of the LOA and during the subsistence of the Agreement. Notwithstanding anything to the contrary contained herein, or in the LOA or the Agreement, NMSCDCL may reject a Bid, withdraw the LOA, or terminate the Agreement, as the case may be, without being liable in any manner whatsoever to the Bidder, if it determines that the Bidder or the Contractor, as the case may be, directly or indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process. In such an event, NMSCDCL shall be entitled to forfeit and appropriate the Bid Security or Performance Security, as the case may be, as Damages, without prejudice to any other right or remedy that may be available to NMSCDCL under the Bidding Documents and/ or the Agreement, or otherwise.

4.2 Without prejudice to the rights of NMSCDCL under clause 4.1 hereinabove and the rights and remedies which NMSCDCL may have under the LOA or the Agreement, or otherwise if a Bidder or Contractor, as the case may be, is found by NMSCDCL to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Bidding Process, or after the issue of the LOA or the execution of the Agreement, such Bidder or Contractor shall not be eligible to participate in any tender or RFP issued by NMSCDCL during a period of 2 (two) years from the date such Bidder, or Contractor, as the case may be, is found by NMSCDCL to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practices, as the case may be.

4.3 For the purposes of this Section 4, the following terms shall have the meaning hereinafter respectively assigned to them:

(a) "Corrupt practice" means

(i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the Bidding Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of NMSCDCL who is or has been associated in any manner, directly or indirectly, with the Bidding Process or the LOA or has dealt with matters concerning the Agreement or arising therefrom, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of NMSCDCL, shall be deemed to constitute influencing the actions of a person connected with the Bidding Process); or Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 40 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

(ii) save and except as permitted under clause 2.2.1 of this RFP, engaging in any manner whatsoever, whether during the Bidding Process or after the issue of the LOA or after the execution of the Agreement, as the case may be, any person in respect of any matter relating to the Project or the LOA or the Contract Agreement, who at any time has been or is a legal, financial or technical adviser of NMSCDCL in relation to any matter concerning the Project;

(b) "Fraudulent practice" means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process;

(c) "Coercive practice" means impairing or harming, or threatening to impair or harm, directly or indirectly, any person or property to influence any person's participation or action in the Bidding Process;

(d) "Undesirable practice" means (i) establishing contact with any person connected w ith or employed or engaged by NMSCDCL with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and

(e) "Restrictive practice" means forming a cartel or arriving at any understanding or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Bidding Process.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 41 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

SECTI ON - 5

5. Pre-Bid Conference

5.1 Pre-Bid conference of the Bidders shall be convened at the designated date, time and place. A maximum of 2 (two) representatives of prospective Bidders shall be allowed to participate on production of authority letter from the Bidder.

5.2 During the course of Pre-Bid conference(s), the Bidders will be free to seek clarifications and make suggestions for consideration of NMSCDCL. NMSCDCL shall endeavor to provide clarifications and such further information as it may, in its sole discretion, consider appropriate for facilitating a fair, transparent and competitive Bidding Process. However, NMSCDCL reserves the right not to respond to any question or provide any clarification, in its sole discretion and is not under any obligation to entertain/ respond to suggestions made or to incorporate modifications sought for.

5.3 The Bidder is advised, as far as possible, to submit the queries in writing or email and the same should be sent to NMSCDCL on or before the specified date in schedule of bidding process as set forth in on page 4 of this RFP.

5.4 The list of the questions raised and the responses given during the meeting together with any response prepared after the meeting will be hosted on https://mahatenders.gov.in

5.5 Pursuant to the Pre-Bid Conference, if NMSCDCL deems necessary to amend the Bidding Document, it shall be done by issuing amendment/ corrigendum pursuant to clause 2.9.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 42 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

SECTI ON - 6 6. Miscellaneous

6.1 The Bidding Process shall be governed by, and construed in accordance with, the laws of India and the Courts in Nashik, Maharashtra shall have exclusive jurisdiction over all disputes arising under, pursuant to and/ or in connection with the Bidding Process.

6.2 NMSCDCL, in its sole discretion and without incurring any obligation or liability, reserves the right, at any time, to;

(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the Bidding Process or modify the dates or other terms and conditions relating thereto;

(b) consult with any Bidder in order to receive clarification or further information;

(c) retain any information and/ or evidence submitted to NMSCDCL by, on behalf of, and/ or in relation to any Bidder; and/ or

(d) independently verify, disqualify, reject and/ or accept any and all submissions or other information and/ or evidence submitted by or on behalf of any Bidder.

6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases NMSCDCL, its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and/ or performance of any obligations hereunder and the Bidding Documents, pursuant hereto, and/ or in connection with the Bidding Process, to the fullest extent permitted by applicable law, and waives any and all rights and/ or claims it may have in this respect, whether actual or contingent, whether present or in future.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 43 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

APPENDIX I: Details of the Bidder

S. No. Particulars Details 1. Registration No. issued by state PWD/ MES/ Railways/ CPWD/ NHAI/ Urban Local Body (only ‘A’ class) 2. Valid registration of Bidder in appropriate class (Scanned copy of Registration to be provided) through centralized registration of state PWD/ MES/ Railways/ CPWD/ NHAI/ Urban Local Body (only ‘A’ class) 3. Name of the Bidder 4. Certificate of incorporation Attach relevant documents 5. Address of Communication 6. Telephone Number with STD Code 7. Fax Number with STD Code 8 PAN 9 GST No. 10 TAN 11 EPF Registration 12 Landline Number 13 E-mail Address for all communications Details of Authorized Representative 14 Name 15 Designation 16 Postal Address with pin code 17 Telephone Number with STD Code 18 Fax Number with STD Code 19 Mobile Number 20 E-mail Address

Signature of Bidder with Seal Date: ______

List of Supporting Documents: (a) PAN (b) TAN (c) GST Certificate

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 44 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

APPENDIX II: Power of Attorney for signing the Bid

(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution.)

Know all men by these presents, We, …………………………………………………….(name and address of the registered office of the Bidder as applicable) do hereby constitute, appoint and authorize Mr. /Ms. …………………………….. (name & residential address) who is presently employed with us and holding the position of……………………………………… as our true and lawful attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to submission of our Bid in response to the RFP No …………………………………dated ………….. issued by Nashik Municipal Smart City Development Corporation Limited (NMSCDCL), including signing and submission of the Bid and all other documents related to the Bid, including but not limited to undertakings, letters, certificates, acceptances, clarifications, guarantees or any other document which NMSCDCL may require us to submit.

The aforesaid Attorney is further authorized for making representations to NMSCDCL and providing information/ responses to NMSCDCL representing us in all matters before NMSCDCL and generally dealing with NMSCDCL in all matters in connection with Bid till the completion of the Bidding Process.

We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us and shall always be deemed to have been done by us.

All the terms used herein but not defined shall have the meaning ascribed to such terms under the RFP.

Signed by the within named ……………………………………………….. (Insert the name of the executants company) Through the hand of

Mr. ………………………………………………… Duly authorized by the Board to issue such Power of Attorney Dated this ………………………………… day of ………………… Accepted …………………………………………….. Signature of Attorney (Name, designation and address of the Attorney)

Attested ………………………………………………… (Signature of the executants) (Name, designation and address of the executants) ………………………………………………… Signature and stamp of Notary of the place of execution Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 45 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

WITNESS ………………………………………………………….. (Signature) Name………………………………………………… Designation ………………………………………

…………………………………………………………. (Signature) Name………………………………………………… Designation ………………………………………

Notes:

• The mode of execution of the power of attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executants(s) and the same should be under common seal of the executants affixed in accordance with the applicable procedure. Further, the person whose signatures are to be provided on the power of attorney shall be duly authorized by the executants(s) in this regard.

• Also, wherever required, the executants(s) should submit for verification the extract of the chartered documents and documents such as a Board resolution/ power of attorney, in favour of the person executing this power of attorney for delegation of power hereunder on behalf of the executants(s).

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 46 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

APPENDIX III: Statement of Legal Capacity

(To be forwarded on the letterhead of the Bidder)

Ref. Date:

To,

Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited Nashik Municipal Corporation Rajiv Gandhi Bhavan Purandare colony Sharanpur Nashik

Dear Sir,

We hereby confirm that we satisfy the terms and conditions laid out in the RFP.

We have agreed that [●]. (insert individual’s name) will act as our representative and has been duly authorized to submit the RFP. Further, the authorized signatory is vested with requisite powers to furnish such letter and authenticate the same.

Thanking you,

Yours faithfully, [●]

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 47 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

APPENDIX IV: Format for Declaration by the Bidder for not being Blacklisted / Debarred

(On the non-judicial stamp paper of appropriate value)

Date: [●]

To

Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited Nashik Municipal Corporation Rajiv Gandhi Bhavan Purandare colony Sharanpur Nashik

Subject: Declaration for not being debarred/ black-listed by Central/ any State Government department in India as on the date of submission of the Bid

RFP Reference No: XXXX

Dear Sir,

I, authorized representative of ______, hereby solemnly confirm that the Contractor ______is not debarred / black-listed by any Central/State Government/ PSU entity in India for unsatisfactory past performance, corrupt, fraudulent or any other unethical business practices or for any other reason as on date of submission of the Bid.

In the event of any deviation from the factual information/ declaration, NMSCDCL reserves the right to reject the Bid or terminate the Contract without any compensation.

Thanking you.

Yours faithfully, ______Signature of Authorized Signatory (with official seal) Date : Name : Designation : Address : Telephone & Fax : E-mail address

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 48 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

APPENDIX V: Letter comprising the technical bid (Refer Clause 2.12.1)

To

Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited Nashik Municipal Corporation Rajiv Gandhi Bhavan Purandare colony Sharanpur Nashik

Subject:Application for Technical Bid for Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik, Maharashtra

Dear Sir,

With reference to your RFP dated [●], we, having examined the document and understood its contents, hereby submit our Bid for the aforesaid Project. The Bid is unconditional and unqualified.

1. I acknowledge that NMSCDCL will be relying on the information provided in the Bid and the documents accompanying such Bid for selection of the Bidders for the aforesaid project, and we certify that all information provided in the Bid and in Annexure 1 to 5 of Appendix V is true and correct; nothing has been omitted which renders such information misleading; and all documents accompanying such Bid are true copies of their respective originals.

2. This statement is made for the express purpose of qualifying as a Bidder for undertaking: (a) Part A which includes an operation and maintenance period of 3 years; (b) Part B which includes a defect liability period of 3 years; (c) Part C which includes a defect liability period of 3 years; (d) Part D which includes a defect liability period of 3 years; and (e) Part E which includes a defect liability period of 3 years.

3. I shall make available to NMSCDCL any additional information it may find necessary or require to supplement or authenticate the qualification statement.

4. I acknowledge the right of NMSCDCL to reject our Bid without assigning any reason or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the same on any account whatsoever.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 49 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

5. I certify that in the last 3 (three) years, we have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial employer or a judicial pronouncement or arbitration award, nor been expelled from any project or contract by any public employer nor have had any contract terminated by any public employer for breach on our part.

6. I declare that:

(a) I have examined and have no reservations to the RFP, including any Addendum issued by NMSCDCL.

(b) I do not have any conflict of interest in accordance with Clause 2.2.1(b) and I am not disqualified in accordance with the provisions of Clause 2.2.1(c) of the RFP.

(c) I have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as defined in Clause 4.3 of the RFP, of any tender or request for proposal issued by or any agreement entered into with NMSCDCL or any other public sector enterprise or any government, Central or State; and

(d) I hereby certify that we have taken steps to ensure that in conformity with the provisions of Section 4 of the RFP, no person acting for us or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

7. I understand that you may cancel the Bidding Process at any time and that you are neither bound to accept any Bid that you may receive nor to invite the Bidders to Bid for the Project, without incurring any liability to the Bidders, in accordance with Clause 2.16.9 of the RFP.

8. I believe that we satisfy(ies) the Net Worth criteria and meet(s) all the requirements as specified in the RFP document and are qualified to submit a Bid.

9. I certify that in regard to matters other than security and integrity of the country, we have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory employer which could cast a doubt on our ability to undertake the Project or which relates to a grave offence that outrages the moral sense of the community.

11. I further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a Court of Law.

12. I further certify that no investigation by a regulatory authority is pending either against us or against our CEO or any of our directors/ managers/ employees.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 50 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

13. I further certify that we are not barred by the Central/ State Government or any entity controlled by it, from participating in any project, and that no bar subsists as on the date of Bid.

14. I further certify that we are qualified to submit a Bid in accordance with the guidelines for qualification of bidders seeking to acquire stakes in Public Sector Enterprises through the process of disinvestment issued by the GOI vide Department of Disinvestment OM No. 6/4/2001-DD-II dated 13th July, 2001 which guidelines apply mutatis mutandis to the Bidding Process. A copy of the aforesaid guidelines form part of the RFP at Appendix-VII thereof.

15. I undertake that in case due to any change in facts or circumstances during the Bidding Process, we are attracted by the provisions of disqualification in terms of the provisions of this RFP, we shall intimate NMSCDCL of the same immediately.

16. The Statement of Legal Capacity as per format provided at Appendix-IV of the RFP and duly signed, is enclosed. The power of attorney for signing of Bid, as per the format provided at Appendix II of the RFP is also enclosed.

17. I certify that the Bidder is an existing Company incorporated under the {Indian Companies Ac t, 1956/ Indian Companies Act, 2013}.

18. I hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by NMSCDCL in connection with the selection of Bidders, selection of the Successful Bidder, or in connection with the selection/ Bidding Process itself, in respect of the above mentioned Project and the terms and implementation thereof.

19. The documents accompanying the Technical Bid, as specified in Clause 2.12.1 of the RFP, have been submitted in separate files online on the procurement portal and is submitted in hard copy at the address set forth in Clause 2.13.1.

20. I offer a Bid Security of INR [●] to NMSCDCL in accordance with the RFP.

21. I agree and undertake to abide by all the terms and conditions of the RFP.

22. I certify that in terms of the RFP, our Net Worth is Rs [●] (Rs. In words)

23. I undertake to engage personnel specialized/ sub-contractors for design and construction of those elements of the Project for which we do not have adequate experience.

24. I agree and undertake to be jointly and severally liable for all the obligations of the Contractor under the Contract Agreement.

25. I hereby submit our Bid and offer a Bid Price as indicated in Financial Bid for undertaking the aforesaid Project in accordance with the Bidding Documents and the Agreement.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 51 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

26. I shall keep this offer valid for 120 (one hundred and twenty) days from the Bid Due date specified in the RFP.

In witness thereof, we submit this bid under and in accordance with the terms of the RFP.

Yours faithfully,

Place: (Signature, name and designation of the Authorised Signatory)

Date: {Name and seal of the Bidder}

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 52 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

ANNEXURE 1: Details of work tendered for and in hand as on the date of submission of this RFP

NAME OF THE BI DDER: Work in hand Works tendered for Tendered Cost of Anticipated Date when Stipulated Sr. Name of work Place cost remaining date of Estimated decision is date or Remarks No. and work completion cost expected period of Country completion 1 2 3 4 5 6 7 8 9 10

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 53 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

ANNEXURE 2: Details of works carried out by the Bidder

NAME OF THE BI DDER: Sr. Name of work Cost of work Date of starting Stipulated date of Actual date of Remarks No. completion completion 1 2 3 4 5 6 7

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 54 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

ANNEXURE 3: Details of plants and machinery immediately available with the Bidder

NAME OF THE BI DDER:

Sr. Name of equipment No. of units Kind and Capacity Age and Present Remarks No. make condition location 1 2 3 4 5 6 7 8

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 55 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

ANNEXURE 4: Details of technical personnel available with the Bidder.

NAME OF THE BI DDER:

Experience of Period for which Sr. Name of the person Qualification Whether working execution of the person is Remarks No. in field or office similar works working with the Bidder 1 2 3 4 5 6 7

NOTE: The specific persons proposed to be deployed for this Site shall be nominated as Resident Engineer, Quality Control Engineer etc. along with Photographs, Signed Bio-data and Certificates.

Minimum Qualification

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 56 | Page Document No.: MAH-NAS-032-053-RFP-02

RFP in for Selection of Contractor for Godavari Riverfront Development including beautification and infrastructure components in ABD Area on EPC basis under Nashik Smart City Mission, Nashik (Maharashtra)

ANNEXURE 5: Financial capacity of the Bidder (Refer Clause 2.2.2 (B), 2.2.3 and 2.2.4 of the RFP)

Part A: Financial Year 2014- Financial Year 2015- Financial Year 2016- 2015 2016 2017

Average Turnover Note: To be supported by audited financial statements of the organization duly certified by a Chartered Accountant.

Part B: Financial Year preceding the Bid Due Date Net Worth Note: To be supported by certificate from statutory auditors of the Bidder specifying the positive Net Worth along with the details of computation of the Net Worth.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 57 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

APPENDIX VI: Letter comprising the Financial Bid (Refer Clauses 2.12.1, and 2.18)

(To be submitted only online in separate folder named Financial Bid)

Subject:Financial Bid for Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik, Maharashtra

Dated: [●]

Dear Sir,

With reference to your RFP document dated [●], {I/we}, having examined the Bidding Documents and understood their contents, hereby submit {my/our} BID for the aforesaid Project. The Bid is unconditional and unqualified.

1. I acknowledge that NMSCDCL will be relying on the information provided in the Bid and the documents accompanying the Bid for selection of the Contractor for the aforesaid Project, and we certify that all information provided in the Bid are true and correct; nothing has been omitted which renders such information misleading; and all documents accompanying the Bid are true copies of their respective originals.

2. I undertake that the prices are in conformity with the specifications prescribed. The quote/ price are inclusive of all cost likely to be incurred for executing this Project. The prices are inclusive of all type of government taxes/duties as may be applicable for undertaking this Project.

3. I undertake, if our Bid is accepted, to complete the Project in adherence to the Bidding Document.

4. I have examined and have no reservations to the Bidding Documents, including any corrigendum/addendums issued by NMSCDCL.

5. I hereby declare that in case the contract is awarded to us, we shall submit the performance security and additional performance security, if applicable, as prescribed in the Bidding Document.

6. I agree to abide by this Bid for a period of 120 (One Hundred and Twenty) days from the Bid Due Date and it shall remain binding upon us and may be accepted at any time before the expiry of that period.

7. I hereby declare that in case the LOA is awarded to us and accepted by us and until a formal contract is prepared and executed, this Bid, together with NMSCDCL written acceptance thereof and notification of award by NMSCDCL shall constitute a binding contract between us.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 58 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

8. I hereby declare that our Bid is made in good faith, without collusion or fraud and the information contained in the Bid is true and correct to the best of our knowledge and belief.

9. I understand that NMSCDCL is not bound to accept the lowest or any bid it may receive. We agree to all the terms and conditions as mentioned in the Bidding Document and certify that we have not submitted any deviations in this regard.

In witness thereof, we submit this Bid under and in accordance with the terms of the RFP.

Yours faithfully,

Name of the Authorised Signatory: Designation of the Authorised Signatory: Seal of the Bidder

Financial Proposal Format and Instructions To be submitted on e-Tendering Portal only

RFP Reference No: [●]

To be given in accordance with the Bill of Quantities (refer Appendix XII) for Part A, Part B, Part C, Part D and Part E respectively:

Sample format: Sr. Description Uni t Qty. Basic GS T as Final Amount No. Rate applicable Rate

Cost Summary:

Sr. No. Packages Amount (in INR)

1. Part A 2. Part B 3. Part C 4. Part D 5. Part E Total

APPENDIX VII: Format of sending pre-bid queries Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 59 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

RFP No: [●]

Bidder’s Request For Clarification Name and complete official address of Telephone, Fax and E-mail of the organization Organization submitting query / request Tel: for clarification Fax: Email:

Sr. Clause Page No. Content of RFP Clarification required/ Change No. No. Requiring Clarification/ Requested changes

1

2

Signature: Name of the Authorized signatory: Company seal: Date and Stamped

Note: Bidder(s) are requested to send the queries in PDF with Sign and Company Seal and also in MS Excel for making consolidation process easy.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 60 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

APPENDIX VIII: Format for Performance Security (Refer Clause 2.26 of the RFP)

(To be on non-judicial stamp paper of appropriate value)

In consideration of the ----- [Insert name of the Bidder] submitting the response to the RFP for Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik, Maharashtra (RFP no. [●] dated [●]) issued by Nashik Municipal Smart City Development Corporation Limited (hereinafter referred to as “NMSCDCL”) and NMSCDCL considering such response to the RFP of {insert the name of the Selected Bidder} (which expression shall unless repugnant to the context or meaning thereof include its executers, administrators, successors and assignees) and selecting the {insert name of the Selected Bidder} and issuing LOA dated [●] as per the terms of RFP and the same having been accepted by {insert name of the Selected Bidder}.

As per the terms of the RFP, {insert name & address of the bank} (hereinafter referred to as "Guarantor Bank") hereby agrees unequivocally, irrevocably and unconditionally to pay to NMSCDCL forthwith on demand in writing from NMSCDCL or any Officer authorized by it in this behalf, any amount up to and not exceeding Rupees [●] [Total Value] only, on behalf of {Insert name of the Selected Bidder}

This guarantee shall be valid and binding on this Guarantor Bank up to and including [●] and shall not be terminable by notice or any change in the constitution of the Guarantor Bank or the changes in the term of contract or by any other reasons whatsoever and our liability hereunder shall not be impaired or discharged by any extension of time or variations or alternations made, given, or agreed with or without our knowledge or consent, by or between parties to the respective agreement.

Our liability under this Guarantee is restricted to Rs. ______

Our Guarantee shall remain in force until…………….. NMSCDCL shall be entitled to invoke this Guarantee till ……….

The Guarantor Bank hereby agrees and acknowledges that NMSCDCL shall have a right to invoke this BANK GUARANTEE in part or in full, as it may deem fit.

The Guarantor Bank hereby expressly agrees that it shall not require any proof in addition to the written demand by NMSCDCL, made in any format, raised at the above mentioned address of the Guarantor Bank, in order to make the said payment to NMSCDCL.

The Guarantor Bank shall make payment hereunder on first demand without restriction or conditions and notwithstanding any objection by ------[Insert name of the Selected Bidder]. The Guarantor Bank shall not require NMSCDCL to justify the invocation of this BANK

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 61 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

GUARANTEE, nor shall the Guarantor Bank have any recourse against NMSCDCL in respect of any payment made hereunder

This BANK GUARANTEE shall be interpreted in accordance with the laws of India and the courts at Nashik shall have exclusive jurisdiction.

The Guarantor Bank represents that this BANK GUARANTEE has been established in such form and with such content that it is fully enforceable in accordance with its terms as against the Guarantor Bank in the manner provided herein.

This BANK GUARANTEE shall not be affected in any manner by reason of merger, amalgamation, restructuring or any other change in the constitution of the Guarantor Bank.

This BANK GUARANTEE shall be a primary obligation of the Guarantor Bank and accordingly NMSCDCL shall not be obliged before enforcing this BANK GUARANTEE to take any action in any court or arbitral proceedings against the [insert the name of the Selected Bidder] to make any claim against or any demand on the Selected Bidder or to give any notice to [insert the name of the Selected Bidder] or to enforce any security held by or to exercise, levy or enforce any distress, diligence or other process against the Selected Bidder.

Notwithstanding anything contained hereinabove, our liability under this Guarantee is restricted to Rs. ______(Rs. ______only) and it shall remain in force until …………….. We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee only if NMSCDCL serves upon us a written claim or demand.

Signature ______Name______

Power of Attorney No.______

For

______[Insert Name of the Bank] __

Banker's Stamp and Full Address.

Dated this ____ day of ____, 20__

Witness:

1. …………………………………….

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 62 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Signature Name and Address

2. …………………………………..

Signature Name and Address

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 63 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

ANNEXURE 1: Check list for Performance Security

Sl. No. Details of checks YES/NO Is the Bank Guarantee (“BG”) on non-judicial Stamp paper of A appropriate value, as per applicable stamp Act of the place of execution Whether date, purpose of purchase of stamp paper and name of the purchaser are indicated on the stamp paper? (The date of purchase of stamp paper should be not later than the date of execution of BG and the stamp paper should be purchased either in the name of the executing B Bank or the party on whose behalf the BG has been issued.). Has the executing Officer of BG indicated his name, designation and Power of Attorney No. /Signing Power no./ other similar authorisation C on the BG? Is each page of BG duly signed / initialed by executants and D whether stamp of Bank is affixed thereon? Whether the last page Does the Bank Guarantees compare verbatim with the Performa E prescribed in the RFP? Are the factual details such as RFP No. amount of BG and validity of F BG correctly mentioned in the BG Whether overwriting/cutting if any on the BG have been properly G authenticated under signature & seal of executants? Contact details of issuing bank including details of Branch Manager, H email id, mobile number etc. I Is the Jurisdiction of Court is restricted to Courts of Nashik

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 64 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

APPENDIX –IX: Guidelines of the Department of Disinvestment (Refer Clause 1.2.1 of the RFP) No. 6/4/2001-DD-II

Government of India Department of Disinvestment Block 14, CGO Complex New Delhi. Dated 13th July, 2001 OFFICE MEMORANDUM Sub: Guidelines for qualification of Bidders seeking to acquire stakes in Public Sector Enterprises through the process of disinvestment Government has examined the issue of framing comprehensive and transparent guidelines defining the criteria for bidders interested in PSE-disinvestment so that the parties selected through competitive bidding could inspire public confidence. Earlier, criteria like net worth, experience etc. used to be prescribed. Based on experience and in consultation with concerned departments, Government has decided to prescribe the following additional criteria for the qualification/ disqualification of the parties seeking to acquire stakes in public sector enterprises through disinvestment: (a) In regard to matters other than the security and integrity of the country, any conviction by a Court of Law or indictment/ adverse order by a regulatory authority that casts a doubt on the ability of the bidder to manage the public sector unit when it is disinvested, or which relates to a grave offence would constitute disqualification. Grave offence is defined to be of such a nature that it outrages the moral sense of the community. The decision in regard to the nature of the offence would be taken on case to case basis after considering the facts of the case and relevant legal principles, by the Government of India. (b) In regard to matters relating to the security and integrity of the country, any charge- sheet by an agency of the Government/ conviction by a Court of Law for an offence committed by the bidding party or by any sister concern of the bidding party would result in disqualification. The decision in regard to the relationship between the sister concern would be taken, based on the relevant facts and after examining whether the two concerns are substantially controlled by the same person/ persons.

(c) In both (a) and (b), disqualification shall continue for a period that Government deems appropriate.

(d) Any entity, which is disqualified from participating in the disinvestment process, would not be allowed to remain associated with it or get associated merely because it has preferred an appeal against the order based on which it has been disqualified. The mere pendency of appeal will have no effect on the disqualification. (e) The disqualification criteria would come into effect immediately and would apply to all bidders for various disinvestment transactions, which have not been completed as yet.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 65 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(f) Before disqualifying a concern, a Show Cause Notice why it should not be disqualified would be issued to it and it would be given an opportunity to explain its position. (g) Henceforth, these criteria will be prescribed in the advertisements seeking Expression of Interest (EOI) from the interested parties. The interested parties would be required to provide the information on the above criteria, along with their Expressions of Interest (EOI). The bidders shall be required to provide with their EOI an undertaking to the effect that no investigation by a regulatory authority is pending against them. In case any investigation is pending against the concern or its sister concern or against its CEO or any of its Directors/ Managers/ employees, full details of such investigation including the name of the investigating agency, the charge/ offence for which the investigation has been launched, name and designation of persons against whom the investigation has been launched and other relevant information should be disclosed, to the satisfaction of the Government. For other criteria also, a similar undertaking shall be obtained along with EOI.

Sd/- (A.K. Tewari) Under Secretary to the Government of India)

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 66 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

APPENDIX X: Terms of Reference and Scope of Work

TERMS OF REFERENC E

Introduction

Nashik is one of the most ancient cities of India and is religiously significant due to Godavari River which is also known as Dakshin Ganga (Ganga of the South). It has grown on both the banks of Godavari River. It is one of the four cities where Kumbh is organised every 12 years. Other three are Haridwar, Prayag, and Ujjain. That makes Godavari River as the fundamental aspect of its cultural significance. Also, according to Ramayana, Lord Ram during his exile period, lived with Sita ji and Lakshman ji at Panchavati which is located on the North side of Godavari river. The Panchavati area is part of ABD area selected under Nashik Smart city Mission.

From religious centre in the past, it evolved into an industrial town post-independence time and has now acquired a new identity as wine capital of India. The biggest adverse impact of urbanisation and industrialisation of Nashik has been on its most significance asset, i.e. River Godavari. It has become polluted, and has lost its original sources of water in Nashik due to human interventions undertaken ignoring its ecology and lost its innate character in Nashik. It requires cleaning the river by way of stopping the sewage flowing into it and de-silting, reclaiming the past character of its water sources, and making the Godavari riverfront active and beautiful where its full potential for attracting tourists and locals can be realised. There is need to revive, reimagine, and rejuvenate riverfront of Godavari. Accordingly, infrastructure and beautification initiatives envisaged under Project Goda of Smart City aim to rejuvenate the Godavari and its riverfront.

Boundary of Godavari Riverfront Development:

Most of the riverfront is abutting either road or ghats except for the left hand bank on the stretch from Ramwadi bridge to Holkar bridge, where the river edge is abutting an existing park known as Goda Park. Therefore, the boundary of the riverfront is determined by the roads wherever the roads are running adjacent to riverbank whereas on the ghat areas, where the building line abuts the ghats, it forms the boundary of the riverfront.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 67 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Figure: Boundary of Godavari Riverfront Development

The holy stretch of River Godavari – from Holkar bridge to Talkoteshwar - is part Project Goda and is part of its ABD area. Total 17 Kunds (holy pools) are located inside the main river course of Godavari. Ramkund and confluence of Aruna River is the holiest place in Nashik for major bathing festival called as Pushkaram (Kumbh Mela).

Kunds of Godavari

The original 17 kunds along the Godavari river course in Nashik at the holy stretch are:

S. No. Name of Kunds S. No. Name of Kunds 1. Gopikabaicha Tass 2. Lakshman Kund 3. Dhanush Kund 4. Ram Kund 5. Sita Kund 6. Ahilyabai Kund 7. Sarangpani Kund 8. Dutondya Maruti Kund 9. Surya Kund 10. Anamik Kund 11. Dashashwamedh Kund 12. Ramgaya Kund 13. / Shitonde Mahadev 14. Khandoba Kund Kund 15. Oak Kund 16. Vaishampayan Kund 17. Mukteshwar Kund

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 68 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Figure 1-4: Old images of Kunds in their original shapes between Holkar Bridge and Gadge Maharaj

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 69 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Some of these Kunds, e.g. Surya Kund, Anamik Kunds are partially blocked due to the construction of concrete ghats. Also, most of the ghats and a large natural pond known as Gandhi Talao are concretised at the bed level resulting in the closure of natural ground water sources in these kunds. This along with other human interventions like damning of river at several locations resulted in Godavari losing its age old character and becoming merely a polluted water channel in Nashik.

Aruna and Waghadi, the tributaries of Goadavari, meet the Godavari near the Kund area. These rivers bring lot of sewage with them due to discharge of sewage in these rivers at the upstream at various locations. Aruna river is already converted into box drain from Pethkar Plaza to Godavari Ghat.

1. Existing situation and Activities on banks of Godavari

Owing to its religious significance, most of the activities linked to Godavari are centered in the holy stretch of the Godavari in the Nashik city. Religious include bathing - on auspicious occasions like Kumbh (once in 12 year), Chaatt puja (once in a year) and other times considered important by pilgrims as per their religious practices, ashti visarjan, mundane, etc. Because of continuous flow of pilgrims and other visitors to Godavari bank, many economic and recreational activities have become integral part of the place. This adds to the pollution in the river due to unregulated nature of these activities and lack of sufficient solid waste management arrangements.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 70 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Both the banks of Godavari, from Holkar bridge to Gadge Maharaj Bridge are affected by illegal hawking, food stalls and vendors and parking. A large number of vegetable vendors use the open space on the left bank of the river near Naro Shankar temple.

This stretch also acts as recreation zone for many locals who come to Gandhi talao for boating. On the right side of the river opposite Naro Shankar, many hawkers put up their temporary stalls in the evening. Therefore, this part of the riverbank is also called locally as “chowpati”.

Both the ends of Godavari riverfront: 1) from Ramwadi Bridge to Holkar Bridge, 2) Gadge Maharaj to Talkoteshwar are relatively in disused conditions. NMC, previously has developed Goda park near Ramwadi, but currently its condition has deteriorated and needs to be redeveloped to attract both locals and tourists. On the Talkoteshwar side, there are only vast concreter ghats with no points of interest. Thus, it is used mostly for parking and vendors or remains vacant.

2. Project Goda proposals

Nashik smart city proposal is packaged into 51 projects. These projects are subdivided into ABD projects, green projects and Pan City projects. In order to achieve the strategic vision of Nashik Smart City, i.e. to preserve its cultural heritage, Project Goda is an important project that has following key components:

i) River cleaning ii) Rejuvenation of Waghadi River stretch iii) Interception and diversion of Aruna river iv) Bridge from Hanuman ghats to Ramwadi v) Automated Mechanical gates vi) Goda Garden vii) Goda Walk viii) Sunder Narayan Ghats and Jetty ix) Goda Ghats x) Talkoteshwar Ghats xi) Cycle track xii) Landscaping with tree plantation xiii) Heritage Walk Trail xiv) Signages xv) Stone benches

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 71 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Figure: Locations of various projects of Project Goda

These components of Project GODA can basically be divided into two categories of 1) Infrastructure development and improvement, 2) Beautification of Godavari riverfront.

2.1. Projects under Infrastructure Development include:

A. Godavari River Cleaning:

The Project Goda proposes cleaning of Godavari River. It would involve de-siltation of river, effective sewage management system, comprehensive solid waste management, employing trash skimmer for cleaning the river. To rejuvenate the river, de-concretisation of kunds for re-opening of ground water sources in the kunds is proposed.

B. Development of vehicular and pedestrian bridges and related works at Nashik, Maharashtra

To strengthen the transport network in the riverfront and adjoining ABD area, two bridges, one vehicular and one pedestrian bridge, are proposed to be developed. The vehicular bridge is near the existing Ramwadi bridge and thus both of these bridges be used as one way bridges to ease the traffic moving across the river between Ashok Stambh to Hanumanwadi. The pedestrian bridge is proposed parallel to Holkar bridge, but at the level of Goda park to connect both the banks of Godavari for pedestrian visitors to Goda Park and Sunder Narayan Temple.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 72 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

C. Interception and Diversion of Aruna River:

The Smart city mission has proposed interception and diversion of Aruna. The length of interception is proposed to 600 m from Indra kund to Godavari ghat. The objective of is to ensure effective abatement of pollution by way of interception of Aruna river with Waghadi river. It is envisaged that same will be achieved by:

i) Identifying the sewers connected to Aruna river box drains and ii) Disconnecting sewer from Pethkar Plaza to Waghadi river in storm water drain.

2.2. Projects under Beautification of the Godavari riverfront are proposed to be developed under a Master Plan for the Godavari riverfront in ABD area.

2.2.1. Concept for Master Plan

Godavari riverfront is envisioned to be riverfront that is sensitive to its ecology, history, and recreational value. In short, it is envisaged that Godavari riverfront should be “A Clean, Green, Spiritual, and Active Riverfront”.

Clean and Green Riverfront: Pollution in Godavari is a grave concern and for a riverfront to be attractive to the tourists, it must be clean. All the sources of pollution in the Godavari such as sewage carrying nallas merging into the Godavari main river course without any cleaning treatment needs to be stopped. The river banks throughout their length to be kept clean and green to make them lively. A clean, green riverfront would encourage the activities like cycling, jogging, heritage walk, and would greatly enhance the spiritual

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 73 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

experience of the religious tourists. Keeping the Godavari and its banks clean all-round the year would be the most important aspect of Godavari Riverfront Development.

Rejuvenating River and its Spiritual Essence: It is necessary to rejuvenate Godavari River at the holy stretch and bring as much as possible old glory back. Restoring the Godavari River bed in its old form may not be easy, but it must be attempted to restore as much it can be.

Two main parts of old ghats and river bank are: i) de-concretization of holy kunds to restore the old ground water resources and reduce the surface concrete on the banks.

Active riverfront by responding to the surroundings

To achieve this vision, it is important that due recognition to the inherent character of the Godavari river at various stretches, advantages/limitations of those places and provide variety of recreational opportunities at the stretch near the two ends of the riverfront ensconced in the surroundings and making it to remain environment friendly.

2.2.2. Zoning

The whole Godavari riverfront is divided into three zones as per the needs and potential of Godavari River in these areas of consideration –

(i) Spiritual core: From Holkar Bridge to Gadge Maharaj Bridge (Area excluding river basin: 12.5 acres)

(ii) Green Recreational at upper stream near Goda Park: From Ramwadi to Holkar Bridge (Area excluding river basin: 6.70 acres)

(iii) Open Recreational from Gadge Maharaj bridge up to Talkoteshwar (Area excluding river basin: 13.25 acres)

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 74 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Figure: Zoning Plan of Godavari Riverfront

2.2.3. Master Plan proposals:

2.2.3.1. Ramwadi Bridge to Holkar Bridge

This stretch of 581 m has existing Goda part which is proposed to be redeveloped as green recreational area making use of its natural greenery, slopes and access to river. It is also one of the locations along the Godavari in our ABD stretch where a significantly wider river expanse can be viewed leisurely. Utilizing this as advantage this location is well suited for laser show.

An amphitheater is proposed on the natural gradient available at the river bank. Cobblestone paved walkway and cycle track are aligned parallel to the river near the existing gabion wall from the start of the Goda park and they meander along the contours of the area to reach up to Holkar bridge. The cycle track continues over the proposed pedestrian bridge that leads to the right side bank of Godavari near the proposed Ghats coming down from the Sunder Narayan temple and a boat jetty.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 75 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Figure: Master Plan proposal for Ramwadi Bridge to Holkar Bridge

Figure: Sunder Narayan Ghats and Jetty The existing onsite features in the Goda park (including Goda walk) like manholes are utilised to integrate with the landscaping elements like tree plantation, cobblestone paving, etc. On the opposite bank, a road runs parallel to the Godavari River. There exists a retaining wall between the river and the road all along the road up to Sunder Narayan Temple. The cycle track is proposed from the Ramwadi bridge to the small plaza created at the landing of ghats descending from the Sunder Narayan temple as shown in the drawings for Sunder Narayan Ghats and Jetty in the Annexures.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 76 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

2.2.3.2. Holkar Bridge to Gadge Maharj Bridge

This is the core area of the Godavari river in Nashik city, which is proposed to be developed as spiritual core of the Godavari Riverfront. This stretch admeasures 539m. It is proposed to carry out the de- concretisation of kunds and river stretch, removing the top cover of Gopikabai cha Taas and the concrete ghats which act as Islands in the course of the river developed in the previous decade for facilitating the easy bathing by large number of pilgrims who visit during the Kumbh. This will revive the kunds and natural ground water source and widen the Godavari river, allowing for availability of water round the year, as was the case in the past, and a better river flow. Demarcation of Godavari river stretch with ghats on either side in this stretch will facilitate bathing activity during Kumbha Mela period as well as various ceremonies performed during the year. This is aimed to rejuvenate the Godavari’s old glory.

Figure: Master Plan proposal between Holkar Bridge and Gadge Maharaj Bridge

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 77 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Figure: Seating around Trees The old existing ghats are in basalt stone. But the part of ghat area constructed in last few decades are in concrete. It is proposed to reshape and improve the ghat steps at various places to improve movement of people and functionality without encroaching the riverbed any further. However, the concrete ghats at some places would be broken and reshaped to allow the wider river course. At such places nevasa/basaltic stone is proposed to be used. The adjacent areas away from the steps of ghats for the pedestrian movement are given cobblestone paving. Also, in these areas, trees shall be planted at locations as shown in the drawing for this stretch of the riverfront. Around these trees stone benches are designed to provide for some shaded seating areas for relaxing the enjoying the river view. The whole stretch is planned as a no vehicular zone and thus no parking locations are provided that would discourage vehicles to reach up to the edge of river as it happened currently at locations like Lakshman Kund, Gandhi Talao, and near Narso Shankar Temple.

Figure: Nirmalaya Kund

A hawan kund shaped design for the nirmalya Kunds is proposed where people can put nirmalaya – which is supposed to be put in flowing water. The Nirmalaya kunds would have an inlet from the Godavari river at the bank, however same water would not go back in the river, but would be drained into storm water network. There would be a porous SS tray, chained with the kund, which can be pulled out to take out the nirmalaya for it to be taken to a compost facility at regular intervals.

2.2.3.3. Gadge Maharaj bridge to Talkute shwar

This section of Godavari riverfront is at the farthest end and admeasures 667m. Cycle track, cobblestone paving, tree plantation are the main elements planned on the left bank. Cycle track on left bank is planned along the 18.0 m DP road which is accessible and visually connected to Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 78 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

the ghats at Talkuteshwar. The cycle track on the right bank is along the Gadge Maharaj path upto the point of Godse Maharaj Samadhi. After that, due to reduced width of road, it is routed to the right side ghats. A cycle bridge is proposed beyond the Amardham vehicular bridge to connect it to the DP road on left bank of Godavari.

Figure: Master Plan proposal between Gadge Maharaj Bridge and Talkuteshwar Ghats

NMSCDCL intends to develop the river precinct including: development of Goda garden, construction of ghats and jetty, cycle track, streetscapes, beautification including landscaping, signage, benches and infrastructure development such as river cleaning, construction of pedestrian and vehicular bridges, pneumatically operated automated mechanical gates and interception & diversion of Aruna stretches in Nashik’s Panchavati area under ABD under Smart Cities Mission on EPC mode.

These documents outline the requirements of NMSCDCL. The final arrangements of the scheme shall be developed and constructed by the Contractor to best exploit the local physical conditions while maintaining the fitness for purpose inherent in the outline requirements.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 79 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

The proposals / Bids shall be scrupulously based on the project features / components specified in the RFP Document and in no case shall be modified /changed. The concept highlighted in the RFP Document shall be further developed / detailed out during detailed design stage after obtaining approval from NMSCDCL. However, Contractor shall not deviate from the designs provided, unless approved by NMSCDCL and entitled for any additional cost beyond the Contract Price, on account of further development / detailing of Concept plan.

General Description of the Stages of Work

In Brief, the Stages of Work for the project includes, but is not limited to:

Stage 1: Design a) Preparation of all Detailed architectural, engineering and landscape design & Drawings, construction drawings etc. required for development of the project together with O&M manuals drawings. Additional surveys, investigations, testing etc. where necessary to develop proper designs shall be undertaken by the Contractor and would be part of this work. Any consequences arising out of additional survey and investigation shall also be taken care of by the EPC Contractor within his quoted price. Contractor shall be required to carry out, but not limited to:

• Based on the Design Drawings and specifications given, the contractor has to prepare detailed architectural, engineering and landscape design. • Collection of all necessary sub-soil data, detailed topographic survey & sub-soil investigations necessary for the preparation of the detailed design and engineering of the project components must be carried out; • Prepare and submit preliminary design including all structural drawings and technical specifications including technology and material options; all design calculations and assumptions referenced with codes, guidelines and best practices. • Revise and modify the design and engineering based on Authority comments and site conditions; as well as suggest solutions to the problems likely to be encountered during actual execution. • Submit and obtain all necessary statutory, regulatory approvals of final design & engineering drawings, specifications and schedules from designated authorities/ government agencies/ Authority. • Coordinate all project components with surrounding proposed development projects being carried out by Nashik Municipal Smart City Development Corporation Limited (NMSCDCL), NMC and any other civic agency. b) Prepare detailed architectural, landscape and engineering design for all the components of the project; namely • Revival of the existing 17 kunds in the Goda Ghat area by carrying out infrastructure works such as removal of concrete from the river bed and retaining /restoring the natural profile of the kunds with ghats on either side and construction of Nirmalya kunds. • Infrastructure facilities such as Vehicular Bridge from Hanuman Ghats to Ramwadi, Pedestrian Bridge from Chinchban to Gangawadi, Interception and diversion of Aruna stretch, Rejuvenation

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 80 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

of Waghadi river stretch, installation of pneumatically operated automated mechanical gates and River cleaning. • Public Realm including development of Goda Park with amphitheater, cycle track along river track, cobblestone paving, Landscaping-Tree Plantation, Heritage walk trail, leisure zone, street furniture such as stone benches, way finding signage and public amenities such as toilets, drinking water faucet. • River spread area including edge treatment like gabion walls and lighting facilities. • Landscaping and urban design of the green area around the water spread and along the road including lighting, furniture, plantation, surface finishes and public facilities. c) Carryout Geotechnical Investigations and sub-soil exploration for each proposed component at locations approved from NMSCDCL and conduct all relevant laboratory and field tests on soil and rock samples. d) Prepare detailed structural designs for buildings and landscape components and approaches following the latest IS codes for design and construction of roads, drains & buildings and NBC specification and IS code and obtain approval from concerned authorities vests with the Contractor e) Obtain all regulatory and environmental approvals necessary for the execution of all the project components. f) Comply with the Report of the Committee under Chairmanship of Divisional Commissioner, Nashik regarding NEERI’S Recommendations submitted to Hon. High Court on 11/12/2015 in PIL no. 176/ 2012 g). Comply with the report no. 5026 of 11/ 2012 of CWPRS, Khadakvasla, : “Mathematical Model Studies for prediction of flood levels along rivers Godavari and Nasardi in Nashik City” h) Quality of Design Documents & Construction Drawings • No Construction shall be allowed without an approved Construction Drawing from employer/approving authority. • All design shall be performed in accordance with the requirements given in the Scope of work and/or as may be required by NMSCDCL from time to time. The Contractor shall suitably design all Permanent Works and all necessary Temporary Works. • All design and construction work, including the materials used and methods applied, shall be in accordance with applicable Indian Standards / codes / internationally recognized standards of practice. • The latest editions of the standards and codes, including amendments thereof, shall be used by the Contractor, unless expressly stated otherwise • Design documents and construction drawings shall be prepared and submitted in the English language only. • Design documents and all calculations, computations shall be initialed and dated by the designer and checker, and shall clearly state the Project name, calculation number and title, calculation description/objective, revision number (where revision 0 is the original submission), key assumptions, references, and a summary of the calculation conclusions/results. • All construction drawings shall be produced using the latest version of AutoCAD and Adobe Acrobat PDF. Each drawing shall be initialed by the designer and drafter as well as their respective checkers. Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 81 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

The drawings shall include a revision number (where revision 0 is the original submission), a brief description of revision(s), and all revisions must be clearly identified on the drawing. • All design documents and construction drawings shall be delivered in intelligent digital form to NMSCDCL. Printed copies of each drawing and document shall be submitted to NMSCDCL. The Contractor shall submit all designs, drawings, technical specifications and methodology to the Authority. The Authority shall give approval on all sketches, drawings, reports and recommendations and other matters and proposals submitted for approval by the Bidder in such reasonable time as not to delay or disrupt the performance of the Contractor’s services. • The Contractor shall perform all additional field and laboratory investigations needed to fulfill the design and construction requirements given in NMSCDCLs requirements / Scope of work. i) The Contractor shall have staff at the Site to prepare and to revise drawings and documents during construction as needed to document “As-built” conditions, including geological maps of surface and underground excavations that are part of the permanent project works. Contractor shall provide copies of final “As-built” plans for the civil works, P&ID's, electrical single-line drawings, and control logic diagrams, prior to issue of the Taking over Certificate for the whole of the Works.

Stage 2: Construction / Development and Maintenance of following Components:

Construction and Maintenance of the proposed components The Contractor shall, at all times maintain the proposed components in accordance with the provisions of this Contract Agreement, applicable laws and applicable permits.

Others / General Tasks (but not limited to): a) Remedying of defects in the Works. Provision of guarantees and warranties for all the systems, materials, workmanship, equipment and other aspects of the Project. b) Arrangement of Construction Power for the project including generating capability and required transmission and distribution networks to all the work fronts and other facilities. c) Complying with all statutory and legal requirements especially those related to Environmental and Social safety. d) Supply of all material, labour and services etc. required for the successful Development, construction, commissioning and maintenance of Project. e) The Contractor shall perform the setting out of the Works, including establishment of all survey reference points, benchmarks, and control monuments. f) Works shall not be carried out in weather conditions that may adversely affect the quality of the Works unless proper protection, acceptable to NMSCDCL, is provided. g) Permanent Works under construction and materials for such Works shall be protected from exposure to weather conditions, which may adversely affect the quality and performance of the Permanent Works and the materials. h) Making of Project Goda Video: To make a drone-based video of Project Goda comprising of before and after the project details including the making of it. • Drawings are enclosed with the bid documents are for reference purpose only and bidders shall make their own inferences from these drawings. The bidders shall make their own design/assessments Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 82 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

regarding the work to be done for various structures. The Contractor/bidder can suggest revised layout and details which will be duly considered by NMSCDCL at the time of execution. However acceptance of any deviated proposal would not entitle the Contractor for any extra claim of time extension and extra cost on any account whatsoever. • Technical specifications are enclosed with the bid documents. These specifications are not meant to be exhaustive and wherever necessary NMSCDCL may modify, add and delete full and/or part of the technical specifications. • The descriptions given herein are outline and indicative descriptions only. Such descriptions do not include or give full and exhaustive descriptions of all materials or other items to be supplied or all works and services to be executed by the Contractor in order to fulfill his obligations in accordance with the Contract. Functional Requirements • The facilities shall be designed such that they can be operated safely, reliably and economically and are fit for purpose. The design of the facilities shall be such that they can be readily maintained, are secure, and are capable of continuous operation with minimum attention and maintenance. • Road shall be designed and constructed to standards that will provide all necessary transport, year- round, during construction, operation and maintenance of the Works. • All materials and equipment used in the Project shall be new and of acceptable quality and proven design, and shall be furnished by a recognized manufacturer or supplier.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 83 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

SCOPE OF WORK

Part A: River cleaning and related works: retrofitting and Greenfield area at Nashik, Maharashtra (Work Life Expectancy is of 50 years)

1. Desilting of Godavari River Stretch 1.1 Godavari River silt removal and carting silt away from Ramwadi bridge to Talkuteshwar Bridge with 2.5 km in retrofit area and Forest Nursery bridge to Ramwadi Bridge with 3.0 km stretch in Greenfield area based development. The Agency may deploy suitable machineries for desiltation in addition to the proposed procurement.

1.2 Procurement, supply, operation and maintenance of Thrash Skimmer of the below mentioned specification and equipped with the following: (a) A complete Hydraulic System for all skimming, load handling, and propulsion functions, with variable speed control options available with the operator. (b) Air Cooled Diesel Hydraulic Power Unit, placed into a noise proofed, lockable engine room. (c) Lockable Hydraulic Oil Tank, Filtration, Hydraulic Oil Cooler, Hydraulic Directional Valves. (d) Stainless Steel Hydraulic Cylinder Rods. (e) Operator's platform with a seat and console with engine controls monitoring system including warning lights, tachometer and hour meter, and hydraulic controls with pressure gauge. (f) Conveyor Belt System made of heavy duty Stainless Steel supported by UHMD plastic tracks and interchangeable floors. (g) Articulated Skimmer Wings (i) Front Conveyor with adjustable depth setting and cleats mounted to belts. (ii) Storage Conveyor with load indexing and height adjustable discharge (iii) Twin Pontoon Steel Hull “hydro-dynamically” shaped, including multiple compartments, inner ribbing, tie and lift cleats, drains and vents, anti-skid deck, bottom skids, rub rails, gunnels. (iv) Two independent, bi-directional Hydraulic Propulsion Units with variable speed controls, bronze propellers, stainless steel shafts, drop arms, and hydraulic connections, as well as tunnel guards, and power tilt. (h) Railings and Guards (i) Stainless Steel Fasteners (ii) Marine Coating, following sandblast preparation, includes priming and finishing coats. Standard colours are Safety Orange and Blue (iii) Fire extinguishers, life jacket and life ring with 50 Ft. (15M) of rope (iv) Operators Manual, Parts Catalogue and One Year Warranty

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 84 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

1.3 Procurement, supply, operation and maintenance of river desilting amphibious excavator equipment of the following description:

(a) Amphibious excavators suitable for shallow water dredging in rivers, canals and in urban areas where there is a lot of city waste and no vacant land. (b) Capable of removing silt directly and not water which would need to be directed back to the water body. (c) Can be used in urban areas with built up city sewage where suction dredge pumps would get clogged. (d) Environmentally friendly as water is not pumped out resulting in much less turbidity. (e) No time lost in managing dredger pipeline - 100% operational time. (f) Should ideally be a cost effective solution ensuring lower capital cost of equipment and lower operation and maintenance costs (g) 50 feet reach with 3600 rotations to discharge silt directly on river banks.

1.4 Operation and Maintenance: The scope also includes operation and maintenance for 3 (three) years of river cleaning and related works (refer O&M Agreement for details).

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 85 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part B: Development of bridges and related works at Nashik, Maharashtra. (Life expectancy of the structure is of 100 years.)

The broad scope of work under the Bid includes construction of three lane road bridge with no median and including bicycle track on one side and pedestrian bridge on the other side as specified from Hanauman Ghat to Ramwadi at Nashik, Maharashtra.

Proposed implementation shall include development and construction as per the Bill of Quantities given in the Appendix XII of the Bidding Document, Technical Specifications, Engineering Standards and Drawings given in this section. Vehicular Bridge:

The works summarily consists of the following: • Construction of a new vehicular bridge aligned along the existing Ramwadi Bridge at a lateral spacing of approximately 32 meters with 120 meters effective span and a width of 16 meters clear as per the Technical Specification. • Formation of approach roads. • Retaining wall resting on pile foundation for approach roads. • Diversion arrangements for drain water. • Formation of cross bund for temporary diversion of drain water.

Conceptual drawings which are indicative in nature are provided in Appendix XV of this RFP. Execution of the work shall be based on detailed designs and working drawings given by the Contractor.

The Contractor shall do all necessary co-ordination activities with NMSCDCL for seamless implementation of the said works.

CIVIL WORKS

Super-structure: R.C.C T-Beam Girder and R.C.C Deck Slab super structure of 120.0 m effective span 16 meter clear width bridge width with footpath and bicycle track are proposed as per IRC Standard Plans for Highway Bridges per Standard Plans for Highway Bridges.

Sub-structure: R.C.C wall type sub-structure for pier and abutments. Abutment wall is provided with dirt wall and bed blocks.

Foundations: Bored cast-in-situ piles of 1200 mm diameter as per IS: 2911 Part I/Sec.2 which in turn connected by rigid RCC pile caps to support bridge piers and abutments.

Approach Retaining Wall:

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 86 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

R.C.C retaining wall with vertical stem and base slab is resting on 500 mm diameter bored cast-in-situ piles to retain earth and crust of proposed approaches.

Bearings: Elastomeric bearings to be provided under T-Beam superstructure as per IRC: 83.

Sub-structure Provisions: a. Weep holes, filter media and back filling are proposed as per IRC 78-2000. b. Quadrilateral revetment of 300 mm thick over filter media of 150 mm – for Quadrants. c. Toe wall 600 m width for supporting the revetment at bottom.

Pedestrian Bridge:

The broad scope of work under the bid “Construction of Pedestrian Bridge with bicycle track” as specified from Chinchban (Sundarnarayan Ghat) to Gangawadi; proposed on the upstream left side; parallel to existing Vehicular Bridge (Holkar Bridge/Victoria Bridge) with a lateral spacing of 15 meters between the proposed pedestrian bridge and the existing new Holkar bridge; at Nashik under Nashik Smart City Development Corporation Ltd.

The pedestrian Bridge would act as not only a medium to cross over the river but also a social and cultural place with a dedicated Bicycle track, Public seating, Vendor Kiosk’s, flowerbeds and landscape and further providing scenic views of Ramkund and historical ghats as well as the newer riverfront development.

Proposed implementation shall include development and construction as per the Bill of Quantities given in the Appendix XII of the Bidding Document and Specifications, Engineering Standards and Tender Drawings for Road Bridge given in this section.

The works summary Construction of a new Bridge for pedestrians consists of the following: • Total Length of Pedestrian Bridge is about 135 meters in length • Total deck width of the pedestrian bridge shall be 7.57 m and it is widened to 12.71 m in the central portion as per architectural requirement • Formation of Approaches on both sides. • Pile foundations are tentatively proposed while final selection of foundation type will be governed by geotechnical findings and results of hydrological calculations. • Piers and abutments of the new bridge will be in line with that of old structure. • Retaining Wall Resting on Pile Foundation for Approach Roads • Utility cables if any are proposed to be running parallel to bridge span • Street lighting and other electrification as specified.

Conceptual drawings which are indicative in nature are provided in Appendix XV of this RFP. Execution of the work shall be based on detailed designs and working drawings given by the Contractor.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 87 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

The Contractor shall do all necessary co-ordination activities with NMSCDCL for seamless implementation of the said works. The contractor shall also carry out structural audit of the Old Holkar Bridge of 173.8m length and 9.5 m width.

CIVIL WORKS:

Super-structure: R.C.C T-Beam Girder and R.C.C Deck Slab super structure as per design width bridge width with footpath and bicycle track proposed as per IRC Standard Plans for Highway Bridges as per Standard Plans for Highway Bridges.

Sub-structure: R.C.C wall type sub-structure for pier and abutments. Abutment wall is provided with dirt wall and bed blocks.

Foundations: Pile foundations are tentatively proposed while final selection of foundation type which will be governed by geotechnical findings and results of hydrological calculations which shall be undertaken by the contractor. Piles would be connected by rigid RCC pile caps to support bridge piers and abutments.

Approach Retaining Wall: R.C.C retaining wall with vertical stem and base slab is resting on bored cast-in-situ piles to retain earth and crust of proposed approaches.

Bearings: Elastomeric bearings to be provided under T-Beam superstructure as per IRC: 83.

Sub-structure Provisions: a. Weep holes, filter media and back filling are proposed as per IRC 78-2000. b. Quadrilateral revetment of 300 mm thick over filter media of 150 mm – for Quadrants. c. Toe wall 600 m width for supporting the revetment at bottom.

Defect Liability Period: The scope also includes defect liability for 3 (three) years.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 88 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part C: Interception and Diversion of Aruna River related works at Nashik, Maharashtra. (Life expectancy of the structure is of 50 years)

To maintain River Godavari with the aim of ensuring acceptable water quality at Ramkund and Laxman kund, ensuring environmentally sustainable development through disconnection of sewer with storm box drain of Aruna River. To ensure effective abatement of pollution and rejuvenation of the River Godavari by adopting interception of Aruna River with Waghadi River, it is proposed to: a) Identify the sewers connected to Aruna River box drain b) Disconnect the sewer from pethkar plaza to Waghadi river in storm water box drain

Design Criteria for drain Sr. REFERENC E/ No. DESIGN CRITERIA STANDARD 1 Type of drain: NGS, SRK Rectangular surface drains (brick masonry with plaster) For building & road crossing: Buried pipes with chambers at regular interval (RCC) 2 Free Board: IRC: SP:50-1999 For width < 0.3 m: 0.1 m For 0.3 m < width < 0.9 m: 0.15 m For 0.9 m < width < 1.5 m: 0.3 m For width > 1.5 m: upto 0.9 m depending on design storm discharge 3 Minimum size adopted: Rectangular drain 0.25 × (d + 0.1) – standard IRC: SP:50-1999 0.3 × (0.2 + 0.1) – adopted LSS RCC Pipe 0.15 m IRC: SP:50-1999 4 Economic section IRC: SP:50-1999 Rectangular drain b = 2d Trapezoidal drain b = 0.82d (1:1 side slope), 1.24d (0.5:1) - slope depends on land availability and nature of soil 5 Time of concentration Tc (hours) =0.87 × ((L3)/H) 0.385 where L= km, H = fall in slope (m) Kirpich, Ramser From draft layout: L = 0.785 km, H = (2.65-1.55) - 0.3 = 0.8 m, Tc = 0.72 hrs or 43 min 6 Minimum Velocity Internal surface drain: 0.45 m/s (max = 1.5 m/s) - adopted for intercepting drains Main surface drain: 0.75 m/s (max = 2.0 m/s) - adopted for trunk drains Pipe drain (CD): 0.6 m/s (max 1.8 m/s) – adopted

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 89 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. REFERENC E/ No. DESIGN CRITERIA STANDARD Pipe drain: 0.75 m/s (max 1.8 m/s) – adopted IRC: SP:50-1999 Pipe drain: 1 m/s (max 2.4 m/s) IS 1742 Cross drainage: Invert level of intercepting pipe >= Maximum water depth 7 in outgoing drain Cross drainage: Invert level of intercepting drain >= Invert level of 8 outgoing drain Piped drain junction: Invert level of incoming pipe >= Invert level of 9 outgoing pipe

Defect Liability Period: The scope also includes defect liability for 3 (three) years.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 90 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part D: Installation of pneumatically operated automated mechanical gates and related works at Nashik, Maharashtra (Life expectancy of the structure is of 50 years.)

To design, fabricate, install and maintain 5 (five) pneumatically operated automated mechanical gates and appurtenances for control of water at the Ahilayabai Holkar Bridge (Victoria Bridge) Across Godavari in Nashik District, India.

Items to be supplied by the pneumatically operated automated mechanical gates gate supplier include (but are not limited to) the following: (i) Steel gate panels. (ii) Polyester reinforced air bladders and associated piping components to attach to Contractor supplied main air piping. (iii) Reinforced rubbers inter panel seals and stainless steel attachment hardware. (iv) Spillway gate clamping hardware and stainless steel anchor bolts, nuts, and washers. (v) Reinforced rubber restraining straps and stainless steel attachment hardware. (vi) Napee breakers and stainless steel attachment hardware. (vii) Stainless steel abutment plates with anchoring hardware. (viii) Mechanical control cabinet complete and ready for installation per engineer’s direction. (ix) PLC based water level control system complete and ready for installation per engineer’s direction (x) Air compressor equipment including air compressor, filters, refrigerated type air dryer, and receiver tank. (xi) Water level transducer. (xii) Anchor bolt setting template (if required). (xiii) Installation supervision and training by the Contractor/ supplier. (xiv) Warranty on pneumatically operated automated mechanical gates systems surviving the Contract Period.

The works to be performed are: (i) Verify conditions. (ii) Any required concrete work or civil modifications. (iii) Air supply pipe and installation of same. (iv) Installation of anchor bolts. (v) Installation of the pneumatic spillway gate system including air bladders, gate panels, and other related components. (vi) Provide and install all air piping and supports. (vii) Installation of abutment plates including any needed grouting. (viii) Provide and install any required electrical conduit and wiring. (ix) Provide and install any required control conduit and cable. (x) Installation of all pneumatic spillway gate control equipment. (xi) Installation of all mechanical equipment in accordance with original manufacturer’s specification. (xii) Start-up, debug, and test spillway gate in conjunction with manufacturer. (xiii) Provide approved lubricating compound for all stainless steel anchor bolts and fasteners.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 91 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(xiv) Provide 100% silicone caulk for all inter panel seals. (xv) Provide and install condensate purge valves at near side abutment. (xvi) Provide the operations and maintenance manual.

Provide and install a stilling well for installation and protection of water level sensor. Junction box and routing of signal cable between stilling well and control system.

Defect Liability Period: The scope also includes defect liability for 3 (three) years.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 92 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part E: Beautification Projects including landscaping, cycle track, cobblestone paving, stone benches, signages etc. (Life expectancy of the structure is of 30 years.)

1. Design of Goda Garden

Goda Garden is an important part of Goda riverfront area. It is green area to be developed as multipurpose park for leisure and recreation of the visitors. Cycle track, walkway, amphitheater and a pavilion with a small eatery are the main components that are proposed to be developed in the Goda Garden. It would offer people many avenues to enjoy the charm of Godavari river.

Scope of Work: • Laying of the paver blocks, as per the specifications, for developing the cycle track as per the alignment provided in the drawings; • Laying the cobblestones for walkway, viewing platform, and areas as shown in the drawings; • Provision of water supply lines for gardening, water supply and drinking water including pipe network and necessary fixtures as directed by NMSCDCL; • Tree plantation and landscaping as mentioned separately in its scope of work; • Constructing an amphitheater facing the river; • Constructing the arched pavilion with a pergola and transparent fabricated roof as per the specifications; • Installing the stone benches and steel pipe benches around the existing manholes as per the drawing details; • Electrical works including procuring and installing the lamp posts with LED light fittings along with establishment of electrification network for the same; • Repairing the existing gabion wall along the river wherever it is broken or weakened and constructing the gabion wall on parts of this stretch where it is non-existent; and • To prepare and implement the after-flood restoration plan as per the guidelines and approval of NMSCDCL. 2. Goda Walk Area

It is the extended part of Goda Park, which is narrower but longer stretch. It starts from the small bridge over a nallah and reaches up to Holkar Bridge. It is designed to promote walking and cycling. A pedestrian bridge connects Goda walk with the opposite bank where there would be a jetty and ghats from Sunder Narayan Temple. The cycle track from here goes in both directions – tow ards the pedestrian bridge and also towards the Holkar bridge.

Scope of Work: • Laying of the paver blocks, as per the specifications, for developing the cycle track as per the alignment provided in the drawings Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 93 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

• Laying the cobblestones for walkway, viewing platform, and areas as shown in the drawings • Tree plantation and landscaping as mentioned separately in its scope of work • Installing the stone benches and steel pipe benches around the existing manholes as per the drawing details • Electrical works including procuring and installing the lamp posts with LED light fittings along with establishment of electrification network for the same; • Provision of water supply lines for gardening, water supply and drinking water including pipe network and necessary fixtures as directed by NMSCDCL; • Repairing the existing gabion wall along the river wherever it is broken or weakened and constructing the gabion wall on parts of this stretch. • To prepare and implement the after-flood restoration plan as per the guidelines of Water Resource Department and approval of NMSCDCL.

3. Construction of Sundarnarayan temple Ghat and Jetty

Sundar Narayan Temple Ghat

Objective: Ghat from Sunder Narayan temple to Godavari River is proposed to establish direct visual and physical connectivity of Sunder Narayan temple with the Godavari and reclaim its lost historic character. In addition, Ghats will provide access from Holkar Bridge to proposed pedestrian bridge from Chinchban to Gangawadi.

Its location also provides an opportunity to develop the area from the temple to the river banks as a place making initiative. Development of Sundarnarayan Ghat is aimed to develop Ghat area as multi-activity space.

Elements of Sunder Narayan Ghat:

Ghat at Sunder Narayan temple are proposed to integrate the temple complex with the Godavari river bank opposite the temple. The Ghats will descend to the open plaza and further go down up to the proposed jetty. On left side of Ghats is a park that is re-designed that is to be redeveloped. On the right hand side, a pedestrian bridge is proposed to be constructed.

a) Ghat from Temple up to Jetty point: The Sundarnarayan Temple is situated at same elevation as that of Holkar Bridge. Currently, there is flight of stairs adjacent to the bridge, between the bridge and Sunder Narayan Temple. New proposed Ghat will start from the side of the temple and reach up to the level of existing road which is proposed to be developed as a plaza where acting as buffer space between Ghat, garden and the jetty and the cycle track which is proposed to be crossing over to Gandhi Talao area. Further down, Ghat will pave the way for the jetty.

b) Jetty: a walkway from the land to a water body – is proposed near the Sundar Narayan Temple ghat for undertaking the boat rides in Godavari River. These boat rides are aimed at promoting tourism and recreational avenues at Godavari Riverfront. Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 94 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

The jetty at proposed at Sundarnarayan ghat is designed as continuation of the ghat with a buffer platform of 639.43 (25.67x 24.91) sqm in between. The platform can also act as the podium for small cultural functions. The length and width of jetty from this platform is 23.41 m and 3.0 m respectively.

One ticket booth and one cabin for the life guard shall be required for operational purpose. Also, an existing public toilet is relocated and redesigned as amenities for the visitors to the ghat and boating. The responsibility of availing permission of various concerned authority vests with the Contractor.

c) Garden redevelopment: The existing garden is redesigned in harmony with the design of ghat and jetty. The trees of the existing garden will be replanted in the proposed redeveloped area.

d) Ticket Booth: The boat ride from the jetty would be charged and hence a ticket booth is to be built.

e) Life Guard room: Safety of the tourists is always be at the top priority. It is important that a life guard with all required safety equipment is stationed near the jetty and hence a life guard room is to be built. The requisite permission have to be sought by the Contractor.

Scope of Work • Construction of Ghat from Sundarnarayan temple up to jetty at river as per the design, detailed drawings and specifications • Obtaining permission from the concerned tree authority for the trees that may be needed to be removed/replanted and carrying out the removal/replantation of trees as per the permissions • Ensuring that construction of Ghats is carried out in co-ordination of other sub-projects such as jetty, cycle track that are being constructed as part of Project Goda river development at that location. • Taking all care that no damage is caused to the temple or any existing nearby structure.

4. Rejuvenation of Goda Ghats

Goda Ghats is the section of Godavari riverfront from Holkar Bridge up to Gadge Maharaj Bridge as it has famous Godavari Ghats and Kunds. The riverbed, mainly the Kunds, in this part of Godavari has been heavily concretized in the past, which has caused river to lose its original flow and regime. Therefore, it is proposed to de-concretize the riverbed in 17 Kunds and Gandhi talao – a large pond in the Goda Ghat area. Apart from removing the concrete from the Kund bed, Nirmalya kunds are proposed along the Ghats for Nirmalya visarjan (disposing off the Nirmalaya in a flowing water) to reduce pollution in the river. Beyond the Ghats near Sita Kund, trees are proposed to be planted at regular intervals on both the banks. Around the trees stone benches are designed. Some

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 95 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

parts of ghat steps are proposed to be reshaped for better functionality without encroaching into the current water course. Away from the Ghats cobblestone paving is to be laid defined patterns.

On the left bank, between a public toilet and the Naroshankar temple precinct, the existing arched screen wall is proposed to be replaced with new arched screen wall having arches of same style as used in Naroshankar Temple elevation and cladded with Nevasa Stone. Behind the arched screen wall, it is proposed to provide space for vendors selling souvenirs for the tourists visiting the Ghats. Space for the vendors to fix their vending carts will be defined as per the demarcation defined by NMSCDCL.

On the right bank, cycle track continues from below the Holkar Bridge and goes upto Talkuteshwar.

Scope of Work: • Removal of concrete from the riverbed in Gandhi Talao and Kunds from Holkar Bridge to Talkuteshwar Bridge • Reconstruction of ghat steps near Gopikabai cha taas, Lakshman Kund, and other locations in Nevasa stone as per the specifications • Reconstruction of L-shaped flight of steps near the changing room which leads to the Ram Kund • Construction of Nirmalya kunds and laying of piped network to allow the discharge of water from Nirmalya Kunds to storm water drain network. • Tree plantation and stone bench seating • Laying cobblestone paving as per the drawings • Cycle track is to be marked on the existing concrete surface as per the specifications and alignment shown in drawings • Removal of existing arched wall and construction of new arched wall cladded in stone as per specifications and the design provided in drawings • Installing the metallic pipes for vendors to carry and lock their carts. • Demarcation for space for the vendors to fix their temporary vending carts

5. Designing of Talkuteshwar Ghats

It is the section between Gadge Maharaj bridge to Talkoteshwar bridge (also called as Amardham bridge). It is uplifted for better open space use by way of providing cobblestone paving, tree plantation and seating arrangement. Also some stepped platforms shall be built in the form of Nirmalaya kunds providing a continuous pattern for visual appeal and space for seating. Cycle track, in this section, goes along the Gadge Maharaj Path on right hand bank up to Godse Maharaj Samadhi and after that it slopes down the ghat and goes further as described in the cycle track section. A parking space is also provided just adjacent to the Gadge Maharaj Bridge on the left bank where a mix pattern of cobble stone and existing concrete surface is to be used. Also, there is an arched screen wall, which is proposed to be demolished now.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 96 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Scope of Work: • Construction of Nirmalya kunds and laying of piped network to allow the discharge of water from Nirmalya Kunds to storm water drain network • Construction of Nirmalaya kund shaped seating platforms as per the drawings. • Tree plantation and stone bench seating • Laying cobblestone paving as per the drawings • Cycle track is to be marked on the existing concrete surface as per the specifications and alignment shown in drawings • Removal of existing arched screen wall. 6. Construction of Cycle Track along the river stretch

In keeping with Smart City Vision of creating bicycle friendly streets, NMSCDCL is looking to develop cycle track connecting both banks of river, which is the key element of the Master Plan.

The scope of work under development of 4.37 km long and 3 m wide cycle track includes construction of tracks in 3 loops. 1.48 Km of first loop is from Ramwadi Bridge to Holkar Bridge. Second loop of 1.38 Km is between Holkar to Gadge Maharaj Bridge. 1.51 km long third loop is from Gadge Maharaj Bridge to Amardham Bridge.

The map below shows the three identified loops of cycle track

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 97 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

a) Loop 1: Ramwadi to Holkar Bridge

Left Hand Bank Construction of loop 1 cycle track will be considered from Ramwadi Bridge to Holkar Bridge. Cycle track is to be in continuous loops, passing through Goda Park. Major part left bank is Goda Park and it has no hard paved surface i.e. porous sub-surface.

Right Hand Bank 15 m wide DP road along river bank is connecting Ramwadi Bridge to Holkar Bridge. 3 m wide track is part of 15 m road RoW

Proposed Vehicular Bridge parallel to Ramwadi Bridge and proposed Pedestrian Bridge parallel to Holkar Bridge will connect both ends of Loop 1 cycle track.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 98 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

b) Loop 2: Holkar Bridge to Gadge Maharaj Bridge

Left Hand Bank Construction of loop 2 cycle track will be considered from Holkar Bridge to Gadge Maharaj Bridge. 3 m wide track along left bank is part of Vaishnav Road.

Right Hand Bank 3 m wide track along right bank of river is part of porous paved surface of riverfront.

c) Loop 3: Gadge Maharaj Bridge to Amardham Bridge

Left Hand Bank Construction of loop 3 cycle track will be considered from Gadge Maharaj Bridge to Amardham Bridge. 18 m wide DP road along left bank connects Gadge Maharaj and Amardham Bridge. 3 m wide track is part of 18m wide Road ROW.

Right Hand Bank 3 m wide track along right bank is part of 18 m wide Gadge Maharaj Road.

Proposed implementation shall include development and construction as per the Bill of Quantities Technical Specifications and Drawings for Cycle Track.

7. Heritage Walk Trail

Nashik has many temples and places of heritage value which are near the Godavari riverfront falling in the ABD area. Many tourists – both for pilgrimage and those interested in historical places visit these heritage spots. Considering the high significance of heritage of these places, a defined walk is proposed to be developed around these places of interest. It would further lead to preservation of heritage value of these places and would attract more visitors. It is important to make experience of heritage walk pleasant and more tourists friendly.

It is proposed to install information boards providing the heritage/historical information about the place at each of the identified heritage locations and carry out cobblestone paving in the proposed trail.

The Heritage Walk route: The proposed heritage walk is proposed to commence from the Sunder Narayan Temple near the Holkar Bridge. From Sundar Narayan temple, visitors are suggested to walk from one heritage place to the other in the following sequence: 1. Sundar Narayan Temple 2. Yashwant Maharaj Patangan 3. Ram kund 4. Sita Gufa and Panchavati 5. Kala Ram Temple 6. Naro Shankar Temple Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 99 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

7. Gora Ram Temple 8. Balaji Temple 9. Bhindi Bazar 10. Sarkarwada

Scope of Work: The contractor would be required to prepare and install the information boards as per the design details given in the Drawings in Appendix XV for each of the heritage places and carry out cobblestone paving of the trail.

8. Landscaping with Tree Plantation

Tree plantation and landscaping have their own significance in the beautification of open spaces like riverfronts. In Nashik, at Godavari riverfront, the green/landscape part is not all over the riverfront, but apart from the landscaped areas, trees are used mostly to complement the surroundings and make them more usable from recreational and leisurely activities point of view.

Objective: To plant trees (including the replanting, if required so by the authorities) and execute landscaping of the Goda Garden as per the details to be provided at the time of execution.

Scope of Work:

To provide services for plantation, maintenance and removal/replantation of trees along Godavari Riverfront which is part of Area Based Development (ABD) of Nashik Smart City.

The contractor will work closely with the NMSCDCL/NMC to ensure the most appropriate care and maintenance of the trees along Godavari Riverfront, which will sustain during high floods in the Godavari river.

The work comprises of planting of trees, maintenance and includes trimming or pruning, watering, removing. It shall be understood that the Contractor will be required to perform and complete the proposed tree plantation and maintenance work in a thorough and professional manner, and to provide labour, tools, equipment, materials and supplies necessary to complete all the work in a timely manner that will meet the NMSCDCL requirements. Contractor may be required to perform the following tree maintenance activities throughout the identified locations as per Annexure along Godavari Riverfront:

1 Tree pruning 2 Tree removal 3 Tree planting 4 deployment of staffs/ curators 5 Clearance pruning 6 Grid pruning program

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 100 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

7 Tree watering 8 Small tree care 9 Palm trunk skinning 10 Root pruning 11 Specialty equipment rental 12 Arborist services/inspection 13 Foliar and pesticide treatments if necessary

Since proposed area of tree plantation is along river bank, during monsoon all landscape area submerges into water. Flood tolerant tree species shall be considered for plantation.

9. Installation of Signages

The way-finding system has been designed to provide a powerful visual aesthetic that will provide directions and assurance to the visitors of Godavari Riverfront Development and Heritage Walk. It is to ensure that they stay on the prescribed route throughout the heritage walk and that they can effectively find a specific point of interest along Riverfront Development. By promoting key destinations within the Riverfront Development, the way-finding signage will help to stimulate and promote economic growth from cultural tourism, support the growth of arts and culture, enhance the Riverfront environment, and support movement flow efficiencies. Nashik Municipal Smart City Development Corporation (NMSCDCL) is now entering into the way-finding signage implementation phase. The successful proponent will create detailed shop drawings, fabricate, and install way-finding signage based on the designs and documentation outlined in the Godavari Riverfront Development Way-finding Master Plan. The project will require the successful proponent to work under the direction of the Way-finding Signage Steering Committee of Nashik Municipal Smart City Development Corporation (NMSCDCL), an ad hoc committee established to oversee this project.

Manufacturing and installation of signages and information boards and on specified locations as per the Drawings. The Contents for the signages and information boards will be approved by NMSCDCL.

During the Defect Liability Period the Sign board structure would be cleaned and painted once in a six month and if any damages occurred to Sign board structure would be repaired by the successful bidder to restore it in its original condition.

The successful proponent will create shop drawings, fabricate and install municipal way-finding signage based on the designs provided within this RFP. While recommendations regarding signage types, quantities, and priority installation locations are outlined within the Way-finding Master Plan, the Plan is considered a general guide and modifications may be made by the Nashik Municipal Smart City Development Corporation (NMSCDCL).

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 101 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

10. Design and Installation of Stone benches

Comfortable seating spaces at public places like parks, streets with pedestrian movement caters to people’s need of resting, waiting, or enjoying the views and activities of that public space. It is an integral part of streetscapes and place making initiatives like river front development, public plazas that aim to attract and retain more people and enjoy that place.

Stone benches are sturdy, low maintenance and yet have their own aesthetical value. Therefore, they are one of the preferred options for public seating. Smart city proposal has opted for stone benches as the seating option for providing the safe and comfortable seating facilities at various locations all along the riverfront development including the heritage walk.

Objective To build and place stone benches for providing the safe and comfortable seating facilities at various locations all along the riverfront development including the proposed heritage walk route.

Locations for placing the benches

Benches are placed at different locations along the riverfront. It includes, Goda park, Ghat area from Holkar Bridge to Talkuteshwar, road along the river from Ramwadi to Sundarnarayan Temple, and heritage walk. The locations for stone benches to be placed are as per the drawings attached.

11. Rejuvenation of Waghadi River Stretch

From many years due to deposition of silt, storage capacity of Waghadi river stretch has reduced. Waghadi receives sludge and sewage from overflow of chamber below Talkuteshwar pool, which overflows and joins the river. The scope of work includes dredging/excavation of 900m river stretch to an average depth of 1.5 m on either sides of the existing river stream flow demarcation contributing to an average width of 20 m.

Note : (i) Defect Liability Period: The scope also includes defect liability period of 3 (three) years. (ii) No thoroughfare entries of visitors will be allowed in monsoon season i.e. July to September. The beautification part of Project Goda will not be allowed to function in the monsoon season.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 102 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

APPENDIX XI: TECHNICAL SPECIFICATIONS

Part A: River cleaning and related works: retrofitting and Greenfield area at Nashik, Maharashtra

As per the specification and standard which may be prescribed by the Engineer during the Construction Period.

Part B: Development of bridges and related works at Nashik, Maharashtra; (Life expectancy of the structure is of 100 years.)

Construction of Bridge:

1. Boring, providing and installing bored cast-in-situ reinforced cement concrete pile of specified diameter using approved drilling method to the required depth up to the cut -off level in pile cap in RCC M 35 grade with a minimum cement content of 419 kg/cum using Blue metal of 20mm and down gauge to carry a safe working load not less than the specified, excluding the cost of steel reinforcement but including the cost of boring with casing from natural/formed ground level, bentonite mud circulation of approved specific gravity and the length of the pile to be embedded in the pile cap. The cost shall include the cost of dismantling of laitance/week concrete as per BIS norms, removal of dismantled debris and waste bore mug from the site with all lift and leads up to 1000 mm - as directed by the Engineer-in-charge. The rate shall include all machineries required for boring, genset, skilled labor etc. (length of pile for payment shall be measured up to the bottom of pile cap) - pile diameter 1200 mm (using concrete mixer). 2. Ultrasonic test for each pile and dynamic pile load rest on a single vertical pile in accordance with ASTM D 4945-12 including all testing arrangements such as pile head preparation for conducting the test, supply and fixing of ply wood cushion of required thickness and hardness, S&F of mild steel cap plate, hire charges for hydra/power winch with tripod, hire charges for driving hammer all incidental charges etc. complete, necessary gauges installation, conducting the test and submission of report with two hard copies and one soft copy - Initial or Routine load test.

3. Hire and operational charges of vacuum dewatering system including power generator of not less than 35 kVA capacity driving 110 to 120 number of filter points for constructing pile cap all-round pit of the size for pile cap regular intervals in to the ground to keep the pit in dry condition connecting the filter points to the PVC pipes and then to the suction motors including labor charges for driving the points, delivering the discharge water to the nearest outlet etc. complete as directed by the Engineer-in-charge. 4. Earthwork excavation in soils up to SDR by mechanical means for foundations of structures as per drawing and technical specification including setting out, construction of shoring and bracing, removal of stumps and other deleterious matter, dressing sides of bottom, back filling the excavation

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 103 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

earth to the extent required etc., complete for finished item of work as per MoRT&H Specification 304 (5th Revision). 5. P.C.C (1:3:6) Nominal mix in foundation with crushed stone aggregate 40mm nominal size mechanically mixed placed in foundation and compacted by vibration including curing complete as per MoRT&H Specification No.2100. 6. Vibrated Reinforced cement concrete M 30 Grade Concrete using 40mm , 20mm and 10mm size HBG crushed stone aggregate (Coarse aggregate conforming to table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, and conveyance of all materials to site and all labour charges for machine mixing, laying in position, Compacting , Vibrating and curing including all other incidental and all other operational charges of T&P required etc., complete as per MoRT&H Specification 1500, 1700, 2100 (5th Revision) for Pile Caps. 7. Vibrated cement concrete M 30 Grade Concrete using 40mm , 20mm and 10mm size HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, and conveyance of all materials to site and all labour charges for machine mixing, laying in position, compacting, Vibrating and curing including all other incidental and all other operational charges of T&P required etc., complete as per MoRT&H Specification 1500, 1700, 2200 (5th Revision) for Sub-structure for Piers etc. 8. Vibrated reinforced cement concrete M 30 grade using 20 mm & 10 mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including other incidental hire and operational charges of all T&P as per approved drawings and as directed during execution but excluding cost of steel and its fabrication charges for finished item as per MoRT&H Specification 1500, 1600, 1700 & 2200 (5th Revision ) and as directed by the Engineer-in-Charge for Sub-structure for Abutments, Fly wings, Bed blocks and Backing Walls.

9. Vibrated reinforced cement concrete M 30 grade using 20mm & 10mm HT crushed stone aggregate (Coarse aggregate conforming to table 1000-1 and fine aggregate conforming to table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including other incidental hire and operational charges of all T&P etc., complete as per approved drawings and as directed during execution but excluding cost of steel and its fabrication charges for finished item as per MoRT&H Specification 1500,1600,1700.

10. Vibrated cement concrete M 30 Grade Concrete using 40mm, 20mm and 10mm size HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, and conveyance of all materials to site and all labour charges for machine mixing, laying in position, Compacting, Vibrating and curing including all other incidental and all other operational charges of T&P required etc., complete as per MoRT&H Specification 1500,1700, 2100 (5th Revision) for Levelling course below Approach Slab. 11. Vibrated reinforced cement concrete M 30 grade using 20mm & 10mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 104 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including all other incidental and operational charges of all T&P etc., complete for finished item of work as per approved drawing, excluding cost of steel and its fabrication charges as per MoRT&H Specification 1500, 1600, 1700 and 2704. 12. Vibrated reinforced cement concrete M 30 grade using 20mm & 10mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including all other incidental and operational charges of all T&P etc., complete for finished item of work but excluding cost of steel and its fabrication charges as per MoRT&H Specification No. 1500, 1600,1700 & 2702 for Wearing Coat over Deck Slab. 13. Providing HYSD bars (Fe-415) of different diameters, wrought and put up bars of all diameters including cost and conveyance of steel to site and all labour charges for fabrication of reinforcement including cutting, bending, binding rods, tying grills, placing them in position etc., complete including cost and conveyance of binding wire and all handling charges and operational charges etc., and including over lapping welding if required etc., complete for all R.C.C items for finished item of work as per standard drawings, as per the directions of the Engineer-in-Charge and as per MoRT&H Specification 1600 &2200 (5th Revision) and as per IS: 1786 of 1985 for Super structure of R.C.C items. 14. Providing HYSD bars (Fe-415) of different diameters, wrought and put up bars of all diameters including cost and conveyance of steel to site and all labour charges for fabrication of reinforcement including cutting, bending, binding rods, tying grills, placing them in position etc., complete including cost and conveyance of binding wire and all handling charges and operational charges etc., and including over lapping welding if required etc., complete for all R.C.C items for finished item of work as per standard drawings, as per the directions of the Engineer-in-charge and as per MoRT&H Specification 1600 & 2200 (5th Revision) and as per IS: 1786 of 1985 for Sub structure of R.C.C items. 15. Providing HYSD bars (Fe-415) of different diameters, wrought and put up bars of all diameters including cost and conveyance of steel to site and all labour charges for fabrication of reinforcement including cutting, bending, binding rods, tying grills, placing them in position etc., complete including cost and conveyance of binding wire and all handling charges and operational charges etc., and including over lapping welding if required etc., complete for all R.C.C items for finished item of work as per standard drawings, as per the directions of the Engineer-in-Charge and as per MoRT&H Specification 1600 &2200 (5th Revision) and as per IS: 1786 of 1985 for foundations of R.C.C items. 16. Providing weep holes in Abutments, Return walls and wing walls with 100mm Diameter AC pipe extending through the full width of the structure at 1.00m C/C in both horizontal and vertical direction so that the weep holes in each horizontal direction is staggered from the weep holes laying above and below lines as shown in drawing including cost and conveyance of the A.C pipes and labour charges for cutting to required length, placing the pipe with a slope of about 1V : 20H towards

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 105 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

stream side face etc., complete for finished item of work for weep holes as per MoRT&H Specification 2706 & 2200 (5th Revision). 17. Supplying and fixing of GI drainage spouts complete as per MoRT&H Specification No.2705.

18. Providing and laying of a strip seal expansion joint to maximum horizontal movement up to 70 mm, including cost, conveyance of all materials and charges for cutting, fixing & painting exposed surfaces of MS angles with anti-corrosive paints etc., complete as per approved drawings and standard specifications to be installed by the manufacturer/supplier or authorized representative ensuring compliance to the manufacturer's instructions for installation and directed by the Engineer- in-charge.

19. Supplying, fitting and fixing in position true to line and level elastomeric neoprene bearings conforming to IRC: 83 (Part-II) section IX and clause 2005 of MoRTH specifications complete including all accessories as per drawing and Technical Specifications and as per MoRT&H Specification No.2000 & 2200. 20. Vibrated reinforced cement concrete M 30 grade using 20mm & 10mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including other incidental hire and operational charges of all T&P as per approved drawings and as directed during execution but excluding cost of steel and its fabrication charges for finished item as per MoRT&H Specification 1500, 1600, 1700 & 2200 (5th revision) and as directed by the Engineer-in-Charge for Bearing Pedestal.

21. Construction of precast VRCC railing of M 30 grade using HBG crushed stone aggregate of size not exceeding 12 mm and fine aggregate conforming to Table 1000-2 true to line and grade, tolerance of vertical RCC post not to exceed 1 in 500, centre to centre spacing between vertical posts not to exceed 2000mm, leaving adequate space between vertical posts for expansion including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including other incidental hire and operational charges of all T&P as per approved drawings and as directed during execution, excluding cost of steel and its fabrication charges as per approved drawings and technical specifications for finished item of work as per MoRT&H Specification 2703, 1500, 1600, 1700 (4th Revision) as per MoST Drawing No.SD/202 of RCC T beam and slabs.

22. Soil Investigation and Testing for Confirmatory boreholes.

23. Painting to Hand Railing, Road Signs Markings as per IRC.

24. Temporary shifting and relaying of existing 2 Nos. of 200mm diameter GI water supply pipelines.

25. Structural and Foundation Designs - Proof Checking Consultancy Charges.

26. Laying New Water Supply Main 300 mm Diameter x 1 No. DI K9 pipe line with necessary supporting arrangements.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 106 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Construction of Retaining Wall:

1. Boring, providing and installing bored cast-in-situ reinforced cement concrete pile of specified diameter using approved drilling method to the required depth up to the cut -off level in pile cap in RCC M-35 grade with a minimum cement content of 419 kg/cum using Blue metal of 20mm and down gauge to carry a safe working load not less than the specified, excluding the cost of steel reinforcement but including the cost of boring with casing from natural/formed ground level, bentonite mud circulation of approved specific gravity and the length of the pile to be embedded in the pile cap. The cost shall include the cost of dismantling of laitance/week concrete as per BIS norms, removal of dismantled debris and waste bore mug from the site with all lift and leads up to 1000 mm - as directed by the Engineer-in-charge. The rate shall include all machineries required for boring, genset, skilled labor etc. (length of pile for payment shall be measured up to the bottom of pile cap) - pile diameter 500 mm (using concrete mixer). 2. Ultrasonic test for every vertical pile and dynamic pile load test on single vertical pile in accordance with ASTM D 4945-12 including all testing arrangements such as pile head preparation for conducting the test, supply and fixing of ply wood cushion of required thickness and hardness, S & F of mild steel cap plate, hire charges for hydra/power winch with tripod, hire charges for driving hammer all incidental charges etc. complete, necessary gauges installation, conducting the test and submission of report with two hard copies and one soft copy - Initial or Routine load test. 3. Hire and operational charges of vacuum dewatering system including power generator of not less than 35 kVA capacity driving 110 to 120 number of filter points for constructing pile cap all-round pit at regular intervals in to the ground to keep the pit in dry condition connecting the filter points to the PVC pipes and then to the suction motors including labor charges for driving the points, delivering the discharge water to the nearest outlet etc. complete as directed by the Engineer-in- charge. 4. Earthwork excavation in soils up to SDR by mechanical means for foundations of structures as per drawing and technical specification including setting out, construction of shoring and bracing, removal of stumps and other deleterious matter, dressing sides of bottom, back filling the excavation earth to the extent required etc., complete for finished item of work as per MoRT&H Specification 304 (5th Revision).

5. P.C.C (1:3:6) Nominal Mix in foundation with crushed stone aggregate 40mm nominal size mechanically mixed placed in foundation and compacted by vibration including curing complete as per MoRT&H Specification No.2100.

6. Vibrated Reinforced Cement Concrete M 30 Grade concrete using 40mm, 20mm and 10mm size HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost and conveyance of all materials to site and all labour charges for machine mixing, laying in position, compacting, vibrating and curing including all other incidental and all other operational charges of T&P required etc., complete as per MoRT&H Specification 1500, 1700, 2100 (5th Revision) for Pile Cap.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 107 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

7. Vibrated Reinforced Cement concrete M 30 grade using 20mm & 10mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, conveyance of all materials to site and labor charges, centering, machine mixing, laying, vibrating, curing etc., including other incidental hire and operational charges of all T&P as per approved drawings and as directed during execution but excluding cost of steel and its fabrication charges for finished item as per MoRT&H Specification 1500, 1600, 1700 & 2200 (5th revision) and as directed by the Engineer-in-Charge for Substructure for Retaining Wall Stem. 8. Construction of Precast VRCC railing of M 30 grade using HBG crushed stone aggregate of size not exceeding 20mm and fine aggregate conforming to Table 1000-2 true to line and grade, tolerance of vertical R.C.C post not to exceed 1 in 500, centre to centre spacing between vertical posts not to exceed 2000mm, leaving adequate space between vertical posts for expansion including cost, conveyance of all materials to site and labor charges, centering, machine mixing, laying, vibrating, curing etc., including other incidental hire and operational charges of all T&P as per approved drawings and as directed during execution, excluding cost of steel and its fabrication charges as per approved drawings and technical specifications for finished item of work as per MoRT&H Specification 2703, 1500, 1600, 1700 (5th Revision). 9. Furnishing and placing reinforced cement concrete M 25 grade as per approved drawings and technical specifications as per MoRT&H specification 1500, 1600, 1700. 10. Providing HYSD bars (Fe-415) of different diameters, wrought and put up bars of all diameters including cost and conveyance of steel to site and all labour charges for fabrication of reinforcement including cutting, bending, binding rods, tying grills, placing them in position etc., complete including cost and conveyance of binding wire and all handling charges and operational charges etc., and including over lapping welding if required etc., complete for all R.C.C items for finished item of work as per standard drawings, as per the directions of the Engineer-in-Charge and as per MoRT&H Specification 1600 & 2200 (5th revision) and as per IS: 1786 of 1985 for Super structure of R.C.C items. 11. Providing Grouted Revetment with rough stone (HBG) of not less than 300 mm size grouted with 0.20 cum of CC (1:4:8) including cost, and conveyance of materials to site and including labor charges for packing the stones for revetment etc., complete for finished item of work as per MoRT&H Specification 2504 (5th Revision) and as directed by the Engineer-in-Charge for Quadrilateral Revetment.

12. Pitching with 300 mm size rough stone including cost, and conveyance of materials to site and including labor charges for packing the stones for revetment etc., complete for finished item of work as per MoRT&H Specification 2504 (5th Revision) and as directed by the Engineer-in-charge for Pitching of Slopes for Toe Wall. 13. Providing and laying filter material with Gravel (selected earth) underneath pitching in slopes including cost, and conveyance of materials to site including labor charges etc., complete for finished item of work as per MoRT&H Specification 2504 (5th Revision) and as directed by the Engineer-in-charge under Revetment.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 108 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

14. Back filling behind Abutments with gravel (selected earth) including cost, conveyance of all materials to site etc., complete as per Clause 710.1.4 of IRC: 78 and as per MoRT&H Specification No. 2200 and as per Cl 710.1.4 of IRC :78.

15. Providing and laying of filter media using 50% of 150 mm IRC soling stone and 50 % of 40 mm HBG metal satisfying the requirements laid down in clause 2504.2.2 of MoRT&H specifications to thickness of not less than 600mm with smaller size towards the soil and bigger size towards the wall and provided over the entire surface behind the abutment, wing wall and return wall to the full height compacted to a firm condition including cost and conveyance of all metal seignorage charges ,and all labor charges as directed by the departmental officers as per drawing and Technical specifications as per clause 710.1.1 of IRC:78 and Clause 2200 of MoRT&H (5th Revision) for finished item of work. 16. Providing weep holes in VCC Abutments, Return walls and wing walls with 100mm Diameter AC pipe extending through the full width of the structure at 1.00 m C/c in both horizontal and vertical direction so that the weep holes in each horizontal direction is staggered from the weep holes laying above and below lines as shown in drawing including cost and conveyance of the A.C pipes and labor charges for cutting to required length, placing the pipe with a slope of about 1V : 20H towards stream side face etc., complete for finished item of work for weep holes as per MoRT&H Specification 2706 & 2200 (5th Revision).

Construction of Approach Roads:

1. Forming embankment with borrowed useful earth from outside road boundary by mechanical means up to SDR with all leads and lifts including pre-watering of soil at borrow area, removal of top soil, excavation of soils at borrowed area, conveyance of soil, depositing the soil on the embankment, spreading soil, breaking clods, sectioning, grading and consolidation with 8 to 10 Tonnes Vibratory Road Roller @ OMC to meet requirement of Table 300-2 of MoRT&H, including all hire and operational charges of T&P and charges, complete for finished item of work as per MoRT&H specification 305 (5th Revision).

2. Construction of Granular sub-base by providing HBG material confirming to Grading -V of MoRT&H Table 400-1 including cost, charges and conveyance of all materials to work site and spreading in uniform layers with motor grader or by approved means, on prepared surface mixing by mix in place method with Rotavator/ approved means at OMC and compacting with vibratory roller to achieve the desired density etc., complete for finished item of work as per MoRT&H Specification 401 (5th Revision) and as directed by the Engineer-in-charge

3. Providing, Laying, Spreading and compacting graded HBG crushed stone aggregate to Wet Mix Macadam specification including cost, seignorage of all materials and including premixing the material with water at OMC in Mechanical mix plant carriage of mixed material by tipper to site , laying in uniform layers with paver in base courses on well prepared surface and compacting with Vibratory roller to achieve the desired density etc., as directed by the Engineer-in-Charge and as per MoRT&H Specification 406 (5th Revision) for finished item of work.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 109 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

4. Providing and applying primer coat with bitumen emulsion (SS1) on prepared surface of granular Base including clearing of road surface and spraying primer at the rate of 0.70 kg/Sq.m using mechanical means as per MoRT&H specification Clause No.502 and as directed by the Engineer- in-charge. 5. Providing and applying tack coat with bitumen 80/100 VG10 (Bulk) using Bitumen pressure distributor at the rate of 0.25 kg per Sq.m on the prepared bituminous/granular surface cleaned with mechanical broom for finished item of work as per MoRT&H Specification 503 (5th revision) and as directed by the Engineer-in-charge. 6. Providing and laying of 50mm thick Bituminous Macadam with 100 -120 TPH hot mix plant producing an average output of 75 tonnes per hour using hard blasted granite crushed aggregates of Grading -II as per Table 500-7 of MoRT&H Specification 504 (5th Revision) premixed with bituminous binder of VG-30 grade @ 3.4% by weight of total mixture, transported to site, laid over a previously prepared surface with Mechanical paver finisher with sensor control to the required grade, level and alignment and rolled as per Clauses 501.6 and 501.7 to achieve the desired compaction for finished item of work as directed by the Engineer-in-Charge including hire and operational charges all T&P and all other contingent charges necessary, complete and as per MoRT&H Specification No. 504 (5th Revision). 7. Providing and applying tack coat with bitumen 80/100 VG10 (Bulk) using Bitumen pressure distributor at the rate of 0.20 kgs per sqm on the prepared bituminous/granular surface cleaned with mechanical broom for finished item of work as per MoRT&H Specification 503 (5th revision) and as directed by the Engineer-in-charge. 8. Providing , laying of close graded premix surfacing material (Mixed seal surfacing) of 20 mm thickness by hot mix plant using hard blasted granite crushed aggregates of 13.2 mm to 0.09 mm (Type 'B') as per table 500-19 of Specification 508 of MoRT&H (5th Revision), premixed with bituminous binder VG-30 (60/70) grade @ 19.00 kg per 10 Sq.m area, including cost of all materials and transporting the hot mix to work site, laying with mechanical paver finisher to the required grade, level and alignment, rolling with smooth wheeled roller 8 to 10 Tonnes as per MoRT&H (5th Revision) Specification No. 508 complete for finished item of work in all respects as directed by Engineer-in-Charge.

9. Construction of Gravel shoulders (Selected Earth) including cost, and conveyance of all materials to work site and spreading in uniform layers by approved means, on prepared surface and compacting with vibratory roller to achieve the desired density at OMC etc., complete for finished item of work as per MoRT&H Specification 401& 407 (5th Revision) and as directed by the Engineer-in-charge for Gravel Shoulders and Grading of canal bunds.

Formation of Cross Bund:

1. Forming cross bund with borrowed useful earth outside road boundary by mechanical means up to SDR with all leads and lifts including pre-watering of soil at borrow area, removal of top soil, excavation of soils at borrowed area, conveyance of soil, depositing the soil on the embankment, spreading soil, conveyance of soil, depositing the soil on the embankment, spreading soil, breaking Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 110 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

clods, sectioning, grading and consolidation with 8 to 10 tones road roller at OMC including all hire charges and operational charges of T & P etc. complete for finished item of work as per MoRT&H Specification 305 (4th Revision).

2. Providing laying reinforced cement concrete Hume pipes of 1000 mm dia. NP3 class for pipe culverts including cost and conveyance of pipes etc. complete and labor charges for laying, jointing of 1000 mm dia. RCC Hume pipes in position including lifting, aligning, lowering and hoisting etc. as per drawing and as per MoRT&H Specification 2900, 2905 and 2906 (4th Revision) and IRC Special Publication No.13 and as directed by the Engineer-in-charge for finished item of work. 3. Laying sand bags in the stipulated places including cost of empty cement bag, sand, threads, stitching charges and labor charges with 10% overhead charges and contractor profits. 4. Supply and fixing double layer of bamboo matting tarred on both sides including cost and conveyance and labor charges for all operations such as unloading and stacking at site of work for verification etc. complete. 5. Removing of cross bund, filling of trenches etc. after completion.

6. Earthwork excavation in soils up to SDR by mechanical means for foundations of structures as per drawing and technical specification including setting out, construction of shoring and bracing, removal of stumps and other deleterious matter, dressing sides of bottom, back filling the excavation earth to the extent required etc., complete for finished item of work as per MoRT&H Specification 304 (5th Revision). 7. P.C.C (1:3:6) Nominal mix in foundation with crushed stone aggregate 40mm nominal size mechanically mixed placed in foundation and compacted by vibration including curing complete as per MoRT&H Specification No.2100. 8. Vibrated Reinforced cement concrete M 30 Grade Concrete using 40mm , 20mm and 10mm size HBG crushed stone aggregate (Coarse aggregate conforming to table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, and conveyance of all materials to site and all labour charges for machine mixing, laying in position, Compacting , Vibrating and curing including all other incidental and all other operational charges of T&P required etc., complete as per MoRT&H Specification 1500, 1700, 2100 (5th Revision) for Pile Caps.

9. Vibrated cement concrete M 30 Grade Concrete using 40mm , 20mm and 10mm size HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, and conveyance of all materials to site and all labour charges for machine mixing, laying in position, compacting, Vibrating and curing including all other incidental and all other operational charges of T&P required etc., complete as per MoRT&H Specification 1500, 1700, 2200 (5th Revision) for Sub-structure for Piers etc. 10. Vibrated reinforced cement concrete M 30 grade using 20 mm & 10 mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including other incidental hire and operational charges of all

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 111 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

T&P as per approved drawings and as directed during execution but excluding cost of steel and its fabrication charges for finished item as per MoRT&H Specification 1500, 1600, 1700 & 2200 (5th Revision ) and as directed by the Engineer-in-Charge for Sub-structure for Abutments, Fly wings, Bed blocks and Backing Walls. 11. Vibrated reinforced cement concrete M 30 grade using 20mm & 10mm HT crushed stone aggregate (Coarse aggregate conforming to table 1000-1 and fine aggregate conforming to table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including other incidental hire and operational charges of all T&P etc., complete as per approved drawings and as directed during execution but excluding cost of steel and its fabrication charges for finished item as per MoRT&H Specification 1500,1600,1700. 12. Vibrated cement concrete M 30 Grade Concrete using 40mm, 20mm and 10mm size HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, and conveyance of all materials to site and all labour charges for machine mixing, laying in position, Compacting, Vibrating and curing including all other incidental and all other operational charges of T&P required etc., complete as per MoRT&H Specification 1500,1700, 2100 (5th Revision) for Levelling course below Approach Slab. 13. Vibrated reinforced cement concrete M 30 grade using 20mm & 10mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including all other incidental and operational charges of all T&P etc., complete for finished item of work as per approved drawing, excluding cost of steel and its fabrication charges as per MoRT&H Specification 1500, 1600, 1700 and 2704. 14. Vibrated reinforced cement concrete M 30 grade using 20mm & 10mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including all other incidental and operational charges of all T&P etc., complete for finished item of work but excluding cost of steel and its fabrication charges as per MoRT&H Specification No. 1500, 1600,1700 & 2702 for Wearing Coat over Deck Slab. 15. Providing HYSD bars (Fe-415) of different diameters, wrought and put up bars of all diameters including cost and conveyance of steel to site and all labour charges for fabrication of reinforcement including cutting, bending, binding rods, tying grills, placing them in position etc., complete including cost and conveyance of binding wire and all handling charges and operational charges etc., and including over lapping welding if required etc., complete for all R.C.C items for finished item of work as per standard drawings, as per the directions of the Engineer-in-Charge and as per MoRT&H Specification 1600 &2200 (5th Revision) and as per IS: 1786 of 1985 for Super structure of R.C.C items.

16. Providing HYSD bars (Fe-415) of different diameters, wrought and put up bars of all diameters including cost and conveyance of steel to site and all labour charges for fabrication of reinforcement including cutting, bending, binding rods, tying grills, placing them in position etc., complete including cost and conveyance of binding wire and all handling charges and operational charges Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 112 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

etc., and including over lapping welding if required etc., complete for all R.C.C items for finished item of work as per standard drawings, as per the directions of the Engineer-in-charge and as per MoRT&H Specification 1600 & 2200 (5th Revision) and as per IS: 1786 of 1985 for Sub structure of R.C.C items. 17. Providing HYSD bars (Fe-415) of different diameters, wrought and put up bars of all diameters including cost and conveyance of steel to site and all labour charges for fabrication of reinforcement including cutting, bending, binding rods, tying grills, placing them in position etc., complete including cost and conveyance of binding wire and all handling charges and operational charges etc., and including over lapping welding if required etc., complete for all R.C.C items for finished item of work as per standard drawings, as per the directions of the Engineer-in-Charge and as per MoRT&H Specification 1600 &2200 (5th Revision) and as per IS: 1786 of 1985 for foundations of R.C.C items. 18. Providing weep holes in Abutments, Return walls and wing walls with 100mm Diameter AC pipe extending through the full width of the structure at 1.00m C/C in both horizontal and vertical direction so that the weep holes in each horizontal direction is staggered from the weep holes laying above and below lines as shown in drawing including cost and conveyance of the A.C pipes and labour charges for cutting to required length, placing the pipe with a slope of about 1V : 20H towards stream side face etc., complete for finished item of work for weep holes as per MoRT&H Specification 2706 & 2200 (5th Revision).

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 113 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part C: Interception and Diversion of Aruna River related works at Nashik, Maharashtra. (Life expectancy of the structure is of 50 years.)

1 Earthwork excavation in soils up to SDR by mechanical means for foundations of structures as per drawing and technical specification including setting out, construction of shoring and bracing, removal of stumps and other deleterious matter, dressing sides of bottom, back filling the excavation earth to the extent required etc., complete for finished item of work as per MoRT&H Specification 304 (5th Revision). 2 P.C.C (1:3:6) Nominal mix in foundation with crushed stone aggregate 40mm nominal size mechanically mixed placed in foundation and compacted by vibration including curing complete as per MoRT&H Specification No.2100. 3. Vibrated Reinforced cement concrete M 30 Grade Concrete using 40mm , 20mm and 10mm size HBG crushed stone aggregate (Coarse aggregate conforming to table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, and conveyance of all materials to site and all labour charges for machine mixing, laying in position, Compacting , Vibrating and curing including all other incidental and all other operational charges of T&P required etc., complete as per MoRT&H Specification 1500, 1700, 2100 (5th Revision) for Pile Caps.

4. Vibrated cement concrete M 30 Grade Concrete using 40mm , 20mm and 10mm size HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, and conveyance of all materials to site and all labour charges for machine mixing, laying in position, compacting, Vibrating and curing including all other incidental and all other operational charges of T&P required etc., complete as per MoRT&H Specification 1500, 1700, 2200 (5th Revision) for Sub-structure for Piers etc.

5. Vibrated reinforced cement concrete M 30 grade using 20 mm & 10 mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including other incidental hire and operational charges of all T&P as per approved drawings and as directed during execution but excluding cost of steel and its fabrication charges for finished item as per MoRT&H Specification 1500, 1600, 1700 & 2200 (5th Revision ) and as directed by the Engineer-in-Charge for Sub-structure for Abutments, Fly wings, Bed blocks and Backing Walls.

6. Vibrated reinforced cement concrete M 30 grade using 20mm & 10mm HT crushed stone aggregate (Coarse aggregate conforming to table 1000-1 and fine aggregate conforming to table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including other incidental hire and operational charges of all T&P etc., complete as per approved drawings and as directed during execution but excluding cost of steel and its fabrication charges for finished item as per MoRT&H Specification 1500,1600,1700. 7. Vibrated cement concrete M 30 Grade Concrete using 40mm, 20mm and 10mm size HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 114 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Table 1000-2) including cost, and conveyance of all materials to site and all labour charges for machine mixing, laying in position, Compacting, Vibrating and curing including all other incidental and all other operational charges of T&P required etc., complete as per MoRT&H Specification 1500,1700, 2100 (5th Revision) for Levelling course below Approach Slab. 8. Vibrated reinforced cement concrete M 30 grade using 20mm & 10mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including all other incidental and operational charges of all T&P etc., complete for finished item of work as per approved drawing, excluding cost of steel and its fabrication charges as per MoRT&H Specification 1500, 1600, 1700 and 2704. 9. Vibrated reinforced cement concrete M 30 grade using 20mm & 10mm HBG crushed stone aggregate (Coarse aggregate conforming to Table 1000-1 and fine aggregate conforming to Table 1000-2) including cost, conveyance of all materials to site and labour charges, centering, machine mixing, laying, vibrating, curing etc., including all other incidental and operational charges of all T&P etc., complete for finished item of work but excluding cost of steel and its fabrication charges as per MoRT&H Specification No. 1500, 1600,1700 & 2702 for Wearing Coat over Deck Slab. 10. Providing HYSD bars (Fe-415) of different diameters, wrought and put up bars of all diameters including cost and conveyance of steel to site and all labour charges for fabrication of reinforcement including cutting, bending, binding rods, tying grills, placing them in position etc., complete including cost and conveyance of binding wire and all handling charges and operational charges etc., and including over lapping welding if required etc., complete for all R.C.C items for finished item of work as per standard drawings, as per the directions of the Engineer-in-Charge and as per MoRT&H Specification 1600 &2200 (5th Revision) and as per IS: 1786 of 1985 for Super structure of R.C.C items. 11. Providing HYSD bars (Fe-415) of different diameters, wrought and put up bars of all diameters including cost and conveyance of steel to site and all labour charges for fabrication of reinforcement including cutting, bending, binding rods, tying grills, placing them in position etc., complete including cost and conveyance of binding wire and all handling charges and operational charges etc., and including over lapping welding if required etc., complete for all R.C.C items for finished item of work as per standard drawings, as per the directions of the Engineer-in-charge and as per MoRT&H Specification 1600 & 2200 (5th Revision) and as per IS: 1786 of 1985 for Sub structure of R.C.C items. 12. Providing HYSD bars (Fe-415) of different diameters, wrought and put up bars of all diameters including cost and conveyance of steel to site and all labour charges for fabrication of reinforcement including cutting, bending, binding rods, tying grills, placing them in position etc., complete including cost and conveyance of binding wire and all handling charges and operational charges etc., and including over lapping welding if required etc., complete for all R.C.C items for finished item of work as per standard drawings, as per the directions of the Engineer-in-Charge and as per MoRT&H Specification 1600 &2200 (5th Revision) and as per IS: 1786 of 1985 for foundations of R.C.C items.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 115 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

13. Providing weep holes in Abutments, Return walls and wing walls with 100mm Diameter AC pipe extending through the full width of the structure at 1.00m C/C in both horizontal and vertical direction so that the weep holes in each horizontal direction is staggered from the weep holes laying above and below lines as shown in drawing including cost and conveyance of the A.C pipes and labour charges for cutting to required length, placing the pipe with a slope of about 1V : 20H towards stream side face etc., complete for finished item of work for weep holes as per MoRT&H Specification 2706 & 2200 (5th Revision).

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 116 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part D: Installation of pneumatically operated automated mechanical gates and related works at Nashik, Maharashtra (Life expectancy of the structure is of 50 years.)

Automated mechanical pneumatic crest gate general specifications & performance criteria:

1. The automated mechanical pneumatic crest gate system, including gate panels, air bladders, air supply components, abutment plates, controls and associated appurtenances shall be furnished by the gate supplier unless otherwise indicated. The crest gate shall be installed by the installation contractor.

2. The crest gates shall consist of a steel gate panel attached to the spillway crest by means of an elastomeric hinge and an air bladder mounted between the hinged gate and the spillway crest. The hinge shall be anchored using stainless steel anchor bolts. The elastomeric hinge shall allow the automated mechanical pneumatic crest gate to operate through a range from fully raised to fully lowered. Rubber wiper type abutment seals shall be provided to allow a water tight seal across the full range of gate motion. Pneumatic air control lines (supplied by the Installation Contractor) to and from the gates shall be manufactured from stainless steel.

3. The pneumatically operated automated mechanical gates shall be specifically designed for this project. The gates shall be mounted at elevation 416.30-meters and shall extend to elevation 418.30-meters in the fully closed position. The gates shall be designed for 300-mm of overtopping in the completely raised position.

4. The gate shall be 70-meters wide. The 70-meter gate will comprise fourteen individual nominal 5-meter wide gate panels and air bladders. All gate panels/air bladders shall operate in unison to create a single 70- meter wide control section.

5. The automated mechanical pneumatic crest gate shall operate within the ambient temperature range of plus 50 degrees C to minus 40 degrees C.

6. The crest gate system shall be capable of withstanding impact from floating logs and debris and s h all have a minimum gate steel thickness of 16-mm. and as per design.

7. The automated mechanical pneumatic crest gate system shall be designed to operate in both a fully raised and a partially raised position for extended periods of overtopping without experiencing significant oscillation, adverse flow conditions, or wear.

8. The automated mechanical pneumatic crest gate system shall be anchored to the concrete spillway crest. The anchor bolt allowable shear and tension stresses for attachment to the concrete shall not exceed that recommended by the anchor bolt manufacturer.

9. The gap between adjacent gates shall be sealed by a rubber web clamped to each gate panel and made of Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 117 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

polyester reinforced rubber. The automated mechanical pneumatic crest gate system shall be watertight at these seals.

10. The automated mechanical pneumatic crest gate system shall be designed, manufactured, and installed so as not to cause binding or damage to component parts of the system.

11. A stainless steel abutment plate shall be supplied and installed at each concrete abutment. The abutment plate will provide a flat vertical sealing surface for the pneumatic spillway gate system.

12. A restraining strap shall be incorporated to limit the upstream travel of the gate and to define the maximum gate height.

Automated mechanical pneumatic crest gate control equipment specification:

1. The control system shall be supplied by the crest gate manufacturer and installed by the contractor. The control system shall be provided in dual Nema 12 rated steel electrical cabinets

2. The control system shall measure upstream water elevation using a submersible depth transmitter. The gate shall automatically maintain a constant upstream water elevation to within 50-mm of set- point.

3. The control system shall include a pressure regulator for regulating internal air bladder pressure.

4. An ASME stamped pressure relief valve shall be incorporated into the control system to protect the air bladders from over pressurization. The pressure relief valve shall be set at a pressure not more than 20% higher than maximum operating pressure.

5. The control system will include pressure gages for monitoring air receiver pressure, set pressure, and air bladder pressure.

6. The control system shall incorporate manual by-pass valves for manual inflation and deflation of the gate.

Codes and Standards:

Comply with the provisions of the following except as otherwise indicated: 1. AISC “Manual of Steel Construction Allowable Stress Design” latest Edition. 2. AWS D1 .1 “Structural Welding Code” latest Edition. 3. ASTM A36 Standard Specification for Carbon Structural Steel 4. ASTM123-89A Specification for Zinc coating on Iron and Steel Hardware. 5. ASTM 153-82 Specification for Zinc Coating on Iron and Steel Hardware. 6. ASTM A313 Standard Specification for Stainless Steel Spring Wire. 7. ASTM A572 Standard Specification for High- Strength Low-Alloy Columbium-Vanadium

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 118 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Structural Steel. 8. ASTM D751 Standard Test Methods for Coated Fabrics. 9. ASTM D1 149 Standard Test Methods for Rubber Deterioration-Cracking in an Ozone Controlled Environment. 10. ASTM D2000 Standard Classification System for Rubber Products in Automotive Applications.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 119 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part E: Beautification Projects including landscaping, cycle track, cobblestone paving, stone benches, signages etc. (Life expectancy of the structure is of 30 years.)

General Technical Specifications: Civil Works

Earthwork:

1. Scope

This specification covers the general requirements of ‘Earthwork’ which comprises, 1. Earth work in excavation in different types of soils as classified in IS1200 part 1. 2. Disposing of the excavated material by a. Filling back around the foundations. b. Filling in areas within the ABD as per direction of Engineer-in-charge. c. Carting the excavated material away from the site. 3. Filling in areas with approved quality material brought from outside.

2. General

Indian Standards: IS 1200 – Part 1, shall be followed for: a) Definitions of related terms like ‘Lift’, ‘Lead’, etc. used in the tender document b) Classification of different types of soils. c) Measurement of work unless otherwise mentioned.

Contractor shall have obtained all the statutory permissions, licenses, safety induction and approvals of all concerned authorities prior to start of the work.

Contractor shall carry out the survey of the site before excavation and properly mark all lines and establish levels for various works such as earthwork in excavation for grading, basement, foundations, plinth filling, roads, drains, cable, trenches, pipelines etc. Such survey shall be carried out by taking accurate cross sections of the area perpendicular to established reference/ grid lines at intervals as determined by EIC based on ground profile. These shall be checked by Engineer and thereafter properly recorded. Reference bench marks established by the contractor at the site shall be preserved and maintained by the contractor till the completion of the work.

Contractor shall provide all resources like tools, plants, machinery, Instruments, vehicles, qualified supervisory personnel, laborers, material, consumables, any & everything – whether mentioned or not specifically in the tender document – for completion of the work and include the cost of using the above mentioned resources in the quoted rates of the items of the work. Protection of the work under construction shall be ensured by the contractor by providing required slopes, side margins, shoring, planking, strutting, etc. at his own cost.

Safety of the work, staff, workers and public shall be ensured by contractor by providing necessary barricades, lights, caution signs, notices in and around the area under construction at his own cost.

Contractor shall maintain the areas under construction in clean condition by removing all the debris & unwanted material from the excavated areas at his own cost and as directed by EIC.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 120 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Contractor shall maintain the areas under construction in dry condition by taking required measures to dewater these areas effectively at his own cost and as directed by EIC.

Contractor shall clear the areas under the work as per the instructions of EIC. The clearing work may involve removing/demolishing existing structures, trees, etc. If any roots or stumps of trees are encountered, the same shall be removed & burnt/ disposed of as directed by EIC.

Areas to be filled shall be cleared by the contractor of all loose/soft patches of top soil or any unwanted material at his own cost and as directed by EIC.

3. Quotation

Item rates quoted by contractor shall also include the cost of:

a) Setting out and survey work. b) Site clearance, such as clearing grass & vegetation. c) Providing barricades, lights, caution signs, notices around the excavated areas for safety of the work, staff, workers and public. d) Filling back in the areas around the foundations and/or structural members with the approved excavated earth. e) Dumping and /or levelling the excavated material within the specified lead as per the instructions of EIC. f) Energy consumption, water and fuel charges. g) Segregating and /or stacking excavated material within the specified lead as per the instructions of EIC. h) Maintaining the excavated areas dry by carrying out effective de watering measures. i) Maintaining the excavated areas clean by removing all debris or unwanted material from the excavated areas as directed by EIC. j) Providing shoring /planking/ strutting or side slopes etc. to protect the work under construction from collapsing or from any other damage. k) No extra payment shall be paid to the contractor for carrying out the works described in points a) to i) above

Contractor shall carry out the work as per the drawings and instructions issued to him by the EIC.

Any findings of archeological & legal importance, coins, currency, precious stones, treasures, relics, antiquities, gold, silver, metals, oil, minerals, articles and objects encountered during the work shall be promptly informed to EIC and the same shall be handed over to EIC as per his instructions.

The contractor shall notify EIC without delay of any permeable strata, joints, faults, fissures or unusual ground condition encountered during excavation.

The contractor shall ensure that no air pollution takes place during excavation, storage or transportation of excavated material. Suitable measures shall be taken by the contractor at his own cost and to the satisfaction of the EIC.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 121 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

The contractor shall provide to the EIC the details of proposed rock excavation method for the approval of EIC before the start of work. The proposal should include the method of measurement of quantity of work. The corresponding work shall start only after the proposal is approved by EIC.

Contractor shall carry out the work in such mechanical and/or manual means and/ or methods so as to control the noise and dust up to permissible limits.

Contractor shall, at his own cost, make good any damage, cracks, settlement caused to the work due to the improper backfilling.

4. Excavation in all kinds of soils

All excavation work done manually or by mechanical means shall include excavation and ‘getting out’ the excavated material.

All excavation work shall be done as per the drawings issued by EIC to the contractor and/ or as directed by EIC.

Dimensions of plain cement concrete (PCC) below structural members at the bed level as shown in the drawing added with the allowance, calculated according to the depth of excavation, as described in IS1200 part 1 on each face of the foundation member shall be considered as authorized (payable) dimension for determining payable quantity. Overlapping of volumes due to any adjacent foundation members shall be duly adjusted in the overall payable quantity.

In case area more than what has been shown in the drawings is required to be excavated the EIC’s instruction to that effect should be obtained by the contractor for considering it as payable area.

Extra excavation done by the contractor without EIC’s instruction shall not be considered for payment. Any rectification arising out of the same shall be done by the contractor at his own cost and as directed by EIC.

Excavated material shall be:

a) Used for filling the areas around the substructure members if approved by EIC b) Filling shall be done in layers of 200mm thick, each layer duly watered and compacted before adding the next layer as directed by EIC at no extra cost to the employer. Only potable quality water should be used for compaction. c) Dumped and/ or levelled over areas within the stipulated lead as directed by EIC at no extra cost to the employer. d) Segregated as per the type and size of the material and stacked within the stipulated lead as directed by EIC at no extra cost to the employer. e) Carted away to outside of the site if instructed by EIC.

Contractor shall not backfill areas around structural members until the structural members have attained the required strength. Backfilling around structural members shall not be done without approval of EIC.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 122 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Unless otherwise directed, the backfill material shall be ‘selected & approved’ excavated material.

Contractor shall obtain approval of excavation from EIC prior to start of subsequent activities like rubble soling, laying of Plain cement concrete, providing any other covering or construction work over the excavated area. If required, before start of any subsequent activity, the excavation shall be re-compacted to achieve a dense level surface to the satisfaction of EIC.

Filling in plinths or other areas shall be with selected approved excavated material or selected approved material brought from outside, in layers of 200 mm thickness, each layer watered and thoroughly compacted to achieve a density of at least 95% of the maximum dry density. Only potable water should be used during compaction.

Compaction of areas shall be carried out by using vibratory rollers and appropriate mechanical equipment. Compaction in areas inaccessible for large equipment may be done by hand held tools.

Tests for compaction shall be carried out as per IS 2720.

Concrete Work:

1. Scope

This specification covers the general requirements for concrete to be used on jobs using on-site production facilities including quality, handling, storage of ingredients, proportioning, batching, mixing and testing of concrete. This also covers the transportation of concrete from the mixer to the place of final deposit and the placing, curing protecting, repairing and finishing of concrete

2. General

The rate quoted by the contractor for the item, Plain or reinforced concrete shall include costs of materials, logistics, storage, mix design, testing, mixing, transporting, pouring/laying, compacting, curing, providing & treating construction joints repairing the defects, hacking, cleaning the area before handing over the area for the next activity and taking measures for safety of people and property.

3. Material Specification

3.1 Cement Cement to be used in the works shall be any of the following types with the prior approval of the Engineer in charge: (i) Ordinary Portland Cement, 43 Grade, conforming to IS: 8112. (ii) Ordinary Portland Cement, 53 Grade, conforming to IS: 12269. (iii) Sulphate Resistant Portland Cement, conforming to IS: 12230.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 123 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Contractor should submit a test certificate to the EIC from the cement manufacturer stating fulfillment of all chemical and physical properties of cement as per respective Indian Standards. EIC may ask the contractor to get the cement samples tested from an independent competent approved testing agency and contractor shall submit test certificates of the cement from competent approved testing agency after getting the cement tested from it before using the cement in the work. Cement will be liable to be rejected and removed from the site if the test results are not satisfactory as per respective Indian Standards.

Cement should be stored at site in covered sheds. Precaution shall be taken by the contractor to also ensure that cement does not get hardened before it is used in the work. More than 10 bags of cement shall not be stored in one stack of cement bags in the cement store. Cement, if found hardened, shall be rejected and removed from the site. Cement older than three months from the date of manufacture shall not be used in the work.

3.2 Aggregates (Coarse and Fine)

Coarse aggregate shall consist of clean, hard, strong, dense, non-porous and durable pieces of crushed stone, crushed gravel, natural gravel or a suitable combination thereof or other approved inert material. They shall not consist pieces of disintegrated stones, soft, flaky, elongated particles, salt, alkali, vegetable matter or other deleterious materials in such quantities as to reduce the strength and durability of the concrete, or to attack the steel reinforcement. Coarse aggregate having positive alkali silica reaction shall not be used. All coarse aggregates shall conform to IS: 383 and tests for conformity shall be carried out as per IS: 2386 Parts I to VIII.

Nominal size of the coarse aggregate shall be as described in the respective item in the schedule of quantities.

Fine aggregate shall consist of clean, hard, strong and durable pieces of crushed stone, crushed gravel, or a suitable combination of natural sand, crushed stone or gravel. They shall not contain dust, lumps, soft or flaky, materials, mica or other deleterious materials in such quantities as to reduce the strength and durability of the concrete, or to attack the embedded steel. Fine aggregate having positive alkali-silica reaction shall not be used. All fine aggregate shall conform to IS: 383 and test for conformity shall be carried out as per IS: 2386 (Part I to VIII). The Contractor shall submit to the Engineer the entire information indicated in Appendix A of IS: 383. The fineness modules of fine aggregate shall neither be less than 2.0 nor greater than 3.5.

EIC may reject the aggregates if the satisfactory results of testing of concrete cubes made with the aggregates are not obtained during any stage of the work. Aggregates shall be stored on site in such a way that aggregates of different sizes shall not mix. Care shall be taken to ensure that aggregates remain clean till they are used in the concrete and that there will be no segregation.

Samples of the aggregates for mix design and determination of suitability shall be taken under the supervision of the Engineer and delivery to the laboratory, well in advance of the scheduled placing

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 124 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

of concrete. Records of tests, which have been made on proposed aggregates and on concrete made from this source of aggregates, shall be furnished, to the Engineer in advance of the work for use in determining aggregate suitability. These tests shall also be done periodically on samples of material actually being used in concreting during course of concreting operations; as directed by the Engineer. The costs of all such tests, sampling, etc., shall be borne by the Contractor.

3.4 Water

Water for mixing and curing of concrete shall be clean and free from oils, alkalis, salts, sugar, organic materials or other substances that may be deleterious to concrete and/or steel. Potable water is generally considered satisfactory for mixing concrete. Quality of water for mixing and curing of concrete shall conform to clause 5.4 of IS 456 – Indian Standard - Plain and reinforced concrete – code of practice.

3.5 Admixtures

Use of chemical admixtures to enhance the properties of concrete may be permitted by the EIC upon tests on trial mixes of concrete to establish that overall chloride content of the concrete mix is within acceptable limit as described in IS 456 and properties of concrete like strength & durability are not compromised. Chemical admixtures to be used in the concrete mix shall conform to IS 9103 – Indian Standard – Concrete Admixtures – Specifications. Instructions of the manufacturers’ of the chemical admixtures shall be followed while mixing them in the concrete.

4. Mix Design

Proportions of ingredients of concrete need to be decided to ascertain its strength before it is used in the work. The ingredients are cement, fine aggregates, coarse aggregates, water and admixtures. In order to have dense durable concrete with desired compressive strength it is important that a) Fine aggregates closely fit in to voids or gaps between the coarse aggregates, b) all aggregates are coated with cement and c) water is sufficient only to coat the aggregates surface with cement and to achieve the desired workability of the mix. Wrong proportions of ingredients of the concrete mix will result in weak concrete. Trial mixes are therefore done sufficiently in advance to decide the proportions of aggregates in a concrete mix of a specified grade. No concrete shall be used in the work till the trial mixes are carried out; mix proportions are decided and approved by the EIC.

Concrete of different strengths is classified in different grade designations like M10, M15, M20, M25, M30, M35, M40 etc. Requirement of a particular grade of concrete is mentioned in the schedule of quantities and/or drawings and/or instructions of the EIC.

IS 456 and IS 10262 – Indian standard – Concrete Mix Proportioning – Guidelines shall be followed for mix design process at the site. Contractor shall have a well-equipped concrete laboratory at the site and it should be manned by competent personnel. The equipment shall be calibrated from time to time. Measurement of moisture content of aggregates, grading of aggregates, slump shall be carried out routinely and mix proportions shall be adjusted accordingly with the approval of the Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 125 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

EIC. Mix design procedure shall be carried out separately for each grade of concrete mix and every time the source of aggregates and/or cement is changed. Acceptance criteria shall be as described in IS 456 for approving the proportions of concrete mix. All test records shall be maintained by the contractor and presented to the EIC for seeking approval.

5. Mixing of concrete at site

IS 6461 – Indian Standard – Glossary of terms relating to cement concrete, part VII – Mixing, laying, compaction, curing and other construction aspects Shall be referred for usage of terms. Concrete shall be weigh batched at site using batch type concrete mixers conforming to IS 1791and/or Concrete batching and mixing plants conforming to IS 4925. The cement and fine aggregate shall first be mixed dry until the mixture is uniform in color. The coarse aggregate shall than be added, mixed and water added and the whole batch mixed thoroughly for a period of not less than two minutes until the resulting concrete is uniform in appearance Clean aggregates, measured as determined by the mix design exercise shall be supplied to the mixer in the proportions already established through the mix design exercise, water cement ratio shall be maintained and the concrete mix coming out of the mixer shall be collected on a clean platform or a vessel from where it is transported to the actual location of the pour. The mixing of aggregates within the mixer should last for at least two minutes after placing all the ingredients in the mixer for any individual batch. Test cubes shall be taken and slump shall be measured as per the instructions of the EIC from time to time. IS 456 and IS 516 shall be followed for taking concrete cubes, curing the cubes and testing the cubes.

6. Pouring and compaction of concrete

Contractor shall submit a method statement to the EIC before starting any concreting operation for the approval of the EIC. The method statement shall describe the work of concreting in terms of quantities of materials, labors, compaction equipment, quality control measures, safety measures, curing procedures etc. Fresh concrete coming out of the mixer or the batching plant should be transported to the location where it is to be poured in the formwork as quickly as possible with due regard to its temperature, exposure to sun and slump. Planning of the concreting operation should be done in such a way that it’s pouring and compaction is done within the initial setting time of concrete. Concrete should be poured in forms in horizontal layers of 150mm to 900mm and each layer should be compacted well before placing the next layer. Care shall be taken to avoid formation of cold joint between any two layers. Fresh concrete, either in forms or in transit should not be exposed to rain. Concrete should not be poured from a height exceeding 1.5m. Temperature of the concrete mix should be within 150C to 350C.

Pouring of concrete should not start till the method statement submitted by the contractor is approved by the EIC, and formwork & reinforcement is fully checked, cleaned and approved by the EIC. Formwork should be checked for its stability during the concreting operation. Reinforcement should be tied in such a way that it will allow the fresh concrete to flow in all parts of the formwork. Contractor should plan all the movements of the laborers during the concret ing operation in such a way that cover to reinforcement and spacing of reinforcement bars is not Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 126 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

disturbed. Contractor should plan the location of construction joints within the area to be concreted before starting the concreting operation and seek the approval of the EIC of the same.

Consolidation / compaction of concrete in the formwork shall be done with vibrators as per IS 3558, IS 2505, IS 2506, IS 2514 and IS 18652. Care should be taken by the contractor to avoid over vibration of the concrete, bleeding of concrete and under vibration of concrete. All concrete shall be properly consolidated in the formwork. Vibrator immersed in the concrete shall not touch the reinforcement and/ or formwork.

After the concrete in the forms is compacted, the surface shall be levelled with a straight edge and finished smooth with a wooden float or power floating machine.

7. Sampling of concrete for testing

Random samples of the concrete mix from each batch of concrete shall be taken as per clause 15.2 of IS 456. Samples shall be taken in cubes of size 150x150x150mm. Three specimen cubes shall be made for each sample for testing at 28th day. Similarly three more cubes shall be made for testing at 7th day to get an early warning about the strength. More no of cubes may be taken if instructed by the EIC. The cubes shall be tested as described in IS 516. Average of test results of three specimen cubes of one sample shall form one test result. Variation in strength of individual specimen cubes shall not vary more than 15% of their average value. Acceptance criteria of concrete shall be as described in IS 456. In case the concrete fails to satisfy the acceptance criteria then EIC may decide to carry out further tests and subsequent action.

8. Curing of Concrete Concrete poured in the form work should not be disturbed after it is compacted. Freshly laid concrete shall be covered to avoid any loss of moisture from inside of it. Once hardened, the surface shall be kept moist and care shall be taken to ensure that the surface of concrete does not get dried. In case of flat slabs, a 50mm to 100mm layer of water should be stored on the slab surface. In case of beams and columns, the concrete surface shall be effectively covered and kept moist after the forms are removed. Curing of concrete shall be carried out for at least 28 days. Quality of water shall comply with the provisions of IS 456.

9. Construction Joints

Construction joints are the locations where cold joints will be formed during the concreting operation due to break in concreting. It is difficult to bond the old and new concrete portions at any cold joint. Construction joints should therefore be provided where minimum critical structural actions are anticipated. Construction joints in beams and slabs should be at the mid span sections and for columns it should be at the mid height. Construction joints shall be perpendicular to the axis of the structural member.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 127 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

At the time of staring the next pour of concrete at the construction /cold joint, the joint shall be thoroughly washed, cleaned with wire brush, cleaned of any loose material and coated with the approved bonding chemical.

Location of construction joints shall be as approved by EIC. EIC may instruct provision of dowel bars at certain construction/ cold joints and the same shall be provided by the contractor without any extra cost to the employer.

10. Repairs and rectification

All concrete work shall be inspected by the EIC upon de shuttering. Any rough surface, honey combed areas, shrinkage cracks, deflections and / or any other defects noticed during the inspection will be marked and contractor will have to rectify the defects as directed by EIC without any extra cost to the employer. Honeycombed areas shall be thoroughly washed and cleaned of all dirt and loose material and applied with approved chemical bonding agents followed by filling of the voids by approved repair mortar as per the instructions of the manufacturer of the repair mortar. Any dip in the slab level shall be made up a described above to the satisfaction of the EIC. All concrete surface shall be cleaned of shuttering, nails and /or any other rubbish to the satisfaction of the EIC. Hacking of the concrete surface shall be done as per the requirement of the work as directed by the EIC.

Any major defect leading to excessive settlements, cracking etc. shall be further investigated by the EIC and instructions will be issued to the contractor for further tests and / or rectification of the defects by the EIC. Contractor will have to carry out the tests and/or rectification of the defects to the satisfaction of the Engineer in charge.

Any tests, e.g. taking out in an approved manner concrete cores, examination and tests on such cores removed from such parts of the structure as directed by the Engineer, sonic testing, etc., shall be carried out by the Contractor if so directed, at no extra cost.

11 Unsatisfactory Tests

Should the results of any test prove unsatisfactory, or the structure shows signs of weakness, undue deflection or faulty construction, the Contractor shall remove and rebuild the member or members involved or carry out such other remedial measures as may be required by the Engineer. The Contractor shall bear the cost of so doing, unless the failure of the member or members to fulfill the test conditions is proved to be solely due to faulty design. The cost of load and other tests shall be borne by the Contractor it the tests show unsatisfactory results.

12 Method of Measurement Concrete shall be measured in M3 as per IS 1200 – part 2.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 128 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Precast Concrete:

1. Scope

Supply and fixing all Pre cast units shall be cast for Cover of Trenches, Manholes, Inspection chamber covers etc.

2. Material Specification

All materials required for precast concrete shall be as per section 1.8 – Concrete Work.

3. Construction Specification

Precast concrete shall comply with IS 456.

Contractor shall be responsible for the accuracy of the level or shape of the bed or platform. A suitable serial number and the date of casting shall be impressed or painted on each unit. The concreting will be done by weigh batching as per design mix. Machine mixed nominal concrete will be done for various grade of concrete only with the specific approval of PMC.

Side shutters shall not be struck in less than 24 hours after placement of concrete and no Precast unit shall be lifted until the concrete reaches a strength of at least twice the stress to which the concrete may be subjected to at the time of lifting.

The lifting and removal of Precast units from casting yard shall be undertaken without causing shock, vibration or undue bending stresses to or in the units.

Slots, openings or holes, pockets lifting hooks etc. shall be provided in the concrete work as per the drawings or as directed by EIC. Any deviation from the approved drawings shall be made good by Contractor at his own expense, without damaging any other work sleeves, bolts, inserts, etc. shall also be provided in concrete work where so specified.

4 Method of Measurement

Method of measurement shall be as per IS 1200.

It shall be as per the item schedule. The unit rate for precast concrete members shall include mould cost of formwork, concrete of appropriate grade, mouldings, finishing, hoisting and setting in position including mortar, provision of lifting arrangement, exposed concrete finish etc. complete.

Reinforcement work, inserts, bolts etc. shall be paid under respective items.

Formwork:

1. Scope

This specification covers the work of providing, making, fabricating, fixing, preparing, oiling/greasing, keeping in position, de-shuttering, stripping, cleaning all form work required for Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 129 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

casting the concrete members as per drawings and/or schedule of quantities and/or instructions of the EIC.

Material for the form work shall be timber, plywood, mild steel or any other material approved by the EIC. Form work shall be kept in position with required props, staging, jacks and /or bracings as per the structural requirements as instructed by the EIC.

Form work and staging structure shall remain in position for the time period as described in drawings and/ or schedule of and/or instructions of the EIC. The Contractor shall provide re- propping to support the structural members even after de- shuttering for longer time periods as described in the drawings and/or schedule of quantities and/or instructions of the EIC.

2. General

Contractor’s rate for the item shall include cost of: a) All material and labor for completing the work as described in the drawings, and/or schedule of quantities and /or instructions of the EIC. b) Designing, procuring, transporting, storing, making, fabricating, erecting, oiling/greasing, cleaning, removing, de-shuttering, stripping, dismantling the form work for all concrete work as described in the drawings, and/or schedule of quantities and/or instructions of the EIC. c) Keeping it in position till the concrete members gain strength as described in the drawings and/or schedule of quantities and/or instructions of the EIC. d) Providing measures to obtain surface finish of the concrete members as described in drawings and/or schedule of quantities and/or instructions of the engineer. e) Bracings, nails, wires, tie rods, bearings, oil, grease, jacks, tools, accessories, equipment, ropes, spacers, stays and/or any other item required to complete the work as described in the drawings, and/or schedule of quantities and /or instructions of the EIC. f) Providing safety measures to safeguard life and property while carrying out the work. g) Providing housekeeping pertaining to the work of formwork.

Contractor shall have to submit the design calculations and drawings of the formwork to the EIC for his approval prior to start of work. Contractor shall effect the modifications in the design of the formwork as per the instructions of the EIC. Contractor shall start the work only after obtaining approval of the form work design from the EIC.

Provisions of clause 11 of IS 456 shall be applicable for the formwork. Design of formwork shall conform to IS 14687 – Indian Standard – Falsework for concrete structures – Guidelines.

Form work shall be prepared to cast the concrete members in the sizes as described in the drawings, and/or schedule of quantities and/or instructions of the EIC. It should be capable of supporting the weight of wet concrete along with the loads it is subjected to during the concreting operations. All forms should be watertight and should not allow leakage of cement slurry during concreting operations. Formwork should be capable of supporting the loads it is subjected to during the concreting operations without deflecting, bulging, cracking, breaking etc.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 130 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Formwork shall be measured as per the provisions of IS1200-partV.

Method of Measurement:

1. Method of measurement shall be as per IS 1200.

2. It shall be measured in m2 the actually shuttered area shall be measured and paid as per item specification.

3. The rate shall include providing and erecting formwork in position as per drawings, applying oil, removal of form after the specified period.

4. False staging shall be included in above items, no separate payment for false staging.

Reinforcement Steel:

This specification covers the work of providing and fixing of steel reinforcement in the Reinforced Cement Concrete (RCC) members.

1. Scope of work

Scope of work comprises procuring, transporting, testing, storing, preparing bar bending schedules, cutting, shearing, bending, cleaning, fixing in position, erecting, tying, welding, lapping, coupling of the steel reinforcement and measuring of the scrap of steel reinforcement bars of different diameters and different lengths in RCC members as per drawings and/or schedule of quantities and/or instructions of the EIC.

2. General

Contractor’s rate of the item shall include cost of: (i) All materials and labor required to execute the item. The materials shall include, Steel reinforcement bars, GI binding wires, couplers, pins, concrete cover blocks etc. (ii) Energy charges of electrical power, water, fuel etc. (iii) Procuring, transporting, testing, storing, cutting, shearing, bending, cleaning, fixing in position, erecting, tying, welding, lapping, coupling of steel reinforcement bars. (iv) Preparing bar bending schedules and submitting it for approval of the EIC. (v) Storing, stacking of scrap and measuring the scrap of the reinforcement steel. (vi) Providing safety measures for workers, public and property.

Reinforcement steel shall comply with the provisions of IS 1786 – Indian Standards – Thermo mechanically treated (TMT) reinforced steel bars. Contractor shall submit the manufacturer’s test certificate to the EIC in support of the compliance. The EIC may also ask the contractor to get the TMT steel tested from any approved testing laboratory and contractor will prepare the sample specimens under the supervision of the EIC, send it to the approved testing laboratory and submit the results of the testing of reinforcement steel to the EIC. In case the tests fail to comply with the

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 131 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

required specifications, the EIC shall reject the reinforcement steel and the contractor shall remove the reinforcement steel out of the site without any extra cost to the EIC.

Reinforcement steel shall be stored on site in such a way that it will not come in contact with soil and/or water, it will not get damaged and it will not get excessively bent. Bar Bending Schedules (BBS) shall be prepared by the contractor and submitted to the EIC for approval prior to start of work. Work of steel reinforcement shall start only after getting approval of the EIC and after effecting all the corrections suggested by the EIC.

Cutting, bending and tying of the steel reinforcement shall be in accordance with provisions of IS 2502 – Indian Standard – Code of practice for bending and fixing of bars for concrete reinforcement. Reinforcement bars shall be tied with binding GI annealed binding wire of 18 gauge. Lap lengths, bearing lengths, ‘L’Bends , maximum & minimum spacing between the reinforcement bars shall be as described in the drawings, Approved BBS and/or as per the instructions of the EIC. The work shall be as per IS 456. Steel reinforcement shall be held in position with the help of spacers, chairs, pins to the satisfaction of the EIC. Steel reinforcement shall be placed at a stipulated distance (cover to reinforcement) from the concrete face with the help of approved quality concrete cover blocks; strength of the cover block shall be not less than the strength of the concrete around it.

Lap bars, dowel bars shall be provided by the contractor for the future work as described in the drawings and / or as per the instructions of the EIC.

All reinforcement steel shall be clean and free of scales of rust, oil, grease or paint. Contractor shall maintain the steel reinforcement in clean state.

Contractor shall prepare a statement showing reconciliation of the steel reinforcement quantity and submit it to the EIC periodically as agreed with the EIC.

Reinforcement steel shall be thoroughly checked by the EIC before concreting the member containing it. Contractor shall carry out rectifications if instructed by the EIC of the steel reinforcement. In case additional steel reinforcement bars are instructed by the EIC to be provided, contractor shall provide the same and maintain a proper written record of the changes duly signed by the EIC.

3. Method of Measurement All Measurement shall be taken as per IS 1200.

Ready Mix Concrete: 1. Scope

Ready mix concrete from outside approved source shall be allowed during pre-construction stage till installation of Batching plant on site. Concrete shall conform to latest revision of IS: 4926. Following are the requirement for supply and laying of R.M.C

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 132 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Concrete delivered at site shall be in a plastic condition and requiring no further treatment before being placed in the position in which it is to set and harden. It should be ensured by the Contractor that any Ready Mix Concrete should be placed in position within a maximum period of two hours from its batching time.

The process of continuing the mixing of concrete at a reduced speed during transportation to prevent segregation should be ensured on truck mounted equipment designed to agitate concrete during transportation to the site of delivery.

Concrete produced by completely mixing cement, aggregates, admixtures if any and water at a stationary central mixing plant and delivered in containers fitted with agitating devices.

Concrete produced by placing cement, aggregates and admixtures, if any other than those to be added with mixing water, in a truck mixer at the batching plant, the addition of water and admixtures to be added along with mixing water, and the mixing being carried out entirely in the truck mixer either during the journey or on arrival at the site of delivery. No water shall be added to the aggregate and cement until the mixing of concrete commences.

2. IS Codes

IS: 4926 – Ready mix concrete Other Code shall be as per concrete Work Specification.

3. Material Specification

3.1 Cement

Cement to be used in the works shall be any of the following types with the prior approval of the Engineer in charge: (i) Ordinary Portland Cement, 43 Grade, conforming to IS: 8112. (ii) Ordinary Portland Cement, 53 Grade, conforming to IS: 12269.

3.2 Aggregate

It shall conform to IS: 383.

3.3 Water

Water used for concrete shall conform to the requirement of IS 456.

3.4 The admixtures

It shall conform to the requirements of IS: 456 and their nature, quantities and methods of use shall also be specified. Fly ash when used as an admixture for concrete shall conform to IS: 3812 (Part II). However, partial replacement of cement by fly ash shall not be more than 15% of designed requirement. In case if fly ash is to be used more than 15%, the same shall be guided under table of the IS, and in which case specific care shall be taken in terms of curing, protecting, repairing, finishing, de-shuttering etc.

3.5 Supply Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 133 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

The ready-mixed concrete shall be manufactured and supplied on either of the following basis: • Specified strength based on 28-day compressive strength of 15 -cm cubes tested in accordance with IS : 456. • Specified mix proportion.

NOTE: Under special circumstances and as specified the strength of concrete in (a) above may be based on 28-day or 7-day flexural strength of concrete instead of compressive strength of 15-cm cube tested in accordance with IS: 456.

When the concrete is manufactured and supplied on the basis of specified strength, the responsibility for the design of mix shall be that of the Contractor and the concrete shall conform to the requirements specified.

When the concrete is manufactured and supplied on the basis of specified mix proportions, the responsibility for the design of the mix shall be that of the Contractor and the concrete shall conform to the requirements specified.

Construction Specification:

1. When a truck mixer or agitator is used for mixing or transportation concrete, no water from the truck-water system or from elsewhere shall added after the initial introduction of the mixing water for the batch, when on arrival at the site of the work, the slump of the concrete is less that specified, such additional water to bring the slump within limits shall be injected into the mixer under such pressure and direct flow that the requirements for uniformity specified.

Unless otherwise specified when a truck or agitator is used for transporting concrete, the concrete shall be delivered to the site of the work and discharge shall be complete within 1 ½ hour (when the prevailing atmospheric temperature above 20 degree Centigrade) and within 2 hours (when the prevailing atmosphere temperature is at or below 20 degree centigrade) of adding the mixing water and appropriate admixture if any, to the mix of cement and aggregate or adding the cement to the aggregate whichever is earlier.

2. Adequate facilities shall be provided by the manufacturer/supplier to inspect the materials used the process of manufacture and methods of delivery of concrete. He shall also provide adequate facilities to take samples of the materials used.

3. The tests for consistency or workable shall be carried out in accordance with requirements of IS 1199 by such other method as may be agreed to between the purchaser and manufacturer.

The sampling and testing of concrete shall be done in accordance with the relevant requirements of IS 456, IS 1199 and IS 516.

The compressive strength and flexural strength tests shall be carried out in accordance with the requirement of IS: 516 and the acceptance criteria for concrete whether supplied on the basis of specified strength or on the basis of mix proportion, shall conform to the requirements and other related requirements of IS 456.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 134 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

The testing shall be carried out in accordance with the requirements and the cost shall be borne by the Contractor.

4. The manufacturer shall keep batch records of the quantities by mass all the solid materials, of the total amount of water used in mixing and of the results of all tests. If required insisted, the manufacturer shall furnish certificates, at agreed intervals, giving this information.

5. Method of Measurement Ready mixed concrete (RMC) will be the same as mode of measurement for concrete work already mentioned in section 1.8.

However, consumption of RMC shall be maintained at site. Wastage, spill over, wastage due to pump blockage etc. shall not be considered for payment.

Note: Clean-up • Upon the completion of concrete work, all forms, equipment, construction tools, protective coverings and area surrounding the site shall be cleaned thoroughly. • Debris resulting from the work shall be removed from the premises and disposed of as per approved HSSE plan. • All debris, i.e. empty containers, wooden pieces etc. shall be removed. • The finished concrete surfaces shall be left in a clean condition satisfactory to PMC.

Masonry:

1. Scope

Scope of this specification covers the work of masonry at all locations and levels in terms of materials, workmanship, supervision, etc.

2. General

The work shall be carried out as per the drawings and/ or description of the item in the schedule of quantities and/ or instructions issued to the contractor by the EIC. Contractor shall allow for placement of other services like electrical conduits, switch boxes, pipes, cable trays, RCC lintels in the masonry. Work shall be carried out by skilled masons under competent supervision.

The rates quoted by the contractor shall include the cost of materials, labor, supervision, electricity, water, fuel, logistics, scaffolding, mixing of mortars, laying of bricks in mortar, preparing the areas & contact surfaces, soaking of bricks, setting out, curing, cleaning the work place daily, providing sufficient lighting at the work place, taking measurements of the work, providing safety measures etc. complete to the satisfaction of the EIC.

Cement mortar shall be mixed in the tray and water cement ratio shall be controlled. Quantity of mortar mixed with water should be consumed within 30 minutes (initial setting time) from the time of mixing water. Not more than 1200mm height of masonry should be constructed per day.

Work area shall be maintained clean. All loose mortar or mortar patches set on the floor shall be cleaned at the end of day’s work by the contractor before leaving the site.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 135 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Safety measures in terms of induction, safety equipment, instructions, caution signs, notices should be taken by the contractor at his own cost.

Work shall be protected from any damage till it is handed over to the employer. Any damage to work shall be rectified by the contractor at his own cost to the satisfaction of the EIC.

Construction joints shall be planned and provided as directed by the EIC.

Contractor shall do the initial setting out of the work and obtain the approval of the EIC of the first course of masonry work laid at the site before continuing the work further.

Mortar for masonry shall be prepared as per IS 2250 – code of practice for preparation and use of masonry mortars-. Mix proportions and/ or grade of mortar shall be as mentioned in the description of the respective item of work. Mortar shall be machine mixed as far as possible. Mortar shall be kept in the tray at the site and no mortar shall be placed on the floor. Water cement ratio of the mortar shall be controlled and mortar left unused for more than 30 minutes shall be rejected. Mortar shall be tested if instructed by the EIC.

3. Brick Masonry

Bricks shall be table molded, of uniform size, shape & color, well burnt, should give a clear ringing sound when struck, clean, free from cracks & flaws; shall have sharp edges, even surface and required strength. Brick shall be as described in the item in the schedule of quantities and/ or as instructed by EIC. Water absorption of the bricks shall not be more than 20% by weight after soaking in water for 24 hours. Bricks shall be from a source approved by the EIC. Bricks shall conform to IS 1077 –“Indian standard, common burnt clay building bricks specification” and brickwork shall conform to IS 2212 – “Brick Works Code - of Practice” Bricks shall have been approved by the EIC prior to start of masonry work. Bricks shall be tested as per IS 3495 -Indian Standard, if instructed by EIC. Size of the brick shall be as specified in the description of the item in the schedule of quantities and/ or as per the instruction of EIC. Bricks shall not be dumped on site; they shall be stored neatly in stacks as directed by the EIC.

Bricks shall be thoroughly soaked in the water for about 12 hours before getting used in the masonry work. The course shall be laid flush in mortar and every course shall be thoroughly grouted. Joints shall be broken in vertical direction and thickness of joint should not exceed 12mm. Laying of bricks, providing of construction joints and finishing of the joints shall be as described in the respective item of work and in accordance with IS 2212: 1991. 230mm thick and 115mm thick walls shall be constructed with fair face on one side.

Toothed provisions shall be kept in the work for future wall connections as per the drawings.

Curing of the work shall be done by maintaining the work in moist condition in the first 10 days and for next 20 days the work shall be watered lightly at least twice daily. Care shall be taken not to damage the work by applying water under pressure.

Work shall be measured as per IS 1200 – part III,” Indian Standard- Method of measurement of building and civil engineering work, part III Brickwork.”

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 136 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Plaster

1. Scope

This specification covers the work of plaster over masonry and/or concrete surfaces at all locations.

2. General

The work shall be carried out as per the drawings, description of the item in the schedule of quantities and instructions issued to the contractor by the EIC. Contractor shall allow for placement of other services like electrical conduits, switch boxes, pipes, cable trays, RCC lintels, in plaster as described in the drawings. Work shall be carried out by skilled masons under competent supervision.

The rates quoted by the contractor shall include the cost of materials, labor, electricity, water, fuel, supervision, logistics, scaffolding, mixing & laying of mortars, admixtures, hacking of the concrete surface, raking of joints in the masonry, preparing the areas & contact surfaces, setting out, curing, cleaning the work place daily, providing sufficient lighting at the work place, taking measurements of the work, safety measures etc. complete to the satisfaction of the EIC.

Scaffolding shall not be supported by puncturing the plaster surface. Scaffolding shall not be used in single plane.

Cement mortar shall be mixed in the tray and water cement ratio shall be controlled. Quantity of mortar mixed with water should be consumed within 30 minutes (initial setting time) from the time of mixing water in the mortar.

Work area shall be maintained clean. All loose mortar or mortar patches set on the floor shall be cleaned at the end of day’s work by the contractor before leaving the site.

Safety measures in terms of induction, safety equipment, instructions, caution signs, notices should be taken by the contractor.

Work shall be protected from any damage till it is handed over to the employer. Any damage to work shall be rectified by the contractor at his own cost to the satisfaction of the EIC.

Work shall be measured as per IS 1200.

Curing of the plaster shall start as soon as the plaster is fully set. It shall be done by maintaining the freshly plastered area moist for first 7 days and the plastered surface shall be watered lightly, twice a day for next 21 days as directed by the EIC. Care shall be taken by the contractor to protect the plastered area while curing and till it is handed over.

Mortar for plater shall be prepared as per IS 2250 – code of practice for preparation and use of masonry mortars. Sand for plaster mortar should be as per IS 1542 and cement & water should conform to specifications mentioned in the RCC work. Mix proportions and/ or grade of mortar shall be as mentioned in the description of the respective item of work. Mortar shall be machine mixed as far as possible. Mortar shall be kept in the tray at the site and no mortar shall be placed on the floor. Water cement ratio of the mortar shall be controlled and mortar left unused for more than 30 minutes shall be rejected. Mortar shall be tested if instructed by the EIC. Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 137 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

All existing surfaces where plaster is going to be laid shall be thoroughly cleaned, roughened and watered prior to start of plaster work. Minor repairs to fill up the cavities, removing of loose material shall have been done prior to start of plaster work. Concrete surfaces receiving the plaster should be hacked and joints in the masonry surfaces receiving plaster should be raked to serve as keys to bond to the plaster.

Grooves, bands and drip molds shall be provided as per the drawings and instructions of the EIC.

Construction chemicals, water proofing chemicals or admixtures shall be added to the mortar as per the description of the item, manufacturer’s instructions and as directed by the EIC.

Work shall be measured as per IS 1200 – part XII,” Indian Standard- Method of measurement of building and civil engineering work, part XII Plastering and Pointing.”

3. Mode of Measurement

Work shall be measured as per IS 1200 – part XII,” Indian Standard- Method of measurement of building and civil engineering work, part XII Plastering and Pointing.”

Paver Blocks:

1. Characteristics

The concrete pavers should have perpendicularities after release from the mould and the same should be retained until the laying.

The surface should be of anti-skid and anti-glare type.

The paver should have uniform chamfers to facilitate easy drainage of surface run off.

The pavers should have uniform interlocking space of 2 mm to 3 mm to ensure compacted sand filling after vibration on the paver surface.

The concrete mix design should be followed for each batch of materials separately and automatic batching plant is to be used to achieve uniformity in strength and quality.

The pavers shall be manufactured in single layer only.

Skilled labour should be employed for laying blocks to ensure line and level for laying, desired shape of the surface and adequate compaction of the sand in the joints.

The pavers are to be skirted all round with kerbing using solid concrete blocks of size 100 mm x 200 mm x 400 mm or as directed by the engineer. The kerbing should be embedded for 100 mm depth. The concrete used for kerbing shall be cured properly for 7 days minimum.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 138 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

2. Laying of Paver Blocks

2.1 Priming

It will be the responsibilities of the contractors to ensure that the manhole/pipeline cable trenches/circular drainage system etc. raised to driveway level using the requisite materials as per instruction of Engineer. The areas of potholes/deep depressions at the isolated locations also have to be filled up before laying the paver blocks. No extra pavements will be made for this purpose.

It will be the responsibility of the contractors to ensure that undulations on the paver blocks are eliminated after the traffic is allowed on it. Proper slope for drainage of water needs to be ensured by the Contractor. All necessary materials, tools, tackles are required to be arranged by the Contractor.

2.2 Bedding Sand Course

The bedding sand shall consist of clean well graded sand passing through 4.75 mm sieve and suitable for concrete. The bedding should be from either a single source or blended to achieve the following grading –

IS sieve size % passed 9.52 mm. 100 4.75 mm 95-100 2.36 mm 80-100 1.18 mm. 50-95 600 microns 25-60 300 microns 10-30 150 microns 0-15 75 microns 0-10

Contractor shall be responsible to ensure that single-sized, gap-graded sands or sands containing an excessive amount of fines or plastic fines are not used. The sand particles should preferably be sharp (not rounded) as sharp sand possess higher strength and resist the migration of sand from under the block to less frequency areas even though sharp sands are relatively more difficult to compact than rounded sands, the use of sharp sands is preferred for the more heavily trafficked driveways. The sand used for bedding shall be free of any deleterious soluble salts or other contaminants likely to cause efflorescence.

The sand shall be of uniform moisture content and within 4 % - 8 % when spread and shall be protected against rain when stock piled prior to spreading. Saturated sand shall not be used. The bedding sand shall be spread loose in a uniform layer as per drawing. The compacted uniform thickness shall be of 45 mm and within +/- 5 mm. Thickness variation shall not be used to correct irregularities in the base course surface.

The spread sand shall be carefully maintained in a loose dry condition and protected against pre- compaction both prior to and following screeding. Any pre-compacted sand or screeded sand left overnight shall be loosened before further laying of paving blocks take place.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 139 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sand shall be slightly screeded in a loose condition to the predetermined depth only slightly ahead of the laying of paving unit.

Any depressions in the screeded sand exceeding 5 mm shall be loosened, raked and rescreened before laying of paving blocks.

2.3 Laying of Interlocking Paver Blocks

Paver blocks shall be laid in herringbone laying pattern throughout the pavement. Once the laying pattern has been established, it shall continue without interruption over the entire pavement surface. Cutting of blocks, the use of infill concrete or discontinuities in laying pattern is not to be permitted in other than approved locations.

Paver blocks shall be placed on the uncompacted screeded sand bed to the nominated laying pattern, care being taken to maintain the specified bond throughout the job. The first row shall be located next to an edge restraint. Specially manufactured edge paving blocks are permitted or edge blocks may be cut using a power saw, a mechanical or hydraulic guillotine, bolster or other approved cutting machine.

Paver blocks shall be placed to achieve gaps nominally 2 to 3 mm wide between adjacent paving joints. No joint shall be less than 1.5 mm not more than 4 mm. Frequent use of string lines shall be used to check alignment. In this regard the “laying face” shall be checked at least every two metres as the face proceeds. Should the face become out of alignment, it must be corrected prior to initial compaction and before further laying job is proceeded with.

In each row, all full blocked shall be laid first. Closure blocks shall be cut and fitted subsequently. Such closer blocks shall consist of not less than 25 % of full blocks.

To infill spaces between 25 mm and 50 mm wide concrete having screened sand, coarse aggregate mix and strength of 45 N/sq.mm shall be used within such mix the nominal aggregate size shall not exceed one third the smallest dimension of the infill space. For smaller spaces dry packed mortar shall be used.

Except where it is necessary to correct any minor variations occurring in the laying bond, the paver blocks shall not be hammered into position. Where adjustment of paver blocks are concern, necessary care shall be taken to avoid premature compaction of the sand bedding.

2.4 Initial Compaction

After laying the paver blocks, they shall be compacted to achieve consolidation of the sand bedding and brought to design levels and profiles by not less than two (2) passes of a suitable plate compactor.

The compactor shall be a high-frequency, low amplitude mechanical flat plate vibrator having plate area sufficient to cover a minimum of twelve paving blocks. Prior to compaction all debris shall be removed from the surface.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 140 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Compaction shall proceed as closely as possible following laying and prior to any traffic. Compaction shall not, however, be attempted within one metre of the laying face. Compaction shall continue until lopping has been eliminated between adjoining blocks. Joints shall then be filled and re-compacted as described herein.

All work further than one metre from the laying face shall be left fully compacted at the completion of each day’s laying.

Any blocks that are structurally damaged prior to or during compaction shall be immediately removed and replaced.

Sufficient plate compactors shall be maintained at the paving site for both bedding compaction and joint filling.

2.5 Joint Filling and Final Compaction

As soon as possible after compaction and in any case prior to the termination of work on that day and prior to the acceptance of vehicular traffic, sand for joint filling shall be spread over the pavement.

Joint sand shall pass a 2.36 mm (No. 8) sieve and shall be free of soluble salts or contaminants likely to cause efflorescence. The same shall comply with the following grading limits –

IS sieve size % passing 2.36 mm 100 1.18 mm 90-100 600 microns 60-90 300 microns 30-60 150 microns 15-30 75 microns 10-20

The Contractor shall supply a sample of the jointing sand to be used in the contract prior to delivery and such materials to site for incorporation into the works. Certificates of test results issued by a recognized testing laboratory confirming that the samples conform to the requirements of these specifications shall accompany the sample.

The jointing sand shall be broomed to fill the joints. Excess sand shall then be removed from the pavement surface and the jointing sand shall be compacted with not less than one (1) pass by the plate vibrator and joints refilled with sand to full depth. This procedure shall be repeated until all joints are completely filled with sand. No traffic shall be permitted to use the pavement until all joints have been completely filled with sand and compacted.

Both the sand and paver blocks shall be dry when sand is spread and broomed into the joints to prevent premature setting of the sand.

The difference in level (lapping) between adjacent blocks shall not exceed 3 mm with not more than 1 % in any 3 m x 3 m area exceeding 2 mm. Pavement which is deformed beyond above limits after final compaction shall be taken out and reconstructed to the satisfaction of the Engineer.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 141 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

2.6 Edge Restraint

Edge restrains need to be sufficiently robust to withstand override by the anticipated traffic to withstand thermal expansion and to prevent loss of the laying course material from beneath the surface course. The edge restraint should present a vertical face down the level of the underside on the laying course.

The surface course should not be vibrated until the edge restraint together with any bedding or concrete hunching has gained sufficient strength. It is essential that edge restraints are adequately secured.

3. Sampling of Paver Blocks

Sampling of paver blocks shall be done in accordance with clause 8 of IS 15658-2006.

4. Marking and Identification

Marking and identification of paver blocks/package shall be done in accordance with clause 10 of IS 15658-2006.

5. Method for determination of Compressive Strength of Paver Blocks

Method for determination of compressive strength of paver blocks shall be done in accordance with Annex D of IS 15658-2006.

6. Method for determination of Water Absorption Method for determination of water absorption of paver blocks shall be done in accordance with Annex C of IS 15658-2006.

7. Method for determination of Abrasion Resistance Method for determination of Abrasion Resistance of paver blocks shall be done in accordance with Annex E of IS 15658-2006.

Physical Requirements Dimensional Tolerance Limits: Length - ± 2 mm Width - ± 2 mm Thickness - ± 3 mm

Compressive Strength requirements of concrete Paver Blocks:

Minimum average compressive strength shall be ≥ fck+ 0.825 X established standard deviation. Where fck is characteristic compressive strength of paver block in N/mm2.

Abrasion Resistance:

The abrasion resistance of paver blocks should be determined as per the method given in Annex E and should complied with the value supplied by the manufacturer. Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 142 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Water Absorption:

The average of three units, when determined in the manner described in Annex C of IS 15658- 2006, shall not be more than 6 % by mass and individual samples, the water absorption shall not be more than 7 % by mass.

NOTE: THE GENERAL TECHNI CAL SPECI FI CATI ONS MENTI ONED HEREI NABOVE FOR BEAUTIFICATIONS WORKS SHALL ALSO BE APPLICABLE TO PART B, PART C AND PART D OF SIMILAR ITEMS OF PART A, PART B, PART C AND PART D

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 143 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

APPENDIX XII: BI LL OF QUANTI TI ES (Refer Clause 1.1.5 of the RFP)

Part A:Godavari river cleaning and related works: retrofitting and greenfield area at Nashik, Maharashtra; A.1. Bill of Quantities (BoQ) for River Cleaning Works

Sr. Description Uni t Qty. Basic GS T as Final Amount No. Rate applicable Rate

1 DES ILTING 1 Desilting the Supply Well, Intake Well / Head Works, sump of water supply/ sewerage works etc. in wet or dry condition including all lead and lifts beyond the work site, stacking, spreading, including necessary guarding, etc. complete, as directed by NA Engineer-in-charge. Chainage from Holkar bridge to Hanuman Bridge 9980m - 10680m Chainage from Hanuman Bridge to Forest Nursery Bridge 10680m - 13210m a Chainage 9980 - 10680 Cu.m 113736.00 b Chainage 11000 - 10680 Cu.m 46720.00 c Chainage 12900 - 11000 Cu.m 223858.00 d Chainage 13210 - 12900 Cu.m 36933.40

2 Providing and Fixing mat finish stainless steel (of 302 grade) railing with top pipe of 50 mm dia. and vertical pipe of 38 mm dia at 0.60 m c/c or as required and horizontal pipes of 25 mm dia in three rows, all pipes of 2 mm thick including buffing, fabricating fixtures and fastening including pipe Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 144 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Uni t Qty. Basic GS T as Final Amount No. Rate applicable Rate base of appropriate diameter and ball base of 75 mm dia above newel post of 75 mm diameter etc. complete (Prior approval of sample and brand by EIC is necessary before use) RMT 960.00 3 Providing and Constructing gabion structure 1 Meter high or required section made up of soft mechanically woven hexagonal shaped G.I. wire confirming to IS 16014:2012 having zinc plus PVC coating of overall diameter of 3.7 mm and tying lacing wire of 3.2 mm with NA edge wire confirming to overall diameter 4.4 mm edges being mechanically selvedge including placing in position, fitting neatly with trap stone rubble (15 to 23 cm) all loose ends to be securely tied (Excluding transportation) etc. complete. a Along River Cum 825.00 4 Operations and Maintenance Lump 1.0 NA cost for river cleaning for Sum three years

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 145 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part B: Development of bridges and related works at Nashik, Maharashtra

B.1 Bill of Quantity (BoQ) for Vehicular Bridge Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

Providing and laying cast in situ / ready mix M35 RCC for 1200 mm diameter bored piles each of load capacity as per design and of specified diameter of as directed, placed through steel shell sunk to the required depth through all strata except rock, excluding provision of reinforcement including 1 placing concrete by Mtr 1000.00 tremie arrangement, compaction of concrete and withdrawal of steel shell with fully automatic microprocessor based PLC w ith SCADA enabled with reversible drum type mixer/ concrete batch mix plant (pan mixer) etc. complete. with natural sand /VSI quality artificial sand Chiseling through pile shells in hard strata like boulders, soft and hard rocks Upto and inclusive of 550 mm diameter Ridge 2 including removing and 250.00 hour stacking the loose materials etc. complete and disposing of the unserviceable materials outside complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 146 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

Carrying out load test for 1.5 times the proposed safe working load on the pile in driven position above 900 mm diameter including construction of test cap, 3 use of accessories and Nos. 2.00 instruments including providing graphs as per I.S. code or Std. Specifications and dismantling the test cap after testing and cleaning the site complete. Excavation for foundation in earth, soils of all types, sand, gravel, soft murum including 4 Cum 1265.09 shoring and strutting as necessary and disposing off excavated stuff as directed etc. complete. Excavation for foundation in soft rock including shoring and 5 strutting as necessary and Cum 626.94 disposing off excavated stuff as directed etc. complete. Providing and laying M15 grade controlled cement concrete in base PCC, annular filling etc. 6 including all formwork, Cum 61.38 shuttering, mixing, placing, compaction, curing etc. complete in all respects.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 147 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

Providing and laying in situ / ready mix M-35 controlled reinforced cement concrete of trap metal for raft slab including "V" haunches, formwork, scaffolding, compaction by vibrating, finishing curing etc. 7 complete. concrete batch Cum 691.25 mix plant / pan mixer with Natural / VSI standard Artificial Sand) etc. complete. (excluding reinforcement). a) RCC Grade with reversible drum type mixer/ concrete batch mix plant (pan mixer) . Providing and laying in situ / ready mix controlled grade of M20of trap /granite /quartzite /gneiss metal for RCC works in cut off walls / curtain walls/Toe Wall including necessary scaffolding, centering, compacting by vibrator, 8 finishing and curing etc. Cum 38.43 complete. (with fully automatic microprocessor based PLC w ith SCADA enabled with reversible drum type mixer/ concrete batch mix plant (pan mixer) with natural /artificial sand, excluding reinforcement)

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 148 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

Providing and laying in situ / ready mix controlled M-35 cement concrete of trap / granite / quartzite/ gniess metal for reinforced cement concrete caps over piers and abutments including necessary scaffolding 9 plywood/steel formwork, Cum 488.08 compacting by vibrating, finishing in CM 1:3 and curing etc. complete ( Excluding reinforcement) With reversible drum type mixer/ concrete batch mix plant (pan mixer) . with Natural / VSI standard Artificial Sand. Providing and placing in position M40 grade controlled cement concrete for RCC work in pier, pier caps and 10 Cum 474.60 pedestals including form work, shuttering, mixing, placing, compaction, curing etc. complete in all respects. Providing and casting special grade in M35 controlled cement concrete for prestressed concrete work for main girder including slab, cross girder etc. 11 including centering and Cum 637.83 scaffolding or launching including necessary plant and machinery for the job shuttering, vibrating, curing, finishing etc. complete. (fully automatic Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 149 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

microprocessor based PLC w ith SCADA enabled concrete batch mix plant or pan mixer with Natural / VSI standard Artificial Sand)

Providing and placing in position M40 grade controlled cement concrete for RCC work in cast in situ deck slab 12 Cum 480.00 including form work, shuttering, mixing, placing, compaction, curing etc. complete in all respects. Providing and laying of RCC in M30 grade approach slab including reinforcement and formwork complete with fully automatic microprocessor PLC 13 Cum 32.34 with SCADA enabled reversible drum type mixer/ concrete batch mix plant (pan mixer) as per drawings and technical specifications etc. complete Providing Reinforced cement concrete crash barrier at theedges of the road, approaches to bridge structures and medians, constructed 14 with R.C.C. M 30 Grade Rmt 268.85 concrete withHYSD reinforcement conforming to IRC:21 and dowel bars 25mm dia, 450 mm long at expansion joints filled Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 150 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

with premoulded asphalt filler board, keyed to the structure on which it is built and installed as per design given in the enclosure to MOST circular No. RW/NH - 33022/1/94-DO III dated 24 June 1994 as per dimensions in the approved drawing and at locations directed by the Engineer, all as specified etc. complete. Spec: MORT and H 2013 Cl 811 Page No 360 Providing and fixing in position to the exact profile and prestressing the high tensile strands to specified ultimate strength, standard end anchorages, cable ducts, 15 grouting ducts after MT 22.32 prestressing and bearing plates with wedges as per detailed drawings including necessary plant and machinery for prestressing etc. complete. Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 s te e l bars 16 MT 470.89 for reinforcement for all RCC works as per detailed drawings etc. complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 151 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

Providing Fusion Bonded Epoxy Coating (FBEC) to reinforced bars of 8mm diameter as per IS: 13620-1993 specifications for a thickness of 175micron Permissible variation of 50 micron including testing of coating at plant 17 extra cost for careful MT 470.89 handling using PVC coating, binding wires instead of G. I. wires to and from Plant) touching up the material supplied repair work etc. complete as per detailed specifications. (Lead 200km from plant) etc. complete. Providing and laying of filter media with granular materials/stone crushed aggregates satisfying the requirements laid down in clause 2504.2.2 of MoRTH specifications to a thickness of not less than 600 mm with smaller size towards the 18 Cum. 325.75 soil and bigger size towards the wall and provided over the entire surface behind abutment, wing wall and return wall to the full height compacted to a firm condition as per drawing and technical specifications etc. complete. Providing and laying 19 bituminous concrete Cum. 60.00 using crushed aggregate Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 152 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

of grading 2, premixed with bituminous binder @5.4% by weight of total mix and filler, transported at site with VTS, laid over a previously prepared surface, finished to the required grade ,level, alignment, and rolling to achieve the desired density for 30/40 mm compacted thickness with drum mix plant with SCADA, Sensor paver and Vibratory roller excluding prime/Tack coat etc. complete -- Bitumen VG-30 grade with stone dust filler Proving and laying dense bituminous macadam using crushed aggregates of grading 2, premixed with bituminous binder VG-30 Bitumen @ 4.50 per cent by weight of total mix and filler, transported to site with VTS , laid over a previously prepared surface, finished to the 20 required grade, level, Cum. 36.00 alignment, and rolling to achieve the desired density for 50/75 mm compacted thickness .USING 80 TPH Batch mix type hot mix plant w ith SCADA, Sensor Paver, Intelligent Compactor with compaction analyzer and V-Sat attachment with Stone Dust filler.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 153 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

Providing and laying 6 mm thick mastic asphalt wearing course on top of deck slab excluding prime coat with paving grade bitumen meeting the requirements given in table 500-29,prepared by using mastic cooker and laid to required level and slope after cleaning the surface including providing antiskid surface with bitumen 21 precoated fine grained Sqm 24.00 hard stone chipping of 4.75 mm nominal size at the rate of 0.005 cum per 10 Sqm and at an approximate spacing of 10 cm center to center in both directions, pressed into surface when the temperature of surfaces not less than 100 deg C, protruding 1 mm to 4mm over mastic surface as per clause 515 etc. complete. Providing railing of mild steel angle post 2.0m center to center of section 75mm x 75mm x 10mm or equivalent I/C section of height 1.05 above bridge surface with minimum anchor 22 length of 30cm including Rmt 240.00 hold fast of 25mm diameter MS bar welded at the bottom and concreting of 1:3:6 of size 30cm x 30cm x 30cm with three rows of 40mm B class GI pipe provided at 30cm on Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 154 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

center to center including scaffolding and one coat of anticorrosive paint with two coats of oil painting, curing of concrete etc. complete.

Providing and applying three coats of wate r proof cement paint of approved manufacture and of approved colour to new plastered 23 Sqm 1735.11 surfaces including scaffolding if necessary, cleaning and preparing the surface, watering for two days etc. complete. Applying three coats of epoxy based cement 24 Sqm 1260.00 paint to underside and sides of deck. Providing and applying two coats of synthetic enamel paint of approved colour to new /old structural steel work and wood work in 25 Sqm 288.00 buildings, including scaffolding if necessary, cleaning and preparing the surface (excluding primer coat) etc. complete. Metal Beam Crash Barrier -- Type - A, W : Metal Beam Crash Barrier (Providing and erecting a W "metal 26 Rm 240.00 beam crash barrier comprising of 3 mm thick corrugated sheet metal beam rail, 70 cm above road/ground level,

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 155 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

fixed on ISMC series channel vertical post, 150 x 75 x 5 mm spaced 2 m center to center, 1.8 m high, 1.1 m below ground/road level, all steel parts and fitments to be galvanized by hot dip process, all fittings to conform to IS:1367 and IS:1364, metal beam rail to be fixed on the vertical post with a spacer of channel section 150 x 75 x 5mm, 330 mm long complete as per clause 810)" Supplying, fitting and fixing in position true to line and level elastomeric bearing including all accessories as per drawing and 27 CuCm 360000 technical specifications and IRC:83 (Pt-II) section IX and clause 2005 of MoRTH specifications etc. complete. Providing and filling 20 mm thick compressible fiber board in expansion 28 joint complete as per Rm. 32.00 drawings and technical specifications etc. complete. Providing and laying of a strip seal expansion joint catering to maximum horizontal movement upto 70 mm 29 Rm 112.00 to be installed by the manufacturer / supplier to their authorized representative ensuring compliance to the Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 156 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

manufacturers instruction for installation as per approved drawings and standard specifications etc. complete. Providing 100mm diameter GI water spouts 30 as per detailed drawings Nos. 50.00 in RCC slab and wearing surface / kerb etc. complete. Providing , laying and fixing ,jointing Supreme Eco- drain 160mm SN 4 Nu- Drain Upvc pipes or of equivalent make, manufacture as per EN 31 Rm. 348.00 13476 or equivalent as per I.S.15328 with fittings such a bends, tees , coupler, etc, jointing with rubber lubricant. complete. Providing weep holes in brick masonry /plain /reinforced concrete abutment, wing wall / return wall with 100mm diameter AC pipe 32 extending through the Nos. 488.00 full width of the structure with slope of 1V: 20H towards drawing face as per drawings and technical specifications etc. complete. Back filling behind abutment, wing wall and return wall as per 33 drawings and technical Cum 2236.00 specifications etc. complete. (by granular material)

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 157 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

Providing and fixing factory made Hydraulically pressed Mechanically vibrated and compacted precast inter locking cement concrete paving blocks 80MM thick in M-40 grade of approved size and shape for City streets, small /medium market roads, low volume roads, utility cuts on arterial roads etc. as specified and as per IS 15658:2006 including cost of all materials, 34 Sqm 360.00 manufacturing, curing, transportation of blocks to work site including loading, unloading and stacking as directed, laying paving blocks in position over prepared bed of natural sand / crushed sand of 50 mm thickness including necessary excavation in all stratas, spreading blindge of fine sand over the prepared bed, compacting blocks by plate vibrator etc. complete. Providing and laying pitching on slopes laid over prepared filter media including boulder apron laid dry in front of toe of embankment 35 Sqm 750.20 complete with fully automatic microprocessor PLC with SCADA enabled reversible drum type mixer/ concrete batch Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 158 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicable Rate

mix plant (pan mixer) as per drawings and technical specifications etc. complete. (concrete blocks of size 0.30x0.30x0.30m in CC M15 grade)

B.2 Bill of Quantity (BoQ) for Vehicular Bridge Lighting

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicabl Rate e

1.0 Lighting fixtures Supplying and erecting LED street light fitting 120 W, including lamp, with PF > 0.95 class IP 65 and above 1.1 Housing of pressure die cast Each 14 NA aluminum alloy and heat sink extruded aluminum complete per specification No FGODF/ FLS-2.

2.0 Lighting Poles Providing & erecting 7 m high (clear height) galvanized OCTAGONAL pole with foundation bolts having 2.1 Each 14 NA bottom of 130 mm A/F, top 70 mm A/F on provided foundation as per specification No.OH- PL/OPL. Providing and erecting 2.2 Each 14 NA Galvanized 1000mm single

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 159 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicabl Rate e arm sword type bracket with FRP dome and ball as per specification No. OH- PL/PBKT Providing & casting of M- 20 grade reinforced cement concrete (RCC) foundation suitable for 3m to 5m high octagonal / conical G.I. pole considering the safe soil bearing capacity at site as 2.3 Each 14 NA 10 T/sq m at 1.5 m depth including supply of steel, concrete, excavation and fixing provided nut bolts with the help of template as per design in an approved manner. Supplying & erecting water tight terminal box of 1.6 mm (16 gauge) CRCA sheet 2.4 Each 14 NA of size 200 x 150 x 150 mm. complete on pole as per specification No. CB-SB

3.0 Lighting Panel Street Light Control Panel (SLCP) Supply, installation, testing and commissioning of SLCP Shall be conforming 3.1 following IS standards – No. 1 NA IS: 2147 – 1962 Degree of protection Floor / wall/ structure mounted, free standing, suitable for cable entry from bottom side, dust proof,

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 160 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicabl Rate e vermin proof, 3 phase and neutral, bus bar, aluminum, neutral bus shall be of same size as phase bus bars, Short circuit capacity for the bus bars and switches shall be 10 Ka

4.0 Cabling Supplying, erecting & terminating PVC armoured cable 3½ core 25 sq mm aluminum conductor with continuous 5.48 sq mm (12 SWG) G.I. earth wire Mtrs 4.1 400 NA complete erected with . glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB- LT/AL Supplying, erecting & terminating PVC armoured cable 2 core 2.5 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire Mtrs 4.2 150 NA complete erected with . glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB- LT/CU Supplying & erecting crimping type copper lugs for cable upto 16 sq mm 4.3 Nos. 28 NA complete as per specification No. CB- CL/CU

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 161 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basic GST as Final Amount No. Rate applicabl Rate e Supplying & erecting crimping type aluminum lugs for cable 25 sq mm Nos. 14 complete as per specification No. CB- CL/AL

5.0 Earthing system Supply, Installation, Testing and commissioning of UL Certified / CPRI Tested Maintenance Free Earthing comprising of Electrode of 17.2 mm diameter Low Carbon Steel with 250 micron Molecular 5.1 Copper Bonded Earthing Each 2 NA Rod of Length 3m along with 25 kg Carbon Based environment friendly back fill Ground Enhancing compound required to fill up the excavated earth with required quantity as per specification no EA-MOBI Supplying and erecting GI strip of required size used for earthing on wall and/or any other purpose with necessary GI clamps fixed 5.2 Kg 200 NA on wall painted with bituminous paint in an approved manner with joints required. As per specification No EA-EP.

TOTAL FOR STREET

LI GHTI NG SYSTEM

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 162 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

B.3 Bill of Quantity (BoQ) for Pedestrian Bridge

Sr. GST as Final Description Unit Qty. Basic Rate Amount No. applicable Rate

Excavation for foundation in earth, soils of all types, sand, gravel, soft murum including shoring and 1 Cum 382.70 NA strutting as necessary and disposing off excavated stuff as directed etc. complete. Excavation for foundation in soft rock including shoring and strutting as 2 necessary and disposing off Cum 291.22 NA excavated stuff as directed etc. complete. Providing and laying M15 grade controlled cement concrete in base PCC, annular filling etc. including 3 all formwork, shuttering, Cum 91.89 NA mixing, placing, compaction, curing etc. complete in all respects. Chiseling through pile shells in hard strata like boulders, soft and hard rocks Beyond 900 mm and upto and inclusive of 1050 Rig 4 mm dia. including removing 120.00 NA Hour and stacking the loose materials etc. complete and disposing of the unserviceable materials outside complete. Providing, placing and driving in position 6mm thick permanent MS liner up to required depth with 12 mm thick MS cutting edge 5 Mt 153.34 NA of 0.50 meter length of bottom including fabricating, cutting the MS sheet to required diameter and shape, welding Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 163 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Final Description Unit Qty. Basic Rate Amount No. applicable Rate

the joints and driving with the help of required machineries, all materials, labour and lift etc. complete. Providing and laying cast in situ / ready mix M35 RCC for 1200mm diameter bored piles each of load capacity as per design and of specified diameter of as directed, placed through steel shell sunk to the required depth through all strata except rock, excluding provision of reinforcement including 6 placing Rmt 480.00 NA concrete by tremie arrangement, compaction of concrete and withdrawal of steel shell with fully automatic microprocessor based PLC with SCADA enabled with reversible drum type mixer/ concrete batch mix plant (pan mixer) etc. complete. with natural sand /VSI quality artificial sand Carrying out load test for 1.5 times the proposed safe working load on the pile in driven position above 900 mm diameter including construction of 7 test cap, use of accessories Nos. 1.00 NA and instruments including providing graphs as per I.S. code or Std. Specifications and dismantling the test cap after testing and cleaning the site complete

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 164 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Final Description Unit Qty. Basic Rate Amount No. applicable Rate

Providing and laying in situ / ready mix M-35 controlled reinforced cement concrete of trap metal for raft slab including "V" haunches, formwork, scaffolding, compaction by vibrating, finishing curing 8 etc. complete. concrete Cum 150.00 NA batch mix plant / pan mixer with Natural / VSI standard Artificial Sand) etc. complete. (excluding reinforcement). a) RCC Grade with reversible drum type mixer/ concrete batch mix plant (pan mixer). Providing and laying in situ / ready mix controlled M-35 cement concrete of trap / granite / quartzite/ gniess metal for reinforced cement concrete caps over piers and abutments including necessary scaffolding 9 plywood/steel formwork, Cum 721.91 NA compacting by vibrating, finishing in CM 1:3 and curing etc complete (excluding reinforcement) With reversible drum type mixer/ concrete batch mix plant (pan mixer) with Natural / VSI standard Artificial Sand. Providing and placing in position M40 grade controlled cement concrete for RCC work in pier, pier 10 caps and pedestals Cum 242.74 NA including form work, shuttering, mixing, placing, compaction, curing etc. complete in all respects.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 165 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Final Description Unit Qty. Basic Rate Amount No. applicable Rate

Providing and casting special grade in M35 controlled cement concrete for prestressed concrete work for main girder including slab, cross girder etc. including centering and scaffolding or launching including necessary plant and 11 Cum 77.60 NA machinery for the job shuttering, vibrating, curing, finishing etc. complete. (fully automatic microprocessor based PLC with SCADA enabled concrete batch mix plant or pan mixer with Natural / VSI standard Artificial Sand) Providing and casting special grade in M35 controlled cement concrete for prestressed concrete work for main girder including slab, cross girder etc. including centering and scaffolding or launching including necessary plant and 12 machinery for the job Cum 256.26 NA shuttering, vibrating, curing, finishing etc. complete. (fully automatic microprocessor based PLC with SCADA enabled concrete batch mix plant or pan mixer with Natural / VSI standard Artificial Sand)

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 166 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Final Description Unit Qty. Basic Rate Amount No. applicable Rate

Providing and placing in position M40 grade controlled cement concrete for RCC work in cast in situ 13 Cum 310.25 NA deck slab including form work, shuttering, mixing, placing, compaction, curing etc. complete in all respects. Providing and laying of RCC in M30 grade approach slab including reinforcement and formwork complete with fully automatic 14 microprocessor PLC with Cum 12.60 NA SCADA enabled reversible drum type mixer/ concrete batch mix plant (pan mixer) as per drawings and technical specifications etc. complete Providing Reinforced cement concrete crash barrier at the edges of the road, approaches to bridge structures and medians, constructed with R.C.C. M 30 Grade concrete with HYSD reinforcement conforming to IRC:21 and dowel bars 25 mm dia, 450 mm long at expansion joints filled with 15 Rmt 270.00 NA premoulded asphalt filler board, keyed to the structure on which it is built and installed as per design given in the enclosure to MOST circular No. RW/NH - 33022/1/94-DO III dated 24 June 1994 as per dimensions in the approved drawing and at locations directed by the Engineer, all as specified etc. complete. Spec: MORT

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 167 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Final Description Unit Qty. Basic Rate Amount No. applicable Rate

and H 2013 Cl 811 Page No 360 Providing and fixing in position to the exact profile and prestressing the high tensile strands to specified ultimate strength, standard end anchorages, cable ducts, 16 grouting ducts after MT 7.69 NA prestressing and bearing plates with wedges as per detailed drawings including necessary plant and machinery for prestressing etc. complete. Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 17 steel bars for reinforcement MT 312.16 NA for all RCC works as per detailed drawings etc. complete. Providing Fusion Bonded Epoxy Coating (FBEC) to reinforced bars of 8mm diameter as per IS: 13620- 1993 specifications for a thickness of 175micron Permissible variation of 50 micron including testing of 18 coating at plant extra cost MT 312.16 NA for careful handling using PVC coating, binding wires instead of G. I. wires to and from Plant) touching up the material supplied repair work etc complete as per detailed specifications. (Lead 200km from plant) etc complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 168 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Final Description Unit Qty. Basic Rate Amount No. applicable Rate

Providing and laying of filter media with granular materials/ stone crushed aggregates satisfying the requirements laid down in clause 2504.2.2 of MoRTH specifications to a thickness of not less than 600 mm with smaller size towards 19 Cum 153.60 NA the soil and bigger size towards the wall and provided over the entire surface behind abutment, wing wall and return wall to the full height compacted to a firm condition as per drawing and technical specifications etc. complete.

20 Landscaping Work Sqm 94.76 NA

Providing and laying heavy duty cobble stones 100mm thick, using cement and course sand for manufacture of blocks of approved size, shape and colour with a minimum compressive strength of 281 kg per sqm over 50mm thick sand bed (average thickness ) and compacting with plate 21 Sqm 1203.77 NA vibrator having 3 tons compaction force thereby forcing part of sand underneath to come up in between joints, final compaction of paver surface joints into its final level, including cost of materials, labour and HOM of machineries complete as per specifications

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 169 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Final Description Unit Qty. Basic Rate Amount No. applicable Rate

Providing and constructing masonry in precast solid Concrete Block (Grade D- 50 As per I.S. 2185, Part-I, 1974, Reframed 1987) having compressive strength 5-00 N/mm2) of 22 size (300 mm x200 mm x Cum 15.66 NA 150mm) in cement mortar 1:6 for superstructure including striking joints on unexposed faces, racking out joints on exposed faces, watering, curing and scaffolding etc. complete. Providing and fixing machine cut mirror polished 18 mm to 20 mm thick telephone black granite / Amba White / Cat bary 23 Sqm. 33.95 NA brown / RBI red / Ocean Brown granite stone partition with rounding the edges etc. complete . Both side polish Providing internal cement plaster 20mm thick in two coats in cement mortar 1:4 without neeru finish, to 24 Sqm 64.49 NA concrete, brick surface, in all positions including scaffolding and curing etc. complete Applying two coats of coal tar epoxy paint over 25 Sqm. 202.60 NA priming coat to surfaces in contact with earth / water Providing and applying two coat of water based cement paint to un plastered concrete surface after 26 cleaning the surface of dirt, Sqm. 2601.74 NA dust, oil, grease, efflorescence etc. complete. (applying 1 litre paint on 2 sqmt) Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 170 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Final Description Unit Qty. Basic Rate Amount No. applicable Rate

Applying three coats of 27 epoxy based cement paint to Sqm. 850.00 NA underside and sides of deck. Supplying, fitting and fixing in position true to line and level elastomeric bearing including all accessories as 140000. 28 per drawing and technical CuCm NA 00 specifications and IRC:83 (Pt-II) section IX and clause 2005 of MoRTH specifications etc. complete. Providing and filling 20 mm thick compressible fibre board in expansion joint 29 Rm. 24.00 NA complete as per drawings and technical specifications etc. complete. Providing and laying of a strip seal expansion joint catering to maximum horizontal movement upto 70 mm to be installed by the manufacturer / supplier to their authorized 30 Rm. 24.00 NA representative ensuring compliance to the manufacturers instruction for installation as per approved drawings and standard specifications etc. complete. Providing 100mm diameter GI water spouts as per detailed drawings in RCC 31 Nos 20.00 NA slab and wearing surface / kerb etc. complete. Providing, laying and fixing ,jointing Supreme Eco- drain 160mm SN 4 Nu- 32 Drain Upvc pipes or of Rm. 420.00 NA equivalent make, manufacture as per EN 13476 or equivalent as per Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 171 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Final Description Unit Qty. Basic Rate Amount No. applicable Rate

I.S.15328 with fittings such a bends, tees , coupler, etc, jointing with rubber lubricant. complete. Providing and Fixing mat finish stainless steel (of 302 grade ) railing with top pipe of 50 mm dia. and vertical pipe of 38 mm dia at 0.60 m c/c or as required and horizontal pipes of 25 mm dia in three rows, all pipes of 2 mm thick including buffing, 33 Rm. 253.35 NA fabricating fixtures and fastening including pipe base of appropriate diameter and ball base of 75 mm dia above newel post of 75 mm diameter etc. complete (Prior approval of sample and brand by Ex .Engineer is necessary before use)

B.4 Bill of Quantity (BoQ) for Pedestrian Bridge Lighting

Sr. Basic Rate GST as Final Amount Description Qty. Unit No. applicable Rate 1.0 Lighting fixtures Supplying and erecting LED Post Top light fitting suitable above 45W lamp, including lamp, with PF > 0.95 and above Housing of 1.1 20 Each NA pressure die cast aluminum alloy and heat sink extruded aluminum complete as per India Bulls Catalogue no. ICBP02-45WH

2.0 Lighting Poles 2.1 Providing & erecting 4.5 m 20 Each NA high (clear height) pole Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 172 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Rate GST as Final Amount Description Qty. Unit No. applicable Rate with foundation bolts, on provided foundation as per India Bulls Catalogue no. ICBP02

Providing & casting of M- 20 grade reinforced cement concrete (RCC) foundation suitable for 3m to 5m high octagonal / conical G.I. pole considering the safe soil bearing capacity at site as 2.2 20 Each NA 10 T/sq m at 1.5 m depth including supply of steel, concrete, excavation and fixing provided nut bolts with the help of template as per design in an approved manner.

Supplying & erecting water 2.3 tight (IP65) terminal box. 20 Each NA complete on pole.

3.0 Lighting Panel Street Light Control Panel (SLCP) Supply, installation, testing and commissioning of SLCP Shall be conforming following IS standards – IS: 2147 – 1962 Degree of protection Floor / wall/ structure 3.1 1 No. NA mounted, free standing, suitable for cable entry from bottom side, dust proof, vermin proof, 3 phase and neutral, bus bar, aluminum, neutral bus shall be of same size as phase bus bars, Short circuit capacity for the bus bars and switches shall be 10 kA

4.0 Cabling Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 173 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Rate GST as Final Amount Description Qty. Unit No. applicable Rate Supplying, erecting & terminating PVC armoured cable 4 core 16 sq mm aluminum conductor with continuous 5.48 sq mm (12 4.1 SWG) G.I. earth wire 250 Mtrs. NA complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB- LT/AL Supplying, erecting & terminating PVC armoured cable 2 core 2.5 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire 4.2 100 Mtrs. NA complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB- LT/CU Supplying & erecting crimping type copper lugs for cable upto 16 sq mm 4.5 40 Nos. NA complete as per specification No. CB- CL/CU Supplying & erecting crimping type aluminum lugs for cable upto 16 sq 4.6 20 Nos. NA mm complete as per specification No. CB- CL/AL

5.0 Earthing system Supply, Installation, Testing and commissioning of UL Certified / CPRI Tested Maintenance Free 5.1 Earthing comprising of 1 Each NA Electrode of 17.2 mm diameter Low Carbon Steel with 250 micron Molecular Copper Bonded Earthing Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 174 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Rate GST as Final Amount Description Qty. Unit No. applicable Rate Rod of Length 3m along with 25 kg Carbon Based environment friendly back fill Ground Enhancing compound required to fill up the excavated earth with required quantity as per specification no EA-MOBI Supplying and erecting GI strip of required size used for earthing on wall and/or any other purpose with necessary GI clamps fixed 5.2 100 Kg NA on wall painted with bituminous paint in an approved manner with joints required. As per specification No EA-EP.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 175 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part C: Interception and Diversion of Aruna River related works at Nashik, Maharashtra.

C.1 BILL OF QUANTITIES FOR INTERCEPTION OF ARUNA RIVER Sr. Description Unit Qty. Basi GST as Final Amount No. c applicable Rate Rate EARTHWORK 1.0 EXCAVATION Excavation for foundation / pipe trenches in hard murum and boulders, W.B.M. road including removing the excavated material all lead beyond the area and lifts 1.1 as below, stacking and spreading NA as directed by Engineer-in- charge, normal dewatering, preparing the bed for foundation and excluding backfilling, etc. complete. i Depth upto 1.50 m - Cum 4363.0 NA ii Depth upto 3.00m to 1.50 m - Cum 2776.5 NA iii Depth upto 4.50m to 3.00 m - Cum 793.2 NA Excavation for foundation / pipe trenches in hard rock and concrete road by chiseling, wedging, line drilling, by mechanical means or by all means other than blasting including trimming and levelling 1.2 NA the bed, removing the excavated material for all lead beyond the area and lifts as below, stacking as directed by Engineer-in- charge, normal dewatering, excluding backfilling, etc. complete by all means. i Depth upto 1.50 m - Cum 2349.3 NA ii Depth upto 3.00m to 1.50 m - Cum 1495.0 NA iii Depth upto 4.50m to 3.00 m - Cum 427.1 NA

2.0 PCC Work

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 176 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Providing and laying M15 controlled cement concrete with minimum cement content of 300kg per Cum for all drains for 2.1 below and above ground level m³ 475.48 NA including mixing, placing, consolidating, curing etc. complete as directed by EIC.

3.0 RCC Drains Providing and casting in situ C. C. of trap/granite/quartzite/ gneiss metal of approved quality for RCC work as per detailed drawings and designs or as directed by Engineer-in-charge including normal dewatering, plywood form work, bully/steel prop ups, compaction, finishing the formed surfaces with CM 1:3 3.1 of sufficient minimum thickness m³ 1913.88 NA to give a smooth and even surface wherever necessary or roughening if special finish is to be provided and curing, etc. complete. (By weigh batching and mix design for M-250 and M- 300 only. Use of L&T, A.C. C., Ambuja, Birla Gold, Manikgad, Rajashree, etc. cement is permitted .) Providing and fixing in position steel bar reinforcement of various diameters for RCC piles, caps, footings, foundation, slabs, beams, columns, canopies, staircases. newels, chajjas, lintels, pardies, copings, fins, 3.2 arches, etc. as per detailed M.T 141.69 NA designs, drawings and schedules; including cutting, bending, hooking the bars, binding with wires or tack welding and supporting as required, etc. complete. (including cost of binding wire) 4.0 PRECAST SLAB

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 177 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Providing, hoisting and fixing up 100mm thick precast RCC slab over drain including cost of 4.1 shuttering but excluding the cost m³ 258.78 NA of reinforcement complete all as per drawings and direction by the Engineer Steel reinforcement (Fe-500) for R.C.C. work including 4.2 straightening, cutting, bending, M.T 55.09 NA placing in position and binding all complete. 5.0 RUBBLE SOLING Providing dry trap / granite / quartzite / gneiss, rubble stone 5.1 soling in 15cm to 20 cm thick Cum 853.86 NA layers (including hand packing and compacting), etc. complete. 6.0 PI PE I NLETS Providing, lowering and laying in standard lengths ISI mark rigid unplastised PVC confirming to IS 15328, including all local and central taxes, transportation, freight charges, transit insurance, inspection charges, loading, NA unloading, conveyance to store/site and stacking the same in closed shed duly protected from sun rays and rains, etc. complete (with third party inspection) (socketed) 6.1 160mm diameter RM 140.00 NA Royalty charges for excavated 6.2 Cum 12204.10 NA earth

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 178 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part D: Installation of automated mechanical pneumatic crest gates and related works at Nashik, Maharashtra

D.1 BI LL OF QUANTI TI ES FOR PNEUMATICALLY OPERATED AUTOMATED MECHANICAL GATES

Sr. Description Unit Qty. Basi GST as Fina Amount No. c applicabl l Rate e Rate 1 Cleaning site including bushes Job and stacking directed 2 Dismantling existing masonry cum 2351.25 including stacking as directed 3 Excavation for foundation in cum 3012.80 hard rock by chiseling and wedging or line drilling including shoring and strutting as necessary and disposing off excavated stuff as directed etc. complete. (excluding dewatering). 4 Dewatering on BHP basis by Hr 15000.00 using water pump including diversion of stream, providing cofferdams, earthen bunds etc. as may be necessary for foundation and other parts of the works and pumping out water during and after excavation as may be required by using 10.00 to 19.00 BHP pump etc. complete. (prior approval of EIC)

5 Providing cast in situ / ready Cum 1310.58 mix / ready mix M20 grade cement concrete for head walls of CD work / retaining walls etc. including necessary form work, compaction, finishing and curing etc. complete .(with reversible drum type mixer / concrete batch mix plant (pan mixer) with SCADA with natural / Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 179 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Description Unit Qty. Basi GST as Fina Amount No. c applicabl l Rate e Rate VSI standard Artificial Sand, cement 4.05 bags/cumt) 6 Providing, fabricating and MT 23.59 setting out MS cutting edge for RCC structures as per detailed drawings and technical specifications etc. complete. 7 Providing and Fixing Sqm 373.80 Pneumatically operated gates

8 Constructing Coffer Dam Lum 1.00 p Sum 9 Electrification of dam Lum 1.00 p Sum 10 Royalty charges 589.76 11 Provision for unforeseen items Lum 1.00 during execution p Sum

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 180 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part E: Beautification Projects including landscaping, cycle track, cobblestone paving, stone benches, signages etc.

E.1.1 Bill of quantities for construction of Goda garden

Basic GST as Final Sr.No. Description Unit Qty. Amount Rate applicable Rate Excavation for foundation in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material with all lead and lifts beyond the building area and stacking and spreading as directed, 1 Cum 731.89 dewatering, preparing the bed for the foundation and necessary back filling, ramming, watering including shoring and strutting etc. complete. (Lift from1.5m to 3.0m)

Royalty Charges for 2 Cum 732.00 Excavated Earth. Providing dry/ trap/ granite/ quartzite/ gneiss rubble stone 3 soling 15 cm to 20 cm thick Cum 109.00 including hand packing and compacting etc. complete. Providing second class Burnt Brick masonry with conventional/I.S. type bricks in cement mortar 1:6 in 4 superstructure including Cum 170.00 striking joints, raking out joints, watering and scaffolding etc. Complete

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 181 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount Providing and laying Cast in situ/Ready Mix cement concrete in M15 of rap/granite/quartzite/gneiss metal for steps including steel centering, plywood/steel formwork, laying/pumping, compacting, roughening (broom finish) them if special finish is to be provided, finishing uneven and honeycombed surface and curing etc. complete. The Cement Mortar 1:3 plaster is 5 considered for rendering Cum 307.00 uneven and honeycombed surface, only. Newly laid concrete shall be covered by gunny bag, plastic, tarpaulin etc.(Wooden centering will not be allowed.),with fully automatic microprocessor based PLC w ith SCADA enabled reversible Drum Type mixer/concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand Construction of granular sub- base by providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor 6 Cum 1259.00 grader / Paver on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401-- Plant Mix Method and Grading - III Material

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 182 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount Providing and laying heavy duty cobble stones 80mm thick, using cement and course sand for manufacture of blocks of approved size, shape and colour with a minimum compressive strength of 281 kg per sqm over 50mm thick sand bed (average thickness ) and compacting with plate 7 vibrator having 3 tons Sqm 1123.00 compaction force thereby forcing part of sand underneath to come up in between joints, final compaction of paver surface joints into its final level, including cost of materials, labour and HOM of machineries complete as per specifications Providing and fixing Nevasa Stone of approved size and shape. Including cost of all materials, manufacturing, curing, transportation of stones to work site including 8 loading, unloading and Sqm 909.00 stacking as directed, laying stone in position over prepared bed of natural sand / crushed sand of 50 mm thickness including filling Joint, etc. complete. Providing and laying in situ / ready mix M-25 cement concrete of trap /granite/quartzite/ gneiss metal for cast in citu R.C.C. solid piers, column, wall etc. 9 including provision of V Cum 33.00 shaped false joints to form suitable panels on the faces to approve design with compacting by vibrating and curing complete. Including plywood/steel formwork, Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 183 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount centering (excluding dewatering by means of pump) and including bailling out water and including CM 1:3 curing complete.

Providing and fixing in position after hoisting, precast 1:2 cement mortar reinforced Arch/ panel 80 10 mm thick with 3 mm diameter Sqm 44.00 mild steel bar reinforcement, of approved design on both sides, fixing in cement mortar 1:3 and curing etc .complete. Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 steel 11 bars for reinforcement for all MT 4.00 RCC works as per detailed drawings etc. complete. Providing and applying plastic emulsion paint of approved quality, colour and shade to new surface in three 12 Sqm 234.00 coats including scaffolding, preparing the surface. (excluding primer coat) etc. complete. Providing and Fixing saint gobain board with shingles roof of 18mm thk with ridges and facia all surrounding. 13 Sqm 311.00 Including Design, Providing and fixing PEB Structure as per approved PEB design by architect etc complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 184 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount Providing and fabricating structural steel work in rolled sections like joists, channels, angles, tees etc. as per detailed design and drawings or as directed including cutting, fabricating, hoisting, erecting, fixing in position making riveted / 14 MT 1.92 bolted /welded connections without connecting plates, braces etc. and including one coat of anticorrosive paint and over it two coats of oil painting of approved quality and shade etc. complete. Providing and laying in trenches 25 mm dia. medium grade having embossed as ISI Mark galvanized iron pipes of 2.49 kg/meter necessary fitting remaking good the demolished portion with 15 filling trenches and with Rm 572.00 primer of anti-corrosive oil paint, 2 coats Including removing existing pipe line if necessary and conveying and stacking the same in PWD chowky or as directed etc. complete. Providing and constructing Brick Masonry Inspection Chamber 60cm x 45cm x 90cm including 1:4:8 cement concrete foundation 1:2:4 cement concrete channels half 16 Nos 10.00 round G.S.W. pipes, Brick Masonry, plastering from inside and airtight C. I. cover of 75 kg with lid and frame fixed in cement concrete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 185 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount Providing & installing of E- toilet with Super structure of the electronic toilet to have esthetic ambience with inner room size 1.2 x 0.8 x 2.4 (LXWXH)meters and Size of electronic toilet overall size in meters 2.30x1.25x2.80 (LXWXH) Total area 35 Sft. with Built-access controlled main door and side walls made of SS Grade 304,Toilet floor and closet are to be stainless steel of grade 304.E-Toilet shall have Built-in water tank with minimum 225 Lit capacity and Access control using coin validator for entering the unit based on automatic payment collection mechanism exit from the unit should be manual. Automatic lights inside the unit with 17 gloves on opening the door. E- Nos. 2.00 Toilet shall be Automatic flushing system which includes Automatic Pre flush cleaning before use, Automatic closet washing mechanism after use and Automatic platform cleaning mechanism programmed after specific numbers. In addition to these flush switch is to be provided for manual operation. Standard features should include heath faucet, exhaust fan and cloth hanger. The E-Toilet shall have Alert to users-different indication on 'ready to use', busy are to be provided in the unit also with Voice guidance in the unit for users. Web enabled support- GPRS based Real time data to be provided from the unit through web for knowing the Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 186 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount health status like number of users per day and coins collected. E-toilet shall have Modular and portable design enabling easy assembling and installation at site. Call c enter and web portal facilities for registering compliance and tracking usage, coin collection etc. Status display in LED, Printed instruction stickers are to be provided .For Advertisement purpose space for advertisement display to be provided on the exterior of the unit for income generation and sustainability.Backup power facility like UPS is to be provided to supplement upto 30 MinBase of the unit to be placed on a suitable concrete structure with an aesthetic finish. Providing and Installing Waste water treatment and recycling unit for each E- Toilet: Bio digester tank suitable for maintenance free processing the soil waste with 2000 litre capacity, made of FRP. The bio digester shall be of anaerobic type with 18 Nos. 1.00 compartments followed by disinfection. The compartments shall have polygrass mats for protection of bacteria on side partition walls. The bio digester shall be fitted with ball valve or bypass arrangement. Dosed with approved microbial solution at recommended interval

E.1.2 Bill of quantities for electrical equipment/ fittings of Goda garden Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 187 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Description Unit Qty. Basic Final Amount No. applicable Rate Rate 1.0 Lighting fixtures Supplying and erecting LED Landscape Light fitting suitable above 26W to 36W lamp, including New generation lamp, post-top, with PF > 0.95 class IP 65 and above Housing of pressure die 1.1 cast aluminum alloy and heat Each 67 NA sink extruded aluminum complete with high power LED as light source, energy saving, environmental friendly, long life aesthetically designed with good indirect symmetrical light distribution Supplying and erecting LED street light fitting suitable for 75-85 W, including lamp, with PF > 0.95 class IP 66 , impact 1.2 resistance of IK07 and above Each 44 NA Housing of pressure die cast aluminum alloy and heat sink extruded aluminum complete (Above Pathway) 2.0 Lighting Poles Supplying and erecting S/F of 76 mm dia,3.5 m long Pole, suitable for fixing of post top lantern including 150*150*150 mm cast aluminum type junction box with 6 amp SP MCB, 20 Amp. connector suitable for 4 core 10 sq.mm. Armoured aluminum cable incoming & 2.1 Each 67 NA outgoing complete with water tight cover including Masonry work for erecting the pole and making 450x450x1000 mm base by cement coarse sand mortar (1:4) (450 mm above ground and 550 mm below ground) and Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 188 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Description Unit Qty. Basic Final Amount No. applicable Rate Rate 3x1,5 sqmm copper wire from cable box to lamp for connections of required length for underground cable entry and outlet upto the junction box, the work shall be complete as required

Supplying and erecting S/F of 76 mm dia,6 m long Pole, suitable for fixing of post top lantern including 150*150*150 mm cast aluminum type junction box with 6 amp SP MCB, 20 Amp. connector suitable for 4 core 10 sq.mm. Armoured aluminum cable incoming & outgoing complete with water tight cover including Masonry 2.2 work for erecting the pole and Each 32 NA making 450x450x1000 mm base by cement coarse sand mortar (1:4) (450 mm above ground and 550 mm below ground) and 3x1,5 sqmm copper wire from cable box to lamp for connections of required length for underground cable entry and outlet upto the junction box, the work shall be complete as required Supplying and erecting Street light bracket for erection of Single fitting on tubular 2.3 welded pole with 40 mm.dia Each 12 NA 1.0 m long “B” grade G.I.pipe along with pole cap of 125mm dia 600 mm long duly welded

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 189 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Description Unit Qty. Basic Final Amount No. applicable Rate Rate as per specification no. FG- BKT/BPC

Providing & casting of M- 20 grade reinforced cement concrete (RCC) foundation suitable for 3m to 5m high octagonal / conical G.I. pole considering the safe soil 2.4 bearing capacity at site as 10 Each 8.33 NA T/sq m at 1.5 m depth including supply of steel, concrete, excavation and fixing provided nut bolts with the help of template as per design in an approved manner. Providing cement concrete foundation including excavation for the poles 60 cm x 60 cm x 1.5 m deep in 1:3:6 cement concrete (20 x 25 mm stone metal) and 45 cm x 45 2.5 Each 9.99 NA cm x 45 cm /45 cm dia. x 45 cm height plinth duly plastered and with necessary curing and finishing in an approved manner. (for 8.5 to 9 m poles) Supplying and erecting Outdoor Stand Mounted Feeder Pillar for highmast of the same manufacturer with 63A TPN MCB incomer, single dial timer switch, 45 A TP contactor for automatic switching of luminaries, 2 no 2.6 9A contactors and raise/lower Job 3 NA push button, and provision for termination of Incoming minimum 35 sq. mm and outgoing minimum 16 & 2.5 sq. mm cables complete erected in min. 14 gauge CRCA sheet box powder coated with supporting angles, Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 190 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Description Unit Qty. Basic Final Amount No. applicable Rate Rate self lock, gasket and slanting top erected on CC foundation in an approved manner.

Supplying & erecting water tight terminal box of 1.6 mm (16 gauge) CRCA sheet of size 2.7 Each 111 NA 200 x 150 x 150 mm. complete on pole as per specification No. CB-SB 3.0 Lighting Panel Street Light Control Panel (SLCP) Supply, installation, testing and commissioning of SLCP Shall be conforming following IS standards – IS: 2147 – 1962 Degree of protection Floor / wall/ structure 3.1 mounted, free standing, No. 2 NA suitable for cable entry from bottom side, dust proof, vermin proof, 3 phase and neutral, bus bar, aluminum, neutral bus shall be of same size as phase bus bars, Short circuit capacity for the bus bars and switches shall be 10 kA 4.0 Cabling Supplying, erecting & terminating PVC armoured cable 3½ core 25 sq mm aluminum conductor with continuous 5.48 sq mm (12 4.1 SWG) G.I. earth wire Mtrs. 2000 NA complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB- LT/AL

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 191 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Description Unit Qty. Basic Final Amount No. applicable Rate Rate Supplying, erecting & terminating PVC armoured cable 2 core 2.5 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire 4.2 Mtrs. 997 NA complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB- LT/CU Making trench in soft soil of suitable width and depth as per IS for laying provided L.T 4.3 cable up to 25 sq mm Mtrs. 2000 NA complete. As per specification No. CW-EXN-CTR Making the trench in Hard murum/Tar road of suitable width and depth as per IS for 4.4 laying provided L.T cable up Mtrs. 2000 NA to 10 sq.mm. complete. As per specification No. CW-EXN- CTR Supplying & erecting crimping type copper lugs for 4.5 cable upto 16 sq mm complete Nos. 444 NA as per specification No. CB- CL/CU Supplying & erecting crimping type aluminum lugs 4.6 for cable 25 sq mm complete Nos. 222 NA as per specification No. CB- CL/AL 5.0 Earthing system Supply, Installation, Testing and commissioning of UL Certified / CPRI Tested Maintenance Free Earthing comprising of Electrode of 17.2 mm diameter Low 5.1 Each 2 NA Carbon Steel with 250 micron Molecular Copper Bonded Earthing Rod of Length 3m along with 25 kg Carbon Based environment friendly back fill Ground Enhancing Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 192 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. GST as Description Unit Qty. Basic Final Amount No. applicable Rate Rate compound required to fill up the excavated earth with required quantity as per specification no EA-MOBI

Supplying and erecting GI strip of required size used for earthing on wall and/or any other purpose with necessary 5.2 GI clamps fixed on wall KG 589 NA painted with bituminous paint in an approved manner with joints required. As per specification No EA-EP.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 193 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.2.1 Bill of quantities for construction of Goda park/ walk area

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate 1 Excavation for foundation in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material with all lead and lifts beyond the building area and stacking and spreading as directed, Cum 1130.00 dewatering, preparing the bed for the foundation and necessary back filling, ramming, watering including shoring and strutting etc. complete. (Lift from1.5m to 3.0m) 2 Removing shahabad, Tabdur stones or Paver Block from floor without bed concrete Sqm 3402.00 including stacking the materials as directed with all leads, lifts etc. complete Royalty Charges for 3 Cum 1130.00 Excavated Earth. 4 Providing dry/ trap/ granite/ quartzite/ gneiss rubble stone soling 15 cm to 20 cm Cum 58.00 thick including hand packing and compacting etc. complete. 5 Compacting the hard murum side widths including laying in layers on each side Sqm 5761.00 with power roller including artificial watering etc. complete

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 194 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate 6 Construction of granular sub-base by providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader / Paver on Cum 877.00 prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401-- Plant Mix Method and Grading - III Material 7 Providing and laying Cast in situ/Ready Mix cement concrete in M15 of trap/granite/quartzite/gneiss metal for steps including steel centering, plywood/steel formwork, laying/pumping, compacting, roughening them if special finish is to be provided, finishing uneven and honeycombed surface and curing etc. complete. The Cement Mortar 1:3 plaster is considered for rendering Cum 970.00 uneven and honeycombed surface, only. Newly laid concrete shall be covered by gunny bag, plastic, tarpaulin etc.(Wooden centering will not be allowed.),with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 195 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate 8 Providing and fixing factory made Hydraulically pressed Mechanically vibrated and compacted precast inter locking cement concrete paving blocks 80MM thick in M-40 grade of approved size and shape for City streets, small /medium market roads, low volume roads, utility cuts on arterial roads etc. as specified and as per IS 15658:2006 including cost of all materials, manufacturing, Sqm 695.00 curing, transportation of blocks to work site including loading, unloading and stacking as directed, laying paving blocks in position over prepared bed of natural sand / crushed sand of 50 mm thickness including necessary excavation in all stratas, spreading blindge of fine sand over the prepared bed, compacting blocks by plate vibrator etc. complete. 9 Providing and laying heavy duty cobble stones 100mm thick, using cement and course sand for manufacture of blocks of approved size, shape and colour with a minimum compressive strength of 281 kg per sqm over 50mm thick sand bed (average thickness ) and Sqm 5026.00 compacting with plate vibrator having 3 tons compaction force thereby forcing part of sand underneath to come up in between joints, final compaction of paver surface joints into its final level, including cost of materials, labour and HOM of Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 196 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate machineries complete as per specifications

10 Providing and fixing Nevasa Stone of approved size and shape. Including cost of all materials, manufacturing, curing, transportation of stones to work site including loading, unloading and Sqm 183.00 stacking as directed, laying stone in position over prepared bed of natural sand / crushed sand of 50 mm thickness including fillin g Joint, etc. complete. 11 Providing and casting in situ or precast tapering R.C.C. M-20 Barrier type Kerb without gutter (as per IRC 86 1983) embedded 125mm below ground level over M- 10 PCC finished neatly with C.M. 1:2, setting the same in C.M. 1:2, including the Rmt 245.00 required excavation in any strata and removing the excavated stuff anywhere in city and redoing the surface as specified and directed by Engineering In-charge. Using Concrete Batching and Mixing Plant 12 Providing and laying in situ / ready mix M-25 cement concrete of trap /granite/quartzite/ gneiss metal for cast in citu R.C.C. solid piers, column, wall etc. including provision of V shaped false joints to form Cum 131.00 suitable panels on the faces to approve design with compacting by vibrating and curing complete. Including plywood/steel formwork, centering (excluding Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 197 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate dewatering by means of pump) and including bailling out water and including CM 1:3 curing complete. 13 Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 s teel MT 13.00 bars for reinforcement for all RCC works as per detailed drawings etc. complete. 14 Providing second class Burnt Brick masonry with conventional/I.S. type bricks in cement mortar 1:6 in superstructure including Cum 386.88 striking joints, raking out joints, watering and scaffolding etc. Complete 15 Providing rough cast cement plaster externally in two coats to concrete, brick or stone masonry surfaces in all positions with base coat of 12 to 15 mm thick in C.M. Sqm 862.10 1:4 and rough cast treatment 12mm thick in proportion 1:1 1/2:3 including scaffolding and fourteen days curing complete. 16 Providing and fixing of wall cladding using 20mm thick keras finish granite with approved colour and texture in CM 1:3 proportion cut to required shape, pattern with paper joints, finished with cement mortal using white Sqm 1080.00 cement and colour pigments to match the colour of slab making through jointing with sealant, making holes 25mmx12mm grooves in joints including curing etc., complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 198 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate 17 Providing, laying and fixing P.V.C. pipe sleeves of 110 mm. dia. With fittings such as bends, tees, reducers, clamps, Rmt 105.00 etc. including necessary excavation, trench filling etc. complete. 18 Providing and fixing 100mm diameter and 1.5mm thick Stainless steel hand railing in S.S.304 Grade including fabricating ,fixtures, erecting, Rmt 120.00 necessary welding, grinding, finishing, buffing to stainless steel pipe etc. complete 19 Providing and fixing 40mm diameter and 1.5mm thick Stainless steel hand railing in S.S.304 Grade including Rmt 4.00 fabricating ,fixtures, erecting, necessary welding, grinding, finishing, buffing tostainless steel pipe etc. complete 20 Providing and applying two coats of textured synthetic paint of approved shade and quality and one coat of primer before applying textured paint including scaffolding if Sqm 122.00 necessary preparing surface by thoroughly cleaning oil, grease, dirt and other materials as required, etc. complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 199 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate 21 Providing and constructing gabain structures for erosion control, river training works and protection works with wire crates of size 2.0m x 1.0m x 0.30m each divided into 1 m compartments bycrossnetting, made from 4 mm galvanized steel wire @ 32 kg per 10sqm having minimum tensile strength of Cum 1365.00 300Mpa conforming to IS:280 and galvanizing coating conforming to IS 4826, woven into mesh with double twist, mesh size not exceeding 100 x 100mm, filled with boulders with least dimension of 200mm, all loose ends to be securely tied with 4mm galvanized steel wire etc. complete. 22 Tree grate; Supply & fixing of Concrete Tree Guards 900 x 900 x 40 mm, manufactured with M30 grade make in shot blasted finish & colours as Nos. 5.00 approved. Parameters & as per the direction of Engineer in charge, complete incl. all consumables, T&P and Labours required for the job.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 200 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate 23 Providing & installing of E- toilet with Super structure of the electronic toilet to have aesthetic ambience with inner room size 1.2 x 0.8 x 2.4 (LXWXH)meters and Size of electronic toilet overall size in meters 2.30x1.25x2.80 (LXWXH) Total area 35 Sft. with Built-access controlled main door and side walls made of SS Grade 304,Toilet floor and closet are to be stainless steel of grade 304.E- Toilet shall have Built-in water tank with minimum 225 Lit capacity and Access control using coin validator for entering the unit based on automatic payment collection mechanism exit from the unit should be manual. Automatic lights inside the unit with gloves on opening the door.E- Nos. 2.00 Toilet shall be Automatic flushing system which includes Automatic Pre flush cleaning before use, Automatic closet washing mechanism after use and Automatic platform cleaning mechanism programmed after specific numbers. In addition to these flush switch is to be provided for manual operation. Standard features should include heath faucet, exhaust fan and cloth hanger. The E-Toilet shall have Alert to users-different indication on 'ready to use', busy are to be provided in the unit also with Voice guidance in the unit for users. Web enabled support-GPRS based Real time data to be provided from the unit through web for Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 201 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate knowing the health status like number of users per day and coins collected. E-toilet shall have Modular and portable design enabling easy assembling and installation at site. Call center and web portal facilities for registering compliance and tracking usage, coin collection etc. Status display in LED, Printed instruction stickers are to be provided. For advertisement purpose space for advertisement display to be provided on the exterior of the unit for income generation and sustainability. Backup power facility like UPS is to be provided to supplement upto 30 Min Base of the unit to be placed on a suitable concrete structure with an aesthetic finish.

24 Providing and Installing Waste water treatment and recycling unit for each E- Toilet: Bio digester tank suitable for maintenance free processing the soil waste with 2000 litre capacity, made of FRP. The Nos. 1.00 bio digester shall be of anaerobic type with compartments followed by disinfection. The compartments shall have polygrass mats for protection of bacteria on side partition Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 202 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate walls. The bio digester shall be fitted with ball valve or bypass arrangement. Dosed with approved microbial solution at recommended interval

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 203 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.2.2 Bill of quantities for electrical equipment/ fittings in Goda park/ walk area

Sr. Basic GST as Description Unit Qty. Final Amount No. Rate applicable Rate 1.0 Lighting fixtures Supplying and erecting LED Landscape Light fitting suitable above 26W to 36W lamp, including New generation lamp, post-top, with PF > 0.95 class IP 65 and above Housing of pressure die cast aluminum alloy and 1.1 Each 25 NA heat sink extruded aluminum complete with high power LED as light source, energy saving, environmental friendly, long life aesthetically designed with good indirect symmetrical light distribution Supplying and erecting LED street light fitting suitable for 75-85 W, including lamp, with PF > 0.95 class IP 66 , 1.2 impact resistance of IK07 and Each 76 NA above Housing of pressure die cast aluminum alloy and heat sink extruded aluminum complete (Above Pathway) 2.0 Lighting Poles Supplying and erecting S/F of 76 mm dia,3.5 m long Pole, suitable for fixing of post top lantern including 150*150*150 mm cast aluminum type junction box with 6 amp SP MCB, 20 2.1 Each 25 NA Amp. connector suitable for 4 core 10 sq.mm. Armoured aluminum cable incoming & outgoing complete with water tight cover including Masonry Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 204 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic GST as Description Unit Qty. Final Amount No. Rate applicable Rate work for erecting the pole and making 450x450x1000 mm base by cement coarse sand mortar (1:4) (450 mm above ground and 550 mm below ground) and 3x1,5 sqmm copper wire from cable box to lamp for connections of required length for underground cable entry and outlet upto the junction box, the work shall be complete as required Supplying and erecting S/F of 76 mm dia,6 m long Pole, suitable for fixing of post top lantern including 150*150*150 mm cast aluminum type junction box with 6 amp SP MCB, 20 Amp. connector suitable for 4 core 10 sq.mm. Armoured aluminum cable incoming & outgoing complete with water tight cover including 2.2 Masonry work for erecting Each 7 NA the pole and making 450x450x1000 mm base by cement coarse sand mortar (1:4) (450 mm above ground and 550 mm below ground) and 3x1,5 sqmm copper wire from cable box to lamp for connections of required length for underground cable entry and outlet upto the junction box, the work shall be complete as required

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 205 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic GST as Description Unit Qty. Final Amount No. Rate applicable Rate Supplying and erecting 20 m (clear height) High Mast (Top- 150mm, Bottom- 410mm) with lowering and raising motorized unit, lantern carriage assembly suitable for max. 8 nos. 2.3 luminaries and its control Each 0 NA gear box, lightning finial, arrangement for fixing aviation light and foundation bolts on provided foundation as per specification No. OH- PL/HM (excluding luminaries and CG Boxes). Supplying and erecting External Lighting Die- cast iron Pole 9 m high , single arm bracket of size suitable for dia of the fitting and length 2 Mtr and all accessories with fuses plates, 2.4 CB's , switches, concrete base Each 19 NA with steel frame 40x40x50 cm and all required civil works. Complete with all required connections , earthing and wiring ready for use as per drawings and specifications Supplying and erecting External Lighting Die- cast iron Pole 9 m high , Double arm bracket of size suitable for dia of the fitting and length 2 Mtr and all accessories with fuses plates, 2.5 CB's , switches, concrete base Each 25 NA with steel frame 40x40x50 cm and all required civil works. Complete with all required connections , earthing and wiring ready for use as per drawings and specifications

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 206 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic GST as Description Unit Qty. Final Amount No. Rate applicable Rate Providing & casting of M- 20 grade reinforced cement concrete (RCC) foundation suitable for 3m to 5m high octagonal / conical G.I. pole considering the safe soil bearing capacity at site as 10 2.6 Each 15.6 NA T/sq m at 1.5 m depth including supply of steel, concrete, excavation and fixing provided nut bolts with the help of template as per design in an approved manner. Providing cement concrete foundation including excavation for the poles 60 cm x 60 cm x 1.5 m deep in 1:3:6 cement concrete (20 x 25 mm stone metal) and 45 2.7 Each 35.22 NA cm x 45 cm x 45 cm /45 cm dia. x 45 cm height plinth duly plastered and with necessary curing and finishing in an approved manner. (for 8.5 to 9 m poles) Supplying and erecting Outdoor Stand Mounted Feeder Pillar for highmast of the same manufacturer with 63A TPN MCB incomer, single dial timer switch, 45 A TP contactor for automatic switching of luminaries, 2 no 9A contactors and raise/lower 2.8 push button, and provision for Job 2 NA termination of Incoming minimum 35 sq. mm and outgoing minimum 16 & 2.5 sq. mm cables complete erected in min. 14 gauge CRCA sheet box powder coated with supporting angles, self lock, gasket and slanting top erected on CC

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 207 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic GST as Description Unit Qty. Final Amount No. Rate applicable Rate foundation in an approved manner.

Supplying & erecting wate r tight terminal box of 1.6 mm (16 gauge) CRCA sheet of 2.9 size 200 x 150 x 150 mm. Each 76 NA complete on pole as per specification No. CB-SB 3.0 Lighting Panel Street Light Control Panel (SLCP) Supply, installation, testing and commissioning of SLCP Shall be conforming following IS standards – IS: 2147 – 1962 Degree of protection Floor / wall/ structure 3.1 mounted, free standing, No. 2 NA suitable for cable entry from bottom side, dust proof, vermin proof, 3 phase and neutral, bus bar, aluminum, neutral bus shall be of same size as phase bus bars, Short circuit capacity for the bus bars and switches shall be 10 kA 4.0 Cabling Supplying, erecting & terminating PVC armoured cable 3½ core 25 sq mm aluminum conductor with continuous 5.48 sq mm (12 4.1 SWG) G.I. earth wire Mtrs. 2000 NA complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL Supplying, erecting & terminating PVC armoured 4.2 Mtrs. 1051 NA cable 2 core 2.5 sq mm copper conductor continuous 5.48 sq Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 208 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic GST as Description Unit Qty. Final Amount No. Rate applicable Rate mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU Making trench in soft soil of suitable width and depth as per IS for laying provided L.T 4.3 cable up to 25 sq mm Mtrs. 2000 NA complete. As per specification No. CW-EXN- CTR Making the trench in Hard murum/Tar road of suitable width and depth as per IS for 4.4 laying provided L.T cable up Mtrs. 2000 NA to 10 sq.mm. complete. As per specification No. CW- EXN-CTR Supplying & erecting crimping type copper lugs for 4.5 cable upto 16 sq mm Nos. 304 NA complete as per specification No. CB-CL/CU Supplying & erecting crimping type aluminum lugs 4.6 for cable 25 sq mm complete Nos. 152 NA as per specification No. CB- CL/AL 5.0 Earthing system Supply, Installation, Testing and commissioning of UL Certified / CPRI Tested Maintenance Free Earthing comprising of Electrode of 17.2 mm diameter Low Carbon Steel with 250 micron 5.1 Each 2 NA Molecular Copper Bonded Earthing Rod of Length 3m along with 25 kg Carbon Based environment friendly back fill Ground Enhancing compound required to fill up the excavated earth with

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 209 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic GST as Description Unit Qty. Final Amount No. Rate applicable Rate required quantity as per specification no EA-MOBI

Supplying and erecting GI strip of required size used for earthing on wall and/or any other purpose with necessary 5.2 GI clamps fixed on wall KG 589 NA painted with bituminous paint in an approved manner with joints required. As per specification No EA-EP.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 210 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.3.1 Bill of quantities for construction of Sundarnarayan temple ghat and jetty

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate Excavation for foundation in hard murum including removing the excavated material with all lead and lifts beyond the building area and stacking and spreading as directed, 1 Cum 2673.26 dewatering, preparing the bed for the foundation and necessary back filling, ramming, watering including shoring and strutting etc. complete.

Removing rich mix cement concrete including stacking 2 Cum 49.00 the spoils as directed with all leads, lifts etc, complete. Dismantling brick masonry in lime or cement 3 mortar and stacking the Cum 47.00 materials as directed with all leads, lifts etc. Dismantling of cement concrete pavement by mechanical means using pneumatic tools, breaking to pieces not exceeding 0.02 cum in volume and stock piling at designated 4 Cum 216.00 locations and disposal of dismantled materials with all lead and lifts, stacking serviceable and unserviceable materials separately etc. complete.

Royalty Charges for 5 Excavated Earth. Cum 2673.26

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 211 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate Providing dry/ trap/ granite/ quartzite/ gneiss rubble stone soling 15 cm to 20 cm 6 Cum 32.00 thick including hand packing and compacting etc. complete. Providing second class Burnt Brick masonry with conventional/I.S. type bricks in cement mortar 1:6 in 7 superstructure including Cum 582.00 striking joints, raking out joints, watering and scaffolding etc. Complete Providing and laying Cast in situ/Ready Mix cement concrete in M15 of rap/granite/quartzite/gneiss metal for steps including steel centering, plywood/steel formwork, laying/pumping, compacting, roughening (broom finish) them if special finish is to be provided, finishing uneven and honeycombed surface and curing etc. complete. The Cement Mortar 1:3 8 plaster is considered for Cum 215.00 rendering uneven and honeycombed surface, only. Newly laid concrete shall be covered by gunny bag, plastic, tarpaulin etc. (Wooden centering will not be allowed), with fully automatic microprocessor based PLC w ith SCADA enabled reversible Drum Type mixer/concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 212 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate Construction of granular sub-base by providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers 9 with motor grader / Paver on Cum 307.00 prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401-- Plant Mix Method and Grading - III Material Providing and laying heavy duty cobble stones 80mm thick, using cement and course sand for manufacture of blocks of approved size, shape and colour with a minimum compressive strength of 281 kg per sqm over 50mm thick sand bed (average thickness ) and compacting with plate 10 Sqm 139.00 vibrator having 3 tons compaction force thereby forcing part of sand underneath to come up in between joints, final compaction of paver surface joints into its final level, including cost of materials, labour and HOM of machineries complete as per specifications Providing and fixing Nevasa Stone of approved size and shape. Including cost of all materials, manufacturing, curing, transportation of 11 Sqm 1896.00 stones to work site including loading, unloading and stacking as directed, laying stone in position over prepared bed of natural sand Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 213 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate / crushed sand of 50 mm thickness including filling Joint, etc. complete.

Providing and laying Cast in situ/Ready Mix cement concrete M-25 of trap / granite /quartzite/ gneiss metal for R.C.C. columns as per detailed designs and drawings or as directed including centering, formwork, cover blocks compacting and roughening if special finish 12 is to be provided and curing Cum 36.00 etc. complete.(Excluding reinforcement and structural steel).with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand Providing, cutting, bending, hooking, tying and laying in 13 position TMT FE 500 s teel MT 33.00 bars for reinforcement for all RCC works as per detailed drawings etc. complete. Providing and applying two coats of textured synthetic paint of approved shade and quality and one coat of primer before applying 14 textured paint including Sqm 73.00 scaffolding if necessary preparing surface by thoroughly cleaning oil, grease, dirt and Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 214 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate other materials as required, etc. complete.

Providing and fixing mild steel grill railing 20 kg/sq.m with teak wood hand rail of size 75mm x 60 mm. and sill of 75mm.x 25 mm. and newel posts for staircases, including fabricating, 15 fixtures, erecting, painting Sqm 244.00 the grill work with one coat of anticorrosive paint and two coats of oil painting with approved colour and polishing the sill, hand rail and the newel post with french polish Providing and fixing mild steel grill gate with angle iron frame 65mm x 65mm x 10mm with iron bars at 150mm C/C and diagonal flats as per the detailed 16 drawing including hinges, Sqm 7.20 pivot block locking arrangement, welding riveting and oil painting of three coats of approved shade Weight of gate 35Kg/Smt Constructing the Toilet / Ticket Room / Life Guard Room of Ground storey with RCC Frame structure as per 17 Sqm 75.00 structural design and finishing as per architectural approved drawings. complete

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 215 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate Providing placing and Driving in position 6 millimeter mild steel liner for R.C.C. Piles upto required depth with 12mm thick mild steel cutting edge of 0.50m length at bottom including fabricating cutting the mild steel sheet to required diameter and shape, 18 welding the joints and MT 22.69 driving with the help of required machineries including all materials labours and lifts etc. complete as directed by the Engineer in charge. Spec :(As directed by Engineer in Charge From 3.00 to 9.50 meter deep liner Providing bentonite slurry process for various diameter 19 of piles vide Item Nos 1 (i to Rmt 160.00 xxiv) above. Spec : (As directed by Engineer in Charge) Chiseling through pile shells in hard strata like boulders, soft and hard rocks Beyond 550 mm and upto and inclusive of 750 mm Rig 20 120.00 dia. including removing and Hour stacking the loose materials etc. complete and disposing of the unserviceable materials outside complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 216 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate Providing and laying cast in situ / Ready Mix Cement Concrete M-30 for bored piles each of load capacity and as per design and of 600 mm diameter or as directed placed through steel shells sunk to the required depth through all strata except rock excluding provision of reinforcement as per detailed drawings and design approved by the Engineer- in- charge including placing 21 with fully automatic Rmt 160.00 microprocessor based PLC withSCADA enabled reversible Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand by tremie arrangements, compaction ofconcrete including chipping and dressing and withdrawal of shell etc. complete. (Excluding steel reinforcement) Carrying out load test for 1.5 times the proposed safe working load on the pile in driven position above 550 mm and upto 650mm diameter including construction of test cap, use 22 Nos. 2.00 of accessories and instruments including providing graphs as per I.S. code or Std. Specifications and dismantling the test cap after testing and cleaning the site complete

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 217 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate Providing and laying Cast in situ/Ready Mix cement concrete M-35 of trap / granite /quartzite/ gneiss metal for R.C.C. beams and lintels as per detailed designs and drawings or as directed including centering, formwork, cover blocks, laying /pumping, compaction and roughening the surface if special finish is 23 Cum 100.00 to be provided and curing etc. complete. (Excluding reinforcement and structural steel).with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand. Providing and laying Cast in situ/Ready Mix cement concrete M-35 of trap/ granite / quartzite/ gneiss metal for R.C.C. slabs and landings as per detailed designs and drawings including centering, formwork, cover blocks, laying/pumping, compaction finishing the formed 24 surfaces with cement mortar Cum 43.00 1:3 of sufficient minimum thickness to give a smooth and even surface or roughening if special finish is to be provided and curing etc. complete,(Excluding reinforcement and structural steel). with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 218 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand

Providing & installing of E- toilet with Super structure of the electronic toilet to have aesthetic ambience with inner room size 1.2 x 0.8 x 2.4 (LXWXH)meters and Size of electronic toilet overall size in meters 2.30x1.25x2.80 (LXWXH) Total area 35 Sft. with Built- access controlled main door and side walls made of SS Grade 304,Toilet floor and closet are to be stainless steel of grade 304.E-Toilet shall have Built-in water tank with minimum 225 Lit capacity and Access control using coin validator for 26 entering the unit based on Nos. 2.00 automatic payment collection mechanism exit from the unit should be manual. Automatic lights inside the unit with gloves on opening the door.E-Toilet shall be Automatic flushing system which includes Automatic Pre flush cleaning before use, Automatic closet washing mechanism after use and Automatic platform cleaning mechanism programmed after specific numbers. In addition to these flush switch is to be provided for manual operation. Standard features should include

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 219 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate heath faucet, exhaust fan and cloth hanger. The E-Toilet shall have Alert to users- different indication on 'ready to use', busy are to be provided in the unit also with Voice guidance in the unit for users. Web enabled support-GPRS based Real time data to be provided from the unit through web for knowing the health status like number of users per day and coins collected-toilet shall have Modular and portable design enabling easy assembling and installation at site. Call center and web portal facilities for registering compliance and tracking usage, coin collection etc. Status display in LED, Printed instruction stickers are to be provided .For Advertisement purpose space for advertisement display to be provided on the exterior of the unit for income generation and sustainability.Backup power facility like UPS is to be provided to supplement upto 30 MinBase of the unit to be placed on a suitable concrete structure with an aesthetic finish.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 220 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Final Description Unit Qty. GST as Amount No. Rate applicable Rate Providing and Installing Waste water treatment and recycling unit for each E-Toilet: Bio digester tank suitable for maintenance free processing the soil waste with 2000 litre capacity, made of FRP. The bio digester shall be of anaerobic 27 type with compartments Nos. 1.00 followed by disinfection. The compartments shall have polygrass mats for protection of bacteria on side partition walls. The bio digester shall be fitted with ball valve or bypass arrangement. Dosed with approved microbial solution at recommended interval

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 221 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.3.2 Bill of quantities for electrical equipment/ fittings in Sundarnarayan temple ghat and jetty

Sr. Basic Description Unit Qty. GST as Final Amount No. Rate applicable Rate 1.0 Lighting fixtures Supplying and erecting LED Landscape Light fitting suitable above 26W to 36W lamp, including New generation lamp, post- top, with PF > 0.95 class IP 65 and above Housing of pressure die cast aluminum 1.1 alloy and heat sink extruded Each 53 NA aluminum complete with high power LED as light source, energy saving, environmental friendly, long life aesthetically designed with good indirect symmetrical light distribution Supplying and erecting LED street light fitting suitable for 75-85 W, including lamp, with PF > 0.95 class IP 66 , impact 1.2 resistance of IK07 and Each 175 NA above Housing of pressure die cast aluminum alloy and heat sink extruded aluminum complete (Above Pathway) 2.0 Lighting Poles

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 222 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Description Unit Qty. GST as Final Amount No. Rate applicable Rate Supplying and erecting S/F of 76 mm dia,3.5 m long Pole, suitable for fixing of post top lantern including 150*150*150 mm cast aluminum type junction box with 6 amp SP MCB, 20 Amp. connector suitable for 4 core 10 sq.mm. Armoured aluminum cable incoming & outgoing complete with water tight cover including Masonry work for 2.1 erecting the pole and Each 53 NA making 450x450x1000 mm base by cement coarse sand mortar (1:4) (450 mm above ground and 550 mm below ground) and 3x1,5 sqmm copper wire from cable box to lamp for connections of required length for underground cable entry and outlet upto the junction box, the work shall be complete as required Supplying and erecting S/F of 76 mm dia,6 m long Pole, suitable for fixing of post top lantern including 150*150*150 mm cast aluminum type junction box with 6 amp SP MCB, 20 2.2 Amp. connector suitable for Each 11 NA 4 core 10 sq.mm. Armoured aluminum cable incoming & outgoing complete with water tight cover including Masonry work for erecting the pole and making 450x450x1000 mm base by

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 223 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Description Unit Qty. GST as Final Amount No. Rate applicable Rate cement coarse sand mortar (1:4) (450 mm above ground and 550 mm below ground) and 3x1,5 sqmm copper wire from cable box to lamp for connections of required length for underground cable entry and outlet upto the junction box, the work shall be complete as required

Supplying and erecting External Lighting Die- c ast iron Pole 9 m high , single arm bracket of size suitable for dia of the fitting and length 2 Mtr and all accessories with fuses 2.3 plates, CB's , switches, Each 50 NA concrete base with steel frame 40x40x50 cm and all required civil works. Complete with all required connections , earthing and wiring ready for use as per drawings and specifications Supplying and erecting External Lighting Die- c ast iron Pole 9 m high , Double arm bracket of size suitable for dia of the fitting and length 2 Mtr and all accessories with fuses 2.4 plates, CB's , switches, Each 57 NA concrete base with steel frame 40x40x50 cm and all required civil works. Complete with all required connections , earthing and wiring ready for use as per drawings and specifications Providing & casting of M- 20 grade reinforced 2.5 cement concrete (RCC) Each 36.9 NA foundation suitable for 3m to 5m high octagonal / Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 224 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Description Unit Qty. GST as Final Amount No. Rate applicable Rate conical G.I. pole considering the safe soil bearing capacity at site as 10 T/sq m at 1.5 m depth including supply of steel, concrete, excavation and fixing provided nut bolts with the help of template as per design in an approved manner. Providing cement concrete foundation including excavation for the poles 60 cm x 60 cm x 1.5 m deep in 1:3:6 cement concrete (20 x 25 mm stone metal) and 45 2.6 cm x 45 cm x 45 cm /45 cm Each 84.405 NA dia. x 45 cm height plinth duly plastered and with necessary curing and finishing in an approved manner. (for 8.5 to 9 m poles) Supplying and erecting Outdoor Stand Mounted Feeder Pillar for highmast of the same manufacturer with 63A TPN MCB incomer, single dial timer switch, 45 A TP contactor for automatic switching of luminaries, 2 no 9A contactors and raise/lower push button, and provision 2.7 Job 4 NA for termination of Incoming minimum 35 sq. mm and outgoing minimum 16 & 2.5 sq. mm cables complete erected in min. 14 gauge CRCA sheet box powder coated with supporting angles, self lock, gasket and slanting top erected on CC foundation in an approved manner.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 225 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Description Unit Qty. GST as Final Amount No. Rate applicable Rate Supplying & erecting water tight terminal box of 1.6 mm (16 gauge) CRCA sheet 2.8 Each 171 NA of size 200 x 150 x 150 mm. complete on pole as per specification No. CB-SB 3.0 Lighting Panel Street Light Control Panel (SLCP) Supply, installation, testing and commissioning of SLCP Shall be conforming following IS standards – IS: 2147 – 1962 Degree of protection Floor / wall/ structure 3.1 mounted, free standing, No. 2 NA suitable for cable entry from bottom side, dust proof, vermin proof, 3 phase and neutral, bus bar, aluminum, neutral bus shall be of same size as phase bus bars, Short circuit capacity for the bus bars and switches shall be 10 kA 4.0 Cabling Supplying, erecting & terminating PVC armoured cable 3½ core 25 sq mm aluminum conductor with continuous 5.48 sq mm (12 SWG) G.I. earth wire 4.1 Mtrs. 2500 NA complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB- LT/AL Supplying, erecting & terminating PVC armoured cable 2 core 2.5 sq mm 4.2 Mtrs. 2429 NA copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 226 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Description Unit Qty. GST as Final Amount No. Rate applicable Rate complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB- LT/CU Making trench in soft soil of suitable width and depth as per IS for laying provided 4.3 L.T cable up to 25 sq mm Mtrs. 2500 NA complete. As per specification No. CW- EXN-CTR Making the trench in Hard murum/Tar road of suitable width and depth as per IS for laying provided L.T 4.4 Mtrs. 2500 NA cable up to 10 sq.mm. complete. As per specification No. CW- EXN-CTR Supplying & erecting crimping type copper lugs for cable upto 16 sq mm 4.5 Nos. 684 NA complete as per specification No. CB- CL/CU Supplying & erecting crimping type aluminum lugs for cable 25 sq mm 4.6 Nos. 342 NA complete as per specification No. CB- CL/AL 5.0 Earthing system Supply, Installation, Testing and commissioning of UL Certified / CPRI Tested Maintenance Free Earthing comprising of Electrode of 17.2 mm 5.1 Each 2 NA diameter Low Carbon Steel with 250 micron Molecular Copper Bonded Earthing Rod of Length 3m along with 25 kg Carbon Based environment friendly back Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 227 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Basic Description Unit Qty. GST as Final Amount No. Rate applicable Rate fill Ground Enhancing compound required to fill up the excavated earth with required quantity as per specification no EA-MOBI

Supplying and erecting GI strip of required size used for earthing on wall and/or any other purpose with necessary GI clamps fixed 5.2 KG 589 NA on wall painted with bituminous paint in an approved manner with joints required. As per specification No EA-EP.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 228 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.4.1 Bill of quantities for rejuvenation of Goda ghats

Basic GST as Final Sr.No. Description Unit Qty. Amount Rate applicable Rate Excavation for foundation in Hard rock by chiselling, wedging, line drilling, etc. including trimming and levelling the bed, removing the excavated material with all lead and lifts 1 Cum 788.00 beyond the building area stacking as directed, dewatering and back filling with available earth/ murum watering, ramming etc. complete. (Lift upto 1.5 m).

Removing rich mix cement concrete including stacking the 2 Cum 6836.00 spoils as directed with all leads, lifts etc, complete. Dismantling of cement concrete pavement by mechanical means using pneumatic tools, breaking to pieces not exceeding 0.02 cum in volume and stock piling at designated locations and 3 Cum 2787.00 disposal of dismantled materials with all lead and lifts, stacking serviceable and unserviceable materials separately etc. complete.

Royalty Charges for Excavated 4 Earth. Cum 788 Providing dry/ trap/ granite/ quartzite/ gneiss rubble stone 5 soling 15 cm to 20 cm thick Cum 4189.00 including hand packing and compacting etc. complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 229 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount Providing uncoursed rubble masonry of trap / granite / quartzite/ gneiss stones in cement mortar 1:6 in foundation and 6 plinth of inner walls / in plinth of Cum 3413.00 external walls including bailin g out water manually, striking joints on un exposed faces and watering etc. complete. Providing second class Burnt Brick masonry with conventional/I.S. type bricks in cement mortar 1:6 in 7 Cum 399.00 superstructure including striking joints, raking out joints, watering and scaffolding etc. Complete Providing and fixing of wall cladding using 20mm thick keras finish granite with approved colour and texture in CM 1:3 proportion cut to required shape, pattern with paper joints, finished 8 with cement mortal using white Sqm 1510.00 cement and colour pigments to match the colour of slab making through jointing with sealant, making holes 25mmx12mm grooves in joints including curing etc., complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 230 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount Providing and laying Cast in situ/Ready Mix cement concrete in M15 of trap/granite/quartzite/gneiss metal for steps including steel centering, plywood/steel formwork, laying/pumping, compacting, roughening them if special finish is to be provided, finishing uneven and honeycombed surface and curing etc. complete. The Cement Mortar 1:3 plaster is considered 9 for rendering uneven and Cum 2118.00 honeycombed surface, only. Newly laid concrete shall be covered by gunny bag, plastic, tarpaulin etc. (Wooden centering will not be allowed.), with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand Providing and laying heavy duty cobble stones 80mm thick, using cement and course sand for manufacture of blocks of approved size, shape and colour with a minimum compressive strength of 281 kg per sqm over 50mm thick sand bed (average thickness ) and compacting with 10 Sqm 4446.00 plate vibrator having 3 tons compaction force thereby forcing part of sand underneath to come up in between joints, final compaction of paver surface joints into its final level, including cost of materials, labour and HOM of machineries complete as per specifications

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 231 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount Providing and fixing Nevasa Stone of approved size and shape. Including cost of all materials, manufacturing, curing, transportation of stones to work 11 site including loading, unloading Sqm 13092.00 and stacking as directed, laying stone in position over prepared bed of natural sand / crushed sand of 50 mm thickness including filling Joint, etc. complete. Providing and laying Cast in situ/Ready Mix cement concrete M-30 of trap / granite /quartzite/ gneiss metal for R.C.C. columns/walls as per detailed designs and drawing or as directed including centering, formwork, cover blocks, laying/pumping, compaction finishing the formed surfaces with cement mortar 1:3 of sufficient minimum thickness to 12 give a smooth and even surface or Cum 842.00 roughening if special finish is to be provided and curing etc. complete, (excluding reinforcement and structural steel). with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 s te e l bars 13 MT 101.00 for reinforcement for all RCC works as per detailed drawings etc. complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 232 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount Providing and Fixing mat finish stainless steel (of 302 grade ) railing with top pipe of 50 mm dia. and vertical pipe of 38 mm dia at 0.60 m c/c or as required and horizontal pipes of 25 mm dia in three rows, all pipes of 2 14 Sqm 120.00 mm thick including buffing, fabricating fixtures and fastening including pipe base of appropriate diameter and ball base of 75 mm dia above newel post of 75 mm diameter etc. complete

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 233 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.4.2 Bill of quantities for electrical equipment/ fittings of Goda ghats

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate 1.0 Lighting fixtures Supplying and erecting LED Landscape Light fitting suitable above 26W to 36W lamp, including New generation lamp, post-top, with PF > 0.95 class IP 65 and above Housing of pressure die cast aluminum alloy 1.1 and heat sink extruded No. 12 NA aluminum complete with high power LED as light source, energy saving, environmental friendly, long life aesthetically designed with good indirect symmetrical light distribution Supplying and erecting LED street light fitting suitable for 75-85 W, including lamp, with PF > 0.95 class IP 66 , impact 1.2 resistance of IK07 and above Each 198 NA Housing of pressure die cast aluminum alloy and heat sink extruded aluminum complete (Above Pathway) Supplying and erecting LED Flood light fitting of 200W, including lamp, with PF > 1.3 0.95,class IP 65 and above Each 64 NA Housing of pressure die cast aluminum alloy and heat sink extruded aluminum complete Supplying & erecting aviation obstruction light consisting of yellow painted die-cast aluminum alloy housing with 1.4 Each 16 NA Integral LED aviation light comprising of aluminum housing with polycarbonate enclosure complete. 2.0 Lighting Poles

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 234 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate Supplying and erecting S/F of 76 mm dia,3.5 m long Pole, suitable for fixing of post top lantern including 150*150*150 mm cast aluminum type junction box with 6 amp SP MCB, 20 Amp. connector suitable for 4 core 10 sq.mm. Armoured aluminum cable incoming & outgoing complete with water tight cover including Masonary work for 2.1 Each 12 NA erecting the pole and making 450x450x1000 mm base by cement coarse sand mortar (1:4) (450 mm above ground and 550 mm below ground) and 3x1,5 sqmm copper wire from cable box to lamp for connections of required length for underground cable entry and outlet upto the junction box, the work shall be complete as required Supplying and erecting S/F of 76 mm dia,6 m long Pole, suitable for fixing of post top lantern including 150*150*150 mm cast aluminum type junction box with 6 amp SP MCB, 20 Amp. connector suitable for 4 core 10 sq.mm. Armoured aluminum cable incoming & outgoing complete with water 2.2 tight cover including Masonry Each 97 NA work for erecting the pole and making 450x450x1000 mm base by cement coarse sand mortar (1:4) (450 mm above ground and 550 mm below ground) and 3x1,5 sqmm copper wire from cable box to lamp for connections of required length for underground cable entry and outlet upto the junction box, the

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 235 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate work shall be complete as required Supplying and erecting 20 m (clear height) High Mast (Top- 150mm, Bottom- 410mm) with lowering and raising motorized unit, lantern carriage assembly suitable for max. 8 nos. luminaries and its control gear 2.3 Each 16 NA box, lightning finial, arrangement for fixing aviation light and foundation bolts on provided foundation as per specification No. OH-PL/HM (excluding luminaries and CG Boxes). Supplying and erecting External Lighting Die- cast iron Pole 9 m high , single arm bracket of size suitable for dia of the fitting and length 2 Mtr and all accessories with fuses plates, CB's , 2.4 switches, concrete base with Each 56 NA steel frame 40x40x50 cm and all required civil works. Complete with all required connections , earthing and wiring ready for use as per drawings and specifications Supplying and erecting Street light bracket for erection of Single fitting on tubular welded pole with 40 mm.dia 1.0 m long 2.5 Each 45 NA “B” grade G.I. pipe along with pole cap of 125mm dia 600 mm long duly welded as per specification no. FG-BKT/BPC Providing & casting of M- 20 grade reinforced cement concrete (RCC) foundation suitable for 3m to 5m high 2.6 octagonal / conical G.I. pole Each 28.35 NA considering the safe soil bearing capacity at site as 10 T/sq m at 1.5 m depth including supply of steel, concrete, excavation and Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 236 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate fixing provided nut bolts with the help of template as per design in an approved manner.

Providing cement concrete foundation including excavation for the poles 60 cm x 60 cm x 1.5 m deep in 1:3:6 cement concrete (20 x 25 mm 2.7 stone metal) and 45 cm x 45 cm Each 89.58 NA x 45 cm /45 cm dia. x 45 cm height plinth duly plastered and with necessary curing and finishing in an approved manner. (for 8.5 to 9 m poles) Providing & casting M- 20 cement concrete foundation suitable for 20 m raising lowering high mast considering the safe soil bearing capacity at 2.8 Each 18 NA site as 10 T/sq m at 2 m depth including excavation and fixing provided nut bolts with the help of template as per design in an approved manner. Supplying and erecting Outdoor Stand Mounted Feeder Pillar for highmast of the same manufacturer with 63A TPN MCB incomer, single dial timer switch, 45 A TP contactor for automatic switching of luminaries, 2 no 9A contactors and raise/lower push button, and 2.90 provision for termination of Job 5 NA Incoming minimum 35 sq. mm and outgoing minimum 16 & 2.5 sq. mm cables complete erected in min. 14 gauge CRCA sheet box powder coated with supporting angles, self lock, gasket and slanting top erected on CC foundation in an approved manner.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 237 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate Supplying & erecting wate r tight terminal box of 1.6 mm (16 gauge) CRCA sheet of size 2.10 Each 226 NA 200 x 150 x 150 mm. complete on pole as per specification No. CB-SB 3.0 Lighting Panel Street Light Control Panel (SLCP) Supply, installation, testing and commissioning of SLCP Shall be conforming following IS standards – IS: 2147 – 1962 Degree of protection 3.1 Floor / wall/ structure mounted, No. 2 NA free standing, suitable for cable entry from bottom side, dust proof, vermin proof, 3 phase and neutral, bus bar, aluminum, neutral bus shall be of same size as phase bus bars, Short circuit capacity for the bus bars and switches shall be 10 kA 4.0 Cabling Supplying, erecting & terminating PVC armoured cable 3½ core 25 sq mm aluminum conductor with continuous 5.48 sq mm (12 4.1 Mtrs. 4500 NA SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL Supplying, erecting & terminating PVC armoured cable 2 core 2.5 sq mm copper conductor continuous 5.48 sq 4.2 mm (12 SWG) G.I. earth wire Mtrs. 3436 NA complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 238 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate Making trench in soft soil of suitable width and depth as per IS for laying provided L.T cable 4.3 Mtrs. 4500 NA up to 25 sq mm complete. As per specification No. CW-EXN- CTR Making the trench in Hard murum/Tar road of suitable width and depth as per IS for 4.4 laying provided L.T cable up to Mtrs. 4500 NA 10 sq.mm. complete. As per specification No. CW-EXN- CTR Supplying & erecting crimping type copper lugs for cable upto 4.5 Nos. 904 NA 16 sq mm complete as per specification No. CB-CL/CU Supplying & erecting crimping type aluminum lugs for cable 25 4.6 Nos. 452 NA sq mm complete as per specification No. CB-CL/AL 5.0 Earthing system Supply, Installation, Testing and commissioning of UL Certified / CPRI Tested Maintenance Free Earthing comprising of Electrode of 17.2 mm diameter Low Carbon Steel with 250 micron Molecular Copper 5.1 Bonded Earthing Rod of Length Each 2 NA 3m along with 25 kg Carbon Based environment friendly back fill Ground Enhancing compound required to fill up the excavated earth with required quantity as per specification no EA-MOBI Supplying and erecting GI strip of required size used for earthing on wall and/or any other purpose with necessary GI 5.2 clamps fixed on wall painted KG 1178 NA with bituminous paint in an approved manner with joints required. As per specification No EA-EP. Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 239 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.5.1 Bill of quantities for designing of Talkuteshwar ghats

Basic Final Sr. No. Description Unit Qty. GST as Amount Rate applicable Rate Removing rich mix cement concrete including stacking the 1 spoils as directed with all leads, Cum 46.00 lifts etc, complete. Dismantling of cement concrete pavement by mechanical means using pneumatic tools, breaking to pieces not exceeding 0.02 cum in volume and stock piling at 2 designated locations and Cum 3285.00 disposal of dismantled materials with all leads and lifts, stacking serviceable and unserviceable materials separately etc. complete.

Royalty Charges for Excavated 3 Earth. Cum 3331.00 Providing dry/ trap/ granite/ quartzite/ gneiss rubble stone 4 soling 15 cm to 20 cm thick Cum 4482.00 including hand packing and compacting etc. complete. Providing uncoursed rubble masonry of trap / granite / quartzite/ gneiss stones in cement mortar 1:6 in 5.00 foundation and plinth of inner Cum 2104.00 walls / in plinth of external walls including bailing out water manually, striking joints on un exposed faces and watering etc. complete. Providing second class Burnt Brick masonry with conventional/I.S. type bricks in 6 cement mortar 1:6 in Cum 413.00 superstructure including striking joints, raking out joints,

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 240 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate watering and scaffolding etc. Complete Providing and fixing of wall cladding using 20mm thick keras finish granite with approved colour and texture in CM 1:3 proportion cut to required shape, pattern with 7 paper joints, finished with Sqm 1274.00 cement mortal using white cement and colour pigments to match the colour of slab making through jointing with sealant, making holes 25mmx12mm grooves in joints including curing etc., complete. Providing and laying Cast in situ/Ready Mix cement concrete in M15 of trap/granite/quartzite/gneiss metal for steps including steel centering, plywood/steel formwork, laying/pumping, compacting, roughening them if special finish is to be provided, finishing uneven and honeycombed surface and curing etc. complete. The Cement Mortar 1:3 plaster is considered for 8 Cum 2334.00 rendering uneven and honeycombed surface, only. Newly laid concrete shall be covered by gunny bag, plastic, tarpaulin etc. (Wooden centering will not be allowed.), with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 241 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate Providing and laying heavy duty cobble stones 80mm thick, using cement and course sand for manufacture of blocks of approved size, shape and colour with a minimum compressive strength of 281 kg per sqm over 50mm thick sand bed (average thickness ) and compacting with 9 plate vibrator having 3 tons Sqm 8413.00 compaction force thereby forcing part of sand underneath to come up in between joints, final compaction of paver surface joints into its final level, including cost of materials, labour and HOM of machineries complete as per specifications Providing and fixing Nevasa Stone of approved size and shape. Including cost of all materials, manufacturing, curing, transportation of stones to work site including loading, 10 Sqm 11075.00 unloading and stacking as directed, laying stone in position over prepared bed of natural sand / crushed sand of 50 mm thickness including filling Joint, etc. complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 242 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate Providing and laying Cast in situ/Ready Mix cement concrete M-30 of trap / granite /quartzite/ gneiss metal for R.C.C. columns/walls as per detailed designs and drawing or as directed including centering, formwork, cover blocks, laying/pumping, compaction finishing the formed surfaces with cement mortar 1:3 of sufficient minimum thickness 11 to give a smooth and even Cum 740.00 surface or roughening if special finish is to be provided and curing etc. complete, (excluding reinforcement and structural steel). with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 s te el bars 12 MT 89.00 for reinforcement for all RCC works as per detailed drawings etc. complete. Tree grate; Supply & fixing of Concrete Tree Guards 900 x 900 x 40 mm, manufactured with M30 grade make in shot blasted finish & colours as approved. 13 Nos. 7.00 Parameters & as per the direction of Engineer in charge, complete incl. all consumables, T&P and Labours required for the job.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 243 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate Providing & installing of E- toilet with Super structure of the electronic toilet to have aesthetic ambience with inner room size 1.2 x 0.8 x 2.4 (LXWXH)meters and Size of electronic toilet overall size in meters 2.30x1.25x2.80 (LXWXH) Total area 35 Sft. with Built- access controlled main door and side walls made of SS Grade 304,Toilet floor and closet are to be stainless steel of grade 304.E- Toilet shall have Built-in w ater tank with minimum 225 Lit capacity and Access control using coin validator for entering the unit based on automatic payment collection mechanism exit from the unit should be manual. Automatic lights inside the unit with gloves on opening the door.E-Toilet shall be 14 Automatic flushing system Nos. 2.00 which includes Automatic Pre flush cleaning before use, Automatic closet washing mechanism after use and Automatic platform cleaning mechanism programmed after specific numbers .In addition to these flush switch is to be provided for manual operation. Standard features should include heath faucet, exhaust fan and cloth hanger. The E-Toilet shall have Alert to users-different indication on 'ready to use', busy are to be provided in the unit also with Voice guidance in the unit for users. Web enabled support-GPRS based Real time data to be provided from the unit through web for knowing the health status like number of users per day and coins collected. E-toilet shall have Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 244 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate Modular and portable design enabling easy assembling and installation at site. Call c enter and web portal facilities for registering compliance and tracking usage, coin collection etc. Status display in LED, Printed instruction stickers are to be provided. For Advertisement purpose space for advertisement display to be provided on the exterior of the unit for income generation and sustainability.Backup power facility like UPS is to be provided to supplement upto 30 MinBase of the unit to be placed on a suitable concrete structure with an aesthetic finish.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 245 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.5.2 Bill of quantities for electrical equipment/ fittings of Talkuteshwar ghats

Basic GST as Final Sr. No. Description Unit Qty. Amount Rate applicable Rate 1.0 Lighting fixtures Supplying and erecting LED Landscape Light fitting suitable above 26W to 36W lamp, including New generation lamp, post-top, with PF > 0.95 class IP 65 and above Housing of pressure die cast aluminum alloy 1.1 and heat sink extruded Each 116 NA aluminum complete with high power LED as light source, energy saving, environmental friendly, long life aesthetically designed with good indirect symmetrical light distribution Supplying and erecting LED street light fitting suitable for 75-85 W, including lamp, with PF > 0.95 class IP 66 , impact 1.2 resistance of IK07 and above Each 502 NA Housing of pressure die cast aluminum alloy and heat sink extruded aluminum complete (Above Pathway) Supplying and erecting LED Flood light fitting of 200W, including lamp, with PF > 1.3 0.95,class IP 65 and above Each 68 NA Housing of pressure die cast aluminum alloy and heat sink extruded aluminum complete Supplying & erecting aviation obstruction light consisting of yellow painted die-cast aluminum alloy housing with 1.4 Each 17 NA Integral LED aviation light comprising of aluminum housing with polycarbonate enclosure complete. 2.0 Lighting Poles

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 246 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr. No. Description Unit Qty. Amount Rate applicable Rate Supplying and erecting S/F of 76 mm dia,3.5 m long Pole, suitable for fixing of post top lantern including 150*150*150 mm cast aluminum type junction box with 6 amp SP MCB, 20 Amp. connector suitable for 4 core 10 sq.mm. Armoured aluminum cable incoming & outgoing complete with water tight cover including Masonry work for 2.1 Each 116 NA erecting the pole and making 450x450x1000 mm base by cement coarse sand mortar (1:4) (450 mm above ground and 550 mm below ground) and 3x1,5 sqmm copper wire from cable box to lamp for connections of required length for underground cable entry and outlet upto the junction box, the work shall be complete as required Supplying and erecting S/F of 76 mm dia,6 m long Pole, suitable for fixing of post top lantern including 150*150*150 mm cast aluminum type junction box with 6 amp SP MCB, 20 Amp. connector suitable for 4 core 10 sq.mm. Armoured aluminum cable incoming & outgoing complete with water tight cover including Masonry 2.2 work for erecting the pole and Each 48 NA making 450x450x1000 mm base by cement coarse sand mortar (1:4) (450 mm above ground and 550 mm below ground) and 3x1,5 sqmm copper wire from cable box to lamp for connections of required length for underground cable entry and outlet upto the junction box, the work shall be complete as required

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 247 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr. No. Description Unit Qty. Amount Rate applicable Rate Supplying and erecting 20 m (clear height) High Mast (Top- 150mm, Bottom- 410mm) with lowering and raising motorized unit, lantern carriage assembly suitable for max. 8 nos. luminaries and its control gear 2.3 Each 17 NA box, lightning finial, arrangement for fixing aviation light and foundation bolts on provided foundation as per specification No. OH-PL/HM (excluding luminaries and CG Boxes). Supplying and erecting External Lighting Die- cast iron Pole 9 m high , single arm bracket of size suitable for dia of the fitting and length 2 Mtr and all accessories with fuses plates, CB's , 2.4 switches, concrete base with Each 152 NA steel frame 40x40x50 cm and all required civil works. Complete with all required connections , earthing and wiring ready for use as per drawings and specifications Supplying and erecting External Lighting Die- cast iron Pole 9 m high , Double arm bracket of size suitable for dia of the fitting and length 2 Mtr and all accessories with fuses plates, 2.5 CB's , switches, concrete base Each 151 NA with steel frame 40x40x50 cm and all required civil works. Complete with all required connections , earthing and wiring ready for use as per drawings and specifications Providing & casting of M- 20 grade reinforced cement concrete (RCC) foundation 2.8 suitable for 3m to 5m high Each 103.2 NA octagonal / conical G.I. pole considering the safe soil bearing capacity at site as 10 T/sq m at

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 248 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr. No. Description Unit Qty. Amount Rate applicable Rate 1.5 m depth including supply of steel, concrete, excavation and fixing provided nut bolts with the help of template as per design in an approved manner.

Providing cement concrete foundation including excavation for the poles 60 cm x 60 cm x 1.5 m deep in 1:3:6 cement concrete (20 x 25 mm 2.7 stone metal) and 45 cm x 45 cm Each 274.19 NA x 45 cm /45 cm dia. x 45 cm height plinth duly plastered and with necessary curing and finishing in an approved manner. (for 8.5 to 9 m poles) Providing & casting M- 20 cement concrete foundation suitable for 20 m raising lowering high mast considering the safe soil bearing capacity at 2.8 Each 19.125 NA site as 10 T/sq m at 2 m depth including excavation and fixing provided nut bolts with the help of template as per design in an approved manner. Supplying and erecting Outdoor Stand Mounted Feeder Pillar for highmast of the same manufacturer with 63A TPN MCB incomer, single dial timer switch, 45 A TP contactor for automatic switching of luminaries, 2 no 9A contactors and raise/lower push button, and 2.90 provision for termination of Job 10 NA Incoming minimum 35 sq. mm and outgoing minimum 16 & 2.5 sq. mm cables complete erected in min. 14 gauge CRCA sheet box powder coated with supporting angles, self lock, gasket and slanting top erected on CC foundation in an approved manner.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 249 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr. No. Description Unit Qty. Amount Rate applicable Rate Supplying & erecting wate r tight terminal box of 1.6 mm (16 gauge) CRCA sheet of size 2.10 Each 484 NA 200 x 150 x 150 mm. complete on pole as per specification No. CB-SB 3.0 Lighting Panel Street Light Control Panel (SLCP) Supply, installation, testing and commissioning of SLCP Shall be conforming following IS standards – IS: 2147 – 1962 Degree of protection 3.1 Floor / wall/ structure mounted, No. 2 NA free standing, suitable for cable entry from bottom side, dust proof, vermin proof, 3 phase and neutral, bus bar, aluminum, neutral bus shall be of same size as phase bus bars, Short circuit capacity for the bus bars and switches shall be 10 kA 4.0 Cabling Supplying, erecting & terminating PVC armoured cable 3½ core 25 sq mm aluminum conductor with continuous 5.48 sq mm (12 4.1 Mtrs. 6000 NA SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL Supplying, erecting & terminating PVC armoured cable 2 core 2.5 sq mm copper conductor continuous 5.48 sq 4.2 mm (12 SWG) G.I. earth wire Mtrs. 7522 NA complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 250 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr. No. Description Unit Qty. Amount Rate applicable Rate Making trench in soft soil of suitable width and depth as per IS for laying provided L.T cable 4.3 Mtrs. 6000 NA up to 25 sq mm complete. As per specification No. CW-EXN- CTR Making the trench in Hard murum/Tar road of suitable width and depth as per IS for 4.4 laying provided L.T cable up to Mtrs. 6000 NA 10 sq.mm. complete. As per specification No. CW-EXN- CTR Supplying & erecting crimping type copper lugs for cable upto 4.5 Nos. 1936 NA 16 sq mm complete as per specification No. CB-CL/CU Supplying & erecting crimping type aluminum lugs for cable 25 4.6 Nos. 968 NA sq mm complete as per specification No. CB-CL/AL 5.0 Earthing system Supply, Installation, Testing and commissioning of UL Certified / CPRI Tested Maintenance Free Earthing comprising of Electrode of 17.2 mm diameter Low Carbon Steel with 250 micron Molecular Copper 5.1 Bonded Earthing Rod of Length Each 2 NA 3m along with 25 kg Carbon Based environment friendly back fill Ground Enhancing compound required to fill up the excavated earth with required quantity as per specification no EA-MOBI Supplying and erecting GI strip of required size used for earthing on wall and/or any other purpose with necessary GI 5.2 clamps fixed on wall painted KG 1178 NA with bituminous paint in an approved manner with joints required. As per specification No EA-EP.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 251 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 252 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.6 Bill of quantities for construction of cycle track along the river stretch

Sr.No. Description Unit Qty. Basic GST as Final Amount Rate applicable Rate 1 Excavation for foundation in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material with all lead and lifts beyond the building area and stacking and spreading as directed, dewatering, Cum 921.00 preparing the bed for the foundation and necessary back filling, ramming, watering including shoring and strutting etc. complete. (Lift from1.5m to 3.0m)

2 Dismantling of cement concrete pavement by mechanical means using pneumatic tools, breaking to pieces not exceeding 0.02 cum in volume and stock piling at designated locations and Cum 4388.00 disposal of dismantled materials with all lead and lifts, stacking serviceable and unserviceable materials separately etc. complete.

3 Royalty Charges for Excavated Earth. Cum 5309.00 4 Providing dry/ trap/ granite/ quartzite/ gneiss Rubble stone soling 15 cm to 20 cm thick Cum 159.00 including hand packing and compacting etc. complete. 5 Providing selected Hard murum filling including laying in layers of 15 to 20cmwith Cum 1005.00 watering and compacting etc. complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 253 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount 6 Compacting the hard murum side widths including laying in layers on each side with power Sqm 18657.00 roller including artificial watering etc. complete 7 Construction of granular sub- base by providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader / Paver Cum 2799.00 on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401-- Plant Mix Method and Grading - III Material 8 Providing and laying Cast in situ/Ready Mix cement concrete in M-10 of trap/ granite/ quartzite/ gneiss metal for foundation and bedding including bailing out water, formwork, laying/pumping, compacting, roughening them if special finish is to be provided, finishing if required and curing Cum 3015.00 complete, with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand. 9 Providing and fixing factory made Hydraulically pressed Mechanically vibrated and compacted precast inter locking cement concrete paving blocks 80MM thick in Sqm 17275.00 M-40 grade of approved size and shape for City streets, small /medium market roads, low volume roads, utility cuts on arterial roads etc. as specified Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 254 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount and as per IS 15658:2006 including cost of all materials, manufacturing, curing, transportation of blocks to work site including loading, unloading and stacking as directed, laying paving blocks in position over prepared bed of natural sand / crushed sand of 50 mm thickness including necessary excavation in all stratas, spreading blindge of fine sand over the prepared bed, compacting blocks by plate vibrator etc. complete. 10 Providing and laying heavy duty cobble stones 100mm thick, using cement and course sand for manufacture of blocks of approved size, shape and colour with a minimum compressive strength of 281 kg per sqm over 50mm thick sand bed (average thickness ) and compacting with Sqm 1382.00 plate vibrator having 3 tons compaction force thereby forcing part of sand underneath to come up in between joints, final compaction of paver surface joints into its final level, including cost of materials, labour and HOM of machineries complete as per specifications 11 Providing and fixing Nevasa Stone of approved size and shape. Including cost of all materials, manufacturing, curing, transportation of stones to work site including loading, Sqm 164.00 unloading and stacking as directed, laying stone in position over prepared bed of natural sand / crushed sand of 50 mm thickness including filling Joint, etc. complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 255 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount 12 Providing and casting in situ or precast tapering R.C.C. M-20 Barrier type Kerb without gutter (as per IRC 86 1983) embedded 125mm below ground level over M-10 PCC finished neatly with C.M. 1:2, setting the same in C.M. 1:2, Rmt 1618.00 including the required excavation in any strata and removing the excavated stuff anywhere in city and redoing the surface as specified and directed by Engineering In- charge. Using Concrete Batching and Mixing Plant 13 Providing and laying in situ / ready mix M-30 cement concrete of trap /granite/quartzite/ gneiss metal for cast in citu R.C.C. solid piers, column etc. including provision of V shaped false joints to form suitable panels on the faces to approve design with compacting by vibrating and Cum 628.00 curing complete. Including plywood/steel formwork, centering (excluding dewatering by means of pump) and including bailling out water and including CM 1:3 curing complete.

a) Height upto 5 M. (With Concrete Mixer)

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 256 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount 14 Providing and laying Cast in situ/Ready Mix cement concrete M-25 of trap/ granite / quartzite/ gneiss metal for R.C.C. slabs and landings as per detailed designs and drawings including centering, formwork, cover blocks, compaction, finishing the formed surfaces with cement mortar 1:3 of sufficient minimum thickness to give a smooth and even surface Cum 17.00 or roughening if special finish is to be provided and curing etc. complete.(Excluding reinforcement and structural steel).with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand 15 Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 s te e l bars MT 72.00 for reinforcement for all RCC works as per detailed drawings etc. complete. 16 Providing and fixing mild steel railing as per drawing including fabricating, fixtures, drilling holes in concrete / other surface, erecting the grill work, necessary welding, fixing by nuts and bolts, with one coat of Rmt 2648.00 anticorrosive paint and two coats of synthetic enamel paint with approved colour and shade, remaking the damaged surface, cleaning, etc. complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 257 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount 17 Providing, laying and fixing P.V.C. pipe sleeves of 110 mm. dia. With fittings such as bends, Rmt 680.00 tees, reducers, clamps, etc. including necessary excavation, trench filling etc. complete. 18 Providing and laying weep holes of 100 mm diameter AC/PVC pipes as per drawing Rmt 167.50 for abutment returns, return walls etc. Complete. 19 Supply and Fixing of Bollards made of Stainless steel Grade 304 of 100 mm Dia. Height of the Bollard should be at least 1000 mm as measured from the Nos. 73.00 top of the foundation frame to the top of the Bollard assembly. Bollard system should include Reflective Tape etc. complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 258 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E. 7 Bill of quantities for Heritage walk

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate Excavation for foundation in earth, soils of all types, sand, gravel and soft murum, including removing the excavated material with all lead and lifts beyond the building area and stacking and 1 spreading as directed, Cum 250.00 dewatering, preparing the bed for the foundation and necessary back filling, ramming, watering including shoring and strutting etc. complete. (Lift from1.5m to 3.0m) Dismantling of cement concrete pavement by mechanical means using pneumatic tools, breaking to pieces not exceeding 0.02 cum in volume and stock piling at 2 Cum 2501.00 designated locations and disposal of dismantled materials up to a lead of 1000 metres, stacking serviceable and unserviceable materials separately etc. complete. Royalty Charges for 3 Cum 250.00 Excavated Earth. Compacting the hard murum side widths including laying in 4 layers on each side with power Sqm 8338.00 roller including artificial watering etc. complete

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 259 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate Construction of granular sub- base by providing close graded Material, mixing in a mechanical mix plant at OMC, carriage of mixed Material to work site, spreading in uniform layers with motor grader / 5 Cum 1438.00 Paver on prepared surface and compacting with vibratory power roller to achieve the desired density, complete as per clause 401-- Plant Mix Method and Grading - III Material Providing and laying Cast in situ/Ready Mix cement concrete in M-10 of trap/ granite/ quartzite/ gneiss metal for foundation and bedding including bailing out water, formwork, laying/pumping, compacting, roughening them if special finish is to be 6 Cum 1439.00 provided, finishing if required and curing complete, with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand. Providing and laying heavy duty cobble stones 100mm thick, using cement and course sand for manufacture of blocks of approved size, shape and colour with a minimum compressive strength of 281 kg 7 per sqm over 50mm thick sand Sqm 8338.00 bed (average thickness ) and compacting with plate vibrator having 3 tons compaction force thereby forcing part of sand underneath to come up in between joints, final compaction of paver surface Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 260 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic Final Sr.No. Description Unit Qty. GST as Amount Rate applicable Rate joints into its final level, including cost of materials, labour and HOM of machineries complete as per specifications

Providing and laying Cast in situ/Ready Mix cement concrete M-25 of trap/ granite / quartzite/ gneiss metal for R.C.C. slabs and landings as per detailed designs and drawings including centering, formwork, cover blocks, compaction, finishing the formed surfaces with cement mortar 1:3 of sufficient minimum thickness to give a 8 smooth and even surface or Cum 150.00 roughening if special finish is to be provided and curing etc. complete.(Excluding reinforcement and structural steel).with fully automatic microprocessor based PLC with SCADA enabled reversible Drum Type mixer/ concrete Batch mix plant (Pan mixer) etc. complete. With natural sand/V.S.I. quality Artificial Sand Providing, cutting, bending, hooking, tying and laying in position TMT FE 500 steel 9 MT 12.00 bars for reinforcement for all RCC works as per detailed drawings etc. complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 261 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.8 Bill of quantities for tree plantation This is an indicative list, NMSCDCL reserve the right to make changes during the Contract Period. Sr. Plant Name Common Unit Qty. Height Basic GST Final Amount No. Name Rate Rate

1 Butea Palash tree No. 10 2.5 mt clear monosperma/350/ stem 3ft 2 Erythrina Coral tree No. 80 2.5 mt clear indica/550/8ft stem 3 Albizia Shishir No. 70 2.5 mt clear lebbeck/750/10ft vruksha stem 4 Savaca Sita ashok No. 60 2.5 mt clear asoca/1500/8ft stem 5 Azadirachta Neem tree No. 40 2.5 mt clear indica/150/9ft stem 6 Neolamarckia Kadamb tree No. 60 2.5 mt clear cadamba/150/8ft stem 7 Magnolia Sonchafa No. 50 2.5 mt clear champaca/750/8ft stem 8 Plumeria Yellow chafa No. 80 1.5 mt clear alba(yellow)/8/9 stem ft 9 Plumeria Red chafa No. 80 1.5 mt clear rubra/1500/8ft stem 10 Bauhinia Kaniyar tree No. 60 2.5 mt clear blakeana/150/8ft stem 11 Lagerstroemia Pride of India No. 40 2.5 mt clear spaciosa/150/8ft stem 12 Madhuca Mahwa tree N 50 2.5 mt clear longifolio1500/7ft o. stem 13 Cassia Amalatas No. 60 2.5 mt clear fistula1500/8ft stem 14 Cassia nodosa Pink cassia No. 60 2.5 mt clear 350/6ft stem 15 Manure - 105 Bags of 50 kg. each 16 Soil, excavation cum 750 of peat, cleaning, leveling &

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 262 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Plant Name Common Unit Qty. Height Basic GST Final Amount No. Name Rate Rate

transportation at actual 17 Lawn- Soil, cum 1200 excavation of peat, cleaning, leveling & transportation at actual

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 263 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E.9 Bill of Quantities for installation of signages

Basic GST as Final Sr.No. Description Unit Qty. Amount Rate applicable Rate 1 Providing and fixing of retro- reflectorized informatory sign board rectangular/Square in shape having area greater than 0.9 square meter made out of 4mm aluminum composite material ( ACM) sheet bonded with white retro reflective sheeting of Class B ( Type IV High intensity micro-prismatic grade sheeting-HIP) having pressure sensitive/heat activated adhesive retroreflective specified back ground, border and back side retroreflective symbols, letters, numerals, arrow as per IRC:67-2012 Table No 8.3, supported with back support frame 25mm x 25mm x 3mm, duly painted on back side with two coats of grey stove enamel paint and supported on two no. mild steel angle iron post 75 mm x 75 Sqm 401.00 mm x 6 mm, 3.5 mt long firmly fixed to the ground by means of properly designed foundation with M25 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm below ground level as per approved drawing The angle iron post shall be duly painted with one coat of epoxy primer and two coats of epoxy finish paints having alternate black and white bands of 25 cm width including GI fixtures and transportation etc. complete. The nut bolts of board with angle iron post/supporting structure after fixing at site has to be electrically welded. Class B ( Type IV High intensity micro prismatic grade sheeting-HIP) sheeting shall have 7 years written warranty from the manufacturer and authorized

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 264 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Basic GST as Final Sr.No. Description Unit Qty. Rate applicable Rate Amount 2 Providing and fixing of wall cladding using 20mm thick keras finish granite with approved colour and texture in CM 1:3 proportion cut to required shape, pattern with paper joints, finished with cement mortal Cum 127.00 using white cement and colour pigments to match the colour of slab making through jointing with sealant, making holes 25mmx12mm grooves in joints including curing etc., complete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 265 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

E. 10 Bill of quantities for Waghadi river stretch

Sr.No Description Unit Qty. Basic GST Final Amount . Rate Rate 1 Desilting the Supply Well, Cum 13500 Intake Well / Head Works, sump of water supply/ sewerage works etc. in wet or dry condition including lifts with all lead and lifts as required beyond the work site, stacking, spreading, including necessary guarding, etc. complete, as directed by Engineer-in-charge.

Total

E.11 Bill of quantities for Implementation of flood restoration

Amount Incident GST as Sr.No. Description Unit per Amount Nos. applicable Incident 1 Cost for implementing after flood restoration plan with approval and guidance of Engineer-In-Charge including but not limited to :- i) Cleaning and decapitation of affected premises. ii) Restoration of electrical and water supply amenities. LS 3 0 Iii) Restoration of dead plants. iv) Any other item found in the joint survey of the premises after flood with the guidance of the Engineer-In- Charge. (Note:0.5% of the beautification component cost per intendent during DLP period i.e. 3 Incidents.)

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 266 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

APPENDIX XIII: CONTRACT AGREEMENT

CONTRACT AGREEMENT (To be executed on a non-judicial stamp paper of appropriate value)

THIS CONTRACT AGREEMENT ("Contract") is made on this [●] day of [●] 2018 at [●], India.

BETWEEN

1. Nashik Municipal Smart City Development Corporation Limited having its principal office at [●] India hereinafter referred to as "NMSCDCL", which expression shall, unless repugnant to the context or meaning thereof , include its permitted successors and assigns) of One Part;

AND

2. {[●], a Company incorporated under the {Companies Act, 1956/Companies Act, 2013} 1, having its registered office at [●] (hereinafter referred to as {"Contractor"} which expression shall, unless repugnant to the context otherwise requires, include its permitted successors and assigns) of Second Part.

Each of the parties mentioned above are collectively referred to as the 'Parties' and individually as a 'Party'.

WHEREAS:

A. NMSCDCL has selected the Contractor through a competitive bidding process pursuant to a Request for Proposal dated [●] for implementing the Project (RFP).

B. After evaluation of the bids received from the bidders, NMSCDCL accepted the Bid of the Selected Bidder and issued its Letter of Award No. [●] dated [●] ("LOA") to the Selected Bidder, requiring the Selected Bidder, inter alia, to execute this Contract within the time period prescribed in the RFP.

C. The Selected Bidder has requested the NMSCDCL to accept it as the Contractor which shall undertake and perform the obligations and exercise the rights of the Selected Bidder under the LOA, including the obligation to enter into this Contract Agreement pursuant to the LOA for implementing this Project in accordance with the terms and conditions as set out in this Contract.

1 Notes: (i) The provisions in curly brackets are to be retained in the Agreement and shall be suitably modified after the issue of LOA to reflect bid specific particulars in relation to the Selected Bidder (ii) The provisions in square brackets and/or blank spaces shall be suitably filled after the issue of LOA in order to reflect bid specific particulars in the Agreement. Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 267 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

D. NMSCDCL is desirous that the Contractor execute ______(name and identification number of Contract) (hereinafter called "the Works") and NMSCDCL has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein, at a cost of Rs. [●].

NOW THEREFORE, in consideration of the mutual covenants, promises, assurances, representations and provisions set forth herein, the Parties hereto agree as follows:

1. In this Contract Agreement, words and expression shall have the same meanings as are respectively assigned to them in the Conditions of Contract as set out in Annexure A of Appendix XIII which shall be deemed to form an integral part of this Contract Agreement and is to be read as a part and parcel of this Contract Agreement.

2. In consideration of the payments to be made by NMSCDCL to the Contractor as hereinafter mentioned, the Contractor hereby covenants with NMSCDCL to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the Contract.

3. NMSCDCL hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying the defects wherein Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

4. The following documents shall be deemed to form and be ready and construed as part of this Contract Agreement viz. 1. Conditions of Contract as set out in Appendix XIII of this RFP: A. General Conditions of Contract B. Special Conditions of Contract. C. O&M Agreement 2. Scope of work for the Contractor as set out in Appendix X of the RFP; 3. Technical Specifications as set out in Appendix XI of the RFP; 4. Bill of Quantities of the Contractor as set out in Appendix XII of the RFP; 5. Drawings as set out in Appendix XV of the RFP. 6. Any other document (s), as specified.

I N WI TNESS WHEREOF THE PARTI ES HAVE EXECUTED AND DELI VERED THI S CONTRACT AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN. SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED For and on behalf of NMSCDCL by: For and on behalf of the Contractor by: (Signature) (Signature) (Name) (Name) (Designation) (Designation) (Address) (Address) (Fax No.) (Fax No.)

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 268 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

ANNEXURE A: GENERAL CONDITIONS OF CONTRACT 1. DEFINITIONS: -

The following terms used in this Contract shall have the meanings hereunder unless the context otherwise requires:

“Contract” shall mean the Contract Agreement executed between NMSCDCL and the Contractor for execution of the Works.

“Construction Period” means, as the case may be, with respect to (a) Part A, a period of 6 (six) months for river cleaning and related works: retrofitting and greenfield area at Nashik, Maharashtra as set out in Appendix X of the RFP; and/or (b) Part B, a period of 18 (eighteen) months for the development of bridges and related works at Nashik, Maharashtra as set out in Appendix X of the RFP; and/or (c) Part C, a period of 6 (six) months for interception and diversion of Aruna River and related works at Nashik, Maharashtra, as set out in Appendix X of the RFP. and/or (d) Part D, a period of 6 (six) months for installation of pneumatically operated automated mechanical gates and related works at Nashik, Maharashtra, as set out in Appendix X of the RFP and/or (e) Part E, a period of 12 (twelve) months for beautification projects including landscaping, cycle track, cobblestone paving, stone benches, signages etc. and related works at Nashik, Maharashtra, as set out in Appendix X of the RFP.

"Completion" means that the completion of the execution of Part A, Part B, Part C, Part D and Part E by the Contractor pursuant to the issuance of the Completion Certificate for Part A in accordance with Clause 18.2 and Completion Certificate by NMSCDCL in accordance with Clause 21.

“Completion Certificate” means the certificate issued by NMSCDCL to the Contractor certifying the completion of the execution of Part B, Part C, Part D and Part E by the Contractor under Clause 21.

“Completion Certificate for Part A” means the certificate issued by NMSCDCL to the Contractor certifying the completion of the execution of Part A by the Contractor under Clause 18.2.

“Completion Date” means with respect to:

(a) Part A, 6 (six) months from the date of issuance of Work Order; (b) Part B, 18 (eighteen) months from the date of issuance of Work Order; and/or (c) Part C, 6 (six) months from the date of issuance of Work Order; and/or (d) Part D, 6 (six) months form the date of issuance of Work Order; and/or (e) Part E, 12 (twelve) months form the date of issuance of Work Order.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 269 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

“Contract Price” shall mean the total amount payable to the Contractor for the Project as set out in Clause 5.1 excluding the cost for operation and maintenance of Part A quoted by the Bidder in the RFP.

“Contract Period” means with respect to:

(a) Part A, 6 (six) months from the date of issuance of Work Order; (b) Part B, 18 (eighteen) months from the date of issuance of Work Order; and/or (c) Part C, 6 (six) months from the date of issuance of Work Order; and/or (d) Part D, 6 (six) months form the date of issuance of Work Order; and/or (e) Part E, 12 (twelve) months form the date of issuance of Work Order

“Damages” shall have the meaning as set forth in clause 2 (e).

"Defect Liability Period" means the period of 3 (three) years with respect to Part B, Part C, Part D and Part E as provided under clause 22, of the warranties provided by the Contractor, during which the Contractor is responsible for rectification of the defects with respect to Part B, Part C, Part D and Part E.

“Designs” means the designs prepared by the Contractor for developing and preparing the drawings for the purpose of executing Works duly approved by NMSCDCL and includes any modifications of such designs approved in writing by the Engineer and such other designs as may from time to time be furnished or approved in writing by NMSCDCL.

“Disputed Invoice” shall have the meaning as set forth in Clause 5.7.

“Drawing” means the engineering data, drawings and the likes thereof prepared by the Contractor basis the Designs for executing Works duly approved by NMSCDCL and includes any modifications of such drawings approved in writing by the Engineer and such other drawings as may from time to time be furnished or approved in writing by NMSCDCL.

“Engineer-in-Charge”/“Engineer” means the engineer appointed by NMSCDCL for the supervision and management of the Project.

“Force Majeure Event” shall have the meaning as set forth in clause 51.

“Implementation Plan” means the implementation plan, prepared by the Contractor, consisting of quality assurance plant, safety plan, traffic management plan and such other plan(s) as may be required by the Contractor for undertaking this Project and duly approved by NMSCDCL in accordance with Clause 9. Implementation Plan shall form an integral part of this Contract.

“NMSCDCL” mean the Nashik Municipal Smart City Development Corporation Limited.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 270 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

“NMC” means Nashik Municipal Corporation.

“O&M Agreement” means the agreement as set out in Annexure C of this Appendix XII in accordance with the Contractor is required to operate and maintain the Part A.

“Part A” shall have the meaning as set forth in clause 3.1 (a).

“Part B” shall have the meaning as set forth in clause 3.1 (b).

“Part C” shall have the meaning as set forth in clause 3.1 (c).

“Part D” shall have the meaning as set forth in clause 3.1 (d).

“Part E” shall have the meaning as set forth in clause 3.1 (e).

“Performance Security” shall have the meaning as set forth in clause 6.1.

“Programme” shall have the meaning as set forth in clause 13.1.

“Progress Report” shall have the meaning as set forth in clause 13.2.

“Project” means the infrastructure works and beautification works required for the integrated development of Project Goda comprising of: (a) Part A; (b) Part B with a defect liability period of 3 years; (c) Part C with a defect liability period of 3 years; (d) Part D with a defect liability period of 3 years; and

(e) Part E with a defect liability period of 3 years.

"Scope of the Project" shall have the meaning as set forth in Clause 3 and collectively includes Part A, Part B, Part C, Part D and Part E.

“Site” means with respect to:

(a) Part A, a stretch of 2.5 km in retrofit area from Ramwadi Bridge to Talkuteshwar Bridge and a stretch of 3 km in greenfield area based development forest nursery bridge to Ramwadi Bridge at Nashik, Maharashtra;

(b) Part B, a vehicular bridge (near Siddheshwar mandir) of about 120 meters length to be constructed parallel to Ramawadi Bridge at Nashik, Maharashtra and a pedestrian bridge Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 271 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(near Sundarnarayan Mandir) of about 131 meters length to be constructed parallel to Holkar Bridge at Nashik, Maharashtra.

(c) Part C, 600 meters length of interception of Aruna river from Indrakund to Waghadi river.

(d) Part D, at the Ahilayabai Holkar Bridge (Victoria Bridge) across Godavari in Nashik District, India.

(e) Part E, the whole Godavari riverfront divided into following three zones: (i) Spiritual core: From Holkar Bridge to Gadge Maharaj Bridge (Area excluding river basin: 12.5 acres) (ii) Green Recreational at upper stream near Goda Park: From Ramwadi Bridge to Holkar Bridge (Area excluding river basin: 6.70 acres) (iii) Open Recreational from Gadge Maharaj Bridge up to Talkuteshwar (Area excluding river basin: 13.25 acres)

"Take Over" means with respect to Part B, Part C, Part D and Part E, the successful handing over of the Project by the Contractor to NMSCDCL after the expiry of the Defect Liability Period pursuant to the issuance of the Take Over Certificate in accordance with clause 22.4.

“Take Over Certificate” means the certificate issued by NMSCDCL to the Contractor pursuant to Clause 22.4.

“Technical Specification” means the specifications as set out in Appendix XI of the RFP.

“Total Station” means an electronic/optical instrument used for surveying construction.

“Variation Order” has the meaning ascribed to such term under clause 45 when made in accordance with Clause 45, the Variation Order shall form a part of this Contract and shall be provided by and is enforced in the terms thereof unless specifically provided otherwise in the Variation Order.

“Works” or “Work” means the scope of work as set out in Appendix X of the RFP, to be executed by the Contractor, in accordance with the Technical Specifications and the terms and conditions of this Contract.

“Work Order” shall mean the letter issued after 15 (fifteen) days from the execution of this Contract by NMSCDCL subject to the approval of the Implementation Plan for handover of the Site to the Contractor.

2. I NTERPRETA TI ONS

In this Contract, unless the context requires otherwise:

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 272 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(a) Words indicating one gender include all genders. (b) Words indicating the singular also include the plural and vice versa. (c) Provisions including the word “agree”, “agreed” or “agreement” require the agreement to be recorded in writing. (d) “Written” or “in writing” means hand-written, type-written, printed or electronically made, and resulting in a permanent record. (e) The damages payable by either Party to the other, as set forth in this Contract, whether on per diem basis or otherwise, are mutually agreed genuine pre-estimated loss and damage likely to be suffered and incurred by the Party entitled to receive the same and are not by way of penalty ("Damages"). (f) The rule of construction, if any, that a contract should be interpreted against the Party responsible for the drafting and preparation thereof, shall not apply. (g) References to any legislation or any provision thereof shall include amendment or re- enactment or consolidation of such legislation or any provision thereof so far as such amendment or re-enactment or consolidation applies or is capable of applying to any transaction entered into hereunder; (h) references to laws of India or Indian law or regulation having the force of law shall include the laws, acts, ordinances, rules, regulations, bye laws or notifications which have the force of law in the territory of India and as from time to time may be amended, modified, supplemented, extended or re-enacted; (i) references to a "person" and words denoting a natural person shall be construed as a reference to any individual, firm, company, corporation, society, trust, government, state or agency of a state or any association or partnership (whether or not having separate legal personality) of two or more of the above and shall include successors and assigns; (j) Whenever provision is made for the giving of notice, approval or consent by any Person, unless otherwise specified, such notice, approval or consent shall be in writing and the words “notify” and “approve” shall be construed accordingly; and (k) The obligations which are binding on the Contractor under the Contract, shall be binding mutatis mutandis on any sub-contractor engaged by the Contractor during the Contract Period.

3. SCOPE OF THE PROJECT

3.1 Under this Contract, the scope of the Project ("Scope of the Project") shall mean and include:

(a) detailed design, cleaning, testing and commissioning of river cleaning and related works: retrofitting and greenfield area at Nashik, Maharashtra as set out in Appendix X (“Part A”) including: (i) De-silting of River Bed, Barricading of Bridges for Nirmalya and Gabion Wall; (ii) Supply of aquatic trash skimmer along with comprehensive operation and maintenance for Godavari River, Nashik; (iii) Supply of long boom Amphibious Excavator for de-silting of Godavari River; and

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 273 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(iv) Interception of Aruna river.

(b) detailed design, construction, testing and commissioning including Defects Liability Period for 5 (five) years of development of bridges and related works at Nashik, Maharashtra as set out in Appendix X (“Part B”) including: (i) Vehicular Bridge and Bridge Lighting; (ii) Pedestrian Bridge; and (iii) Electric Lighting for Pedestrian Bridge and Vehicular Bridge.

(c) detailed design, construction, testing and commissioning including Defects Liability Period for the interception and diversion of Aruna River related works at Nashik, Maharashtra as set out in Appendix X (“Part C”) (d) detailed design, construction, testing and commissioning including Defects Liability Period for Installation of pneumatically operated automated mechanical gates and related works at Nashik, Maharashtra as set out in Appendix X (“Part D”) (e) Beautification Projects including landscaping, cycle track, cobblestone paving, stone benches, signages etc. and related works at Nashik, Maharashtra as set out in Appendix X (“Part E”) (f) performance and fulfilment of all other obligations of the Contractor in accordance with the provisions of this Contract and matters incidental thereto or necessary for the performance of any or all of the obligations of the Contractor under this Contract.

4. TIME FOR COMMENCEMENT AND TERM

4.1 This Contract shall become effective from the date of Work Order.

4.2 Commencement

The Contractor shall commence the execution of the Works immediately after the issuance of Work Order in accordance with the terms and conditions of this Contract.

4.3 Te rm

Unless earlier terminated, the term of the Contract shall be with respect to:

(a) Part A, 6 (six) months from the date of issuance of Work Order; (b) Part B, 18 (eighteen) months from the date of issuance of Work Order; and/or (c) Part C, 6 (six) months from the date of issuance of Work Order; and/or (d) Part D, 6 (six) months form the date of issuance of Work Order; and/or (e) Part E, 12 (twelve) months form the date of issuance of Work Order.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 274 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

5. CONTRACT PRICE AND PAYMENT

5.1 NMSCDCL hereby agrees to pay to the Contractor for satisfactory discharge of its obligations under this Contract, an amount of INR [●] (“Contract Price”). The Contract Price shall be the full and complete payment for the Contractor's performance of the obligations under this Contract and includes all costs necessary for execution of the Works. The Contract Price shall be paid in accordance with this Clause 5.1 and in the manner provided in Schedule 1 based on the measurements of the Works completed and certified by the Engineer-in-Charge (For the avoidance of doubt, all the taxes and duties levied by the state government/ central government/ local bodies at the prevailing rates applicable on the date of LOA shall be fully borne by the Contractor and shall not be reimbursed to it by NMSCDCL on any account. The Contract Price shall be inclusive of all taxes and levies under applicable laws.

5.2 Effect of Payment

Any payment of the Contract Price or part thereof, made by NMSCDCL, shall not be deemed to constitute acceptance by NMSCDCL of the Works or any part(s) thereof and shall not relieve the Contractor of any of its obligations under this Contract.

5.3 Manner of Payment

The Contractor shall submit to the Engineer-in-Charge monthly statement of the value of the Work executed less the cumulative amount certified previously, supported with detailed measurement of the items of Work executed. The Engineer-in-Charge shall check the Contractor’s monthly statement and certify the amount to be paid to the Contractor. The value of Work executed shall be determined, based on the measurements approved by the Engineer-in-Charge. Other than Disputed Invoice (refer clause 5.7 below), the invoice shall be paid within 45 (forty five) days of submission of invoice to the Engineer-in-Charge.

The value of Work executed shall comprise the value of the quantities of the items provided in Schedule 1. All payments shall be adjusted for deductions for advance payment, security deposit, other recoveries in terms of Contract and taxes at source as applicable under the law. The 5% (five percent) of each payment to be made to the Contractor shall be retained by NMSCDCL till the successful completion of Defect Liability Period.

The Engineer-in-Charge may exclude any item certified in a previously or reduce the proportion of any item previously certified in any certificate in the light of later information.

5.4 Intermediate Payment

Payment of intermediate amount shall be regarded as payments by way of advance against the final payment and not as payments for Work actually done and completed.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 275 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Intermediate payment shall not preclude the requiring of bad, unsound and imperfect or unskilled work to be removed and taken away and reconstructed or be considered as an admission of the due performance of the Contractor any part thereof, in any respect or the occurring of any claim.

The payment of final bill shall be governed by the provisions of clause 5.5 below.

No payment shall be made for any Works, estimated to cost less than Rs.10,00,000/- (Rupees Ten Lakhs only) till such Work has been approved by the Engineer . But in the case of Works estimated to cost more than Rs.10,00,000/- (Rupees Ten Lakhs only) the Contractor shall on submitting a monthly bill therefore 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 so payable shall be final and conclusive against the Contractor. All such intermediate payments shall be regarded as payment by way of advance against the final payment only and not as payment for Work actually done and completed and shall not preclude the Engineer-in-Charge from requiring any bad, unsound imperfect or unskillful work to be removed or taken away and reconstructed, or re-erected nor shall any such payment be considered as an admission of the due performance of the Contract or any part thereof in any respect or the occurring of any claim nor shall it conclude, determine or effect in any other way powers of the Engineer-in-Charge as to the final settlement and adjustment of the accounts or otherwise, or in any other way vary or effect the Contract. The final bill shall be submitted by the Contractor within one month of the date fixed for the completion of the Work, otherwise the Engineer-in-Charge’s certificate of the measurements and of the total amount payable for the Work shall be final and binding on all Parties.

5.5 Final Payment

a) The Contractor shall supply the Engineer-in-Charge with a detailed account of the total amount that the Contractor considers payable for works under the Contract within 21 (twenty one) days of issue of the Completion Certificate. If the account is not correct or complete, the Engineer-in- Charge shall issue within 45 (forty five) days a schedule that states the scope of the corrections or additions that are necessary. If the Account is still unsatisfactory after it has been resubmitted, the matter shall be referred to the CEO, NMSCDCL, who shall decide on the amount payable to the Contractor after hearing the Contractor and the Engineer in Charge.

b) In case the account is not received within 21 (twenty one) days of issue of Certificate of Completion as provided in clause 5.5 (a) above, the Engineer shall proceed to finalize the account and issue a final payment certificate within 28 (twenty eight) days of issue of Completion Certificate.

c) It is clarified that the 5% (five percent) of each payment to be made to the Contractor retained by NMSCDCL shall be paid only after the successful completion of Defect Liability Period.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 276 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

5.6 Invoices for payment shall be accompanied by such supporting evidence and information as NMSCDCL may reasonably require.

5.7 In the event there is any discrepancy in the invoice provided by the Contractor to NMSCDCL, NMSCDCL shall give a written notice to the Contractor of such discrepancy in the invoice within 7 (seven) days of the receipt of the invoice. Such invoices shall be treated as disputed invoice (“Disputed Invoice”).

5.8 NMSCDCL shall not make payment of the amount set out in the Disputed Invoice, if the Contractor has notified any discrepancy with respect to certain entries in the Disputed Invoice till such time as the discrepancy is resolved by the Parties in accordance with Clause 5.9. In the event the discrepancy is resolved, NMSCDCL shall pay the outstanding disputed amounts without any interest being charged by the Contractor.

5.9 Upon receipt of a notice from the Contractor under clause 5.7 notifying any discrepancy in the Disputed Invoice, shall provide documentary evidence to NMSCDCL within 7 (seven) days if the Contractor wish to dispute the discrepancy. In the event that the discrepancy raised by NMSCDCL in relation to the Disputed Invoice is accepted by the Contractor, the Contractor shall provide a rectified invoice to NMSCDCL to the extent of such discrepancy. In the event that the Parties are unable to resolve the discrepancy arising out or in connection with the Disputed Invoice, the Parties shall use their best efforts to settle such dispute, amicably and in good faith within 15 (fifteen) days of occurrence of such dispute, failing which such dispute shall be settled in accordance with Clause 33.

5.10 Right to Withhold

NMSCDCL may refuse to approve any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously approved and paid to such extent as may be necessary in the opinion of the Engineer to protect NMSCDCL from loss because:

(a) the Works are defective;

(b) third party claims have been filed or there is reasonable evidence indicating probable filing of such claims;

(c) of the Contractor's failure to make payment properly to sub-contractor or for labour, materials or equipment;

(d) of damage to another Contractor, or to the property of other caused by the Contractor;

(e) of reasonable doubt that the Works cannot be completed for the unpaid balance of the Contract Price;

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 277 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(f) of reasonable indication that the Works will not be completed within the Completion Date;

(g) of the Contractor's neglect or unsatisfactory execution of the Work including failure to clean up. Once the reasons that enable or require the Engineer to withhold such payments are removed, payment will be made for amounts withheld due to such reasons to the extent the Contractor is entitled to.

6. PERFORMANCE SECURITY

6.1 The Contractor shall provide to NMSCDCL an unconditional and irrevocable bank guarantee/ demand draft of amount prescribed in Schedule 1("Performance Security").

6.2 The Contractor acknowledges and agrees that Performance Security shall be held by NMSCDCL as security for the satisfactory completion of the obligations of the Contractor in accordance with this Contract, including recovery of any amounts due to NMSCDCL from the Contractor till the issuance of the Take Over Certificate. NMSCDCL shall have the unconditional option under the Performance Security to invoke the same and shall be entitled to recover from Performance Security, liquidated damages and any other amounts which may become due to NMSCDCL from the Contractor.

6.3 The Contractor acknowledges and agrees that the Performance Security shall be held by NMSCDCL as security for the satisfactory completion of the obligations of the Contractor in accordance with this Contract, including recovery of any amounts due to NMSCDCL from the Contractor. NMSCDCL shall have the unconditional option under the Performance Security to invoke the same and shall be entitled to recover from the Performance Security, liquidated damages and any other amounts which may become due to NMSCDCL from the Contractor.

6.4 In the event of invocation of Performance Security by NMSCDCL, on account of the Contractor’s failure to discharge any of its contractual obligations, warranting the NMSCDCL, in its assessment to do so, the NMSCDCL would intimate the Contractor of the reasons/ circumstances for the invocation of Performance Security within 7 (seven) days after invocation of the same. In the event of any encashment and appropriation from the Performance Security, the Contractor shall, within 15 (fifteen) days thereof, replenish, in case of partial appropriation, to its original level, and in case of appropriation of the entire Performance Security, provide a fresh Performance Security within 30 (thirty) days, failing which NMSCDCL shall be entitled to terminate this Contract in accordance with clause 49.

7. CONTRACTOR’S OBLIGATIONS

7.1 The Contractor will prepare and submit the Implementation Plan to NMSCDCL for its review and comments on or before the date of execution of this Contract.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 278 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

7.2 The Contractor shall construct, install, fix, test and commission the Works in accordance with the Implementation Plan duly approved by NMSCDCL.

7.3 The Contractor shall supply and take upon itself the entire responsibility of the sufficiency of the scaffolding, timbering, machinery, tools implements and generally of all means used for the execution of Works under this Contract.

7.4 The Contractor will have to obtain all clearances necessary for deployment of any machinery at its expense. NMSCDCL will assist the Contractor in obtaining these clearances. However, NMSCDCL will not be responsible for any delays in obtaining such clearances. It shall be the responsibility of the Contractor to keep all the requisite clearances/permits/permissions by whatever name called, for operating the facility valid at all points of time during the Contract period.

7.5. The Contractor shall be deemed to have carefully studied the scope of work as set out in Appendix X and the Site conditions, Technical Specifications, various other data and shall be deemed to have visited the Site and to have fully informed itself regarding the local conditions. The Contractor shall be deemed to have carried out its own surveys and investigations and assessment of the Site conditions. For the avoidance of doubt, any data made available by NMSCDCL to the Contractor is for information only and NMSCDCL under no circumstances will entertain claims with respect to the authenticity and/or accuracy of the information provided.

7.6 Except as otherwise provided, the Contractor shall not assign its rights, title or interest in the Contract in favour of any persons without prior written consent of NMSCDCL. Provided the Contractor may assign its rights, interests and benefits under the agreements (only during the Contract Period) to the lenders as security for the financial assistance. Provided further nothing contained in this condition shall absolve the Contractor from its responsibilities to perform/ discharge any of its obligations under and in accordance with the provisions of this Contract.

7.7 Supervision and Superintendence

The Contractor shall at all times till the Completion Date supervise and direct the execution of Works efficiently and with its best skill and attention in accordance with the Designs and the Drawings. The Contractor shall be solely responsible for means, methods, techniques, procedures and sequences of the execution of Works. The Contractor shall co-ordinate all parts of the Works and shall be responsible to ensure that the Works are executed in accordance with the terms and conditions of this Contract and such instructions as the Engineer-in-Charge may issue during the execution of the Works.

7.8 Contractor's Verification

The Contractor shall establish at the Site, temporary benchmarks as directed by the Engineer-in- Charge and connect such temporary benchmarks to a permanent benchmark available in the area

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 279 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

with known value. The Contractor will then carry out necessary surveys and leveling, covering its Works, in verification of the survey data on the working drawings furnished by the Engineer-in- Charge. The Contractor shall be responsible for establishing the correct lines and levels and verification of the lines and level furnished on the Drawings and/or Designs, as the case may be. If any error has erupted in the Works due to non-observance of this clause, the Contractor will be responsible for the error and bear the cost of the corrective Work.

7.9 Permits, Fees, Taxes and Royalties

Unless otherwise provided in the Contract, the Contractor shall secure and pay for all permits, Government fees and licenses necessary for the execution and Completion. The Contractor shall pay all taxes including Goods and Service Tax and any other levies required by law including all duties. NMSCDCL will not take any responsibility of refund of such taxes/ fees/ duties and in case of disputes between taxing authority and the Contractor, NMSCDCL and its officers shall be indemnified by the Contractor. Any violation, in the legal provisions of taxes, duties, permits and fees, carried out by the Contractor and detected subsequently shall be the sole responsibility of the Contractor. Any increase in taxes, royalties etc. from time to time shall be borne solely by the Contractor and NMSCDCL shall not be responsible to reimburse towards any increase in taxes and duties.

7.10 Buried and Concealed Work

The Contractor shall be responsible for recording the precise location of all piping, conduits, ducts cables and any other Work that is buried, embedded in earth or concrete or masonry, or concealed in wood or metal frame walls and structures at the time of the execution of the Works and prior to the concealment. If the Contractor covers or buries such Work before such recording takes place, it shall uncover the unrecorded Work to the extent required by the Engineer-in-Charge and shall satisfactorily restore and reconstruct the removed Work with no change in the Contract Price or the Contract Period without any extra cost to NMSCDCL.

7.11 Warnings and Barricades

The Contractor shall provide and maintain G.I. sheet, barricades, guards, guard rails, temporary bridges and walkways, watchmen, headlights and danger signals illuminated from sunset to sunrise and all other necessary appliances such as blinkers, signals, red light and safeguards to protect the Works, life, property, the public, excavations, equipment and materials. For any accident arising out of the neglect of above instructions, the Contractor shall be bound to bear the expenses of defense of every suit, action or other legal proceedings, at law, that may be brought by any person for injury sustained owing to neglect of the above precautions and to pay all damages and costs which may be awarded in any such suit, action or proceedings to any such person or which may with the consent of the Contractor be paid in compromising any claim by any such person.

7.12 Overloading

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 280 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

No part of the Scope of the Project or new and existing structures, scaffolding, shoring, sheeting, construction machinery and equipment, or other permanent and temporary facilities shall be loaded more than its capacity. The Contractor shall bear the cost of correcting damage caused by loading or abnormal stresses or pressures for the purpose of completing the Scope of the Project.

7.13 Manufacturer’s Instruction

The Contractor shall compare the requirements of the various manufacturers’ instructions with requirements of the Contract, shall promptly notify to the Engineer in writing of any difference between such requirements and shall not proceed with any of the Works affected by such difference until an interpretation or clarification is issued by the Engineer. The Contractor shall bear all costs for any error in the Work resulting from its failure to respond to the various requirements and notify NMSCDCL of any such difference.

7.14 Supply for Part A

Pursuant to Part A, the Contractor shall procure and pay for, in its own name as an independent contractor and not as an agent of NMSCDCL, the equipment and machinery required during the O&M Period of the Part A. The said procured machinery shall not be used during the Completion Period.

7.15 Transfer of Title

Notwithstanding anything to the contrary in the Contract, it is agreed by the Parties that the risk, ownership and title to the equipment procured under Part A shall transfer to the NMSCDCL as follows:

(a) The risk and title in respect of such equipment shall pass to NMSCDCL when the Completion Certificate for Part A has been issued by NMSCDCL.

(b) The Contractor shall continue to be responsible for the operation and maintenance of Part A in accordance with the O&M Agreement.

7.16 Permits

The Contractor shall at its own cost, in a timely manner, so as not to delay the progress of the Project and in any event before the time required by applicable laws, obtain all applicable permits required for the completion of the Project. The Contractor shall not be entitled to any extension of time for any delay in obtaining such applicable permits.

8. SI TE

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 281 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

8.1 NMSCDCL shall only make the Site available to the Contractor on the date of issuance of the Work Order. Possession of the Site confers on the Contractor a right to only such use and control as is necessary to enable the Contractor to complete the Scope of the Project in accordance with this Contract and shall exclude any purpose not connected with the Scope of the Project. The Contractor acknowledges that it may not be given exclusive access to and possession of the Site and it must not create any encumbrances on the Site. The Contractor shall not demolish, remove or alter structures of other facilities on Site without the prior written approval of NMSCDCL.

8.2 The Contractor acknowledges and agree that no land is available with NMSCDCL to be given to Contractor for its establishment. The Contractor agrees and undertakes to make its own arrangements with regard to any land other than the Site. The Contractor shall obtain consent from property owners, make all arrangement and pay all costs for such land, areas of access and right of way without any liability to NMSCDCL. The Contractor will furnish and pay for the land, easements and right of way for the land required for completing the Scope of the Project.

8.3 Discoveries

The Contractor agree and undertakes that all fossils, coins, articles of value of antiquity and structures or other remains or things of geological or archaeological interest or anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of NMSCDCL. The Contractor shall take reasonable precautions to prevent its workmen or any other person from removing or damaging any such article or thing and shall immediately upon discovery thereof and before removal acquaint the Engineer of such discovery and carry out the Engineer's instructions for dealing with them.

9. I MPLEMENTA TI ON PLAN

On or before the execution of this Contract, NMSCDCL shall either approve the Implementation Plan or provide to the Contractor, any comments or suggested changes that NMSCDCL may have on the Implementation Plan. If NMSCDCL provides any comments and/or suggestions to the Implementation Plan, then, the Contractor shall within 15 (fifteen) days of receipt thereof, submit to NMSCDCL a revised Implementation Plan by suitably incorporating such comments and/or changes suggested by NMSCDCL. However, in the event, NMSCDCL does not approve the Implementation Plan or provide its comment and/or suggestions to the Implementation Plan within the prescribed period, the Implementation Plan shall be deemed to be approved by NMSCDCL. The Implementation Plan shall accordingly be finalised by the Contractor and shall regulate the execution of the Works.

10. DEPLOYMENT OF STAFF BY THE CONTRACTOR

10.1 Subject to Clause 10.2, the Contractor, at its own cost and expense, shall deploy the following personnels (“Key Personnels”) from the date of issuance of the Work Order up to the Completion at the Site for the purpose of execution of the Works:

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 282 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Sr. Staff Position Minimum Minimum Minimum Relevent No. Qualification Experience No. of Work (in year) personnel’s Package/ Combined

Experience (in year) 1 Project Manager B.E. (Civil) 15 1 12

2 Resident B.E. (Civil) /DCE 8-12 2 7 Engineer 3 Planning B.E. (Civil) 5-7 1 5 Engineer 4 Quantity B.E. (Civil) / DCE 5-8 1 5 Surveyor 5 Quality Control B.E. (Civil) 8-10 1 7

Engineer

6 Lab Technician B.E. (Civil) / DCE 3-6 1 3

7 Sr. Site B.E. (Civil) / D.C.E. 5-7 2 3 Engineers 8 Site Engineers B.E. (Civil) / D.C.E. 3-5 5 2

9 Surveyors Having Knowledge 3-5 2 3 of Total Station

10 Supervisors Min. 12th 3-6 8 2 10.2 The Contractor shall provide NMSCDCL with the curriculum vitae of the Key Personnels for its approval within 5 (five) days from the execution of this Contract, failing which the Contractor agrees and undertakes to pay a penalty of INR [5000] per day per Key Personnel. NMSCDCL shall approve the curriculum vitae of the Key Personnels within [15 (fifteen) days] from the submission of the curriculum vitae of the Key Personnel.

10.3 Except as NMSCDCL may otherwise agree, no changes shall be made in the Key Personnel by the Contractor. If, for any reason beyond the reasonable control of the Contractor, it becomes necessary to replace any of the Key Personnel, the Contractor shall forthwith provide as a replacement to a person of equivalent or better qualifications.

10.4 Workmen

The Contractor shall at all times enforce strict discipline and good order among its employees/ workmen and shall not employ any unfit person or anyone not skilled and experienced in the assigned task for the purpose of the completing the Scope of the Project.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 283 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

10.5 Work during Night or on Sundays and Holidays

Unless otherwise provided, none of the permanent Works shall be carried out during night, Sunday or authorized holidays without permission in writing issued by NMSCDCL. However, under exceptional circumstances when execution of Works is unavoidable or necessary for the safety of life and/or priority of works, the Contractor may carry out the permanent Works with the prior approval of the Engineer.

10.6. Workmanship

The quality of workmanship produced by skilled knowledgeable and experienced workmen, machines and artisans shall be excellent. Particular attention shall be given to the strength, appearance and finish of exposed Work. All concrete work shall be form finished.

10.7 The Contractor acknowledges and agrees that the Project Manager who should be at least a B.E. (Civil) or equivalent qualification with minimum 2 years of experience shall be appointed as a part of the Key Personnels. The Project Manager shall be the Contractor's representative at the Site and shall have authority to act on behalf of the Contractor. All communications, instructions and directions given to the Project Manager shall be binding as if given to the Contractor by the Engineer not otherwise required to be in writing.

11. CONTRACTOR'S RISKS

11.1 The Contractor agrees and undertakes that all risks of loss of or damage to physical property and/or of personal injury and death which may arise during and as a consequence of execution of Works shall solely be attributable to the Contractor.

11.2 The Contractor agrees and undertakes that all risks and consequences arising from the inaccuracies or falseness of the documents and/or information submitted by the Contractor shall be the responsibility of the Contractor alone, notwithstanding the fact that designs/ drawings or other documents have been approved by NMSCDCL.

11.3 If any accident, any injury or physical harm to any person is caused during the execution of Works by the Contractor during the Contract Period, the Contractor shall be solely responsible and shall bear all the cost associated with such eventualities. The Contractor also agrees and undertakes to indemnify and keep indemnified NMSCDCL, its directors/ employees/ agents.

12. COMPLIANCE WITH STATUTORY LAWS

12.1 The Contractor should comply with all applicable laws and rules of Government of India/ Government of Maharashtra/ Urban Local Bodies.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 284 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

12.2 The Contractor shall also ensure that all manpower deployed by them shall be given mandatory weekly off and payments as required under the applicable laws. However, no separate payments will be made by NMSCDCL for working on sundays, festivals and other holidays.

12.3 The Contractor shall be solely responsible for complying with all statutory provisions relating to manpower engaged for this Contract and in the event of any liability on NMSCDCL by virtue of its being principal employer owing to the failure of the Contractor to comply with all applicable laws, the Contractor shall indemnify and reimburse the amount payable to NMSCDCL on this account.

12.4 The Contractor shall be solely responsible notwithstanding any stipulations by NMSCDCL or Engineer for initiating, maintaining and supervising all safety precautions and programmes, in connection with the Work and shall comply with all laws, ordinance, code rules, regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damages, injury or loss during the entire Contract Period including non-w orking hours.

12.5 The Contractor shall in respect of labour employed by it comply with or cause to be complied with the provisions of various labour law and rules and regulations as applicable to it in regard to all matters provided therein and shall indemnify NMSCDCL in respect of all claims that may be made against NMSCDCL for non-compliance thereof by the Contractor.

12.6 The Contractor shall conform in all respects, including by the giving of all notices and the paying of all fees, with the provisions of: any national or state statute, ordinance, or other law, or any regulations, or bye-law of local or other duly constituted authority in relation to the execution and Completion and remedying of any defects therein and the rules and regulations of all public bodies and corporations whose property or rights are affected or may be affected in any way by the Works.

13. PROGRAMME AND PROGRESS SCHEDULE

13.1 The Contractor shall submit to NMSCDCL an item-wise monthly programme (“Programme”) as may be mutually agreed between the Contractor and NMSCDCL laying out the specifics for the purpose of executing and completing Works in accordance with the terms and conditions of this Contract. The Programme shall provide the information as to required approvals to the methodology, drawing, samples, materials, equipment and their time of submissions to Engineer- in-Charge. The Contractor shall ensure that the trial run period is incorporated in the Programme.

13.2 The Contractor agrees and undertakes to submit a monthly progress report to NMSCDCL against the Programme indicating the amount of Works completed (“Progress Report”) in the format approved by NMSCDCL. In the event the amount of works pertaining to Scope of the Project completed as per the Progress Report fall below the milestone(s) set out in the Implementation

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 285 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Plan, the Contractor agrees and undertakes to increase its resources i.e. machinery and labour at the Site so as to achieve the milestone(s) as set out in Schedule 1 at no extra cost.

13.3 In case, where the updated and revised Programme is required, the Contractor shall submit such updated and revised Programme to the Engineer for its approval which shall indicate and provide details of the potential physical and financial implication(s) in relation to the Project including men, materials and machinery requirements.

14. DRAWINGS AND TECHNICAL SPECIFICATIONS

14.1 The Contractor shall, at its own cost and expense, conduct field surveys, geological and/or hydrological studies, investigation for preparation of detailed Designs and Documents for the purpose of completing the Scope of the Project.

14.2 The Contractor shall not depart from the Designs and the Documents, unless consented to in advance by NMSCDCL.

14.3 Any Work that may be reasonably inferred from the Designs and/or Drawings as being required to produce the intended result shall be undertaken by the Contractor whether or not it is specifically called for. The Contractor shall furnish and pay for all labour, supervision, materials, transportation, construction, equipment and machinery tools, appliances, water, fuel, power, energy, light, heat, utilities, telephone, storage, protections, safety provisions, and all other facilities, services and incidentals of any nature whatsoever necessary for the satisfactory and acceptable execution, testing and Completion in accordance with the provisions of this Contract. The cost of all these arrangements shall be deemed to be included in the Contract Price and no separate payment shall be made by NMSCDCL in this regard.

14.4 Written clarifications or interpretations necessary for the proper execution or progress of the Works, in the form of drawings or otherwise, will be issued with reasonable promptness by the Engineer and in accordance with any schedule agreed upon. Such clarifications or interpretations shall be consistent with or reasonably inferable from the intent of the Contract and shall become a part thereof. Where there is a discrepancy between the Drawings and the Technical Specifications, the Contractor shall obtain the interpretation of the Engineer, which shall be binding on the Contractor.

14.5 Figured dimensions on Drawings shall only be followed and detailed Drawings shall govern over general drawings. The Contractor shall keep an approved set of Drawings at the Site and copies of the approved Drawings shall be made available to Engineer or its representative for checking record etc.

14.6 The work, materials or equipment required in Works shall have a well-known trade or technical meaning shall be deemed to refer to such recognized meanings.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 286 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

14.7 The Contractor shall be responsible for any discrepancies, errors or omissions in the drawings and other particulars, supplied by it, whether such drawings and particulars have been approved by the Engineer or not, provided that such discrepancies, errors or omissions be not due to inaccurate information or particulars furnished in writing to the Contractor by the Engineer.

14.8 The Work specified in this Contract shall include all general work, preparatory to river cleaning and construction of the bridges and any kind of work necessary for the due and satisfactory performance of the obligations of the Contractor in accordance with the Design, Drawings, Implementation Plan and the Technical Specification.

14.9 The Contractor shall appoint an experienced structural engineer for preparing the design of centering and various formwork and getting it approved from NMSCDCL. The Contractor sh all also prepare design of shoring and strutting etc. required for excavation work. The work of centering and formwork, shoring and strutting shall be done under supervision of the structural engineer of the Contractor and get it approved from the Engineer. The cost of such engineer is incidental to work and deemed to be included in the rate. No claim in this regard shall be paid by NMSCDCL.

14.10 The Contractor shall during the course of execution prepare and keep updated a complete set of 'as built' drawings to show each and every change from the contract drawings, changes recorded shall be countersigned by NMSCDCL/ Engineer and the Contractor. All costs incurred in this respect shall be borne by the Contractor.

15. LI NE OUT OF THE WORK

The Contractor shall provide free of charge all labour and material required and equipment as may be required for lining out, surveying, inspection decided by the Engineer as considered necessary for the proper and systematic execution of the Work.

16 SAFETY AND PRECAUTION

16.1 The Contractor will be responsible for making all arrangements to ensure safety and security of all authorised persons and its machinery available at the Site. No unauthorized personnel shall be available on the Site. In case the Contractor fails to make such arrangements, NMSCDCL shall be entitled to cause them to be provided and to recover the cost thereof from the Contractor.

16.2 The Contractor shall: (a) comply with all applicable safety regulations, (b) take care for the safety of all persons entitled to be on the Site, (c) use reasonable efforts to keep the Site and Works clear of unnecessary obstruction so as to avoid danger to these persons, (d) provide fencing, lighting, guarding and watching of the Works during the subsistence of this Contract, and

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 287 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(e) provide any temporary works (including roadways, footways, guards and fences) which may be necessary, because of the execution of the Works, for the use and protection of the public and of owners and occupiers of adjacent land.

16.3 The Contractor shall undertake all such precautions, furnish and maintain protection to prevent damage, injury or loss to other persons who may be affected thereby, all the Works and all materials and equipment to be incorporated therein whether in storage on or off the Site, under the care, custody or control of the Contractor or any of its sub-contractor and other improvements and property at the Site or where Work is to be performed including building, trees and plants, pole lines, fences, guard rails, guide posts, culvert and project markers, sign structures, conduits, pipelines and improvements within or adjacent to streets, right-of-way or easements, except those items required to be removed by the Contractor in the Contract.

16.4 The Contractor agrees and undertakes to include all the safety precautions and other necessary forms of protection and the notification of NMSCDCLs of utilities and adjacent property at the Site during the Contract Period.

16.5 The Contractor shall protect adjoining area against structural, decorative and other damages that could be caused by the execution of Works and make good at its cost any such damages that could be caused by the execution of Works and make good at its sole cost and expense any such damages within reasonable time.

17. UTI LI TI ES AND SUB-STRUCTURES

The Contractor agrees and undertakes to carry out shifting of utilities and services as per the directions of the Engineer. If any utility of service is found not covered under the Bills of Quantities as set out in Appendix XII of the RFP, the Contractor shall carry out the Works as per the directions of the Engineer including necessary co-ordination with concerned services provider, payment for the same will be made as per provision in this Contract. NMSCDCL will assist it in the matter. Some of the utilities to be shifted are included in the Drawings. In case utilities are unknown, with the permission of NMSCDCL and user department, the Contractor may be asked to remove the services at accepted rate. The quantities of items pertaining to various known utilities may increase or decrease.

18 OPERATION AND MAINTENANCE OF PART A

18.1 The Contractor shall be responsible to operate and maintain the Part A in accordance with the Contract Agreement as set forth in Annexure C of this Appendix XII.

18.2 The Contractor shall take full responsibility for the care of Part Project and material and equipment for incorporation therein till the Completion Date. NMSCDCL shall issue a ‘Completion Certificate for Part A’ to the Contractor for completing all such works as may be required to be performed

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 288 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

under Part A provided that the Engineer has satisfied itself that Part A has been successfully completed by the Contractor in accordance with the provisions of the Contract.

19. MATERIALS AND EQUIPMENT

19.1 The Contractor shall ensure that all materials and equipment utilized for execution of the Works shall be new and of best quality. Materials and equipment not covered by detailed requirements in the Contract shall be of the best commercial quality suitable for the purpose intended and approved by NMSCDCL prior to use in the Works as set out in Clause 19.3.

19.2 The Contractor shall ensure that only one brand, kind or make of material and equipment shall be used for each specific purpose through-out the Works, notwithstanding that similar material or equipment of two or more manufacturers or proprietary items may be specified for the same purpose.

19.3 Except as otherwise specified in the Contract, the Contractor shall provide all apparatus, assistance, documents and other information, electricity, equipment, fuel, consumables, instruments, labour, materials, and suitably qualified and experienced staff, as are necessary to carry out the specified tests efficiently. The Contractor shall promptly forward to the Engineer duly certified reports of the tests. When the specified tests have been passed, the Engineer shall endorse the Contractor’s test certificate, or issue a certificate to the Contractor, to that effect.

19.4 If, as a result of an examination, inspection, measurement or testing, any materials or equipment is found to be defective or otherwise not in accordance with the Contract, the Engineer may reject such materials or equipment by giving notice to the Contractor, with reasons. The Contractor shall then promptly make good the defect and ensure that the rejected item complies with the Contract. If the Engineer requires any materials or equipment to be retested, the tests shall be repeated under the same terms and conditions.

19.5 Notwithstanding any previous test or certification, the Engineer may instruct the Contractor to: (a) remove from the Site and replace any materials or equipment which is not in accordance with the Contract, (b) remove and re-execute any other work which is not in accordance with the Contract, and (c) execute any work which is urgently required for the safety of the Works, whether because of an accident, unforeseeable event or otherwise.

The Contractor shall comply with such instructions within a reasonable time, which shall be the time (if any) specified in the instruction, or immediately if urgency is specified under Clause 19.5 (c). If the Contractor fails to comply with the instruction, NMSCDCL shall be entitled to employ and pay other persons to carry out the work at the cost and expense of the Contractor.

20. I NSPECTI ON

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 289 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

20.1 The Contractor shall inform the Engineer in writing when any portion of the Work is ready for inspection giving it sufficient notice to enable the Engineer to inspect the same without affecting the further progress of the Work. The Work shall not be considered to have been completed in accordance with the terms of the Contract until the Engineer-in-Charge shall have certified in writing to that effect. No approval of materials or workmanship or approval of part of the Work during the progress of execution shall bind the Engineer or in any way affect the Engineer even to reject the Work which is alleged to be of inferior quality and to suspend the issue of the Completion Certificate until such alternations and modifications or reconstruction have been affected at the cost of the Contractor as shall enable the Engineer to certify that the Work has been completed to his satisfaction.

20.2 The Contractor after Completion shall have to clean the Site of all debris and remove all unused materials other than those supplied by NMSCDCL and all plant and machinery, equipment, tools etc. belonging to the Contractor within one month from the date of Completion, or otherwise the same shall be removed by NMSCDCL at the risk and cost of the Contractor.

21 COMPLETI ON CERTI FI CATE

21.1 The Contractor shall take full responsibility for the care of the Project and material and equipments for incorporation therein till the Completion Date. Subject to Clause 21.4, NMSCDCL shall issue a ‘Completion Certificate’ to the Contractor for Part B, Part C, Part D and Part E provided that:

(a) the Engineer-in-Charge has satisfied itself that the Part B, Part C, Part D and Part E have been successfully completed by the Contractor in accordance with the provisions of the Contract; (b) Contractor has submitted four copies of 'as built' drawings to NMSCDC for each Part B, Part C, Part D and Part E.

21.2 Apart from the Completion Certificate for Part A, NMSCDCL shall issue a final Completion Certificate for successful completion of Part B, Part C, Part D and Part E when the responsibility for the care of the Project or part shall pass to NMSCDCL, and the Contractor shall take full responsibility for the care of any outstanding works pertaining to Part B, Part C, Part D and Part E to the satisfaction of NMSCDCL which it undertakes to finish during the Defect Liability Period until such outstanding works have been completed. The 5% (five percent) of each payment to be made to the Contractor retained by NMSCDCL shall be paid only after the successful completion of Defect Liability Period.

21.3 If any loss or damage happens to the works undertaken for Part B, Part C, Part D and Part E, or any part thereof, or materials for incorporation therein, during the period for which the Contractor is responsible for the care thereof, from any cause whatsoever, the Contractor shall, at its own cost, rectify such loss or damage so that the permanent works conform in every respect with the provisions of the Contract to the satisfaction of the Engineer/NMSCDCL. The Contractor shall also be liable for any loss or damage to Part B, Part C, Part D and Part E occasioned by it in the course

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 290 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

of any operations carried out by it for the purpose of complying with its obligations under this Contract and during the Defect Liability Period. Provided that the Contractor shall not be responsible for normal wear and tear occurring in the course of time to the works pertaining to Part B, Part C, Part D and Part E which are successfully completed as per the provisions of this Contract.

21.4 It is clarified that the Completion Certificate shall neither be given to the Contractor nor shall the Part B, Part C, Part D and Part E be considered as complete until the Contractor has removed from the Site (including adjoining premises) all scaffolding, surplus materials and rubbish, and shall have cleaned off, the dirt from all wood work, doors, windows, wall, floor or other parts of any building in or upon which the work has been executed, or of which it may have had possession for the purpose of completing the Part B, Part C, Part D and Part E, nor until the works have been measured by the Engineer-in-Charge or where the measurements have been taken by its subordinates until they have received approval of the Engineer-in- Charge, the said measurements being binding and conclusive against Contractor. If the Contractor fails to comply with the requirements of this clause as to the removal of scaffolding surplus materials and rubbish and cleaning of dirt on or before the date fixed for the Completion, the Engineer-in-Charge may at the expense of the Contractor, get removal of such scaffolding, surplus material and rubbish and dispose of the same as he thinks fit and clean off as and the risk and cost of the Contractor. It is clarified that the Contractor shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except for any sum actually realized by the sale thereof.

21.5 NMSCDCL shall have the right to take possession of or use any completed or partially completed work or part of the Scope of the Project. Such possession or use shall not be deemed to be any acceptance of any Work not completed in accordance with this Contract. If such prior possession or use by NMSCDCL delays the progress of work an equitable adjustment in the time of completion will be made and the contract agreement shall be deemed to be modified accordingly. The decision of NMSCDCL in such case shall be final binding and conclusive.

21.6 Punch List Items

21.6.1 The Contractor shall, in conjunction with the Engineer, prepare and update on a continuing basis, up to the issuance of the Completion Certificate, lists of outstanding items of works, required to be supplied/executed under this Contract ("Punch List"). In the preparation and updating of such Punch List(s) and the schedules contained therein, the Parties shall use all reasonable endeavours to ensure and/or permit the rectification of Works and/or supply of outstanding items of works, without undue delay, while at all times ensuring safe operation.

21.6.2 The Contractor shall rectify or supply in accordance with the Designs, Drawings, Implementation Plan, Technical Specifications, the standards specified in this Contract and in accordance with the Punch List(s), any outstanding items/execute such other Works, noted as requiring rectification or as incomplete.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 291 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

21.6.3 If the Contractor fails to complete the Punch List items within a period of 30 (thirty) days, NMSCDCL may, at its option, undertake, on its own, such outstanding Punch List items, at the risk and costs of the Contractor to be replaced/supplied.

22 DEFECT LI ABI LI TY PERI OD

22.1 During the Defect Liability Period, the Contractor shall remain liable for any technical or other defects in Part B, Part C, Part D and Part E. If post completion of the Construction Period and after issuance of the Completion Certificate, any defect is found in the construction, installation and workmanship of the works relating to Part B, Part C, Part D and Part E, the Contractor shall promptly and in any event no later than 15 (fifteen) Days from the receipt of the notice from NMSCDCL in terms of Clause 22.3 or such extended period as may be agreed in consultation and agreement with NMSCDCL, correct any errors, omissions, defects or deficiencies in such works, re-perform any part of the works, or repair, replace or otherwise make good (as the Contractor shall, at its discretion, determine) such defect, in addition to any damage to the Site caused by such deficiency in Part B, Part C, Part D and Part E, at the sole risk and expense of the Contractor.

22.2 In the event of the Contractor failing or neglecting to commence execution of the said rectification work pertaining to Part B, Part C, Part D and Part E within the period prescribed thereof in the said notice and/or to complete the same as aforesaid as required by the said notice, NMSCDCL shall get the same executed and carried out internally or by any other agency at the risk and cost of the Contractor. The Contractor shall forthwith on demand pay to NMSCDCL the amount of such cost, charges and expenses sustained or incurred by NMSCDCL of which the certificate of the Engineer in charge shall be final and binding on the Contractor. Such cost, charges and expenses shall be deemed to be Damages and shall be liable to be recovered from the Performance Security. NMSCDCL shall also be entitled to deduct the same from any amount, which may then be payable or which may thereafter become payable by NMSCDCL to the Contractor either in respect of the said Work or any other work whatsoever.

22.3 Notice of Defect

NMSCDCL shall provide the Contractor a notice stating the nature of any defect in Part B, Part C Part D and Part E, together with all available evidence, promptly following the discovery of such defect. NMSCDCL shall afford all reasonable opportunity to the Contractor to inspect any such defect. The Contractor shall, within 7 (seven) days of the notice from NMSCDCL in this regard, submit to NMSCDCL details of the proposed re-performance of the Part B, Part C, Part D and Part E and/or the repairs or replacements, which it proposes to make, the estimated duration of the repairs or the duration required to effect the replacement works, details or parts of the Part B, Part C, Part D and Part E and the proposed dates for such re-performance, repairs or replacements. All works and repairs and replacements under the Defect Liability Period shall be carried out at a time and for periods agreed with NMSCDCL.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 292 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

22.4 Upon expiry of the Defect Liability Period, NMSCDCL shall issue a ‘Take Over Certificate’ to the Contractor certifying the Take Over of Part B, Part C, Part D and Part E provided that:

(a) the Contractor has completed the outstanding works pertaining to Part B, Part C, Part D and Part E, in accordance with the provisions of the Contract, to the satisfaction of NMSCDCL during the Defect Liability Period;

(b) The Contractor has performed all of its obligations during the Defect Liability Period under this Contract to the satisfaction of NMSCDCL.

23. SUSPENSION

23.1 The Engineer may at any time instruct the Contractor to suspend progress of part or all of the Works. During such suspension, the Contractor shall protect, store and secure such part or the Works against any deterioration, loss or damage. The Engineer may also notify the cause for the suspension. If and to the extent that the cause is notified and is the responsibility of the Contractor, then Clauses 23.2 shall not apply.

23.2 If the Contractor suffers delay and/or incurs any cost from complying with the Engineer’s instructions under Clause 23.1 and/or from resuming the work, the Contractor shall give notice to the Engineer and shall be entitled to an extension of time for any such delay, if the Completion is or will be delayed at the sole discretion of NMSCDCL.

23.3 The Contractor shall not be entitled to an extension of time for, or to payment of the Cost incurred in, making good the consequences of the Contractor’s faulty design, workmanship or materials, or of the Contractor’s failure to protect, store or secure in accordance with Clause 23.1.

23.4 After the permission or instruction to proceed is given, the Contractor and the Engineer shall jointly examine the Works and the plant and materials affected by the suspension. The Contractor shall make good any deterioration or defect in or loss of the Works or plant or materials, which has occurred during the suspension after receiving from the Engineer an instruction to this effect.

24. INSURANCE

24.1 The Contractor shall, at his cost and expense, purchase and maintain during the Contract period such insurance as are necessary, including but not limited to the following:

(a) Service contractors all risk insurance.

(b) Comprehensive third party liability insurance including injury or death to personnel of the Contractor, Authorised representative of NMSCDCL, authorised visitor of NMSCDCL involved in the project and others who may enter the project site area on day to day basis.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 293 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(c) any other insurance that may be necessary to protect the Contractor and its employees, sufficient for the quantum of the Contract Price including all Force Majeure Events that are insurable and not otherwise covered in items above.

24.2 The Contractor shall, provide to NMSCDCL copies of all insurance policies (or appropriate endorsements, certification or other satisfactory evidence of insurance) obtained by the Contractor in accordance with this contract. All monies received under insurance policies shall be promptly applied by the Contractor towards repair or renovation or restoration or substitution of the project facilities or any part thereof, which may have been damaged or destroyed. The Contractor shall pay the premium payable on such insurance policy(ies) so as to keep the policy(ies) in force and valid throughout the Contract Period and furnish copies of the same to NMSCDCL.

24.3 Adequacy of Insurance

The Contractor shall notify the insurers of charges in the nature, extent or programme for the execution of the Works and ensure the adequacy of the insurances at all times in accordance with the terms of the Contract and shall, when required, produce to NMSCDCL the insurance policies in force and the receipts for payment of the current premiums.

24.4 Remedy on Contractor’s failure to insurance

If the Contractor fails to effect and keep in force any of the insurance required under the Contract, or fails to provide the policies to NMSCDCL as may be required by NMSCDCL within the prescribed time period and in any such case NMSCDCL, at the cost and expense of the Contractor, may effect and keep in force any such insurances and pay any premium as may be necessary for that purpose.

25. I NDEMNI TY

25.1 Liability for accidents to person

The Contractor agrees and undertakes to hold harmless and indemnify NMSCDCL, from and against any and all direct damages, losses, liabilities, obligations, claims or proceedings of any kind, interest, penalties, cost, fee, or expenses (including, without limitation, reasonable attorneys' fees and expenses) suffered, incurred or paid, directly, as a result of, in connection with or arising from any breach of its covenants, obligations and responsibilities hereunder pursuant to the Scope of the Project or against all action, suits, claims, demands, costs etc. arising in connection with injuries suffered by any persons employed by the Contractor or its subcontractor for the Works whether under the applicable law force at the time of dealing with the question of the liability of employees/ workmen for the injuries suffered by employees/ workmen and to have taken steps properly to ensure against any claim thereunder.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 294 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

25.2 The Contractor shall keep NMSCDCL indemnified against all penalties and liability of every kind arising out or in connection with this Contract for breach of any applicable laws or applicable permits.

25.3 In the event of an accident in respect of which compensation may become payable by the Contractor, such sum of money as may, in the opinion of the Engineer, be sufficient to meet such liability will be kept in deposit either from any amount payable to the Contractor under this Contract or from the Performance Security. On the receipt of any award or ruling against the Contractor in regard to the quantum of compensation, the difference in the amount will be adjusted.

26 ENGI NEER

26.1 NMSCDCL shall appoint an Engineer who shall carry out the duties assigned to him in the Contract. The Engineer’s staff shall include suitably qualified engineers and other professionals who are competent to carry out these duties. The Engineer shall have no authority to amend the Contract.

26.2 The Engineer may exercise the authority attributable to the Engineer as specified in or necessarily to be implied from the Contract. If the Engineer is required to obtain the approval of NMSCDCL before exercising a specified authority, the requirements shall be as stated in the Special Conditions of Contract. NMSCDCL shall promptly inform the Contractor of any change to the authority attributed to the Engineer. However, whenever the Engineer exercises a specified authority for which NMSCDCL’s approval is required, then (for the purposes of the Contract) NMSCDCL shall be deemed to have given approval.

26.3 In case the progress of the Contractor is found to be less than the programme given by it at any point of time and if the Engineer is convinced that the balance work cannot be executed within the balance period of time by the Contractor, a written notice of 30 (thirty) days will be issued to improve the progress. In case there is no improvement, a further notice of 7 (seven) days will be given and thereafter a part or whole of the Work will be withdrawn from the Contractor and will be carried out by NMSCDCL at the risk and cost of the Contractor. The right of Engineer in this respect shall be unquestionable. On expiry of the 7 (seven) days’ notice, as above, the Contractor shall remove its materials, men, equipment, plant and management from the Site, within 7 (seven) days so that the new agency can take over immediately. Failing to this, NMSCDCL will remove the aforesaid things at the risk and cost of the Contractor.

26.4 The Engineer may from time to time assign duties and delegate authority to assistants and may also revoke such assignment or delegation. The assignment, delegation or revocation shall be in writing and shall not take effect until copies have been received by both the Parties.

26.5 Each assistant, to whom duties have been assigned or authority has been delegated, shall only be authorised to issue instructions to the Contractor to the extent defined by the delegation. Any approval, check, certificate, consent, examination, inspection, instruction, notice, proposal, request,

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 295 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

test, or similar act by an assistant, in accordance with the delegation, shall have the same effect as though the act had been an act of the Engineer. However:

(a) any failure to disapprove any work pertaining to Scope of the Project shall not constitute approval, and shall therefore not prejudice the right of the Engineer to reject such works; (b) if the Contractor questions any determination or instruction of an assistant, the Contractor may refer the matter to the Engineer, who shall promptly confirm, reverse or vary the determination or instruction.

27. USE OF COMPLETED PORTI ONS

NMSCDCL shall have the right, upon written notice to the Contractor to possession or occupancy of and use any completed or partially completed portions of the Work, notwithstanding that the time for completing the entire Work or such portions may not have expired but such taking possession or occupancy and use shall not deemed to waive of any requirement of the Contract or a waiver or acceptance of any Work not completed in accordance with the Contract.

28. CLEANING UP

The Contractor shall at all times during the execution of Works keep the Site, adjoining property and public property free from accumulations of waste materials, rubbish and other debris resulting from the Works and at the Completion shall remove all waste materials, rubbish and debris from and about the Site and adjoining property as well as all tools, construction equipment and machinery and surplus materials, and shall leave the Site and premises, clean, tidy and ready for occupancy by NMSCDCL. The Contractor shall restore to its original condition those portions of the Site not designated for alteration by the Contract paved ways, parking areas and roadways disturbed by the construction shall be redone by filling the excavation, if any, by sand compacted material and bringing it to its original shape as directed and approved by the Engineer. No waste material shall be buried or disposed-of on NMSCDCL's property unless so approved in writing by the Engineer. Before the Contractor applies for final inspection and acceptance of the Work, all items of work shall be complete, ready to operate and in a clean condition as determined by the Engineer. All slip roads and adjoining area must be kept free of metal/ sand and to that extent regular sweeping of the road/ adjoining area shall be done by the Contractor at its cost.

29. NMSCDCL RIGHT TO CLEAN UP

If the Contractor fails to satisfactorily clean up the Engineer may get the same cleaned up and charge the cost thereof to the Contractor, as the Engineer shall determine to be just.

30. IMPORT LICENSE AND PROCUREMENT OF IMPORTED MATERIALS

The Contractor shall use the indigenous equipment only, as far as possible for the Work contracted. Foreign exchanges and import licenses, if any, required shall have to be arranged by the Contractor

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 296 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

itself, independently. Delay in getting any material, will not be entertained for extension of time limit nor the risk of foreign exchange variation will be covered by NMSCDCL.

31. MACHINERY REQUIRED

All machinery required for erection/ execution purposes such as concrete batching plant, excavator with rock breaker unit, cranes, trucks, etc. shall be arranged by the Contractor at its own cost and expense. NMSCDCL will not take any responsibility for providing such machinery even on rental basis. Execution of any part of the Work will be allowed only after the required machinery as directed by the Engineer-in-Charge is made available in working condition.

The Contractor shall ensure the availability of the following machinery during the Construction Period either on ownership or hire-purchase:

Sr. Type of Max. Age Capacity Nos. Owned/ No Equipment as On Require Hired 01/01/2018 1 Excavators with 10 Min 1.25 m3 2 Min. 3 Owned Rock breaker 2 Backhoe Loader/JCB 5 Min 0.3 m3 3 Owned/Hired 3 Motor Grader 10 - 1 Owned/Hired Paver Finisher Capable of 4 with Electronic 5 paving 7m. 1 Owned/Hired Sensors for width Grade and level control Vibratory Minimum 10 5 Tendom Roller 5 Ton operating 4 Owned/Hired (with intelligent wt. compaction system) 6 Vibratory soil 5 Minimum 5 4 Min. 1 Owned Compactor Tonn operating wt. 7 Mini Vibrator Roller 5 4/6 Tonn 2 Owned 8 Pneumatic Roller 5 Wt = 8-10 Tonn; 1 Owned/Hired 8 –Tyred 9 Water Tanker/ - - 2 Min. 1 Owned Sprinklers 10 Dumper/ Tippers 5 Minimum 6 8 Min. 2 Owned cum 11 RMC Batch Mix 10 30 cum/hr. 1 Owned/Hired Plant Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 297 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

12 Transit Mixers 3 6 cum 6 Min. 4 Owned 13 Concrete Pump 5 - 2 Owned 14 Fix Form Paver 5 - 1 Owned 15 Internal Concrete 5 - 6 Owned/Hired Vibrator 16 Mechanical Broomer - - 1 Owned/Hired 17 Air Compressor 5 Min capacity 2 Owned/Hired 250 cum 18 Survey Equipments i) Total Station 3 - 1 Owned ii) Auto Level 3 - 2 Owned

32. DISCREPANCIES AND OMISSIONS

The Designs and Drawings shall be considered as complimentary and explanatory, of each other and together shall form the technical requirements and stipulations under the Contract. Detailed drawings shall have preference over small-scale drawings. Similarly, detailed specifications shall have preference over general specifications. Should any discrepancy arise as to the meaning, intent or interpretation of any specification or drawing the decision of the Engineer shall be final and binding on the Contractor.

33. SETTLEME NT OF DI SPUTE

33.1 Mutual Settlement

If any dispute of any kind whatsoever arises between NMSCDCL and the Contractor in connection the performance of the Works under this Contract whether during the progress of Works or after its completion or whether before or after termination, abandonment or breach of the Contract, the Parties shall seek to resolve any such dispute or difference by mutual consent through amicable settlement.

33.2 Settlement by CEO, NMSCDCL

If the Parties fail to resolve, such a dispute or difference by mutual consent, within 15 (fifteen) days of its arising, then the dispute in the first instance be referred to the Chief Executive Officer (CEO), NMSCDCL who shall provide its written decision within a period of 15 (fifteen) days of the dispute being referred to it by either Party.

33.3 Settlement by Commissioner

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 298 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

In the event that the CEO, NMSCDCL fails to provide its decision within 15 (fifteen) days after being requested as aforesaid, or in the event that either NMSCDCL or the Contractor is dissatisfied with any such decision, as the case may be, either Party may, within 15 (fifteen) days after the date on which such decision is required to be provided in accordance with Clause 33.2 above, or the date the decision is provided by the CEO, NMSCDCL, as the case may be refer the dispute to the Commissioner who shall provide its written decision within a period of 15 (fifteen) days of the dispute being referred to it by either Party.

33.4 If the Commissioner, has given its written decision to the Parties and no claim to arbitration has been communicated to it by either Party within 30 (thirty) days from receipt of such notice, the said decision shall become final and binding on the Parties.

33.5 In the event that the Commissioner fails to provide its decision within 15 (fifteen) days after being requested as aforesaid, or in the event that either NMSCDCL or the Contractor is dissatisfied with any such decision, as the case may be, either Party may, within 15 (fifteen) days after the date on which such decision is required to be provided in accordance with Clause 33.3 above, or the date the decision is provided by the Commissioner, as the case may be, refer the matter in dispute to arbitration as hereinafter provided.

33.6 Arbitration

33.6.1 If any disputes or differences between the Parties are not resolved under Clause 33.3 above, the same shall be referred for arbitration under the provisions of Arbitration and Conciliation Act, 1996 as in force.

33.6.2 The arbitral tribunal shall consist of 3 (three) arbitrators – one each nominated by each Party and the third one being nominated by these two arbitrators.

33.6.3 The Contractor and NMSCDCL will continue to perform their respective obligations under the Contract during the arbitration proceedings.

33.6.4 The arbitration proceedings shall be in English and shall take place in Nashik, Maharashtra. The courts in Nashik shall have sole and exclusive jurisdiction on any matter connected with or arising under the Contract. The law governing the arbitration and the process shall be Indian law.

33.6.5 The arbitration shall be sole and exclusive remedy between the Parties regarding the dispute referred to for arbitration and any claims, counterclaims issues or accountings presented to the arbitral tribunal in connection with such dispute.

33.6.6 The award rendered in any arbitration commenced hereunder shall be final and conclusive and binding on the Parties.

33.7 Survival

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 299 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

This Clause 33 shall remain in full force and effect notwithstanding any lawful termination of the Contract where either arbitration has already commenced or the liabilities between NMSCDCL and the Contractor have not been fully determined.

33.8 Notwithstanding anything contained in this Clause 33, the Parties shall continue to perform their respective obligations under the Contract.

34 Continuing Obligation of the Contractor

The Contractor's obligation to perform and complete the Works in accordance with the Contract is and shall be absolute. Neither the observation during construction and final inspection of the Works by the Engineer, nor any use or occupancy of the Works or any part thereof by the Engineer, nor any act of acceptance of the defective work by the Engineer shall constitute acceptance of the Works in accordance with the Contract.

35. ALTERATI ONS I N DRAWINGS, SPECIFICATIONS AND DESIGNS NOT TO INVALIDATE CONTRACT

35.1 The Engineer shall have the power to make any alterations in or additions to the Technical Specifications, Drawings, Designs and the instructions that may appear to it to be necessary or advisable during the progress of the Work and the Contractor shall be bound to carry out the Works in accordance with any instructions in this connection which may be given to it in writing signed by the Engineer-in-Charge and such alterations shall not invalidate the Contract, and any additional Work which the Contractor may be directed to do in the manner above specified as part of the Scope of the Project shall be carried out by the Contractor on the same conditions in all respects on which he agreed to do the main Work.

35.2 If the additional and altered Work includes any class of work for which no rate is specified in the Contract, then the Contractor shall within 7 (seven) days of the date of receipt by it the order to carry out the Work, inform the Engineer- in-charge of the rate proposed for such class of work, and if the Engineer- in-Charge does not agree to this rate proposed by the Contractor he shall by notice in writing be at liberty to carry out such class of work and arrange to carry out in such manner as he may consider advisable provided always that if the Contractor shall commence work or incurred any expenditure in regard thereto before the rates shall have been determined as lastly hereinbefore mentioned, then in such case it shall only be entitled to be paid in respect of the Work carried out or expenditure incurred by it prior to the date of determination of the rate as aforesaid according to such rate or rates as shall be fixed by the Engineer-in-Charge in the event of a dispute, the decision of NMSCDCL will be final.

35.3 Where, however, the Work is to be executed according to the designs, drawings and specifications recommended by the Contractor and accepted by NMSCDCL/ Engineer the alterations above referred to shall be within the scope of such designs, drawings and specifications.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 300 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

36. EXTENSI ON OF TI ME I N CONSEQUENCE OF ADDI TI ONS OR ALTERATI ONS

The time limit for the Completion shall be extended in the proportion that the increase in its cost occasioned by alterations, or additions bears to the cost of the original contract work, and the certificate of the Engineer- in-Charge as to such proportion shall be conclusive.

37. WORKS TO BE OPEN FOR I NSPECTI ON

All Works under or in course of execution or executed in pursuance of the Contract shall at all times be open to the inspection and supervision of the Engineer-in-Charge and his subordinates, and the Contractor shall at all times during the usual working hours, and at all other times at which its subordinates to visit the Works shall have been given to the Contractor, either itself be present to receive orders and instructions or have responsible agent duly authorized in writing present for that purpose. Orders given to the Contractor duly authorized agent shall be considered to have the same force and affect as if they had been given to the Contractor itself.

38. AFTER-FLOOD RESTORATION PLAN

The Contractor shall prepare and implement the after-flood restoration plan as per the guidelines and approval of NMSCDCL. 39. CLAIM FOR COMPENSATION FOR DELAY

39.1 No compensation shall be allowed for any delay caused in the starting of the Work on account of acquisition of land or in the case of clearance works on account of any delay in according to sanction of estimates.

39.2 No compensation shall be allowed for any delay in the execution of the Work on account of water standing in borrow pits or compartments the rates are inclusive for hard or cracked soil Excavation in mud, sub soil, water standing in borrow pits and no claim for an extra rate shall be entertained, unless otherwise expressly specified.

40. MINIMUM AGE OF PERSONS EMPLOYED, THE EMPLOYMENT OF ANIMALS AND PAYMENT OF FAIR WAGES

40.1 The Contractor shall not employ any person who is under age of 18 Years. The Engineer or its agent is authorized to remove from the Work any person found working who does not satisfy this condition and no responsibility shall be accepted by NMSCDCL for any delay caused in the Completion by such removal.

40.2 The Contractor shall not use animals for any part of the Project.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 301 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

40.3 The Contractor shall pay fair and reasonable wages to the workmen employed by it for the Contract under taken by it. In the event of any dispute arising between the Contractor and its 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 Engineer-in- Charge shall be conclusive and binding on the Contractor but such decisions shall not in any way affect the conditions of contract regarding the payment to be made by NMSCDCL.

40.4 The Contractor shall provide drinking water facilities to the workers similar to the amenities provided to the workers engaged on large work in urban areas.

41. EMPLOYMENT OF SCARCITY/ FAMINE LABOUR

If Government declares a state of scarcity or famine to exist in any village situated within 10 miles of the Work, the Contractor shall employ upon such parts of Work, as are suitable for unskilled labor, any person certified to him by the Engineer in charge, or be any person to whom the Engineer in charge may have delegated this duty in writing to be in need of relief and shall be bound to pay to such person wages not below the minimum which government may have fixed in this behalf. Any disputes 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.

42. CONDITION FOR MALARIA ERADICATION

42.1 The anti-malaria and other health measures shall be as directed by the joint director (Malaria and Filarial) of Health Services, Nashik.

42.2 Contractor shall see that mosquitozenic conditions are not created so as to keep vector population to minimum level.

42.3 Contractor shall carry out anti-malaria measures in the areas per guidelines prescribed under national malaria Eradication Programmed and as directed by the joint director (M&F) of Health services, Pune.

42.4 In case of default in carrying out prescribed anti-malaria measures resulting increase in malaria incidence, Contractor shall be liable to pay Government on anti-malaria measures to control the situation in addition to fine.

42.5 Relation with public authorities: the Contractor shall make sufficient arrangements for draining away the salvage water as well as water coming from the bathing and washing places and shall dispose of this water in such a way as not to cause any musicale. He shall also keep the premise clean by employing sufficient of sweepers. The Contractor shall comply with all rules, regulations, bye laws and direction given from time to time by any local or public authority connection with this work and shall pay fees or charges which are livable on him without any extra cost to Government.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 302 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

43. NO CLAIM

If the Project is shelved by NMSCDCL before issuance of Work Order, the Contractor will have no right to claim any loses or compensation due to the same and for whatsoever reasons.

44. SEVERABI LI TY

It is stated that each paragraph, clause, sub-clause, schedule or annexure of this Contract shall be deemed severable and in the event of the unenforceability of any paragraph, clause sub-c lause, schedule or the remaining part of the paragraph, clause, sub-clause, schedule annexure and rest of the Contract shall continue to be in full force and effect. If any provision contained in this Contract is or becomes ineffective or invalid or is held to be ineffective or invalid by a court or tribunal having final jurisdiction thereon, all other provisions of this Contract shall remain in full force and effect and the Parties shall mutually discuss and substitute for the said provision such valid and effective provisions having an economic effect as similar as possible to said provision. The failure of the Parties to enforce at any time any of the provisions of this Contract, or any rights in respect thereof, shall not in any way affect the validity of this Contract or the obligations or responsibilities of the Parties there under. The exercise by one Party of any of its rights hereunder shall not preclude or prejudice the other Party from exercising its rights under this Contract.

45. VARIATION

45.1 The Contractor acknowledges and agree that NMSCDCL shall have the right to issue a Variation Order during the performance of this Contract to change the scope of work as stipulated under this Contract.

45.2 Any Variation Order by NMSCDCL which has the effect of addition or deletion of a significant scope of work as stipulated under this Contract and which results whether on its own or cumulatively with any other Variation Order issued by NMSCDCL under this Contract in the past in an increase or a reduction of the Contract Price not exceeding 25 % (twenty five percent) shall be acceptable to the Contractor on terms and conditions as may be stipulated by NMSCDCL in such Variation Order. 45.3 This Price Adjustment clause shall be included in works having time limit of more than 1 year according to the PWD, Government of Maharashtra, Govt. Circular No. Sankirn- 2017/C.R.121/Part II/Bldg.2. Please refer to Appendix XIV for Price Variation clause.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 303 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

46. RIGHT AND REMEDIES UNDER THE CONTRACT ONLY FOR THE PARTIES

This Contract is not intended and shall not be construed to confer on any person other than NMSCDCL and the Contractor hereto, any rights and/ or remedies herein.

47. APPLICABLE LAW AND JURISDICTION

The Contract shall be interpreted in accordance with the laws of India and courts at Nashik shall have the exclusive jurisdiction in relation to this Contract.

48. LIQUIDATED DAMAGES:

48.1 If the commencement of Work is delayed beyond 1 (one) month from the date of issuance of Work Order for reasons attributable to the Contractor, the Contractor shall pay to NMSCDCL as liquidated damages and not as penalty, a sum calculated at the rate of [0.025% (zero decimal zero two five percent) of the of the price of the respective Part A, Part B, Part C, Part D or Part E, for every day of delay or part there of up to a maximum of 10% (ten percent) of of the price of the respective Part A, Part B, Part C, Part D or Part E].

48.2 If the Part A, Part B, Part C, Part D and Part E are not completed within the Completion Date for reasons attributable to the Contractor, the Contractor shall pay to NMSCDCL as liquidated damages and not as penalty, a sum calculated at the rate of [0.025% (zero decimal zero two five percent) of the price of the respective Part A, Part B, Part C, Part D or Part E, for every day of delay or part there of up to a maximum of 10% (ten percent) of the respective Part A, Part B, Part C, Part D or Part E].

49. TERMI NATI ON

49.1 If the Contractor fails to carry out any obligation under the Contract, the Engineer-in-Charge/ NMSCDCL may by notice require the Contractor to make good the failure and to remedy it within a specified reasonable time.

49.2 NMSCDCL shall be entitled to terminate the Contract:

(a) if the Contractor persistently fails to execute this Contract in accordance with the provisions of this Contract or persistently neglects to carry out its obligations under this Contract, without just cause;

(b) if the Contractor has insolvency, receivership, reorganisation, bankruptcy, or proceedings of a similar nature brought against it and the proceedings are not dismissed or effectively stayed within 30 (thirty) days of such commencement;

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 304 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(c) if the Contractor without reasonable excuse fails to comply with the notice to correct a particular defect within a reasonable period of time;

(d) if the Contractor does not maintain a valid instrument of Performance Security (and additional performance security, if any), as prescribed;

(e) if the Contractor has delayed the Completion by such duration for which the maximum amount of liquidated damages is recoverable;

(f) if the Contractor fails to deploy machinery and equipment or personnel as specified in the Contract.

(g) if the Contractor, in the judgement of NMSCDCL has engaged in corrupt or fraudulent practices in competing for or in executing the Contract;

(h) if the Contractor fails to provide NMSCDCL with the Performance Security in terms of Clause 6 or if, at anytime prior to its respective expiry, the Performance Security ceases to be legal, valid or binding (unless such Performance Security is duly replaced in accordance with the terms of this Contract or is otherwise fully discharged in accordance with its terms);

(i) if the O&M Agreement is terminated;

(j) Any other breach as specified in the Contract.

49.3 In any of these events or circumstances, NMSCDCL may, upon giving 14 (fourteen) days’ written notice to the Contractor, terminate the Contract and expel the Contractor from the Site. However, in the case of sub clause (b), (g) or (i) of clause 49.2, the Contract may be immediately terminated.

49.4 Notwithstanding the above, NMSCDCL may terminate the Contract for convenience by giving 30 (thirty) days’ written notice to the Contractor.

50. PAYMENT UPON TERMI NATI ON

50.1 If the Contract is terminated under clause 49.2, the Engineer shall issue a certificate for value of the Work accepted on final measurements, less advance payments and penalty as indicated in the Contract. The amount so arrived at shall be determined by the Engineer and shall be final and binding on both the Parties.

50.2 Payment on termination under clause 49.4 above, the Engineer shall issue a certificate for the value of the Work done, the reasonable cost of removal of equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 305 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Works and less advance payments received up to the date of the certificate, less other recoveries due in terms of the Contract and less taxes due to be deducted at source as per applicable law.

50.3 Requirements after Termination

(a) Upon Termination of this Contract in accordance with the terms of Clause 49, the Contractor shall comply with and conform to the following: (i) deliver to NMSCDCL all plant and materials which shall have become the property of NMSCDCL under Clause 49; (ii) deliver all relevant records, reports and other licences pertaining to the Works, other design documents and in case of termination under Clause 49, the "as built' Drawings for the Works; (iii) transfer and/or deliver all applicable permits to the extent permissible under applicable laws; and (iv) vacate the Site within 15 (fifteen) days.

51 FORCE MAJEURE

51.1 “Force Majeure Event” means any act, event or circumstance, or combination of acts, events or circumstances, which may affect the affected Party's performance of its obligations pursuant to the terms of this Contract, but only if and to the extent that such acts, events or circumstances are not within the affected Party's reasonable control, were not reasonably foreseeable and could not have been prevented or overcome by the affected Party through the exercise of reasonable skill or care. Any act, event, circumstance or combination thereof meeting the description of Force Majeure that has the same effect upon the performance of the Contractor which directly, materially and adversely affects the performance by NMSCDCL or the Contractor of its obligations in whole or in part under this Contract shall constitute Force Majeure with respect to the NMSCDCL or the Contractor respectively.

51.2 The Force Majeure Event shall comprise the acts, events and circumstances, such as

(a) act of war, invasion, armed conflict or act of foreign enemy, blockade, embargo, revolution, riot insurrection, civil commotion, act of terrorism or sabotage, in each case occurring inside or directly involving India;

(b) strikes or lockouts occurring within India or at the Site as part of a nation-wide, industry-- wide or state-wide strike or local strike, or lock out (excluding such events which are Site specific and attributable to the Contractor);

(c) radioactive contamination or ionizing radiation or chemical contamination specifically affecting the Facility or resulting from another Force Majeure Event;

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 306 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(d) flood, cyclone, Tsunami, lightning, earthquake, drought, storm or any other extreme effect of the natural elements;

(e) any action by competent governmental instrumentality having jurisdiction over the Project, NMSCDCL or the Contractor resulting in a loss of access to the Site;

(f) an act of God; and

(g) any other act or event or circumstance of an analogous nature.

51.3 Exceptions to Force Majeure

51.3.1 Notwithstanding the foregoing, Force Majeure shall not include:

(a) weather or ground conditions reasonably expected for the climate in the geographic area of the Project or any Site condition or event arising therefrom;

(b) any delay, default or failure (direct or indirect) by the Contractor in any agreement entered into by it; and

(c) any act, event, or occurrence resulting in financial hardship, including any delay or rejection of an insurance claim, shall not constitute a Force Majeure Event.

51.4 Excused Performance

If either Party is prevented from rendering performance of its obligations, whether wholly or partially under this Contract for reasons of a Force Majeure Event, then that Party will be excused from the performance so affected by the Force Majeure Event to the extent so affected provided that:

(a) The affected Party gives the other Party written notice of the occurrence of the Force Majeure Event as soon as practicable and in any event within 15 (fifteen) Days from the date of occurrence of the Force Majeure Event, giving full particulars of such occurrence, including an estimation of its expected duration, impact on the performance of such Party's obligations hereunder, and thereafter continues to furnish thereto timely regular reports with respect to continuation of the Force Majeure Event and measures which the affected Party has taken or proposes to take to mitigate the impact of the Force Majeure Event and to resume performance of such of its obligations affected thereby and the Completion Date shall be suitably extended. If the effect of any events specified in clause 51.2 lasts for a period of less than 10 (ten) days in the aggregate per year, such events shall not be construed to be Force Majeure Events.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 307 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(b) The suspension of performance shall be of no greater scope and of no longer duration than is reasonably required by the Force Majeure Event.

(c) Upon the occurrence of any circumstances of Force Majeure Event, the Contractor shall use all reasonable endeavors to continue to perform its obligations under the Contract and to minimize the adverse effects of such circumstances. The Contractor shall also use all reasonable means and best endeavors to ensure that the loss caused by the Force Majeure Event is minimized as far as possible.

(d) An event of Force Majeure does not relieve a Party from liability for an obligation which arose before the occurrence of that event.

51.5 Effect of Force Majeure Event

Neither NMSCDCL nor the Contractor shall be considered in default or in contractual breach to the extent that performance of obligations is prevented by a Force Majeure Event, which arises after the Effective Date. An extension of time to the Construction Date shall be agreed upon by the Parties, provided the Contractor proves to NMSCDCL;

(a) The execution of Works is actually and necessarily delayed by an Force Majeure Event; and

(b) The effect of such Force Majeure Event could not have been prevented or avoided or removed despite exercise of reasonable due diligence whether before, after or during the Force Majeure Event.

51.6 The applicability of the Clause 51 should be construed in a fair and reasonable manner and either Party shall not take any pretext on account of terms and conditions of the Force Majeure clause to escape from its respective liability.

51.7 Neither Party can claim any compensation from the other Party on account of Force Majeure Event.

52. MI SCELLANEOUS

52.1 Check Measurements

(a) NMSCDCL reserves to itself the right to prescribe a scale of check measurement of Work in general or specific scale for specific works or by other special orders.

(b) Checking of measurement by the Engineer shall supersede measurements by subordinate officer(s), and the former will become the basis of the payment.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 308 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(c) Any over/ excess payments detected, as a result of such check measurement or otherwise at any stage during the Term, shall be recoverable from the Contractor.

52.2 Language

All notices required to be given by one Party to the other Party and all other communications, documents, drawings, instructions, design data, calculations, operation, maintenance and safety manuals, reports, labels and any other data which are in any way relevant to this Contract shall be in writing and in the English language.

52.3 Communications

(a) Any notice or other document which may be given by either Party under this Contract shall be given in writing in person or by pre-paid recorded delivery post, email or by facsimile transmission. The notice sent by facsimile (fax) or other electronic means (email) shall also be effective on confirmation of the transmission. The notice sent by registered post or speed post or in person shall be effective on delivery of the notice.

(b) In relation to a notice given under this Contract, any such notice or other document shall be addressed to the other Party’s principal or registered office address as set out below:

Engineer Contractor Tel: [●] {Insert Address} Fax: [●] Tel: [●] Email: [●] Fax: [●] Contact: [●] Email: [●] Contact: [●] With a copy to NMSCDCL: {Insert Address} Tel: [●] Fax: [●] Email: [●] Contact: [●]

For the avoidance of doubt, either Party to this Contract may change its address, telephone number, facsimile number and nominated contact for notification purposes by giving the other reasonable prior written notice of the new information and its effective date.

52.4 COUNTERPARTS

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 309 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

This Contract may be executed in one or more counterparts, each of which shall be deemed an original and all of which collectively shall be deemed one and the same instrument.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 310 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

ANNEXURE B: SPECIAL CONDITIONS OF CONTRACT

1. TAXES & DUTI ES

The rates shall be inclusive of all taxes duties payable by the Contractor including Goods and Service Tax. Income tax at prevailing rates and surcharge as applicable thereon shall be deducted at source by NMSCDCL in accordance with Income Tax Ac t, 1961.

2. GOODS AND SERVICE TAX

Responsibility of payment of Goods and Service Tax lies with the Contractor at its sole cost and expense.

3 NIGHT AND HOLIDAY WORK

The Contractor shall be allowed to execute the work round the clock on all days as per the Implementation Plan except for declared public holidays and days closed by NMSCDCL, if any.

4 QUALI FI ED PERSONNEL

Fully qualified and experienced quality control Engineers shall be employed by the Contractor and shall be available on site at all times when important work is taking place. The operators and foreman in-charge shall be fully trained and experienced in their classes of work for undertaking any scope of work as set out in Appendix X.

5 LABOUR

5.1 The Contractor shall, unless otherwise provided in the Contract, make its own arrangements for the engagement of all staff and labour, local or other and for their payment, housing, feeding and transport.

5.2 The Contractor shall, if required by the Chief Executive Officer, NMSCDCL or his nominee, deliver to the Chief Executive Officer or his nominee a return in detail, in such form and at such intervals as the Chief Executive Officer or his nominee may prescribe, showing the staff and numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the Chief Executive Officer or his nominee may require. 5.3 After award of contract, the Contractor shall provide a list of staff along with police verification deputed by the Contractor for the Project in Nashik to NMSCDCL in the following format for records within 7 (seven) days of deploying such labour at the Site. The Contractor will issue its own photo identity cards to its employees deployed in the Project for above contract purposes.

Expanded Name

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 311 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Father’s Name (Expanded) Educational Qualifications Ex-servicemen Age with date of birth Permanent Address (with authenticated proof) Local Address (with authenticated)

5.4 To report unusual happening, if any to, NMSCDCL or any other authorized person, in writing by NMSCDCL being awarded with the Contract.

5.5 NMSCDCL reserves the right to direct the Contractor to remove / replace any staff for unsatisfactory performance and to provide substitute during the Construction Period.

5.6 In case of loss or damage to biodiversity of the river / or in the premises covered under contract by the personnel deployed for the job, the Contractor shall be fully responsible for replacing such personnel(s). The decision of NMSCDCL in this regard shall be binding & final.

5.7 Nothing in this Contract will constitute or be deemed to constitute any agency, partnership, joint venture, unincorporated association, co-operative entity or other joint relationship between NMSCDCL and the Contractor for any purpose. In no event shall any of the employee/workman of the Contractor shall be considered to be the employee of NMSCDCL. It is expressly understood and agreed by the Parties that any personnel engaged by the Contractor in connection with the performance of the obligations under this Contract, shall at no time become or be deemed to have become the employees, agents, representatives or servants of NMSCDCL.

5.8 The Contractor will be responsible for preserving good order, discipline and decorum in and around the Project area, on day to day basis during their activities at site. The agency shall be responsible for providing uniform, boots and other safety apparels and appliances to the personnels deployed.

5.9 The Contractor, at all time during the Construction Period, shall be responsible to remove / take out the garbage & materials waste (if any) generated while undertaking the Scope of the Project to the designated site as may be prescribed by NMSCDCL.

5.10 The personnel should be properly turned out during duty hours. The staff deployed by the Contractor shall be provided proper uniform and requisite kit by the Contractor.

5.11 The Contractor shall be responsible for getting police verification of the employees/ labors deployed by him from time to time.

5.12 The Contractor, at its own cost and expense, shall procure and ensure adequate safety measure for ensuring the safety of the personnel(s) engaged for undertaking the Scope of the Project during the Construction Period and shall maintain at its own expenses, all lights, guards, and watching whether

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 312 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

on shore or afloat when and where necessary or as may be required by any authority for the safety and convenience of the public or others. 6. For the purpose of measurement the method prescribed in the Indian Standards unless stated otherwise in this contract. In the case of any ambiguity the decision of NMSCDCL shall be final and binding on the Contractor. 7. Construction of Site Offices The Contractor shall procure and ensure that adequate Site offices are constructed at the Site to facilitate discharging of its obligations under this Contract. 8 The time period for completion of work shall be strictly adhered to. No extension of time shall be granted. The Contractor is free to deploy additional manpower/machinery jack up barges etc. to complete the work within stipulated time. 9. Language of instructions or communication or documentation to be used for working out the tender shall be English only.

10. The Contractor may sub-contract any portion of the Scope of Project to any third party or entity, with the prior written permission of NMSCDCL, which permission may be granted at the sole discretion of NMSCDCL and subject to such terms and conditions as NMSCDCL deems fit. Notwithstanding any such subcontracting by the Contractor, the Contractor shall, at all times, be responsible and liable for all its obligations under this Contract notwithstanding anything contained in any other agreement that it enters into with any third party or entity, and no default under any agreement shall excuse the Contractor from its obligations or liability hereunder.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 313 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Schedule 1 a) Item wise rate and the consolidated price for each of Part A, Part B, Part C, Part D and Part E. b) Performance Security for each of Part A, Part B, Part C, Part D and Part E. b) Milestones

[to be finalized at the time of execution of contract]

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 314 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

ANNEXURE C: O&M AGREEMENT O&M AGREEMENT (To be executed on a non-judicial stamp paper of appropriate value)

THI S O&M AGREEMENT ("Agreement") is made on this [●] day of [●] 2018 at [●], India.

BETWEEN

1. Nashik Municipal Smart City Development Corporation Limited having its principal office at [●] India hereinafter referred to as "NMSCDCL", which expression shall, unless repugnant to the context or meaning thereof , include its permitted successors and assigns) of One Part;

AND

2. {[●], a Company incorporated under the {Companies Act, 1956/Companies Act, 2013} 2, having its registered office at [●] (hereinafter referred to as "Contractor" which expression shall, unless repugnant to the context otherwise requires, include its permitted successors and assigns) of Second Part.

Each of the parties mentioned above are collectively referred to as the 'Parties' and individually as a 'Party'.

WHEREAS:

A. NMSCDCL has selected the Selected Bidder through a competitive bidding process pursuant to a Request for Proposal dated [●] for implementing the Project (RFP).

B. After evaluation of the bids received from the bidders, NMSCDCL accepted the Bid of the Selected Bidder and issued its Letter of Award No. [●] dated [●] ("LOA") to the Selected Bidder, requiring the Selected Bidder, inter alia, to execute this Agreement within the time period prescribed in the RFP.

C. The Selected Bidder has requested NMSCDCL to accept it as the Contractor for undertaking and performing the operation and maintenance of the Part A in accordance with the terms and conditions as set out in this Agreement in addition to the obligations as set out in the Contract Agreement.

2 Notes: (i) The provisions in curly brackets are to be retained in the Agreement and shall be suitably modified after the issue of LOA to reflect bid specific particulars in relation to the Selected Bidder (ii) The provisions in square brackets and/or blank spaces shall be suitably filled after the issue of LOA in order to reflect bid specific particulars in the Agreement. Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 315 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

NOW THEREFOR E, in consideration of the mutual covenants, promises, assurances, representations and provisions set forth herein, the Parties hereto agree as follows: 1. DEFI NI TI ONS AND I NTERPRETA TI ON

1. Definitions

The following words and expressions shall have the meanings hereby assigned to them:

“Completion Certificate for Part A” shall have the meaning ascribed thereto in the Contract Agreement;

“Contract Period” shall have the meaning ascribed thereto in the Contract Agreement;

“Construction Period” means a period of 6 (six) months for carrying out the Part A as set out in Appendix X of the RFP.

“Engineer” shall have the meaning ascribed thereto in the Contract Agreement;

“Implementation Plan” shall have the meaning ascribed thereto in the Contract Agreement;

“NMSCDCL” means Nashik Municipal Smart City Development Corporation Limited;

“O&M Period” shall have the meaning as set forth in Clause 2.2;

“Operation and Maintenance Manuals” shall mean those manuals developed by the Contractor for the operation and maintenance of Part A in accordance with

“Part A” shall have the meaning ascribed thereto in the Contract Agreement;

“Project” means the infrastructure works required for the operation and maintenance of the Part A pursuant to the issuance of the Completion Certificate for Part A;

“Project” shall have the meaning ascribed thereto in the Contract Agreement;

“Site” means, a stretch of 2.5 km in retrofit area from Ramwadi bridge to Talkuteshwar bridge and a stretch of 3 km in greenfield area based development forest nursery bridge to Ramwadi bridge at Nashik, Maharashtra;

"Take Over" means the successful handing over of the Project by the Contractor to NMSCDCL after the expiry of the O&M Period pursuant to the issuance of the Take Over Certificate in accordance with clause 12;

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 316 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

“Take Over Certificate” means the certificate issued by NMSCDCL to the Contractor pursuant to Clause 12;

“Works” means the scope of the works required to be performed by the Contractor for the purpose of operation and maintenance of Part A.

2. I NTERPRETA TI ONS

In this Agreement, unless the context requires otherwise:

(a) Words indicating one gender include all genders. (b) Words indicating the singular also include the plural and vice versa. (c) Provisions including the word “agree”, “agreed” or “agreement” require the agreement to be recorded in writing. (d) “Written” or “in writing” means hand-written, type-written, printed or electronically made, and resulting in a permanent record. (e) the damages payable by either Party to the other, as set forth in this Agreement, w hether on per diem basis or otherwise, are mutually agreed genuine pre-estimated loss and damage likely to be suffered and incurred by the Party entitled to receive the same and are not by way of penalty ("Damages"). (f) The rule of construction, if any, that a contract should be interpreted against the Party responsible for the drafting and preparation thereof, shall not apply. (g) references to any legislation or any provision thereof shall include amendment or re- enactment or consolidation of such legislation or any provision thereof so far as such amendment or re-enactment or consolidation applies or is capable of applying to any transaction entered into hereunder; (h) references to laws of India or Indian law or regulation having the force of law shall include the laws, acts, ordinances, rules, regulations, bye laws or notifications which have the force of law in the territory of India and as from time to time may be amended, modified, supplemented, extended or re-enacted; (i) references to a "person" and words denoting a natural person shall be construed as a reference to any individual, firm, company, corporation, society, trust, government, state or agency of a state or any association or partnership (whether or not having separate legal personality) of two or more of the above and shall include successors and assigns;

2. TIME FOR COMMENCEMENT AND TERM

2.1 This Agreement shall become effective on the date of issuance of Completion Certificate for Part A.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 317 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

2.2 Commencement

The Contractor shall commence the operation and maintenance of Part A immediately after the issuance of Completion Certificate for Part A issued under the Agreement Agreement for a period 3 years (“O&M Period”). It is clarified that the activities under this Agreement shall remain suspended during July to September each year and no payment shall be made to the Contractor during this period

3. Scope of Project

The Contractor shall operate, maintain and manage the Project on behalf of NMSCDCL and also perform the specific duties as set forth in this Agreement and/or identified under the Implementation Plan.

4. Payment

4.1 NMSCDCL hereby agrees to pay to the Contractor for satisfactory discharge of its obligations under this Agreement, a lump sum fixed amount of INR [●] (“O&M Expe ns e ”). The O&M Expense shall be the full and complete payment for the Contractor's performance of the obligations under this Agreement and includes all costs necessary for operation and maintenance of Part A.

4.2 NMSCDCL shall make monthly payments to the Contractor as certified by the Engineer-in-Charge in accordance with the monthly payments on a proportional basis of the O&M Expense as set out under the O&M Plan.

4.3 The Contractor shall submit an invoice for each month on or before the date fixed by the Engineer- in- Charge for all operation and maintenance activities undertaken in the previous month in accordance with the O&M Plan 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 (ten) days from the presentation of the invoice. If the Contractor does not submit the invoice within the 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 an invoice from such a list which shall be binding on the Contractor in all respects.

4.4 Subject to Clause 4.3, the Contractor shall submit all invoices in the printed forms and in .xls format soft copy (both to be submitted with the application) to NMSCDCL.

4.5 In the event there is any discrepancy in the invoice provided by the Contractor to NMSCDCL, NMSCDCL shall give a written notice to the Contractor of such discrepancy in the invoice within 7 (seven) days of the receipt of the invoice. Such invoices shall be treated as disputed invoice (“Disputed Invoice”). Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 318 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

4.6 NMSCDCL shall not make payment of the amount set out in the Disputed Invoice, if the Contractor has notified any discrepancy with respect to certain entries in the Disputed Invoice till such time as the discrepancy is resolved by the Parties in accordance with Clause 4.7. In the event the discrepancy is resolved, NMSCDCL shall pay the outstanding disputed amounts without any interest being charged by the Contractor.

4.7 Upon receipt of a notice from the Contractor under clause 4.5 notifying any discrepancy in the Disputed Invoice, shall provide documentary evidence to NMSCDCL within 7 (seven) days if the Contractor wish to dispute the discrepancy. In the event that the discrepancy raised by NMSCDCL in relation to the Disputed Invoice is accepted by the Contractor, the Contractor shall provide a rectified invoice to NMSCDCL to the extent of such discrepancy. In the event that the Parties are unable to resolve the discrepancy arising out or in connection with the Disputed Invoice, the Parties shall use their best efforts to settle such dispute, amicably and in good faith within 15 (fifteen) days of occurrence of such dispute, failing which such dispute shall be finally determined by arbitration.

5. Contractor’s Obligations

5.1 The Contractor shall be responsible to operate and maintain the Part A in such condition basis which NMSCDCL had issued the Completion Certificate for Part A duly conforming to the Technical Specifications as set out under Appendix XI.

5.2 During the O&M Period, the Contractor shall exercise such degree of skill, diligence, prudence, foresight, and operating/maintenance practice generally followed internationally by highly qualified, prudent professionals for river cleaning purpose.

5.3 The Contractor shall prepare a detailed plan (“O&M Plan”) for carrying out the operation and maintenance of the Part A at the Site during the O& M Period in accordance with the designs, drawings, Technical Specifications which shall inter alia include the details regarding the operation and maintenance activities proposed to be carried out by the Contractor at the Site, proportional monthly break up of O&M Expense, mobilization of personnel(s) and such other details as may be required by NMSCDCL.

5.4 The Contractor shall submit the O&M Plan within 45 (forty five) days of the execution of this Agreement to NMSCDCL for its approval.

5.5 Within [30 (thirty)] days of the submission of the O&M Plan, the Authority shall either approve the O&M Plan or provide to the Contractor, any comments or suggested changes that NMSCDCL may have on the O&M Plan. If NMSCDCL provides any comments and/or suggestions to the O&M Plan, then, the Contractor shall within 30 (thirty) days of receipt thereof, submit to NMSCDCL a revised O&M Plan by suitably incorporating such comments and/or changes suggested by NMSCDCL. However, in the event, NMSCDCL does not approve the O&M Plan or provide its comment and/or suggestions to the O&M Plan within the prescribed period, the O&M Plan shall

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 319 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

be deemed to be approved by NMSCDCL. The O&M Plan shall accordingly be finalised by the Contractor for carrying out the operation and maintenance of Part A.

5.6 During the O&M Period, the Contractor shall be responsible to maintain the Site falling under Part A to the satisfaction of NMSCDCL and further undertakes to adhere to the instructions given by NMSCDCL, from time to time, for the purpose of maintaining the Site.

5.7 Permits

The Contractor shall at its own cost, obtain all applicable permits required for carrying out the operation and maintenance activities in relation to Part A.

6 RISK AND COST OF THE CONTRACTOR

6.1 In the event of the Contractor failing or neglecting to perform operation and maintenance Works during the O&M Period, NMSCDCL shall get the same executed and carried out internally or by any other agency at the risk and cost of the Contractor. The Contractor shall forthwith on demand pay to NMSCDCL the amount of such cost, charges and expenses sustained or incurred by NMSCDCL of which the certificate of the Engineer in charge shall be final and binding on the Contractor. NMSCDCL shall also be entitled to deduct such cost, charges and expenses from any amount, which may then be payable or which may thereafter become payable by NMSCDCL to the Contractor either in respect of the said Work or any other work whatsoever or from the amount of Performance Security retained by NMSCDCL.

6.2 The Contractor agrees and undertakes that all risks of loss of or damage to physical property and/or of personal injury and death which may arise during and as a consequence of execution of Works shall solely be attributable to the Contractor.

6.3 The Contractor agrees and undertakes that all risks and consequences arising from the inaccuracies or falseness of the documents and/or information submitted by the Contractor shall be the responsibility of the Contractor alone, notwithstanding the fact that designs/ drawings or other documents have been approved by NMSCDCL.

6.4 If any accident, any injury or physical harm to any person is caused during the execution of Works by the Contractor during the O&M Period, the Contractor shall be solely responsible and shall bear all the cost associated with such eventualities. The Contractor also agrees and undertakes to indemnify and keep indemnified NMSCDCL, its directors/ employees/ agents.

7. COMPLIANCE WITH STATUTORY LAWS

7.1 The Contractor should comply with all applicable laws and rules of Government of India/ Government of Maharashtra/ Urban Local Bodies.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 320 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

7.2 The Contractor shall also ensure that all manpower deployed by them shall be given mandatory weekly off and payments as required under the applicable laws. However, no separate payments will be made by NMSCDCL for working on sundays, festivals and other holidays.

7.3 The Contractor shall be solely responsible for complying with all statutory provisions relating to manpower engaged for this Agreement and in the event of any liability on NMSCDCL by virtue of its being principal employer owing to the failure of the Contractor to comply with all applicable laws, the Contractor shall indemnify and reimburse the amount payable to NMSCDCL on this account.

7.4 The Contractor shall be solely responsible notwithstanding any stipulations by NMSCDCL or Engineer for initiating, maintaining and supervising all safety precautions and programmes, in connection with the Work and shall comply with all laws, ordinance, code rules, regulations and lawful orders of any public authority having jurisdiction for the safety of persons or property or to protect them from damages, injury or loss during the entire O&M Period including non-working hours.

7.5 The Contractor shall in respect of labour employed by it comply with or cause to be complied with the provisions of various labour law and rules and regulations as applicable to it in regard to all matters provided therein and shall indemnify NMSCDCL in respect of all claims that may be made against NMSCDCL for non-compliance thereof by the Contractor.

7.6 The Contractor shall conform in all respects, including by the giving of all notices and the paying of all fees, with the provisions of: any national or state statute, ordinance, or other law, or any regulations, or bye-law of local or other duly constituted authority in relation to the execution and Completion and remedying of any defects therein and the rules and regulations of all public bodies and corporations whose property or rights are affected or may be affected in any way by the Works.

8 SAFETY AND PRECAUTION

8.1 The Contractor will be responsible for making all arrangements to ensure safety and security of all authorised persons and its machinery available at the Site. No unauthorized personnel shall be available on the Site. In case the Contractor fails to make such arrangements, NMSCDCL shall be entitled to cause them to be provided and to recover the cost thereof from the Contractor.

8.2 The Contractor shall: (a) comply with all applicable safety regulations, (b) take care for the safety of all persons entitled to be on the Site, (c) use reasonable efforts to keep the Site clear of unnecessary obstruction so as to avoid danger to these persons, (d) provide fencing, lighting, guarding and watching of the Works during the subsistence of this Agreement, and

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 321 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(e) provide any temporary works (including roadways, footways, guards and fences) which may be necessary, because of the execution of the Works, for the use and protection of the public and of owners and occupiers of adjacent land.

8.4 The Contractor shall undertake all such precautions, furnish and maintain protection to prevent damage, injury or loss to other persons who may be affected thereby, all the Works and all materials and equipment to be incorporated therein whether in storage on or off the Site, under the care, custody or control of the Contractor or any of its sub-contractor and other improvements and property at the Site or where Work is to be performed including building, trees and plants, pole lines, fences, guard rails, guide posts, culvert and project markers, sign structures, conduits, pipelines and improvements within or adjacent to streets, right-of-way or easements, except those items required to be removed by the Contractor in the Agreement.

8.5 The Contractor agrees and undertakes to include all the safety precautions and other necessary forms of protection and the notification of NMSCDCLs of utilities and adjacent property at the Site during the O&M Period.

8.6 The Contractor shall protect adjoining area against structural, decorative and other damages that could be caused by the execution of Works and make good at its cost any such damages that could be caused by the execution of Works and make good at its sole cost and expense any such damages within reasonable time. In case the damage cannot be made good, the Contractor shall solely be responsible for payment of compensation, if any and shall keep NMSCDCL, its directors, employees and agents fully indemnified.

9 INSURANCE

9.1 The Contractor shall obtain and maintain in effect during the O&M Period or cause to be maintained in effect during the O&M Period, the insurance coverage set forth below underwritten by insurers of sound financial standing acceptable to NMSCDCL and authorized to underwrite such risks in India. To the extent these insurance coverage are available through Indian insurance companies, preference shall be given to use facilities of these companies subject to cost considerations:

(a) workers compensation and occupational illness insurance for all the employees or such statutory requirements under the applicable law;

(b) employer’s liability insurance with adequate limits per occurrence and in the aggregate;

(c) comprehensive or commercial general liability insurance with bodily injury and property damage subject to deductibles; such insurance shall include, but not necessarily be limited to, contractual liability, property damage liability personal injury liability; and

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 322 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(d) any other insurance that may be necessary to protect the Contractor and its employees, sufficient for the quantum of the O&M Expense including all Force Majeure Events that are insurable and not otherwise covered in items above.

9.2 The Contractor shall, provide to NMSCDCL copies of all insurance policies (or appropriate endorsements, certification or other satisfactory evidence of insurance) obtained by the Contractor in accordance with this Agreement. All monies received under insurance policies shall be promptly applied by the Contractor towards repair or renovation or restoration or substitution of the project facilities or any part thereof, which may have been damaged or destroyed. The Contractor shall pay the premium payable on such insurance policy(ies) so as to keep the policy(ies) in force and valid throughout the Agreement period and furnish copies of the same to NMSCDCL.

9.3 Adequacy of Insurance

The Contractor shall notify the insurers of charges in the nature, extent or programme for the execution of the Works and ensure the adequacy of the insurances at all times in accordance with the terms of the Agreement and shall, when required, produce to NMSCDCL the insurance policies in force and the receipts for payment of the current premiums.

9.4 Remedy on Contractor’s failure to insurance

If the Contractor fails to effect and keep in force any of the insurance required under the Agreement, or fails to provide the policies to NMSCDCL as may be required by NMSCDCL within the prescribed time period and in any such case NMSCDCL, at the cost and expense of the Contractor, may effect and keep in force any such insurances and pay any premium as may be necessary for that purpose.

10. I NDEMNI TY

10.1 Liability for accidents to person

The Contractor agrees and undertakes to hold harmless and indemnify NMSCDCL, from and against any and all direct damages, losses, liabilities, obligations, claims or proceedings of any kind, interest, penalties, cost, fee, or expenses (including, without limitation, reasonable attorneys' fees and expenses) suffered, incurred or paid, directly, as a result of, in connection with or arising from any breach of its covenants, obligations and responsibilities hereunder pursuant to the P ro ject or against all action, suits, claims, demands, costs etc. arising in connection with injuries suffered by any persons employed by the Contractor or its subcontractor for the Works whether under the applicable law force at the time of dealing with the question of the liability of employees/ workmen for the injuries suffered by employees/ workmen and to have taken steps properly to ensure against any claim thereunder.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 323 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

10.2 The Contractor shall keep NMSCDCL indemnified against all penalties and liability of every kind arising out or in connection with this Agreement for breach of any applicable laws or applicable permits.

10.3 In the event of an accident in respect of which compensation may become payable by the Contractor, such sum of money as may, in the opinion of the Engineer, be sufficient to meet such liability will be kept in deposit either from any amount payable to the Contractor under this Agreement or from the Performance Security. On the receipt of any award or ruling against the Contractor in regard to the quantum of compensation, the difference in the amount will be adjusted.

11 ENGI NEER

11.1 NMSCDCL shall appoint an Engineer who shall carry out the duties assigned to him in the Agreement. The Engineer’s staff shall include suitably qualified engineers and other professionals who are competent to carry out these duties. The Engineer shall have no authority to amend the Agreement.

11.2 The Engineer may exercise the authority attributable to the Engineer as specified in or necessarily to be implied from the Agreement. However, whenever the Engineer exercises a specified authority for which NMSCDCL’s approval is required, then (for the purposes of the Agreement) NMSCDCL shall be deemed to have given approval.

11.3 The Engineer may from time to time assign duties and delegate authority to assistants, and may also revoke such assignment or delegation. The assignment, delegation or revocation shall be in writing and shall not take effect until copies have been received by both the Parties.

11.4 Each assistant, to whom duties have been assigned or authority has been delegated, shall only be authorised to issue instructions to the Contractor to the extent defined by the delegation. Any approval, check, certificate, consent, examination, inspection, instruction, notice, proposal, request, test, or similar act by an assistant, in accordance with the delegation, shall have the same effect as though the act had been an act of the Engineer. However, if the Contractor questions any determination or instruction of an assistant, the Contractor may refer the matter to the Engineer, who shall promptly confirm, reverse or vary the determination or instruction.

12 TAKE OVER

Upon expiry of the O&M Period, NMSCDCL shall issue a ‘Take Over Certificate’ to the Contractor certifying the Take Over of Part A provided that:

(a) the Contractor has completed the outstanding Works, in accordance with the provisions of the Agreement, to the satisfaction of NMSCDCL during the O&M Period;

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 324 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

(b) The Contractor has performed all of its obligations during the O&M Period under this Agreement to the satisfaction of NMSCDCL.

13. TERMI NATI ON

13.1 If the Contractor fails to carry out any obligation under the Agreement, the Engineer-in-Charge/ NMSCDCL may by notice require the Contractor to make good the failure and to remedy it within a specified reasonable time.

13.2 NMSCDCL shall be entitled to terminate the Agreement:

(a) if the Contractor persistently fails to execute this Agreement in accordance with the provisions of this Agreement or persistently neglects to carry out its obligations under this Agreement, without just cause;

(b) if the Contractor has insolvency, receivership, reorganisation, bankruptcy, or proceedings of a similar nature brought against it and the proceedings are not dismissed or effectively stayed within 60 (sixty) days of such commencement;

(c) if the Contractor, in the judgement of NMSCDCL has engaged in corrupt or fraudulent practices in competing for or in executing the Agreement;

(d) if the Contract Agreement is terminated;

(e) Any other breach as specified in the Agreement.

13.3 In any of these events or circumstances, NMSCDCL may, upon giving 14 (fourteen) days’ written notice to the Contractor, terminate the Agreement and expel the Contractor from the Site. However, in the case of sub clause (c) or (d) of clause 13.2, the Agreement may be immediately terminated.

13.4 Notwithstanding the above, NMSCDCL may terminate the Agreement for convenience by giving 30 (thirty) days’ written notice to the Contractor.

14. PAYMENT UPON TERMI NATI ON

14.1 If the Agreement is terminated under clause 13.2, the Engineer shall issue a certificate for value of the Work accepted on final measurements, less advance payments and penalty as indicated in the Agreement. The amount so arrived at shall be determined by the Engineer and shall be final and binding on both the Parties.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 325 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

14.2 Payment on termination under clause 13.4 above, the Engineer shall issue a certificate for the value of the Work done, the reasonable cost of removal of equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works and less advance payments received up to the date of the certificate, less other recoveries due in terms of the Agreement and less taxes due to be deducted at source as per applicable law.

14.3 Requirements after Termination

(a) Upon Termination of this Agreement in accordance with the terms of clause 13, the Contractor shall comply with and conform to the following: (i) deliver to NMSCDCL all plant and materials which shall have become the property of NMSCDCL under Clause 13; (ii) deliver all relevant records, reports and other licences pertaining to the Works, other design documents and in case of termination under Clause 13, the "as built' Drawings for the Works; (iii) transfer and/or deliver all applicable permits to the extent permissible under applicable laws; and (iv) vacate the Site within 15 (fifteen) days.

Note : Subject to the foregoing, the general conditions of Contract stipulated in Annexure A of Appendix XIII and special conditions of Contract stipulated in Annexure B of Appendix XIII shall also be applicable.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 326 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

APPENDIX XIV: PRICE VARIATION CLAUSE

Price Adjustment Contract price shall be adjusted for increase or decrease in rates and price of labour, materials, fuels and lubricants excluding bitumen, cement and steel in accordance with the following principles and procedures and as per formula given in the contract data. The price variation clause to be included shall be read as follows: (a) The price adjustment shall apply for the work done from the start date given in the contract data upto end of the initial intended completion date or extensions granted by the Engineer and shall not apply to the work carried out beyond the stipulated time for reasons attributable to the contractor. (b) The price adjustment shall be determined during each month from the formula given in the contract data. (c) Following expressions and meanings are assigned to the work done during each month: R = Total value of work done during the month. It would include the amount of secured advance granted, if any, during the month, less the amount of secured advance recovered, if any during the month. It will exclude value for works executed under variations for which price adjustment will be worked separately based on the terms mutually agreed. To the extent that full compensation for any rise or fall in costs to the contractor is not covered by the provisions of this or other clauses in the contract, the unit rates and prices included in the contract shall be deemed to include amounts to cover the contingency of such other rise or fall in costs. The formula (e) for adjustment of prices are: R = Value of work

Adjustment for labour component (i) Price adjustment for increase or decrease in the cost due to labour shall be paid in accordance with the following formula: (ii) VL= 0.85 x P1/lOO x R x (LI- Lo )/Lo (iii) VL= increase or decrease in the cost of work during the month under consideration due to changes in rates for local labour. (iv) Lo= the consumer price index for industrial workers for the State on 28 days preceding the date of opening of Bids as published by Labour Bureau, Ministry of Labour, Government of India. (v) LI= The consumer price index for industrial workers for the State for the under consideration as published by Labour Bureau, Ministry of Labour, Government of India. (vi) PI= Percentage of labour component of the work. Adjustment of POL (fuel and lubricant) component (v) Price adjustment for increase or decrease in cost of POL (fuel and lubricant) shall be paid in accordance with the following formula: Vf = 0.85 x P/100 x R x (F, - F)/Fo Vf = Increase or decrease in the cost of work during the month under consideration due to changes in rates for fuel and lubricants. Fo = The official retail price of High Speed Diesel (HSD) at the existing consumer pumps of lac at nearest center on the day 28 days prior to the date of opening of Bids. F, = The official retail price of HSD at the existing consumer pumps of IOC at nearest center for the 15th day of month of the under consideration. P, = Percentage of fuel and lubricants component of the work. Note: For the application of this clause, the price of High Speed Diesel oil has been chosen to represent fuel and lubricants group. Adjustment of Other materials Component (Excluding bitumen, steel and cement) (vii) Price adjustment for increase or decrease in cost of local materials other than cement, steel, bitumen and POL procured by the contractor shall be paid in accordance with the following formula: Vm = 0.85 x Pm /100 x R x (MI - M0 )/M0 Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 327 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Vm= Increase or decrease in the cost of work during the month under consideration due to changes in rates for local materials other than cement, steel, bitumen and POL. M,= The all India wholesale price index (all commodities) on 28 days preceding the date of opening of Bids, as published by the Ministry of Industrial Development, Government of India, New Delhi. M, = The all India wholesale price index (all commodities) for the month under consideration as published by Ministry of Industrial Development, Government of India, New Delhi. Pm= Percentage of local material component (other than cement, steel, bitumen and POL of the work.

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 328 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

APPENDIX XV: DRAWINGS (Refer Clause 1.1.5 of the RFP)

LIST OF DRAWINGS Part -A: River Cleaning(RC) Sr. No. Item Description Drawing Numbe r 1-A River stretch in retrofit area WTE-2303-00-RC-12.01-R0-1/5 1-B L-section and cross section of Godawari river WTE-2303-00-RC-12.02-R0-2/5 from Holkar Bridge to Gharpure Bridge (Retrofit) 1-C L-section of Godawari river in greenfield area WTE-2303-00-RC-12.03-R0-3/5 1-D Cross section of Godawari river WTE-2303-00-RC-12.04-R0-4/5 in greenfield area 1-E Cross section of Godawari river WTE-2303-00-RC-12.05-R0-5/5 in greenfield area

Part -B: Bridges(VB and PB) Sr. No. Item Description Drawing Numbe r 2-A Vehicular Bridge 2-A-i Proposed vehicular bridge near Ramwadi Bridge WTE-2303-VB-S-1.01-R1-1/1 2-B Pedestrian Bridge 2-B-i Proposed pedestrian bridge WTE-2303-VB-S-1.01-R1-1/1 2-B-ii Pedestrian bridge plan & detailed plan WTE-2303-PB-A-1.01-R1-1/3 2-B-iii Pedestrian bridge sections WTE-2303-PB-A-1.02-R1-2/3

Part -C: Interception & Diversion of Aruna River(SWD) Sr. No. Item Description Drawing Numbe r 3-A Existing plan showing storm drain of Aruna river WTE-2303-00-SWD-12.01-R0-1/2 3-B Existing plan showing storm drain of Aruna river WTE-2303-00-SWD-12.01-R0-2/2 3-C Existing L-section of storm drain of Aruna river WTE-2303-00-SWD-12.02-R0-1/3 3-D Existing L-Section of storm drain of Aruna river WTE-2303-00-SWD-12.02-R0-2/3 2-E Existing L-Section of storm drain of Aruna river WTE-2303-00-SWD-12.02-R0-3/3 2-F Proposed plan showing storm drain of Aruna river WTE-2303-00-SWD-12.03-R0-1/2 2-G Proposed plan showing storm drain of Aruna river WTE-2303-00-SWD-12.03-R0-2/2 2-H Proposed L-section of storm drain of Aruna river WTE-2303-00-SWD-12.04-R0-1/3 2-I Proposed L-section of storm drain of Aruna river WTE-2303-00-SWD-12.04-R0-2/3 2-J Proposed L-section of storm drain of Aruna river WTE-2303-00-SWD-12.04-R0-3/3

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 329 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

Part -D: Pneumatically Operated Automated Mechanical Gates(AG) Sr. No. Item Description Drawing Numbe r 4 Pneumatically Operated Automated Mechanical Gates WTE-2303-AG-R-1.01-R0-1/1 At Holkar Bridge

Part -E: Beautification Projects Sr. No. Item Description Drawing Numbe r 1. Goda Garden (GGR) 1-A Plan Goda Garden DWG_CI-GGR-1.01-R0-1/5 1-B Plan Goda Garden DWG_CI-GGR-1.02-R0-2/5 1-C Plan Goda Garden DWG_CI-GGR-1.03-R0-3/5 1-D Section Goda Garden DWG_CI-GGR-1.04-R0-4/5 1-E Section Goda Garden DWG_CI-GGR-1.05-R0-5/5 1-F Section Goda Garden DWG_CI-GGR-1.06-R0-6/5

2. Goda walk (GW) 2-A Plan and details Goda walk DWG_CI-GW-3.01-R0-1/4 2-B Plan Goda walk DWG_CI-GW-3.02-R0-2/4 2-C Plan Goda walk DWG_CI-GW-3.03-R0-3/4 2-D Section Goda walk DWG_CI-GW-3.04-R0-4/4

3 Sundarnarayan Ghats and Jetty (SGW) 3-A Plan Sundarnarayan ghats and jetty DWG_CI-SGJ-3.01-R0-1/3 3-B Section Sundarnarayan ghats and jetty DWG_CI- SGJ -3.02-R0-2/3 3-C Section Sundarnarayan ghats and jetty DWG_CI- SGJ -3.03-R0-3/3

4 Goda Ghats (GGH) 4-A Plan Goda ghats DWG_CI-GGH-4.01-R0-1/22 4-B Plan Goda ghats DWG_CI-GGH-4.02-R0-2/22 4-C Plan Goda ghats DWG_CI-GGH-4.03-R0-3/22 4-D Plan Goda ghats DWG_CI-GGH-4.04-R0-4/22 4-E Plan Goda ghats DWG_CI-GGH-4.05-R0-5/22 4-F Plan Goda ghats DWG_CI-GGH-4.06-R0-6/22 4-G Plan Goda ghats DWG_CI-GGH-4.07-R0-7/22 4-H Plan Goda ghats DWG_CI-GGH-4.08-R0-8/22 4-I Plan Goda ghats DWG_CI-GGH-4.09-R0-9/22

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 330 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

4-I Plan Goda ghats DWG_CI-GGH-4.10-R0-10/22 4-K Plan Goda ghats DWG_CI-GGH-4.11-R0-11/22 4-L Plan Goda ghats DWG_CI-GGH-4.12-R0-12/22 4-M Plan Goda ghats DWG_CI-GGH-4.13-R0-13/22 4-N Plan Goda ghats DWG_CI-GGH-4.14-R0-14/22 4-O Plan Goda ghats DWG_CI-GGH-4.15-R0-15/22 4-P Plan Goda ghats DWG_CI-GGH-4.16-R0-16/22 4-Q Plan Goda ghats DWG_CI-GGH-4.17-R0-17/22 4-R Plan Goda ghats DWG_CI-GGH-4.18-R0-18/22 4-S Section Goda ghats DWG_CI-GGH-4.19-R0-19/22 4-T Section Goda ghats DWG_CI-GGH-4.20-R0-20/22 4-U Section Goda ghats DWG_CI-GGH-4.21-R0-21/22 4-V Detail Goda ghats DWG_CI-GGH-4.22-R0-22/22 4-W Detail of Goda Ghats- Nirmalya Kalash DWG-CI-GGH-4.24-R0-24/24

5. Talk utshwar Ghats (TKG) 5-A Plan Talkuteshwar ghats DWG_CI-TKG-5.01-R0-1/15 5-B Plan Talkuteshwar ghats DWG_CI- TKG -5.02-R0-2/15 5-C Plan Talkuteshwar ghats DWG_CI- TKG -5.03-R0-3/15 5-D Plan Talkuteshwar ghats DWG_CI- TKG -5.04-R0-4/15 5-E Plan Talkuteshwar ghats DWG_CI- TKG -5.05-R0-5/15 5-F Plan Talkuteshwar ghats DWG_CI- TKG -5.06-R0-6/15 5-G Plan Talkuteshwar ghats DWG_CI- TKG -5.07-R0-7/15 5-H Plan Talkuteshwar ghats DWG_CI- TKG -5.08-R0-8/15 5-I Plan Talkuteshwar ghats DWG_CI- TKG -5.09-R0-9/15 5-I Plan Talkuteshwar ghats DWG_CI- TKG -5.10-R0-10/15 5-K Plan Talkuteshwar ghats DWG_CI- TKG -5.11-R0-11/15 5-L Plan Talkuteshwar ghats DWG_CI- TKG -5.12-R0-12/15 5-M Plan Talkuteshwar ghats DWG_CI- TKG -5.13-R0-13/15 5-N Plan Talkuteshwar ghats DWG_CI- TKG -5.14-R0-14/15 5-O Section Talkuteshwar ghats DWG_CI- TKG -5.15-R0-15/15

6. Cycle Track (CT) 6-A Plan cycle track DWG_CI-CT-6.01-R0-1/38 6-B Plan cycle track DWG_CI- CT-6.02-R0-2/38 6-C Plan cycle track DWG_CI- CT-6.03-R0-3/38 6-D Plan cycle track DWG_CI- CT-6.04-R0-4/38 Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 331 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

6-E Plan cycle track DWG_CI- CT-6.05-R0-5/38 6-F Plan cycle track DWG_CI- CT-6.06-R0-6/38 6-G Plan cycle track DWG_CI- CT-6.07-R0-7/38 6-H Plan cycle track DWG_CI- CT-6.08-R0-8/38 6-I Plan cycle track DWG_CI- CT-6.09-R0-9/38 6-I Plan cycle track DWG_CI- CT-6.10-R0-10/38 6-K Plan cycle track DWG_CI- CT-6.11-R0-11/38 6-L Plan cycle track DWG_CI- CT-6.12-R0-12/38 6-M Plan cycle track DWG_CI- CT-6.13-R0-13/38 6-N Plan cycle track DWG_CI- CT-6.14-R0-14/38 6-O Section cycle track DWG_CI- CT-6.15-R0-15/38 6-Q Plan cycle track DWG_CI- CT-6.16-R0-16/38 6-R Plan cycle track DWG_CI- CT-6.17-R0-17/38 6-H Plan cycle track DWG_CI- CT-6.18-R0-18/38 6-T Plan cycle track DWG_CI- CT-6.19-R0-19/38 6-U Plan cycle track DWG_CI- CT-6.20-R0-20/38 6-V Plan cycle track DWG_CI- CT-6.21-R0-21/38 6-W Plan cycle track DWG_CI- CT-6.22-R0-22/38 6-X Section cycle track DWG_CI- CT-6.23-R0-23/38 6-Y Plan cycle track DWG_CI- CT-6.24-R0-24/38 6-Z Plan cycle track DWG_CI- CT-6.25-R0-25/38 6-AA Detail Node 1 cycle track DWG_CI- CT-6.26-R0-26/38 6-BB Detail Node 2 cycle track DWG_CI- CT-6.27-R0-27/38 6-CC Detail Node 3 cycle track DWG_CI- CT-6.28-R0-28/38 6-DD Detail Node 3 cycle track DWG_CI- CT-6.29-R0-29/38 6-EE Detail Sundarnarayan Node cycle track DWG_CI- CT-6.30-R0-30/38 6-FF Detail typical ghat level cycle track section DWG_CI- CT-6.31-R0-31/38 6-II Detail Node 4 cycle track DWG_CI- CT-6.32-R0-32/38 6-JJ Detail Node 4 cycle track DWG_CI- CT-6.33-R0-33/38 6-KK Detail Node 5 cycle track DWG_CI- CT-6.34-R0-34/38 6-LL Detail Node 5 cycle track DWG_CI- CT-6.35-R0-35/38 6-MM Detail Node 6 cycle track DWG_CI- CT-6.36-R0-36/38 6-NO Detail Node 6 cycle track DWG_CI- CT-6.37-R0-37/38 6-OO Detail Node 7 cycle track DWG_CI- CT-6.38-R0-38/38

7. Heritage Walk (HW) 7-A Heritage Walk DWG_CI- CT-7.00-R0-1/1

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 332 | Page Document No.: MAH-NAS-032-053-RFP-02 RFP in relation to Selection of a Contractor for Godavari Riverfront Development in ABD Area on EPC Basis under Nashik Smart City Mission, Nashik Maharashtra

8. Signages (SG) 8-A Details - signages DWG_CI-SG-8.01-R0-1/3 8-B Details - signages DWG_CI- SG-8.02-R0-2/3 8-C Location plan - signages DWG_CI- SG-8.03-R0-3/3

9. Stone benches (SB) 9-A Details – stone benches DWG_CI-SB-9.01-R0-1/1

Contractor Chief Executive Officer Nashik Municipal Smart City Development Corporation Limited 333 | Page Document No.: MAH-NAS-032-053-RFP-02