AGRICULTURE PRODUCE MARKET COMMITTEE PATHRI DIST

E-Tender Notice No. 3/2018APMC PATHRI..

TENDER BOO KLET

Name of Work

TENDER FOR PROPOSED SUPPLY & INSTALLATION OF STATUE AT MAIN YARD PATHRI DIST PARBHANI

E.M.D. :- Rs. 20,000 .00

Office of the, Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI

1 Page

INDEX

Name of Work: TENDER FOR PROPOSED SUPPLY & INSTALLATION OF STATUE AT MAIN YARD PATHRI DIST PARBHANI

Sr.No. Particulars Page No.

From To 1 Brief Tender Notice 1 2 2 Detail ed Tender Notice 3 33 3 Ag ree ment Form B2 34 82 4 LOCATION MAP 83 83

2 Page

E-TENDER NOTICE NO3/2018 APMC PATHRI /INTER NAL NIT NO.

AGRICULTURE PRODUCE MARKET COMMITTEE PATHRI DIST PARBHANI

Online Tenders (e-tender) in B2 form for the following work are invited by the Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI . Government of Electronic Tender Management System https://agro. maharashtra.nextprocure .in

Online bids are invited for the following works of items.

The details can be viewed and downloaded online directly from the Government of Maharashtra e-Tendering Portal https://agro. maharashtra.nextprocure .in on Sub Portal of Agriculture Produce Market Committee PATHRI DIST PARBHANI https://agro. maharashtra.nextprocure .in.

NOTICE INVITING TENDER

OFFICE OF THE AGRICULTURAL PRODUCE MARKET COMMITTEE, PATHRI DIST PARBHANI

e-TENDER No. 3/2018-19

Online tenders are invited by Chairman APMC Pathri on https://agro.maharashtra.nextprocure.in portal in form contractor / firm/ agency/ company of eligible class and have experience of similar work

Sr. No Name of Work Estimated Earnest Tender Key dates cost in (Rs.) money form (Rs.) 1 TENDER FOR To be PROPOSED submitted by SUPPLY, DESIGN, Bidder in 20,000/- 2000/- MOULDING, enclosed APPROVAL FROM excel sheet COMPETENT AUTHORITY & Purchase and submission from INSTALLATION OF 25/10/2018 to 10/11/2018 STATUE AT MAIN YARD FOR Tender opening 13/11/2018 at AGRICULTURE 11.00 AM PRODUCE MARKET COMMITTEE ATHRI, Last date for physical envelop AT DIST PARBHANI submission 12/11/2018 up to 02 .00 PM

For more details on the tender and bidding process you may please visit the above mentioned portal. NOTE : 1. All eligible/interested contractors are mandated to get enrolled on e- Tendering portal (https://agro. maharashtra.nextprocure .in) 2. To process the tenders online, to encrypt their bid and to sign the bid hashes, bidders are required to obtain digital certificate. For details bidders be contact Help Desk. 3. Contractors can contact Help Desk for any clarification of their

doubts regarding the process of Electronic Tendering System. Help

3 Desk at through Email ID supp [email protected] or Phone No. 020 - 2531 Page

5555 / 56 . 4. The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates) for all Live Tenders released by Deptt on the home page of ADF e-Tendering Portal on https://agro. maharashtra.nextprocure .in under the section Recent Online Tender. 5. Right for any amendment in the Terms & Condition of Tender and the right to reject any or all offers without assigning any reason thereof is reserved with Competent Authority

Chairman , Agriculture Product Market Committee PATHRI DIST PARBHANI

4 Page

AGRICULTURE PRODUCE MARKET COMMITTEE PATHRI DIST PARBHANI

Original Agreement No. B2

Name of Work: TENDER FOR PROPOSED SUPPLY & INSTALLATION OF STATUE AT MAIN YARD PATHRI DIST PARBHANI

1) Name of Contractor : ......

2) Date of Receipt of Tender : ......

3) No. & Date of Work Order : ......

4) Amount put to Tender : Rs.

5) Percentage Quoted : ......

6) Amount of Contract : ......

7) Date of Commencement : ......

8) Time stipulated for completion: 3 (THREE ) Calendar Months including the monsoon per iod.

9) Date of Completion as per Agreement : ......

10 ) Actual Date of Completion : ......

11 ) Reference to sanction of Extension of time : 1) ...... 2) ...... 3) ......

Certified that this original Agreement contains

Pages 1 to ...... Fly Leaves ...... Nos. Drawings ...... Nos.

3 Page Contractor No. of Corr ections Secretary Chairman

DETAILS OF WORK

Name of Work: TENDER FOR PROPOSED CONSTRUCTION OF GODOWN AT MAIN YARD FOR AGRICULTURE PRODUCE MARKET COMM ITT EE PATHRI , AT DIST PARBHANI

Earnest Money Rs. 20,000 .00

[ Rs. Twenty Thousand Only)

The EMD app licable amount shall be paid via RTGS MODE TO BANK ACCOUNT NO- 32017518802 , IFS CODE-SBIN0003801, S.B.I. PATHRI OF A.P.M. C. . EMD Exemption Certificate will not be acc epted as per Govt. Resolution No. CAT-06 /2014 /Pra-Kra-242 /Building-2, Mantralaya, Mumbai dated 24 /02 /2016 . Total Security Deposit 4% (Four Per cent) total security deposit /- (50 % in cash at the time of Agreement and 50 % from R.A. Bill s) Time stipulated for Completion 3 Calendar Months which will include the monsoon per iod.

To be filled by the Contractor

I/We have quoted my/ our offer in percentage rate in words as well as in figure s. I/We further undertake to enter into Contract in regular 'B-I' form in Departm ent.

Name of Signature of Contrac tors/ Power of Attorney holder with complete add re ss .

4 Page Contractor No. of Corr ections Secretary Chairman

E-TENDER TIME SCHEDULE

Earnest Money : Rs. 20,000 .00

Period of Completion of Work : 3 (THREE ) Calendar Months including monsoon season

Class of Contractor : EXPERIENCED AS ARTISTIC WORK

Cost of Blank tender form : Rs. 2000 /-

TENDER SCHEDULE

NOTICE INVITING TENDER

OFFICE OF THE AGRICULTURAL PRODUCE MARKET COMMITTEE, PATHRI DIST PARBHANI

e-TENDER No. 1/2017-18

Online tenders are invited by Chairman APMC Pathri on https://agro.maharashtra.nextprocure.in portal in form contractor / firm/ agency/ company of eligible class and have experience of similar work

Sr. No Name of Work Estimated Earnest Tender Key dates cost in (Rs.) money form (Rs.) 1 TENDER FOR To be PROPOSED submitted by SUPPLY, DESIGN, Bidder in 20,000/- 2000/- MOULDING, enclosed APPROVAL FROM excel sheet COMPETENT AUTHORITY & Purchase and submission from INSTALLATION OF 25/10/2018 to 10/11/2018 STATUE AT MAIN YARD FOR Tender opening 13/11/2018 at AGRICULTURE 11.00 AM PRODUCE MARKET COMMITTEE ATHRI, Last date for physical envelop AT DIST PARBHANI submission 12/11/2018 up to 02 .00 PM

Note – Above Schedule is subjective & to be verified by the Tenderer himself on web sit e. Tender Schedule Flashed on Web-Site (System Generated Schedule) is final & binding to all Tenderers.

5 Page Contractor No. of Corr ections Secretary Chairman

AGRICULTURE PRODUCE MARKET COMM ITT EE PATHRI DIST PARBHANI INVITATION FOR TENDER S DETAILED TENDER NOTICE

Name of Work: TENDER FOR PROPOSED CONSTRUCTION OF GODOWN AT MAIN YARD FOR AGRICULTURE PRODUCE MARKET COMM ITT EE PATHRI , AT DIST PARBHANI

Online Rate quoted( lumpsum) tenders are invited by the Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI for the following work from the Contractor Registered in appropriate class of the Public Works Department of Maharashtra State, CPWD, The Name of Work , estimated cost, earnest money, security deposit, Time limit for completion etc. are as under .

NOTICE INVITING TENDER

OFFICE OF THE AGRICULTURAL PRODUCE MARKET COMMITTEE, PATHRI DIST PARBHANI

.

Online tenders are invited by Chairman APMC Pathri on https://agro.maharashtra.nextprocure.in portal in form contractor / firm/ agency/ company of eligible class and have experience of similar work

Sr. No Name of Work Estimated Earnest Tender Key dates cost in (Rs.) money form (Rs.) 1 TENDER FOR To be PROPOSED submitted by SUPPLY & Bidder in 20,000/- 2000/- INSTALLATION OF enclosed STATUE AT MAIN excel sheet YARD FOR AGRICULTURE Purchase and submission from PRODUCE MARKET 25/10/2018 to 10/11/2018 COMMITTEE ATHRI, AT DIST PARBHANI Tender opening 13/11/2018 at 11.00 AM

Last date for physical envelop submission 12/11/2018 up to 02 .00 PM

Tender form, conditions of contract, specifications and contract

drawings can be can be downloaded from the e-tendering portal

6 of A.P.M.C. PATHRI i.e. https://agro. maharashtra.nextprocure .in after entering the details payment of Rs. 2 ,000 /- ( Rupees Two Page Contractor No. of Corr ections Secretary Chairman

thousand only ) should be paid RTGS TO BANK ACCOUNT NO- 32017518802 , IFS CODE-SBIN0003801 S.B.I.PATHRI . The fees of tender document w ill be non refundable. Further information regarding the work can be obtained from the above off ice.

Affidavit on Rs. 100/- stamp paper in prescribed form given in Annexure I sworn before Executive Magistrate / Notary, Add itional Performance Security Deposit (If required). As online Tender, Physical submission is necess ary. Bids will be opened as per the Tender Schedule, in the presence of such intending Tenderers or his/ their authorized representatives who may be present at that time, however non submission of these documents physically shall not disqualify opening of envelope No.1.

1. TENDERING PROCEDURE : - 1.1 Blank Tender Forms. Tender Forms can be purchased VIA RTGS ACCOUNT NO- 32017518802 , IFS CODE-SBIN0003801 STATE BANK OF , PATHRI & UPLOAD THE SCAN COPIES OF PAYMENT of A.P.M.C. PATHRI i.e. htt ps https://agro. maharashtra.nextprocure .in after paying tender fees via online mode as per the Tender Schedule.

1.2 Tenderers should have valid Class II / III Digital Signa ture Certificate (DSC) obtained from any Certifying Authorities. In ca se of requirement of DSC, interested Bidders should go to https://agro. maharashtra.nextprocure .in and fo ll ow the procedure mentioned in the document ‘Procedure for application of Digital Cer tifica te’.

1.3 The Tenderers have to make a payment of Rs 1,092 /- (Rupee s One Thousand Ninety Two Only.) online as service charges for the use of Electronic Tendering during Online Bid Data Decryption an d Re-encryption stage of the Tender .

1.4 For any assistance on the use of Electronic Tendering System, the Users may call the below number s:

Landline No. - 020 - 2531 5555 / 56

Landline No. - 022 - 2661 1117 (Ext 25 / 26 )

Mobile No. - 91679 69601 / 04 / 14

1.5 Tenderers should install the Mandatory Components available on the Home Page of https://agro. maharashtra.nextprocure .in under the section Mandatory Components’ and make the necessary Browser Settings provided under section ‘Internet Explorer Sett ings’

1.6 Guidelines to Bidders on the operations of Electronic Tendering

System of Department. 7 A. Pre-requisites to participate in the Tenders processed by Deptt : Page Contractor No. of Corr ections Secretary Chairman

1. Enrolment and Empanelment of Contractors on Electronic Tendering System: The Contractors interested in participating in the Tenders of Deptt – processed using the Electronic Tendering System shall be required to enroll on the Electronic Tendering System to obtain User ID.

After submission of application for enrolment on the System, the application information shall be verified by the Authorized Representative of the Service Provider. If the information is found to be complete, the enrolment submitted by the Vendor shall be app roved.

For participating in Limited and Restricted tenders the registered vendors have to apply for empanelment on the sub-portal of adf in an

8 Page Contractor No. of Corr ections Secretary Chairman

appropriate class of registration. The empanelment will have to be approved by the respective officer from the adf. Only empanelled vendors will be allowed to participate in such tenders.

The Contractors may obtain the necessary information on the process of enrolment and empanelment either from Helpdesk Support Team or may visit the information published under the link Enrol under the section E- Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System.

2. Obtaining a Digital Certificate: The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid Data is required to be signed electronicall y using a Digital Certificate (Class-II or Class-III ). This is required to maintain the security of the Bid Data and also to establish the identity of the Contractor transacting on the System.

The Digital Certificates are issued by an approved Certifying Authority authorized by the Controller of Certifying Authorities of Government of India through their Authorized Representatives upon receipt of documents required to obtain a Digital Certificate.

Bid data / information for a particular Tender may be submitted only using the Digital Certificate which is used to encrypt the data / information and sign the hash value during the Bid Preparation and Hash Submission stage. In case during the process of preparing and submitting a Bid for a particular Tender, the Contractor loses his/her Digital Signature Certificate (i.e. due to virus attack , hardware problem, operating system problem); he / she may not be able to submit the Bid online. Hence, the Users are advised to store his / her Digital Certificate securely and if poss ible, keep a backup at safe place under adequate security to be used in case of nee d.

In case of online tendering, if the Digital Certificate issued to an Authorised User of a Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to a no objection certificate / power of attorney to that User to submit the bid on behalf of the Partnership Firm. The Partnership Firm has to authorize a specific individual via an authorization certificate signed by a partner of the firm (and in case the applicant is a partner, another partner in the same form is required to authorise) to use the digital certificate as per Indian Information Technology Act, 2000 .

Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority of the Authority User to bid on behalf of the Firm for the Tenders processed on the Electronic Tender Management System of Government of Maharashtra as per Indian Information Technology Act,2000 . The Digital Signature of this Authorized User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate

9 Page Contractor No. of Corr ections Secretary Chairman

will remain the same for the new Authorised User.

The same procedure holds true for the Authorized Users in a Private / Public Limited Company. In this case, the Authorisation Certificate will have to be signed by the Director of the Company or the Reporting Authority of the App licant.

For information on the process of application for obtaining Digital Certificate, the Contractors may visit the section Digital Certificate on the Home Page of the Electronic Tendering System.

3. Recommended Hardware and Internet Conn ectivity: To operate on the Electronic Tendering System, the Contractors are recommended to use Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512 kbps bandwidt h.

4. Set up of Computer System for executing the operations on the Electronic Tendering System: To operate on the Electronic Tendering System of Government of Maharashtra, the Computer System of the Contractors is required be set up. The Contractors are required to install Utilities available under the section Mandatory Installation Components on the Home Page of the System.

The Utilities are available for download freely from the above mentioned section. The Contractors are requested to refer to the E-Tendering Too lkit for Bidders available online on the Home Page to understand the process of setting up the System, or alternatively, contact the Helpdesk Supp ort Team on information / guidance on the process of setting up the System.

5. Payment for Service Provider Fee s: In addition to the Tender Document Fees payable to A.P.M.C. PATHRI , the Contractors will have to pay Service Providers Fees of Rs. 1,092 /- (Rupee s One Thousand Ninety Two On ly) through online payments gateway service available on Electronic Tendering System. For the list of options for making online payments, the Contractors are advised to visit the link E- Payment Options under the section E- Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System.

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

1. Preparation of online Briefcase: All Contractors enrolled on the Electronic Tendering System of Government of Maharashtra are provided with dedicated briefcase facility to store documents / files in digital format. The Contractors can use the online briefcase to store their scanned copies of frequently used documents / files to be submitted as a part of their bid response. The Contractors are advised to store the relevant documents in the briefcase before starting the Bid Preparation and Hash Submission stage.

10 Page Contractor No. of Corr ections Secretary Chairman

In case, the Contractors have multiple documents under the same type (e.g. multiple Work Completion Certificates) as mentioned above, the Contractors advised to either create a single .pdf file of all the documents of same type or compress the documents in a single compressed file in .zip or .rar formats and upload the same.

It is mandatory to upload the documents using the briefcase facility. Therefore, the Contractors are advised to keep the documents ready in the briefcase to ensure timely bid preparation.

Note: Uploading of documents in the briefcase does not mean that the documents are available to D e p t t at the time of Tender Opening stage unless the documents are specifically attached to the bid during the online Bid Preparation and Hash Submission stage as well as during Decryption and Re-encryption stage.

2. Online viewing of Detailed Notice Inviting Tenders: The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates) for all the Live Tenders released by D e p t t on the home page of ADF e-Tendering Portal on https://agro. maharashtra.nextprocure .in under the section Recent Online Tender.

3. Download of Tender Documents: The pre qualification/ Main Bidding Documents are available for free downloading. However to participate in the online tender, the bidder must purchase the bidding documents v i a online m o d e by filling the co st o f Te nde r Form Fee .

4. Online Bid Preparation and Submission of Bid Hash (Sea l) of Bids: Bid preparation will start with the stage of EMD Payment which bidder has to pay onling using any one online pay mode as RTGS , NEFT or payment getway .

For EMD payment, If bidder use NEFT or RTGS then system will generate a challan (in two copies). with unique challan No specific to the tender. Bidder will use this challan in his bank to make NEFT/RTGS Payment via net banking facility provided by bidder’s bank.

Bidder will have to validate the EMD payment as a last stage of bid prepration. If the payment is not realised with bank , in that case system will not be able to validate the payment and will not allow the bidder to complete his Bid Preperation stage resulting in nonparticipation in the aforesaid eTender.

11 Page Contractor No. of Corr ections Secretary Chairman

Note: * Realisation of NEFT/RTGS payment normally takes 2 to 24 hours, so it is advised to make sure that NEFT/RTGS payment activity should be completed well before time.

* NEFT/RTGS option will be depend on the amount of EMD.

* Help File regarding use of e-Payment Gateway can be downloaded from e-Tendering portal.

Submission of Bids will be preceded by online bid preparation and submission of the digitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key Dates) published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the templates provided by the Tendering Authority of A D F . The templates may be either form based, extensible tables and / or uploadable documents. In the form based type of templates and extensible table type of templates, the Contractors are required to enter the data and encrypt the data using the Digital Certificate.

In the uploadable document type of templates, the Contractors are required to select the relevant document / compressed file (containing multiple documents) already uploaded in the briefcase.

Notes: a. The Contractors upload a single document or a compressed file containing multiple documents against each unloadable option.

b. The Hashes are the thumbprint of electronic data and are based on one – way algorithm. The Hashes establish the unique identity of Bid Data.

c. The bid hash values are digitally signed using valid Class–II or Class –III Digital Certificate issued any Certifying Authority. The Contractors are required to obtain Digital Certificate in advance.

d. After the hash value of bid data is generated, the Contractors cannot make any change / addition in its bid data. The bidder may modify bids before the deadline for Bid Preparation and Hash Submission as per Time Schedule mentioned in the Tender documents.

e. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Bidding Process es.

5. Close for Bidding (Generation of Super Hash Values): After the expiry of the cut – off time of Bid Preparation and Hash Submission stage to be completed by the Contractors has lapsed, the Tender will be closed by the Tender Authority.

The Tender Authority from ADF shall generate and digitally sign the Super Hash values (Seals).

12 Page Contractor No. of Corr ections Secretary Chairman

5. Shortlisting of Contractors for Financial Bidding Process : The Tendering Authority will first open the Technical Bid documents of all Contractors and after scrutinizing these documents will shortlist the Contractors who are eligible for Financial Bidding Process . The shortlisted Contractors will be intimated by e-mail.

6. Opening of the Financial Bids: The Contractors may remain present in the Office of the Tender Opening Authority at the time of opening of Financial Bids. However, the results of the Financial Bids of all Contractors shall be available on the A D F e- Tendering Portal immediately after the completion of opening process .

7. Tender Schedule (Key Dates): The Contractors are strictly advised to follow the Dates and Times allocated to each stage under the column “Contractor Stage” as indicated in the Time Schedule in the Detailed Tender Notice for the Tender. All the online activities are time tracked and the Electronic Tendering System enforces time-locks that ensure that no activity or transaction can take place outside the Start and End Dates and Time of the stage as defined in the Tender Schedule.

At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be extended

13 Page Contractor No. of Corr ections Secretary Chairman

8. Joint venture is not all owed.

2.0 MANN ER OF SUBMISS ION OF TENDER AND ITS ACC OMPANIMENTS

2.1 ENVELOPE NO.1 (DOCUMENTS):

The bidder must purchase the bidding documents via online mode by fill ing the cost of Tender.

The first envelope Envelope No.1 shall contain the fo ll owing documents.

(i) Exemption Certificate is not allowed for E.M.D.

(ii ) The EMD will be paid via through RTGS ACCOUNT NO- 32017518802 , IFS CODE-SBIN0003801 STATE BANK OF INDIA , PATHRI & UPLOAD THE SCAN COPIES OF PAYMENT.

(iii ) Scanned copy of Valid Original Certificate as a Registered contractor with the Public Works Departm ent, Government of Maharashtra/ CPWD in appropriate class of Civil Contractor as per N.I.T. scanned copy should be attested by Gazetted Off icer .

14 Page Contractor No. of Corr ections Secretary Chairman

(iv) Scanned copy of Details of the other works tendered for and in han d with the value of the work unfinished on the last date of submiss ion of tender ( In the proforma of statement No. I on Page No.30 ). The certificate from the Heads of the Offices under whom the works are in progress should be att ached.

(v) Scanned copy of the list of owned Machinery immediately available with the tenderer for use on this work. (In the proforma of Statement No. II on page No. 31 )

(vi) Scanned Copy of Details of one work of similar type and magnitude carried out by the contractor during last three years i.e. 2015 -16 , 2016-17 and 2017 -18 , (In the proforma of statement No. III page No. 32 )

(vii ) Scanned copy of Details of technical personnel on the roll of the tenderer (In the proforma of statement No. II on page No.33 )

(viii ) Scanned copy of Certified copy of partnership dee d, in case of a Non-Proprietary firm tendering for work. (True copy duly attested by a Gazetted Off icer )

(ix) Scanned copy of Valid Professional Tax Registration Certificate in the form of PTR and PTE under Section (1) of Section 5 of Maharashtra State Tax on Profess ion, trade, calling & employment Act 1975 , Rule 3(2) for employees including Technical Personnel from the Professional Tax Officer of the concern districts of Maharashtra with its latest valid clearance certificate as on 31 /03 /2018 . "No dues clearance certificate" from competed authority should be submitt ed.

(x) Scanned copy of Valid Registration Certificate under Goods & Service Tax Act 2017 . The certificate should be valid in the date of tender opening.

(xi) Scanned copy of Power of Attorney if applica ble.

(xii ) All Scanned copy of all Xerox copies submitted in connection with the tender shall be attested by a Gazetted Officer only, otherwise his/ their tender will not be considered for further action and Envelope No.2 will not be opened.

(xiii ) Scanned Copy of affidavit in respect of genuiness of documents contained in the Envelope No.1 in the prescribed format given on

Page No.34 . 15 Page Contractor No. of Corr ections Secretary Chairman

(xiv) Scan Copy of Undertaking of contractor that he had studied all tender documents, conditions and especially work methodology Note (i) Even though the bidders meet the above requirements criteria, they are subject to be disqualified if they have made:

* Misleading or false representation in the forms, statements and attachments submitted in proof of the qualification requirements; and/or

* Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, of financial failures etc.

2.2 ENVELOPE NO. 2 : Tender (Financial Bid) Refer to section schedule of online tendering procedure at Sr. No. 1.6.

2.3 SUBMISSION OF TENDER : Refer to Section ‘Guidelines to Bidders on the operations of El ectronic Tendering System of Department’ for details.

2.3.a Bidders are required to submit one hard copy of complete tender documents in the office of the Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI submitted online within 72 hours of bid lock. This hard copy will only be opened if there is any problem in online tender procedure.

2.4 OPENING OF TENDERS : On the date specified in the tender notice following procedure will be adopted for opening of the tender .

2.4.1 ENVELOPE NO. 1: (Technical Bid) First of all , Envelope No. 1 (Technical Bid) of the tender will be opened online to verify its contents as per requirements. If the various documents contained in this Envelope do not meet the requirements of the Department, a note will be recorded accordingly by the tender opening authority and the same tenderer's Envelope No. 2 (Financial Bid) will not be considered for further action but the same will be recorded. The decision of tender opening authority in this regard will be final and binding on the contractor.

2.4.2 ENVELOPE NO. 2 (Financial Bid) This Envelope shall be open online immediately after opening of Envelope No.1 only if contents of Envelope No. 1 are found to be acceptable to the Department and / or fulfill the Qualifying Criteria. The tendered rates, Percentage above or below the estimated rates quoted shall be sealed and intimated to contractor through e-mail.

20 Page Contractor No. of Corr ections Secretary Chairman (20)

3 EARNEST MONEY

(i) Earnest money of minimum Rs. 20,000 /- shall be paid via online using NEFT/RTGS or payment gateway mode.

After Tender opening, the EMD of the unsuccessful bidder will be returned to account provided by the bidder during the bid preparation as given in challan under Beneficiary Account Number.

Earnest Money in the form of cheques will not be acc epted.

(ii) The amount will be refunded to the unsuccessful tenderers on deciding about the acceptance or otherwise of the tender . In case of successful tenderer , it will be refunded on his paying initial Security Deposit and completing the tender documents in form B-2.

(iii) The amount of earnest money will be forfeited, in case a successful contractor does not pay the amount of initial security deposit with in the time specified as stipulated by the Chairman and complete the contract document. In all other ca ses, earnest money will be refundable.

4 SECURITY DEPOSIT : The total Security Deposit shall be 4% (Four Percent) of amount put to tender .

The successful tenderer shall have to pay half the security deposit preferably in the form of National Saving Certificate or in form of Bank Guarantee (in the forms prescribed by Gover nment) from an y scheduled bank in favour of Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI within 10 days of acceptance of tender , and the balance security deposit will be recoverable through the running account bills as the percentage as shown in item (d) of the Memorandum in printed B-2 form or as may be decided by the Chairman during course of execution of the work looking to the position and circumstances that may pre vail, whose orders will be final and binding on the contrac tor.

The security deposit for the due performance of the contract shall be as detailed in the Tender Documents elsewhere . Fifty percent of the security deposit will have to deposited within ten days of the acceptance of the tender and the remaining fifty percent will be recovered from the running account bills at the rate as specified in the tender from, on the cost of work as per time of acceptance of 21 Page Contractor No. of Corr ections Secretary Chairman (21)

tender . Amount of total security deposit to be paid shall be 4% (Four Percent) of the cost of work.

Initial security deposit may be in Bank Guarantee from in format of Page ..... to ..... of Tender document for full period of completion of work and it should be extendable upto expiry of valid extension if an y, as directed by Engineer in charge.

5. Condition for Payment of Additional (Performance) Security Deposit if the offer is lower than the estimated amount put to tender :-

Contractor shall have to submit the colour scanned copy of DD or Bank Guarantee in Envelope No.2, amounting to rupees as given below, drawn from Nationalized or Schedule Bank in favour of the Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI , payable at PATHRI . The validity of Demand Draft shall be for 3 months form the last date of submission of tender .

The MICR and IFSC code of the issuing bank shall be printed on the DD. Non submission of the scanned copy of DD as stated above (in case of contractor’s offer is more than 1% below than estimate amount put to tender ) contractor offer shall not be considered an d shall be re jected.

Details of amount of Performance Security shall as below :-

1. There is no need to pay performance security deposit, if tenderer s offer is upto 1% (One Per cent) below the estimated cost put to tender .

2. For bids, if the contractor’s offer is upto 10 % below the amount put to tender then performance security shall be 1% of the estimated amount put to tender . (For example 1 to 10% less rate = 1% amount)

3. For bids, if the contractors offer is more than 10% below the amount put to tender , then performance security shall be 1% plus the percentage by which tender offer is more than 10% below of amount put to tender .

(Eg. If the quoted rate is 14% below, then the performance security deposit shall be (14 % - 10 %) + 1% = 5% i.e. total 5% of the estimate cost put to tender . (As per GR No.BD G 2016/Case No.2/Bldg.-2 dated 12 .02 .2016 .)

4. The original demand draft or Bank Guarantee in sealed envelope with the name of work and tender number written on it, shall be submitted to the Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI within Five (5)

22 working days from the last date of submission of tender . Page Contractor No. of Corr ections Secretary Chairman (22)

5. In case of submission of false documents / Demand Draft, ac tion shall be taken against the contractor as stipulated in above mentioned GR.

6. Performance Security Deposit submitted by lowest bidder (L1) shall be refundable within three months after satisfactorily completion of work.

6. In the event of failure of tenderer to pay cash security deposit within 10 days (unless extended in writing by the Chairman ) from the date of receipt of notice (sent by Registered post) of acceptance of his tender , the amount of earnest money shall be forfeited to Government and the acceptance of his tender , shall be considere d withdrawn. Except that in the event of the notice of acceptance of the tender not being issued within 75 days of the date of opening of Envelope No.2 (Financial Bid), the tenderer shall have to option (to be intimated in writing in good time before the expiry of 75 days per iod) of withdrawing his tender , in which case the earnest money should be refunded in full . All the tenders shall remain open for acceptance for 75 days from the dated fixed for opening of Enve lope No.2 (Financial Bid) and thereafter until it is withdrawn by the tenderer by notice in writing as per condition No.2 of the Memorandum on page No. ... to .....

7. Earnest money of the unsuccessful tenderers will be refundable on their application only after an intimation of rejection of their tender is sent to them or on the expiry of the validity period which ever is earlier .

8. The acceptance of the tender may be intimated to the contrac tor telegraphically or otherwise and either by the officer competent to accept the tender or any authority in the department inc luding Government and such intimation shall be deemed to be an intimation of acceptance of the tender given by the authority competent to accept the tender .

9. In case there is difference between amount written in figures an d words, the lower offer will be taken as final.

10 . Income Ta x The income tax @ 2.00 % and surcharge thereon or at the rates amended from time to time as intimated by competent income tax authority shall be deducted from bill amount, whether measured bill , advance payment or secured advanc e.

23 Page Contractor No. of Corr ections Secretary Chairman (23)

11 . VAT TAX / Goods & Service Tax (G.S.T.) Value Added Tax @ 2.00 % shall be deducted from the contrac tor’s bill amount who are registered under Maharashtra Value Added Tax Act 2005 and 5% shall be deducted from the contractor’s bill amount who are not registered under Maharashtra Value Added Tax Act 2005 . or G.S.T. shall be deducted from contractor's bill amount as per Government orders amended from time to time.

i) Valid registration certificate under GST Act 2017 , GSTN number issued by competent authority. This certificate should be valid on the date of tender opening Valid registration certificate under GST Act 2017 , GSTN number issued by competent authority. This certificate should be valid on the date of tender opening

ii ) SGST & CGST has been implemented by the respective gover nment from 01 .07 .2017 . Extra burden of GST if any shall be compensated by A.P.M.C.PATHRI upon production of authenticated records of net extra burden on account of GST

12 . INSURANCE As per the Govt. Resolution No. FD/ Insurance-1098/ Case No.28 /98 , dated 19-08-1998 and Director of Insuranc e Maharashtra, Mumbai letter dated 26-04-2005 Contractor has to submit Govt. Insurance policy before starting the work.

13 . Royalty Charges : As per instructions issued vide P.W.D. Government of Maharashtra Resolution of Revenue and Forest Department No. Gaun khanij-10/1012/CR-603/Kh Dated 11/05/2015 while framing the estimates, royalty charges for the items of supply of mater ials like rubb le, metal, crushed metal, soft murum / hard murum, sand and soil shall be considered in the rate analysis of re spective items @ 141 .34 per Cubic Metre (Rs. 400 .00 per brass ) or ac tual and shall be re covere d.

The contractor has to pay these charges directly to Revenue Department and original chall an s, permission documents shall be

produced to concerned Chairman , If contractor fails to produce 24 Page Contractor No. of Corr ections Secretary Chairman (24)

these original documents the royalty charges shall be recovered from contractor’s bill .

14 . The tender shall be unc onditiona l, conditional tender shall be summarily re jected.

15 EXAMINATIONS OF DRAWINGS AND SITE CONDITIONS The tenderers shall in his own interest carefully examine the drawings, conditions of contract and specifications etc. He shall also inspect the site and acquaint himself about the climate, physical an d all weather conditions prevailing at site, the nature magnitude, special feature s, practicability of the works. All existing and req uire d means of communications and access to site, availability of housing and other fac ilities, the availability of labour and mater ials, labour camp site, store s, godown etc. He shall obtain all necess ary information as to the risk, contingencies and other circumstanc es which may affect and influence the tender . No claims on any of the above or any other factors will be entertained by the Gover nment. should there be any discrepancy or doubt or obscurity to be obser ved by him, he shall set forth in writing such discre panc ies, doubts, obscurity and submit the same to the Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI for elucidation as soon as poss ible.

16 TIME LIMIT The work is to be completed within time as specified in the N.I.T. which shall be reckoned from the date of written order of commencing the work and shall be inclusive of monsoon per iod.

17 . TENDER RATE No alteration in the form of tender and the schedule of tender and no additions in the scope of special stipulation will be per mitt ed. Rates quoted for the tender shall be taken as applicable to all leads an d lifts.

18 . TENDER UNITS The tenderers should particularly note the unit mentioned in the schedule "B" on which the rates are based. No change in the units shall be all owed. In the case of difference between the rates writt en

25 Page Contractor No. of Corr ections Secretary Chairman (25)

in figures and in words, the correct rate will be one, which is lower of the two.

19 . TENDER ACC EPTANCE Acceptance of tender will be rest with the Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI who re ser ves the right to reject any or all tenders without assigning any re ason therefore . The tenderer whose tender is accepted will have to enter into a regular B-2 agreement within 10 days of being notified to do so. In case failure on the part of Tenderer to sign the agree ment within the stipulated time, the earnest money paid by him shall stand forfeited to the Government and the offer of the tenderer shall considered as withdrawn by him.

20 . CONDITIONAL TENDER : The tenders who do not fulfill the condition of the notification an d the general rules and directions for the guidance of contractor in the agreement form or are incomplete in any respect are likely to be rejected without assigning any reason therefore .

The Tenders shall be presumed to have carefully examined the drawings, conditions and specifications of the work and have full y acquainted themselves with all details of the site, the conditions of rock and its joints, patt er n, river , weather charac ter istics, labour conditions and in general with all the necessary information an d data pertaining to the work, prior to tendering for the work.

The data whatsoever supplied by the Department along with the tender documents are meant to serve only as guide for the tenderer s while tendering and the Department accepts no re sponsibility whatsoever either for the accuracy of data or for their compre hensiveness .

26 Page Contractor No. of Corr ections Secretary Chairman (26)

The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are as per survey conducted by the Departm ent. The Contractor should however examine these quarries and see whether full quantity of materials required for execution of the work strictly as per specification are available in these source before quoting the rates. In case the materials are not available due to reasons w hatsoever , the contractor will have to bring the mater ials from any other source with no extra cost to Gover nment. The rates quoted, should therefore be for all leads and lifts from wherever the materials are brought at site of work and inclusive of royalty to be paid to the Revenue Department by the Contrac tor.

21 . POWER OF ATT ORNEY If the tenderers are a firm or compan y, they should in their forwarding letter mentioning the names of all the partners together with the name of person who holds the power of attorney if an y, authorising him to conduct all transactions on behalf of the body, alongwith the tender and scanned it with envelope No.1.

22 . The contractor or the firms tendering for the work shall inform the

Department if they appoint their authorised agent on the work.

23 . No foreign exchange will be released by the Dept. for the purchase of plants and machinery for the work by the contrac tor.

24 . Any dues arising out of contract will be recovered from the contrac tor as arrears of Land Revenue if not paid amica ble. Moreover , recovery of Government dues from the contractors will be effected from the payments due to the contractor from any other Government w orks under execution with them.

25 . VALIDITY PER IOD: The offer shall remain open for acceptance for minimum period of 75

days from the Date of opening of envelope No.2 (Financ ial Bid) an d 27 Page Contractor No. of Corr ections Secretary Chairman (27)

thereafter until it is withdrawn by the contractor by notice in writing duly addressed to the authority opening the tender and sent by Registered Post Acknowledgement due. (ref. to memorandum on Page ... to .... of B2 form chapter ).

26 . The contractor will have to sign the hard copy of the tender paper s and the drawings according to which the work is to be carried out, the contractor shall also have to give a declaration to the effect that he has fully studied the plan s, specifica tions, local conditions, an d availability of labour and materials and that he has quoted his rates with the consideration to all these fac tors

27 . The right is reserved to revise or amend the contract documents prior to the dated notified for the receipt of tenders or extended date. Such deviations, amendments or extensions, if an y, shall be communicated in the form of corrigendum by letter or/ and by notice in News Papers as may be considered suitable.

28 . The Tenderer s, which do not fulfill all or any of the conditions or are incomplete in any respect are liable to summarily re jection.

29 . Right to reject any or all tenders without assigning reason therefor is re ser ved. The acceptance of the tender lies with the Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI .

30 . E-Tendering Notice shall form part of the tender agree ment.

31 . Instruction to Contractor :

31 .1 In case the tenderer whose offer is found lowest is requested to negotiate and reduce the offer , if the contractor does not re spond within a period of 10 days the tender accepting authority without

issuing any reminder reserves the right to reject such tender . 28 Page Contractor No. of Corr ections Secretary Chairman (28)

31 .2 In case the contractor who is informed of acceptance of his tender , does not remit the initial Security Deposit within a period of 10 days, the tender accepting authority reserves the right to forfeit the Earnest Money Deposit without issuing any reminder to take further action according to the tender provision.

31 .3 As per Government instruction it is proposed to make payment of Contractors bills through ECS / NEAFT System. For this purpose Contractor should open his Bank account in a bank having core banking facility only.

32 . Contractor shall submit a certificate to the effect that "All the payments to the labour/staff are made in bank accounts of staff linked to Unique Identification Number (AA DHAR CARD)." The certificate shall be submitted by the contractor within 75 days from the commencement of contrac t. If the time period of contract is less than 60 days then such certificates shall be submitted within 15 days from the date of commencement of contrac t. 33.QUALIFYING CRYTERIA-Bidder should have miniumum turn over rs 50.0 laks per year of similar type of work. Bidder should have completed at least 3 similar job with photograph & completion certificate from client. 34. Statue details- - Statue having base plate minimum ISMC100 base frame of required size fixing in concrete pedestal. Statue height of 14 feet, length of 14 feet , proportionate width with chemical composition will be Copper 85%, Lead 5%, Tin 5 %, Zinc 5 % with weight 1500 to 1800 kg in colour honey Gold.

30

Page Contractor No. of Corr ections Secretary Chairman (30)

STATEMENT NO.I STATEMENT OF LIST OF WORKS IN HAND AND WORK TENDERE D FOR AS ON THE LAST DATE OF SUBMISSION OF THIS TENDER .

Name of Contrac tor: (i) Works in Hand Sr. Name Agree - Tendered Date of Stipula- Value Val ue of Probable Rem- No. of ment Amount Comm en- ted of Balance Date of arks Works No. cement date of Work work to Comple- Comple- alraedy be tion tion Done executed in next 9 months

1 2 3 4 5 6 7 8 9 10

SAMPLE FORM

(ii ) Works Tendered For Sr. Name of Name and Tendered Time Probable Other No. Work Address of Amount Limit Date when relevant Client decision is details if expected any 1 2 3 4 5 6 7

SAMPLE FORM

Note : 1) This is only a standard form. Details are to be furnished in this

format in the form of type written statements which shall be Scanned and Enclosed in Envelope No.1 duly signed. 31 Page Contractor No. of Corr ections Secretary Chairman (31)

2) The documentary proof of work in hand, work tendered for should be submitted with this statement duly attested by Gazetted Off icer.

Signature of Contrac tor

32 Contractor No. of Corr ections Secretary Chairman Page (32)

(On Stamp Paper worth Rupees 100 /-) (Aff idavit)

I ------AGE------

r/o- SOLEMNLY DECLARE THAT, I ------

------PARTNER/ PROPRITOR OF THE FIRM AND SUBMITTED

THE TENDER FOR THE WORK ------

------. I HAVE SUBMITTED THE DOCUMENTS IN ENVELOPE NO- 1

FOR THIS WORK ARE TRUE AND CORRECT. THERE IS ANY TYPE OF WRONG , MISGUIDEING ,

INCOMPLETE PAPERS. IF THE INFORMATION IN THESE DOCUMENTS ARE INCOMPLETE OR

WRONG I WILL RESPONSIBLE FOR LEGAL ACTION.

CONTRACTOR

33

Page Contractor No. of Corr ections Secretary Chairman (33)

34 Page Contractor No. of Corr ections Secretary Chairman (34)

M E M O R A N D U M

1. General Description

a] General Description Name of Work: a] If several sub- TENDER FOR works are included PROPOSED SUPPLY & they should be INSTALLATION of detailed in a separate STATUE FOR list. AGRICULTURE PRODUCE MARKET COMMITTEE PATHRI , AT COTTON YARD DIST PARBHANI b]

c] Earnest Money Rs. 20,000 .00 c] The amount of earnest money to be deposited shall be in accordace with the provisions of paras. 206 & 207 of the M.P.W. Manual. d] Security Deposit d] This deposit shall i] Cash [Not less than Rs. 40,000 .00 be in acc ordance with paras, 213 & the amount of earnest 214 of the M.P.W

money] Manual. Rs. 40,000 .00 ------ii] To be deducted from Rs. 80,000 .00

current bill s

TOTAL Rs. e] Per centage, if any to be e] This percentage where no security deducted from bills so deposit is taken will 4% as to make up the total vary from 5% to 10 % (Four Percent) according to the amount required as requirements of the security deposit by the case. Where security time half the work as deposit is taken, see measured by the cost is note to clause 1 of conditions of the done. contract. f] Give schedule f] Time allowed for the 3 (THREE ) where necess ary completion of work from Calendar Month showing dates by date fixed in written [Inc luding Monsoon which the various order to comm enc e, Season] items are to be Calendar months. completed.

40 Page Contractor No. of Corr ections Secretary Chairman (40)

2. I/We agree that this offer shall remain open for acceptance for a minimum period of 75 days from the date fixed for opening of envelope No.2 and thereafter until it is withdrawn by me/us by notice in writing duly addressed to the authority opening the tender s and sent by registered post A.D. or otherwise delivered at the office of such authority. The amount of earnest money shall not bear intere st and shall be liable to be forfeited to the Government should I/We fail to (i) abide by the stipulation to keep the offer open for the per iod mentioned above or ii ) Sign and complete the contract documents as required by the Engineer and furnish the security deposit as specified in item (d) of the Memorandum contained in Paragraph (1) above within the time limit laid down in clause [i] of the ann exed General conditions of contrac t. The amount of earnest money may be adjusted towards the security deposit or refunded to me/us if so desired by me/us in writing, unless the same or any part thereof has been forfeited as afore said.

3. Should this tender be accepted I/We hereby agree to abide by an d fulfill all the ter ms, and provisions of the conditions of contrac t annexed hereto so far as applicable and in default thereof to forfeit and pay to Government the Sums of money mentioned in the said conditions.

The full value of EMD is to be absolutely forfeited to Government should I/ We not deposit the full amount of security deposit specified in the above memorandum, in accordance clause 1(A) of the said conditions, otherwise the said sum of Rs. shall be refunded. (Strike out (a) if no cash security deposit is to be taken.)

41 Page Contractor No. of Corr ections Secretary Chairman (41)

Receipt No. dated from the Government

Treasury or Sub Treasury at in respect of the sum of Rs. (Rupee s in words ) is herewith forwarded representing the earnest money (a) the full value of which is be absolutely forfeited to Government should I/ We not deposit the full amount of security deposit specified in the above memorandum, in accordance clause 1(A) of the said conditions, otherwise the said sum of Rs.

shall be refunded. (Strike out (a) if no cash security deposit is to be taken.)

Contractor ...... (Signa ture of Contrac tor)

Address ...... before submission of tender .

...... Date the day of 201 ....

(Witness ) ...... (Signa ture of Witness ed) Address ...... to contractor's signa ture . Occupation ......

"The above tender is hereby accepted by me for and on behalf of the Governor of Maharashtra.

......

......

......

* Signature of the Chairman Officer by whom acc epted. Agriculture Product Market Committee PATHRI DIST PARBHANI . Dated day of 201 ...

42 Page Contractor No. of Corr ections Secretary Chairman (42)

CONDITIONS OF THE CONTRACT

CLAUSE 1. : :- Security The person/ persons whose tender may be acc epted Deposit. (here ina fter called the contrac tor, which expression shall unless excluded by or repugnant to the context inc lude his heirs executors, administrators, and ass igns) shall (a) within 10 days (which may be extended by the Chairman concerned up to one month / two month / three months respectively if the Chairman thinks fit to do so ) of the receipt by him of the notification of the acceptance of his tender deposit with the Chairman in cash or Gover nment securities endorsed to the Chairman (if deposited for more than 12 months) of sum sufficient which will mak e up the full security deposit specified in the tender or Permit Government at the time of making any payment to him for work done under the contract to deduct such some as will amount to Four percent of all money so payable such deductions to be held by Government by way of security deposit. Provided always that in the event of the contractor depositing lumpsum by way of security deposit as contemplated at (a) above then and in such ca se, if the sum so deposited shall not amount to Four Percent of the total estimated cost of the work, it shall be lawful for Government at the time of making an y payment to the contractor for work done under contrac t to make up the full amount of Four percent by deducting a sufficient sum from every such payment as last aforesaid until the full amount of the security deposit is made up. All compensation or other sums of money payable by the contractor to the Gover nment under the terms of his contract may be deducted from or paid by the sale of sufficient part of his security deposit or from the interest arising therefrom, or from any sums which may be due or may become due by Government to the contractor under any other Contract or tran sac tion of any nature on any account whatsoever and in the event of his security deposit being reduced be reason of any such deduction or sale as afore said, the contrac tor shall within 10 days there after , make good in cash or Government securities, endorsed as aforesaid any sum or sums which may have been deducted from or raised by sale of his security deposit or any part thereof . The security deposit referred to when paid in cash may, at the cost of the depositor, be converted into intere st bearing securities provided that the depositor has 43 Page Contractor No. of Corr ections Secretary Chairman (43)

expressly desired this writing.

If the amount of the security deposit to be paid in a lump sum within period specified at (a) above is not paid the tender/ contract already accepted shall be considered as cancelled and legal steps taken against the contractor for recovery of the amounts, The amount of the security deposit lodged by a Contractor shall be refunded along with the payment of the final bill , if the date which the contractor has agreed to maintain the work in good order is over , if such date is not over only 50% amount of security deposit shall be refunded along with the payment of the final bill . The amount of the 50% Security deposit retained by the Government shall be re leased after expiry of period upto which the Contractor has agreed to maintain the work in good order is over as per Clause 20 of this agree ment. In the event of the contractor failing or neglecting to complete re ctifica tion work, within the period upto which the contractor has agreed to maintain the work in good order , then subject to provisions of clauses 17 and 20 hereof the amount of Security Deposit retained by Government shall be adjusted towards the excess cost incurred by the department on rectification work.

The amount retained towards defect liability period in pursuant to clause 20 shall not be in the form of Bank Guarantee .

Note : This will be the same percentage as that in the tender at (e).

CLAUSE 2 :

Compens ation The time allowed for carrying out the work as entered in for Delay. the tender shall be strictly observed by the contrac tor and shall be reckoned from the date on which the order to commence work is given to the contrac tor. The work shall through out the stipulated period of the contract be proceeded wi th, with all due diligence and the contrac tor shall pay as compensation an amount equal to one percent or such smaller amount as the Super intending Engineer (whose decision in writing shall be final ) may decide of the amount of the estimated cost of the whole work as shown by the tender for every day that the work remains uncommented or unfinished after the proper

44 Page Contractor No. of Corr ections Secretary Chairman (44)

dates. And further to ensure good progress during execution of the work, the contractor shall be bound in all cases in which the time allowed for any work excee ds one months to complete.

The contractor should complete the work as per phase given below.

25% of the work in 1/4 of the time

50% of the work in 1/2 of the time

75% of the work in 3/4 of the time

Full work will be completed in 15 (Fiftee n) ca lendar months (Inc luding monsoon season).

In the event of the contractor failing to comply with this condition he shall be liable to pay as compensation an amount equal to one percent or such smaller amount as the Superintending Engineer (whose decision in writing shall be fina l) may decide of the said estimated cost of the whole work for every day that the due quantity of work remains inc omplete. Provided always that the total amount of compensation to be paid under the provisions of this clause shall not exceed 10% of the estimated cost of the whole work as shown in the tender .

The Superintending Engineer should be final authority in this respect irrespective of the fact that the tender is accepted by the Chief Engineer / Superintending Engineer/ Chairman.

CLAUSE 3 : Action when whole of In any case in which under any clause or clauses of this Security contract the contractor shall have tendered himself liable Deposit is to pay compensation amounting to the whole of his Forfeited. security deposit (whether paid in one sum or deducted by installments ) or in case of abandonment of the work owing to serious illness or death of the Contractor or an y other cause the Chairman on behalf of the Governor of Maharashtra shall have power to adopt of the fo ll owing courses, as he may deem best suited to the interest of Gover nment:

a] To rescind the contract (for which decision notice in writing to the contractor under the hand of Chairman shall be conclusive evidence ) and in that case the security deposit of the Contractor shall

45 Page Contractor No. of Corr ections Secretary Chairman (45)

stand forfeited and be absolutely at the disposal of Gover nment.

b] To carry out the work or any part of the work departmentally debiting the contractor with the cost of the work, expenditure incured on tools and plan t and charges on additional supervisory staff including the cost of work-charged establishment employed for getting unexecuted part of the work completed and crediting him with the value of the work done departmentally in all respects in the same manner and at the same rates as if it had bee n carried out by the contractor under the terms of his contrac t. The certificate of the Chairman as to the costs and other allied expenses so incurred and as to the value of the work so done departm entall y shall be final and conclusive against the contrac tor.

c] To order that work of the contractor be measured up and to taken such part thereof as shall be unexecuted, out of his hands and to give it to another contractor to complete, in which case all expenses incurred on advertisement for fixing a new contracting agenc y, additional supervisory staff including to cost of work-Charged establishment and the cost of the work executed by the new- contract agency will be debited to the contractor an d at the value of the work done or executed through the contractor shall be credited to the contractor in all respects and in the same manner and at the same rates as if it had been carried out by the contractor under the terms of his contract the certificate of the Chairman as to all the cost of the work and other expenses incurred as aforesaid for or in getting the unexecuted work done by the new contractor and as to the value of the work so done shall be final and conclusive against the contrac tor.In case the contract shall be re scinded under clause (a) above the contractor shall not be entitled to recover or be paid, any sum for any work therefor actually performed by him under this contract unless and until the Chairman shall have certified in writing the performance of such work and the amount payable to him in respect thereof and he shall only be entitled to be paid the amount so cer tified. In the event of either of the courses 46 Page Contractor No. of Corr ections Secretary Chairman (46)

referred to in clause (b) or (c) being adopted and the cost of the work executed departmentally or through a new contractor and other allied expenses exceeding the value of such work credited to the contrac tor, the amount of excess shall be deducted from any money due to the contrac tor, by Government under the contract or otherwise or howsoever from this security deposit or the sale proceeds thereof provided however that the contractor shall have no claim against Gover nment even if the certified value of the work done departmentally or through a new contractor excee ds the certified cost of such work and allied expenses, provided always that whichever of the three courses mentioned in clause (a),(b) or (c) is adopted by the Chairman , the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased, or procured an y mater ials, or entered into any engagements, or made any advances on account of or with a view of the execution of the work or the performance of the contrac t. CLAUSE 4:

In the progress of any particular portion of the work is Action when the progress of unsatisfac tory, the Chairman shall notwithstanding that any particular the general progress of the work is in accordance with portion of the the conditions mentioned in clause 2, be entitled to tak e work is action under clause 3 (b), after giving the contractor 10 uns atisfactory. days notice in writing. The contractor will have no claim for compensation, for any loss sustained by him owing to such ac tion.

CLAUSE 5 Contractor In any case in which any of the powers conferred upon remains liable to the Chairman by clauses 3 and 4 here of shall have pay Compensation if become exercisable and the same shall not have bee n Action not exer cised. the non-exercise there of shall not constitute a taken under waiving of any of the conditions here of such power s Clause 3 & 4. shall no withstanding by exercisable in the event of an y future cases of default by the contractor for which under any clause or clauses hereof he is declared liable to pay compensation amounting to the whole of his security deposit and the liability of the contractor for past an d future compensation shall remain una ffected.In the

47 Page Contractor No. of Corr ections Secretary Chairman (47)

event of the Chairman taking action under sub-clause (a) Power to take or (c) or clause 3, he may if he desires take possession of possession of or sell contractor’s all or any tools plan t, materials and store s, in or plant. upon the works or the site thereof or belonging to the contrac tor, of procured by him and intended to be used for the execution of the work or any part thereof paying or allowing for the same in account at the contract rates, or in the case of contract rates not being applica ble, at current market rates to be certified by the Chairman whose certificate thereof shall be fina l. In the alter na tive, the Chairman may, after giving notice in writing to the contractor or his clerk of the work foremen or other authorised agents require him to remove such tools an d plan t, materials or stores from the premises within a time to be specified in such notice, and in the event of the contractor failing to comply with any such req uisition the Chairman may remove them at the contrac tor's expenses or sell them by auction or private sale on account of the contractor and at his risk in all re spect, and the certificate of the Chairman as to the expenses of any such removal and the amount of the proceeds an d expense of any such sale shall be final and conc lusive against the contrac tor.

CLAUSE 6 : Extension of If the contractor shall desire an extension of the time for Time. completion of work on the ground of his having b ee n

unavoidably hindered in its execution or on any other ground, he shall apply in writing to the Chairman before

the expiry of the period stipulated in the tender or before the expiration of 30 days from the date on which he was

hindered as aforesaid or on which the cause for asking for extension occurred which is earlier and the Chairman

may with prior approval of the authority competent to accept the tender , if in his opinion there was re asona ble

grounds for granting an extension grant such extension as he thinks necessary or proper . The decision of the Chairman in this matter shall be fina l.

CLAUSE 7 :

Final On the completion of the work the contractor shall be certificate. furnished with a certificate by Chairman (here ina fter called the Engineer in charge ) of such completion, but no such certificate shall be given nor shall the work be considered to be complete until the Contractor shall have removed from the premises on which the work shall have 48 Page Contractor No. of Corr ections Secretary Chairman (48)

been execute, all scaffolding surplus materials an d rubb ish, and shall have cleaned off , the dirt from all work door, windows, wall s, floor or other parts of an y building in or upon which the work has been executed, or of which he may have had possession for the purpose of executing the work, nor until have been measured by the Engineer-in-charge or where the measurement have been taken by his subordinates until they have re ceived approval of the Engineer in charge the said measurements being binding & conclusive against the contrac tor. if the contractor shall fails to comply with the requirements of this clause as the removal of sca ffo lding surplus materials and rubbish and cleaning of dirt on or before the date fixed for the work the Engineer in charge may at the expense of the contractors remove such sca ffo lding, surplus material and rubbish and dispose of the same as he thinks fit and clean off such dirt as aforesaid and the contractor shall forthwith pay the amount of all expenses so incurred but shall have no claim in respect of any such scaffolding or surplus materials as aforesaid except for any sum ac tuall y released by the sale thereof .

CLAUSE 8 : Payment of No payment shall be for any work estimated to cost less intermediate than rupees one thousand till after the whole of the work certificate to shall have been completed and a certificate of completion be regarded as given. But in the case of works estimated to cost more advances. than rupees one thousand the contractor shall , on submitting a monthly bill therefor be entitled to re ceive payment proportionate to the part of the work then approved & passed by the Engineer in charge whose certificate or such approval and passing of the sum so payable shall be final and conclusive against the contrac tor. All such intermediate payments shall be regarded as payments by way of advance against the final payments only and not as payments 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 shall such payment be considered as an admission of the due date performance of the contractor any part thereof in an y respect or the occurring of any claim, nor shall it conc lude, determine or affect any other way the power s

of the Engineer-in-charge to the final settlement an d 49 Page Contractor No. of Corr ections Secretary Chairman (49)

adjustment of the accounts or otherwise or in any other way very or affect the contrac t. 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 measurement an d of the total amount payable for the work shall be fina l and binding on all parties .

CLAUSE 9: Payment at The rates for several items of work estimated to cost reduced rates more than RS.1000 /- agreed to within shall be valid only on accounts of when the items concerned is accepted as having b ee n item of work completed full in accordance with the sanc tioned not acc epted specifications in case where the item of the work are not as completed accepted as so completed, the Engineer-in-charge may to be at the make payment on account of such items at such re duced discretion of rates as he may consider reasonable in the pre paration Enginee r-in- of final or on account bill s. Charge.

CLAUSE 10 : A bill shall be submitted by the contractor each month Bills to be on before the date fixed by the Engineer-in-charge for all submitt ed work executed in the previous month and the Engineer - monthly. in-charge shall , take or cause to be taken the req uisite measurements for the purpose of having the same ver ified, and the claim so far as it admissible shall be adjusted, if poss ible, within ten days from the presentation of the bill . If the contractor does not submit the bill within the time fixed as afore said, the Engineer - in-charge may depute a subordinate to measure up the said work in the presence of the contractor or his duly authorised agent whose counter signature to the measurement list shall be sufficient warr an t, and the Engineer-in-charge may prepare a bill from such list which shall be binding on the contractor in all re spects. Bills will be paid on availability of funds for the work conerned.

CLAUSE 11 : Bills to be on The Contractor shall submit all bills on printed forms to the printed forms. be had on application at the office of Engineer -in-charge. The charges to be made in the bills shall always be entered at the rate of specified in the tender or in the case of any extra work order in purchase of these conditions, and not mentioned or provided for in the tender , at the rates hereinafter provided for such work.

50 Page Contractor No. of Corr ections Secretary Chairman (50)

CLAUSE 12 : Store supp lied If the specification or estimate of the work provide for the by uses of any special description of materials to be Department. supplied from the store of the Department or if it is required that the Contractor shall use the certain store to be provided by the Engineer-in-charge (such mater ials and stores and the prices to be charged therefore as hereinafter mentioned being so far as practicable for the convenience of the contract but not so as in any way to control the meaning or effect of this contract specified in the schedule of memorandum here to annexed ) the contractor shall be supplied with such materials an d store as may required from time to time to be used by him for the purpose of the contract only, and the value of the full quantity of the materials and stores so supplied shall be set off or deducted from any sums then due or thereafter to become due to the Contractor under the Contract or otherwise or from the security deposit, or to proceed of sale there of if the security deposit is held in Government securities, the same or sufficient portion thereof shall in that case be sold for all purpose. All material supplied to the Contractor shall be remain the absolute property of Government and shall on no account of remove from the site of the work, and shall at all times be open to inspection by the Engineer -in- charge. Any such materials unused and in perfectly goo d condition at the time of completion or determination of the contract shall be returned to the Departmental store , if the Engineer-in-charge so requires by notice in writt en given under the han ds, but the Contractor shall not be entitled to return any such material Except with the consent of the Engineer-in-charge and shall have no claim to compensation on account of any such mater ial supplied to him as aforesaid but remaining unused by him or for an wastage in our damage to such an y mater ials.

CLAUSE 13 Works to be The Contractor shall execute the whole and the ever y executed in part of the work in most substantial and workman like accordance with specifications, mann er , and both as regard material and in every other drawings, orders respect in strict accordance with specifica tion. The etc. contractor shall also confirm exac tly, fully and faithfull y to the designs, drawings and instruction in w riting relating to the works sign the Engineer-in-charge an d 51 Page Contractor No. of Corr ections Secretary Chairman (51)

lodged in his office and to which the contractor shall be entitled to have access for the purpose of inspection at such off ice, or on the site of the work during office hours. The Contractor will be entitled to received three set of contract drawing and working drawing as well as one certified copy of the accepted tender along with the work order free of cost further copies of the contract drawings and working drawing if required by him, shall be supplied at the rate of Rs. 300/- per set of contract of drawings and Rs. 150/- per working drawing except where otherwise specified.

CLAUSE 14 :

The Engineer-in-charge shall have power to makes an y Alteration in specifications alteration in or, addition to the original specification and designs drawing design and instructions that may appear to him not to to be necessary or advisable during the progress of the invalidate work, and the Contractor shall be bond to carry out the contracts. work with accordance with any instruction in this

connection which may be given to him in writing signed by the Engineer-in-charge and such alteration shall not invalidate the contract and any additional work w hich

the contractor may be directed to do in the mann er above specified as part of the work shall be carried out

by the contract or on the same rate as specified in the tender for the main work and if the additional an d

altered work include any class of work for which no rate is specified in this Contrac t, then such class of work

shall be carried out by the contractor on the same condition on all respect on which he agreed to do the

main work, and at the same rates as specified in the tender for the main work. And if the additional an d

altered work includes any class of work for which no rate is specified in this contrac t, then such class of

work shall be carried out at the rates entered in the schedule of the rate of the division or the rate

mutually agree d upon between the Engineer-in- charge and the Contrac tor, whichever are lower .

Rates for works If the additional or altered work for which on the rate is not entered in entered in this schedule of the rate of the division is estimate or schedule of ordered to be carried out before the rates or agreed upon rates of the then the Contractor shall , within 7 days of the receipt by District. him of the order to carry out the work, informed the Engineer-in-charge of the rate which it is his intention to

52 Page Contractor No. of Corr ections Secretary Chairman (52)

charge for such class of work and if the Engineer -in- charge does not agreed to this rate he shall by notice in written be at liberty to cancel his order to carry out such as class of work and arrange to carry out in such manner as he may considered advisable, provided always that if the contractor shall commence work or inc urre any expenditure in regard there to before the rates shall have been determine at lastly determine herein before mentioned then in such case he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the determination of the rate as aforesaid according to such rate or rates as shall be fixed by the Engineer -in-charge. In the event of the dispute the decision of the Superintending Engineer of the Circle will be fina l.

Where , however , the work is to be executed according to the designs drawings and specifications recommended by

the contractor and accepted by the competent authority the alterations above referred to shall be within the scope

of such designs, drawings and specifications app ended to the tender .

Extension of The time limit for the completion of the shall be extended time in in the proportion that the increase in the cost occa sioned consequence of by alteration or addition bears to the cost of the origina l additions or contract work, and the certificate of the Engineer - alterations . in- charge as to such proportion shall conc lusive.

No claim to any CLAUSE 15 : payment 1] If at any time after the execution of the contrac t compensation or alteration in or documents, the Engineer shall for any reason what- restrictions of so- over other than default on the part of the contractor work. for which the Government is entitled to rescind the contrac t desires that the whole or any part of the work specified in the tender should be suspended for any period or that the whole or part of the work should not be carried out at all he shall give to the contractor a notice in writing of such desire and upon the receipt of such notice the contractor shall forthwith suspend or stop the w ork whole or in part as req uire d, after having due regard to the appropriate stage at which the work should be stopped or suspended so as not to cause any damage or injury to the work already done or endanger the safety thereof provided that the decision of the Engineer as to the stage at which the

work or any part of it could have 53 Page Contractor No. of Corr ections Secretary Chairman (53)

been safety stopped or suspended shall be final an d conclusive against the contrac tor. The contractor shall have no claim to any payment or compensation whatsoever by reason of or in presence of any notice as afore said, on account of any suspension stoppage or curtailment except to the extent specified here ina fter .

2] Where the total suspension of work ordered as aforesaid continued for continuous period exceeding 120 days, the contractor shall be at liberty to withdraw from the contractual obligations under the contract so far as it pertains to the unexecuted part of the work by giving a 10 days prior notice in writing to the Engineer within 30 days of the expiry of the said period of 120 days of such intention and require the Engineer to record the fina l measurements of the work already done and to pay fina l bill upon giving such, notice the contractor shall be deemed to have been discharged from his obligation to complete the remaining unexecuted work under his contrac t. On receipt of such notice the Engineer shall proceed to complete the measurement and make such payment as may be finally due to the contractor within a period of 90 days from the receipt of the of such notice in respect of the work already done by the contrac tor. Such payment shall not in any manner prejudice the right of the contractor to any further compensation under the remaining provisions of this clause.

3] Where the Engineer requires the contractor to suspend the work for a period in excess of 30 days at any time or 75 days in the agg re gate, the contractor shall be entitled to apply to the Engineer within 30 days of the resumption of work after such suspension for payment of compensation to the extent of pecuniary loss suffered by him in respect of working machinery rendered idle on the site or on the account of his having had to pay the salary or wages of labour engaged by him during the said period of suspension provided always that the contrac tor shall not be entitled to any claim in respect of any such working machiner y, salary or wages for the first 30 days whether consecutive or in the aggregate of such suspension or in respect of any suspension whatsoever occasioned by unsatisfactory work or any other default

on his part. The decision of the Engineer in this re gard shall be final and conclusive against the contrac tor. 54 Page Contractor No. of Corr ections Secretary Chairman (54)

4] In the event of -

i) Any total stoppage of work on notice from the Engineer under Sub-Clause (i) in that behalf,

ii ) Withdrawal by the contractor from the contrac tual obligation to complete the remaining unexecuted under sub-clause (2) on account of continued suspension of work for a period exceeding 90 days, or

iii ) Curtailment in the quantity of item or items originally tendered on account of any alter ation, omission or substitution in the specifica tions, drawings designs, or instructions under clause 14 (1) where such curtailment exceeds 25% in quan tity and the value of the quantity curtailed beyond 25 percent at the rates for the items specified in the tender is more than Rs. 5000 /-.

It shall be open to the contractor within 90 days from the service of (i) the notice of stoppage of work or

(ii) the notice of withdrawal from the contrac tual obligation under the contract on account of the contained suspension of work or

(iii) a notice under clause 4 (1) resulting is such curtailment to produce to the Engineer satisfac tory evidence that he had purchased or agreed to purchase material for use in the contracted work, before receipt by him the notice of stopp age, suspension or curtailment and require the Government to take over payment such mater ials at the rates determined by the Engineer provided however , such rates shall in no case exceed that rates at which the same was acquired by the contrac tor. The Government shall thereafter tak e over the materials so offered provided the quantities offered are not in excess of the requirement of the unexecuted work as specified in the accepted tender and are of quality an d specifications approved by the Engineer .

55 Page Contractor No. of Corr ections Secretary Chairman (55)

CLAUSE 15 (A) : The contractor shall not be entitled to claim an y No claim to compensation from Government for the loss suffered by compens ation him on account of delay by Government in the supply of on account of material entered in Schedule A where such delay is loss due to caused by - delay in supp ly of material by i) Difficulties relating to the supply of railway wagons . Gove rnment. ii ) Force majeure iii ) Act of God.

iv) Act of enemies of the state or any other re asona ble cause beyond control of Gover nment.

In the case of such delay in the supply of mater ials Government shall grant such extension of time for the completion of the work as shall appear to the Chairman to be reasonable in accordance with circumstances of the ca se. The decision of the Chairman as to the extension of time be accepted as final by the contrac tor.

CLAUSE 16 : Time limit for Under no circumstances whatever shall the contractor be unforeseen entitled to any compensation from Government on an y claims. account unless the contractor shall have submitted a claim in writing to the Engineer-in-charge within one month of the cause of such claim occ urr ing.

CLAUSE 17 : Action and If at any time before the security deposit or any part compens ation thereof is refunded to the contractor it shall appear to payable in case the Engineer-in-charge or his subordinate in charge of of bad work. the work, that any has been executed with unsound imperfect or unskillful workmanship or with materials of inferior quality, or that any materials or articles provided by him for the execution of the work are unsound or of a quality inferior to the contracted for or are otherwise not in accordance with the contract it shall be lawful for the Engineer-in-charge to intimate this fact in writing to the contrac tor, and then not withstanding the fact that the work materials or articles complained of may have bee n inadvertently passed certified and paid for the contrac tor shall be bound forthwith to re ctify, or remove an d reconstruct the work so specified in whole or in part, as 56 Page Contractor No. of Corr ections Secretary Chairman (56)

the case may require or if so req uire d, shall remove the materials or articles so specified and provided other proper and suitable materials or articles at his own charge and cost, and in the event of his failing to do so within a period to be specified by the Engineer - in-charge in the written intimation afore said, the contractor shall be liable to pay compensation at the rate of one percent on the amount of the estimate for ever y day not exceeding 10 days, during which the failure so continuous and in the case of any such failure the Engineer-in-charge may rectify or remove and re -execute the work or remove and replace the materials or articles complained of as the case may be at the risk an d expense in all respect of contrac tor. Should the Engineer-in-charge consider that any such inferior work of material as described above may be accepted or made use of it shall be within his discretion to accept the same at such reduced rates as he may fix therefor.

CLAUSE 18 : All works under or in course of execution or executed in Work to be pursuance of the contract shall at all times be open to open to the inspection and supervision of the Engineer -in-charge ins pection. and his subordina tes, and the contractor shall at all

times during the usual working hours and at all other times at which reasonable notice of the intention of the

Engineer-in-charge and his subordinate to visit the w ork shall have been given to the contractor either himself be

present to receive orders and instructions, or have a responsible agent duly accredited in writing present for

Contractor or that purpose. Orders given to the contractor's duly respons ible authorised agent shall be considered to have the same agent to be force and effect as if they had been given to the present. contractor himself.

CLAUSE 19 :

The contractor shall give not less than five days notice in Notice is to be given before writing to the Engineer-in-charge or his subordina te-in- work is charge of the work before covering up or other wise covered up. placing beyond the reach of measurement any work in that the same may be measure d, and correct dimensions thereof taken before the same is so covered up or plac ed beyond the reach of measurement and shall not cover up

57 Page Contractor No. of Corr ections Secretary Chairman (57)

or placed beyond the reach of measurement any work without the consent in writing of the Engineer -in-charge or his subordinate in charge of the work, and if any work shall be covered up or placed beyond the reach of measure ment, without such notice having given or consent obtained, the same shall be uncovered at the Contrac tor's expense, and in default thereof no payment or allowance shall be made for such work or for the materials with which the same was executed.

CLAUSE 20 : If during the period of 36 Months (Thirty Six Months) Contractor from the date of completion as certified by the engineer - liable for in-charge pursuant to clause No.7 of the contract or 42 damage done (Forty Two) Months after commissioning the work, and for whichever is earlier the opinion of the Chairman the said imperfection. work is defective in any manner whatsoever , the contractor shall forthwith on receipt of notice in that behalf from of Chairman , duly commence execution an d completely carry out at his cost in every respect all the work that may be necessary for rectifying and sett ings right the defects specified therein including disman tling and reconstruction of unsafe portions strictly in accordance with and in the manner prescribed an d under the supervision of the Chairman . In the event of the contractor failing or neglecting to comm enc e execution of the said rectification work within the per iod prescribed therefor in the said notice and/or to complete the same as aforesaid as required by the said notice, the Chairman get the same executed and carried out departmentally or by any other agency at the risk on account and at the cost of the contrac tor. The contrac tor shall forthwith on demand pay to the Government the amount of such cost charges & expenses sustained or incurred by the Government of which the certificate of the Chairman shall be final and binding on the contrac tor. Such cost charges and expenses shall be deemed to be arrears of land revenue and in the event of the contractor failing or neglecting to pay the same on demand as aforesaid without prejudice to any other rights and remedies of the Government the same may be recovered from the contractor as arrears of land re venue. The Government shall also be entitled to deduct the same from any amount which may then be payable by the Government

to the Contractor either in respect of the 58 Page Contractor No. of Corr ections Secretary Chairman (58)

said work or any other work whatsoever , or from the amount of security deposit retained by Gover nment.

CLAUSE 21 : Contractor to The Contractor shall supply at his own cost all mater ial supply plants, (except such special materials if an y, as may ladd ers, in accordance with the contract be supplied from the scaffolding etc. departmental store ) plan t, too ls, applianc es, implements ladders ,cordage , tack le, sca ffo lding, and temporary works requisite or proper for the proper execution of the work, w hether , in the origina l, altered or substituted form, and whether included in the specification or other document forming part of the contract or referred to in these conditions or not and which may be necessary for the purpose of satisfying or complying with the requirement of the Engineer-in- charge as to any matt er as to which under these conditions he is entitled to be satisfied or which he is entitled to require together with the carriage therefor to and from the work. The Contractor shall also supply without charge the req uisite number of persons with the means and mater ials necessary for the purpose of setting out work an d counting, weighing and assisting in the measurement or examination at any time and from time to time of the work or the mater ials, failing this the same may be provided by the Engineer-in-charge at the expense of the contractor and the expenses may be deducted from an y money due to the contractor under contract from his security deposit or the proceeds of sale thereof , or of a sufficient portion thereof .

And is liable for The Contractor shall provided all necessary fencing an d damages arising from non- light required to protect the public from accident an d provision of light, shall also be bound to bear the expenses of defence of fencing etc. every suit, action or other legal procee ding, that may be brought by any person for injury sustained owing to neglect of the above pre ca ution, and to pay any damages and costs which may by awarded in any such suit, action or proceedings to any such person or which may with the consent of the contract be paid for compromising any claim by any such per son.

59 Page Contractor No. of Corr ections Secretary Chairman (59)

CLAUSE 21 (A) :

The contractor shall provide suitable scaffolds an d working platforms gangways and stairways and shall comply with the following regulations in conn ection there with.

a] Suitable scaffolds be provided for workmen for all works that cannot be safely done from a ladder or by other mean s.

b] A scaffold shall not be constructed, taken down, or substantially altered except.

i] Under the supervision of a competent an d responsible per sons, an d

ii] As far as possible by competent worker s possessing adequate experience in this kind of work.

c] All scaffolds and appliances connected there with and ladders shall i] be of sound mater ial.

ii] be of adequate strength having regard to the loads and strains to which they will be subjected, an d iii] be maintained in proper condition.

d] Scaffolds shall be so constructed that no part thereof can be displaced consequence of normal use

e] Scaffolds shall not be over-loaded and so far as practicable the load shall be eventually distributed

f] Before installing lifting gear on scaffolds special precautions shall be taken to ensure the stre ngth and stability of the sca ffo lds.

g] Scaffolds shall be periodically inspected by a competent per son

h] Before allowing a scaffold to be used by his workmen the Contractor shall , whether the scaffold has bee n erected by his workmen or not take steps to ensure 60 Page Contractor No. of Corr ections Secretary Chairman (60)

that it complies fully with the regulations here in specified.

[i] Working platform, gangways stairways shall .

i] be so constructed that no part thereof can sag unduly or uneq uall y.

ii] be so constructed and maintained, having regard to the prevailing conditions as to reduce as for as practicable risks of per sons tripping or slipp ing, an d

iii] be kept free from any unn ecess ary obstruction.

[j] In the case of working platform, gangways plac es and stairways at height exceeding 3.00 metre ( to be specified)

i] every working platform and every gan gways shall be closely boarded unless other adequate measures taken to ensure safely.

ii] every work platform and gan gway, shall have adequate width an d

iii] every working platform, gangway working place and stairways shall be suitably fenc ed.

[k] Every opening in the floor of a building or in w orking platform shall except for the time and to the extent required to allow the excess of persons or the transport or shifting of mater ial, be provided with suitable means to prevent the fall of persons of mater ial.

[l] When persons are employed on a roof where is a danger of falling from a height exceeding 3.0m suitable precautions shall be taken to prevent the fall of persons or mater ial.

[m] Suitable precautions shall be taken to prevent persons being struck by articles which might fall 61 from scaffolds or other working plac e. Page Contractor No. of Corr ections Secretary Chairman (61)

[n] Safe means of access shall be provided to all working platform and other working plac es.

[o] The contrac tor(s) will have to make payment to Labourers as per Minimum Wages Act.

CLAUSE 21 - B : The Contractor shall comply with the fo ll owing regulations as regards the Hoisting Appliances to be used by him.

[a] hoisting machines and tack le, including their att achments, anchorages and supports shall ,

i] be of good mechanical construction, sound material and adequate strength and free from patent defect, an d ii] be kept in good repair and in good working order .

[b] Every rope used in hoisting or lowering materials or as a means of suspension shall be suitable quality and adequate strength and free from patent defect.

[c] Hoisting machines and tackle shall be examined an d adequately tested after erection on the site an d before use be re-examined in position at intervals to be prescribed by the Gover nment.

[d] Every chain, ring, hoo k, swivel and pulley block used in hoisting or lowering materials or as a mean s of suspension shall he periodically examined.

[e] Every crane driver or hoisting appliance oper ator shall be properly qualified.

f] No person who is below the age of 21 years shall be in control of any hoisting machine, including an y scaffold which give signals to the oper ator.

g] In the case of every hoisting machine and of ever y chain, ring hoo k, shackle swivel and pulley block used in hoisting or lowering as a means of suspension, the safe working load shall be 62 Page Contractor No. of Corr ections Secretary Chairman (62)

ascertained by adequate mean s.

h] Every hoisting machine and all gear referred to preceding regulation shall be plainly marked with the safe working load.

i] In the case of a hoisting machine having a variable safe working load each safe working load and the conditions under which it is applicable shall be clearly indica ted.

j] No part of any hoisting machine or of any gear referred to in regulation (h) above shall be loaded beyond the safe working load except for the purpose of testing.

k] Motors, gearing transmissions electric wiring and other dangerous parts of hoisting appliance shall be provided with efficient safeguard.

l] Hoisting appliance shall be provided with such means as will reduce to a minimum the risk of the accidental descent of the load.

m] Adequate precaution shall be taken to reduce a minimum the risk of any part of a suspended load becoming accidentally displac ed.

CLAUSE 22 : The Contractor shall not set fire to any standing jungle, Measure for tree s, brush wood or grass without a written permit from prevention of the Chairman . fire. When such permit is given, and also in all cases when destroying, cut or dug up tree s, brushwoo d, grass etc. by fire , the Contractor shall take necessary measures to prevent such fire spreading to or otherwise damaging surrounding proper ty. The contractor shall make his own arrangements for the labour employed by him.

CLAUSE 23 : Liability of Compensation for all damages done intentionally or contractor for unintentionally by contractor's labour whether in or any damage done in outside beyond the limits of Govt. property including any damage work area . caused by the spreading of fire mentioned in clause 22 shall be the estimated by the Engineer-in-charge or such

63 Page Contractor No. of Corr ections Secretary Chairman (63)

other officer as he may appoint and the estimates of the Engineer-in-charge subject to the decision of the Superintending Engineer on appeal shall be final and the contractor shall be bound to pay the amount of the assessed compensation on deman d, failing which, the same will be recovered from the contractor as damages in the manner prescribed in clause 1 or deducted by the Engineer-in-charge from any sums that may be due or become due from Government to contractor under this contract or other wise.

The contractor shall bear the expenses of defending an y action or other legal proceedings that may be brought by any persons for injury sustained by him owing to neglect of precautions to prevent the spread of fire and he shall pay any damages and cost that may be awarded by the court in conseq uenc e.

CLAUSE 24 Employment of The employment of female labourers on w orks female labour. neighborhood of soldier's barracks should be avoided as far as poss ible. The contractor shall employ the labourer from nearest employment exchan ge.

CLAUSE 25 Work on No work shall be done on Sunday without the sanc tion Sunday. in writing of the Engineer -in-charge.

CLAUSE 26 Work not to be The contract shall not be assigned or sublet without the sublet. written approval of the Engineer -in-charge. And if the contractor shall assign or sublet his contract or att empt

so to do, or become in solvent or commence Contract may be an y proceeding to get himself adjudicated & insolvent rescinded and or make any composition with his creditors or attempt so security deposit to do or if bribe gratuity, gift, loan perquisite reward forfeited for subletting it or advantage pecuniary or other wise, shall either directly without or indirectly be given promised or offered by the approval or for contrac tor or any of his servants or agent to any public bribing a public officer or person in the employ of Government in any officer or if contractor way re lating to his office or employment or if any becomes such officer or person shall become in any way directly insolvent. or indire ctly interested in the contract the Engineer-in- charge may thereupon by notice in writing rescind the contract & the

64 Page Contractor No. of Corr ections Secretary Chairman (64)

security deposit of the contractor shall thereupon stan d forfeited and be absolutely at the disposal of Gover nment and the same consequences shall ensure as if the contract had been rescinded under clause 3 hereof an d in addition the contractor shall not be entitled to recover or be paid for any work therefore actually performed under the contrac t.

CLAUSE 27 Sum payable by All sum payable by a contractor by way of compensation way of under any of these condition shall be considered as compensation to be consider as reasonable compensation to be applied to the use of rea sonable Government without reference to the actual loss or compensation damage sustained and whether any damage has or has without not be sustained. reference to actual loss .

CLAUSE 28 Change in the constitution of In the case of tender by partners any change in the firm to be constitution of a firm shall be forthwith notified by the notified. contractor to the Engineer-in-charge for his information.

CLAUSE 29 Direction and control of All work to be executed under the contract shall be Superintending executed under the direction and subject to the app roval Enginee r. in all respect of the superintending Engineer of the circle for the time being, who shall be entitled to direct at what point or points and in what manner they are to be commenced and from time to time carried on.

CLAUSE 30 (1) Direction and Except where otherwise specified in the contract an d control of subject to the powers delegated to him by Gover nment Superintending under the code rules then in force the decision of the Enginee r. Superintending Engineer of the circle for the time being shall be final conclusive and binding on all parties to the contract upon all question relating to the meaning of the specification designs drawing and instruction hereinbefore mentioned & as to the quality of workmanship or materials used on the work, or as to an y other question claim right matter or things w hatsoever , if any way arising out of or relating to the contrac ts, designs drawings specifications estimates instructions orders or other conditions or otherwise concerning the works, or the execution or failure to executed the same

65 Page Contractor No. of Corr ections Secretary Chairman (65)

whether arising during the progress of the work or after the completion or abandonment thereof .

CLAUSE 30 (2) The contractor may within thirty days of receipt by him of any order passed by the Superintending Engineer of the circle as aforesaid may appeal against it to the Chief Engineer concerned with the contract work or project provided that.

a] The accepted value of the contract exceed Rs 10 Lakh (Rs Ten Lakhs)

b] Amount of claim is not less than Rs 1.00 Lakh (Rs One lakh).

CLAUSE 30 (3) If the contractor is not satisfied with the order passed by the Chairman as aforesaid the contractor may within thirty days of receipt by him of any such order app eal against it to the concerned secretary Department who if convinced that primafacia the contractors claim re jected by Chairman is not frivolous and that there is some substance in the claim of the contractor as would merit a detailed Examination and decision by the stan ding committee shall put up to the standing committee at Government level for suitable decisions.

CLAUSE 31 The contractor shall obtain from the Department store s Stores of all stores and article of European or Amer ican European or manufacture which may be required for the work or an y American part thereof or in making up any articles required thereof manufacture or in connection there with unless he has obtained to be obtained permission in writing from the Engineer-in-charge to from obtain such stores and articles elsewhere . The value of Gove rnment. such stores and articles as may be supplied to the contractor by the Engineer-in-charge will be debited to the contractor in his account at the rates shown in the schedule, in From 'A' attached to the contract and if they are not entered in the said schedule, they shall be debited to him at cost price which for the purpose of this contract shall include the cost of carriage and all other expenses whatsoever which shall have been incurred in obtaining delivery of the same at the stores afore said.

66 Page Contractor No. of Corr ections Secretary Chairman (66)

CLAUSE 32 Lump sum in When the estimate on which a tender is made inc ludes estimate. lump sums in respect of part of the work contractor shall be entitled to payment in respect of the items of work involved or the part of the work in question at the same rates as are payable under this contract for each item or if the part of the work in question is not in the opinion of the Engineer-in-charge capable of measure ment, the Engineer-in-charge may at this discretions pay lump sum amount entered in the estimate and the cer tifica te in writing of the Engineer-in-charge shall be final an d conclusive against the contractor with regarded to an y sum or sums payable to him under the provisions of this clause.

CLAUSE 33 Action where In the case of any class work for which there is on such no specification as is mentioned in rule 1 such work shall specifications . be carried out in accordance with the Divisiona l specification and in the event of there being no Divisiona l specification then in such case the work shall be ca rr ied out in all respects in accordance with all instruction an d retirement of the Engineer -in-charge.

CLAUSE 34 Definition of The expression "work" or "works" where used in these work. conditions shall unless there be something in the subject or context repugnant to such construction, be constructed to mean the work or works contracted to be executed under or in virtue of the contract w hether temporary or permanent and whether origina l, altere d, substituted or add itiona l.

CLAUSE 35 Contractors The percentage referred to in the tender shall be percentage deducted / added from to the gross amount of the bill whether app lied to net or gross before deducting the value of any stock iss ued. amount of bill .

CLAUSE 36

67 Page Contractor No. of Corr ections Secretary Chairman (67)

Quarry fee s All quarry fee s, royalties, octroi dues and ground rent for and royalties. stacking mater ials, if any shall be paid by the contrac tor, directly to revenue department failing of which the amount of royalty charges shall be deducted through bills and no claims shall be entertained on this ground.

CLAUSE 37 Compens ation The contractor shall be responsible for and shall pay under Workmen’s compensation to his workmen payable under the Compens ation workmen's compensation Act 1923 (VII of 1923 ) Act. (here ina fter called the said Act.) for injuries caused to the workmen, if such compensation is payable / paid by Government as principal under sub-section (i) of section 12 of the said Act. on behalf of the contractor it shall be recoverable by Government from the contractor under subsection (2) of the said section such compensation shall be recovered in the manner laid down in clause 1 above.

CLAUSE 37 A The contractor shall be responsible for and shall pay the expenses of providing medical aid to any workmen who may suffer a bodily injury as a result of an acc ident, if such expenses are incurred by Government the same shall be recoverable from the contractor forthwith and be deducted without prejudice to any other remedy of Government from any amount due or that may become due to the contrac tor.

CLAUSE 37 B The contractor shall provided all necessary per sona l safety equipment and first aid apparatus available for the use of the person employed on the site and shall maintain the same in condition suitable for imm ediate use at any time and shall comply with the fo ll owing regulations in connection there with.

a] The workers shall be required to use the eq uipment so provided by the contractor and the contrac tor shall take adequate steps to ensure proper use of the equipment by those conc er ned.

b] When work is carried on in proximity to any plac e

68 Page Contractor No. of Corr ections Secretary Chairman (68)

where there is a risk of drawing all necess ary equipment shall be provided and kept ready for use and all necessary steps shall be taken for the prompt rescues of any person in dan ger .

c] Adequate provision shall be made for prompt first- aid treatment all injuries likely to be sustained during the course of the work.

CLAUSE 37 C The contractor shall duly comply with the provision of "The Apprentice Act.1961 (iii of 1961 ) the rule made thereunder and the orders that may be issued from time to time under the said Act and the said rules and on his failure or neglect to do so he shall subject to all the liabilities and penalties provided by the Act and said rules."

CLAUSE 38 - Deleted.

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

CLAUSE 40 Claim for No compensation shall be allowed for any delay ca used compensation in the starting of the work on account of acquisition of for delay in starting the land or, in the case of clearance of works on account of work. any delay in according sanction to estimates.

CLAUSE 41 : Claim for No compensation shall be allowed for any delay in the compens ation for delay in the execution of the work on account of water , standing in execution of borrow pits or compartm ents. The rate are inclusive for work. hard or cracked soil, excavation in murum, sub- soil water standing in borrow pits and no claim for an extra shall be enter tained, unless otherwise expre ss ly specified.

69 Page Contractor No. of Corr ections Secretary Chairman (69)

CLAUSE 42 : Entering upon The contractor shall not enter upon or commence an y or comm encing portion of work except with the written authority an d any portion of instructions of the Engineer-in-charge or of his work. subordinate in charge of the work. Failing such authority the contractor shall have to claim to ask for measurements of or payment of work.

CLAUSE 43 : Minimum age i) No contractor shall employ any person who is under of persons employed, the the age of 18 years. employment of donkeys and/ ii ) No contractor shall employ donkeys or other an imals or other with breaching of string or thin rope. The bre aching animals and must be at least 7.5 centi metres (3 inches) wide and the payment of should be of tape(Nawar). fair wages. iii ) No animal suffering from sore , lameness or emaciation or which is immature shall be employed on the work.

iv) The Engineer-in-charge or his Agent is Authorised to remove from work, any person or animal fo und working which does not satisfy these conditions & no responsibility shall be accepted by Gover nment for any delay caused in the completion of the work by such re moval.

v) The contractor shall pay fair and reasonable wages to the workmen employed by him, in the contrac t undertaken by him in the event of dispute arising between the contractor and his workmen on the grounds that the wages paid are not fair an d re asona ble, the dispute shall be referred without delay to the Chairman who shall decide the same. The decision of the Chairman shall be conc lusive and binding on the contractor but such decision shall not in any way affect the condition in the contract regarding the payment to be made by Government at the sanctioned tender rates.

vi) Contractor shall provide drinking water facilities to

the worker s. Similar amenities shall be provided to 70 Page Contractor No. of Corr ections Secretary Chairman (70)

the worker engaged on large work in urban are a.

vii ) Contractor to take precaution against acc idents which takes place on account of labour using loo se garments while working near machiner y.

CLAUSE 44 : Method of Payment to contractors shall be made by cheque drawn payment. on any treasury within the division convenient to them, provide the amount exceed Rs.10 /-. Amounts not exceeding Rs.10 /- will be paid in ca sh.

Acceptancy of CLAUSE 45 : condition compulsory Any contractor who dose not accept conditions shall not before tendering be allowed to tender for works. the work.

CLAUSE 46 : Employment of If Government declares a state of scarcity or famine t o scarcity labour. exist in any village situated within 16 Kms. of the work, the contractor shall employ upon such parts of the work as are suitable for unskilled labour, any person cer tified to him by the Chairman , or by any person to whom the Chairman 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 Chairman w hose decision shall be final and binding on the Contrac tor.

CLAUSE 47 : The price quoted by the contractor shall not in any ca se exceed the control price, if an y, fixed by Government or reasonable price which it is permissible for him to charge a private purchaser for the same class and description, the controlled price or the price permissible under Hoarding and profiteering prevention Ordinanc e, 1943 as amended from time to time, If the price quoted excee ds the controlled price of the price permissible under

71 Page Contractor No. of Corr ections Secretary Chairman (71)

Hoarding and Profiteering prevention Ordinanc e, the contractor will specifically mention this fact in this tenderer along with reasons for quoting such higher prices.

The purchaser at his discretion will in such case exer cise the right of revising the price at any stage so as to confirm with the controlled price as permissible under the Hoarding and Profiteering Prevention Ordinanc e. This discretion will be exercised without prejudice to an y other action that may be taken against the contrac tor.

CLAUSE 47 (A): The tender rate are inclusive of all taxes, rates an d cesses and are also inclusive of the tax lievable in re spect of sale by transfer or property in goods involved in the execution of a work contract under the provision of Rule 58 of Maharashtra Value Added Tax Act 2005 for the purpose of levy of tax.

CLAUSE 48 : The rates to be quoted by the contractor must be inclusive of all Taxes. No extra payment on this account will be made to the contractor.

CLAUSE 49 : In case of materials that may remain surplus with the contrac tor, from those issued for the work contracted for, the date of ascertainment of the materials being surplus will be taken as the date of sale for the purpose of VAT tax and the VAT tax will be recovered on such sale.

CLAUSE 49 (A) : Contractor should note that recovery at panal rates of twice the issue rates will be effected if the contrac tor does not return surplus mater ial. VAT tax and general tax will be recovered from them.

CLAUSE 50 : The contractor shall employ the unskilled labour to be

employed by him on the said work only from loca ll y 72 Page Contractor No. of Corr ections Secretary Chairman (72)

available labours and shall given preference to those persons enrolled under Maharashtra Gover nment Employment and Self Employment Departments scheme.

Provided, however that if the required unskilled labours are not available locally the contractor shall in the first instance employ such number of persons as is available and thereafter may with previous per miss ion, in writing of the Chairman- in-charge of the said work, obtain the rest of the requirement of unskilled labour from out side the above scheme.

CLAUSE 51 : Wages to be The contractors shall pay the labours skilled and unskill ed paid to the skilled and according to the wages prescribed by the Minimum Wages Act uns kill ed 1948 , applicable to the area in which the work the contractor labourers engaged is located. The contractor shall comply with the provisions of by the the Apprentices Act – 1961 and the rules and order’s iss ued contractor. there under from time to time, if he fails to do so, his failures will be a breach of the contract and the Superintending Engineer may in his discretion, cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provision of Act. The contractor shall pay the labourers skilled and unskilled according to wages prescribed by Minimum Wages Act applicable to the area in which the lies.

CLAUSE 52 : All amounts whatsoever which the contractor is liable to pay to the Government in connection with the execution of the work including the amount payable in respect of (i) materials and or stores supplied/ issued hereunder by the Government of the Contractor (ii) hire charges in respect of heavy plant machinery and equipment given on hire , by the Government to the contractor for

73 Page Contractor No. of Corr ections Secretary Chairman (73)

execution by him of the work and /or on which advanc es have been given by the Government to the contrac tor shall be deemed to be arrears of Land Revenue and the Government may without prejudice to any other rights and remedies of the Government recover the same from the contractors as arrears of land re venue.

CLAUSE 53 : The contractor shall duly comply with all the provision of the contract labour (Regulation and Abolition) Act. 1970 (37 to 1970 ) and Maharashtra Contract Labour (Regulation And Abolition) Rules 1971 as amended from time to time and all other relevant statutes and statutory Provisions Concerning payment of wages particularly t o workmen Employee by the contractor and working on the site of work. In particular the contractor shall pay wages to each worker employed by him on the site of the work at the rates Prescribed under the Maharashtra Contrac t Labour (Regulation and Abolition) Rules 1971 . If the Contractor fails or neglects to pay wages at the said rates , or make short payment and the Government mak es such payment of wages in full or part thereof less paid by the contrac tor, as the case may be the amount so paid by Government to such workers shall be deemed to be arrears of land revenue and the Government shall be entitled to recover the same as such from the contrac tor or deduct the same from the amount payable by the Government to the contractor here under or from an y other amount payable to him by the Gover nment.

74 Page Contractor No. of Corr ections Secretary Chairman (74)

CLAUSE 54 : The contractor shall engage apprentices such as brick s layer s, ca rpenter s, wire man , plumbers as well as black smith as recommended by the State App re nticeship Advisor Director of Technical Educa tion, Dhobi Talao, Mumbai-1 on the Construction Work.

Conditions for Maleria Eradication CLAUSE 55

A) The anti-mallarial and other health measures shall be as directed by the Joint Director (Malaria & Filaria) of Health Ser vices, Pune.

B) Contractor shall see that mosquitogenic conditions are not created so as to keep vector population t o minimum level.

C) Contractor shall carry out anti Malaria measures in the area as per guidelines prescribed in Nationa l Malaria Eradication Programme and as directed by the Joint Director (M & F ) of Health Ser vices, Pune.

D) In case of default in carrying out pre scribed antimaleria measures resulting in increase in malaria inc idenc e, contractor shall be liable to pay to Government the amount spent by Government on anti malaria measures to control the situation in addition to fine.

E) RELATIONS WITH PUBLIC AUTHORITIES:

The contractor shall make sufficient arr an gement for draining away the sullage water as well as water coming from bathing and washing place and shall

75 Page Contractor No. of Corr ections Secretary Chairman (75)

dispose off this water in such a way as not to case an y nuisanc e. He shall also keep premises clean by employing sufficient number of swee per s.

The contractor shall comply with all rules re gulations, bye-laws and directions given from time to time by any local or public authority in connection with this work and shall pay fees or charges which are leivable on him without any extra cost to Gover nment.

76 Page Contractor No. of Corr ections Secretary Chairman (76)

ADDITIONAL GENERAL CONDITIONS AND SPECIFICATIONS

1 These are to apply as additional specifications and conditions unless otherwise already provided for contradictorily elsewhere in this contrac t.

2 CONTRACTOR TO STUDY SITE CONDITIONS: The Contractor shall be deemed to have carefully examined the work and site conditions including labour the general and the special conditions, the specification schedules, and drawings and shall be deemed to have, visited the site of the works and to have full y informed himself regarding the local condition and carried out his own investigations to arrive at the rates quoted in the tender . in this re gard, he will be given necessary information to the best of knowledge of department but without any guarantee about it.

If he shall have any doubt as to the meaning of any portion of these general condition or the special conditions or the scope of work or the specifications and drawings or any other matter concerning the contrac t, he shall in good time before submitting his tender set forth the particulars thereof and submit them to the Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI in writing in order that such doubts may be clarified authoritatively before tender ing. Once a tender is submitted the matter will be decided in accordance to tender condition in absence of such authentic pre -clarifica tion.

2 A. Competency of Tender The work will be awarded only to those contractors who are considered to be substantially responsive bidd er s, capable of performing the class of work to be completed, before pass ing the final award any or all bidders may have to show that he has the necessary exper ienc e, fac ilities, ability and financial re sources to execute the work in satisfactory manner and also within the stipulated time.

3 DECLARATION OF THE CONTRACTOR The contractor should sign the declaration form on Page No......

4 INDEMNITY : The contractor shall indemnify the Government against all ac tions, suites, suites claims and demands brought or made against it in respect of any thing done or omitted to be done by the contractor in execution of or in connection with the work of this contract an d 77 Page Contractor No. of Corr ections Secretary Chairman (77)

against any loss or damage to the Government in consequence of an y action or suit being brought against the contractor for any thing done or committed to be done in the execution of the works of this contrac t.

5. DEFINITIONS : Unless excluded by or repugnant to the context : -

a) The expression "Gove rnment" as used in the tender documents shall mean the A.P.M.C. PATHRI of the Government of Maharashtra.

b) The expression "Chairman" as used anywhere in the tender paper s shall mean Officer for the time being of Government of Maharashtra who is designated as such.

c) The expression "Secretary" as used in the tender papers shall mean an officer of by whatever designation he may be kn own) under whose control the work lies for the time being.

d) The expression "Enginee r" or "Enginee r-in-charge" as used in the tender papers shall mean the Chairman , in charge of the work for the time being.

e) The expression “Employee” used in the tender papers shall mean the party who will employ the contractor to carry out the work.

f) The expression “Consultant” as used in the tender paper shall mean the Consultant for this work at A.P.M.C. PATHRI .

g) The expression "Contractor" used in the tender papers shall mean the successful tenderer whose tender has been acc epted, and who has been authorised to proceed with the work.

h) The expression "Contract" as used in the tender papers shall mean the deed of contract together with its original accompaniment an d those later incorporated in it by mutual consent.

i) The expression "Plant" as used in the tender papers shall mean ever y machiner y, necessary or considered necessary by the Engineer to execute, construct, complete and maintain the works and used in, altere d, modified, substituted and additional work ordered in the time and in the manner herein provided and all temporary mater ials and special and other articles of appliances of every sort, kind an d description whatsoever intended or used hereof .

78 Page Contractor No. of Corr ections Secretary Chairman (78)

j) "Drawing" shall mean the drawings referred to in the specifica tions and any modifications of such drawings approved in writing by Engineer and such other drawings as may from time to time be furnished or approved in writing by the Engineer .

k) 'Enginee r's Representative " shall mean an assistance of the Engineer notified in writing to the Contractor by the Engineer .

l) "Provisional items" shall mean items for which app roximate quantities have been included in the tender documents.

m) The "Site" shall mean the lands and/or other plac es, on, under in or through which the work is to be executed under the contrac t including any other lands or places which may be allotted by Government or used for the purpose of contrac t.

n) The "Work" shall mean the works to be executed in accordance with the contract or part(s) thereof as the case may be and shall inc lude all extra, add itiona l, altered or substituted works as required for performance of the contrac t.

o) The "Contract Sum" shall mean the sum for which the tender is acc epted.

p) The "Acc epting Authority" shall mean the officer competent to accept the tender .

q) The "Day" shall mean a day of 24 hours from midnight to midnight irrespective of the number of hours worked in any day in that wee k.

r) "Temporary works" shall mean all temporary works of every kind required in or about the execution, completion or ,maintenanc e of the works.

s) "Urgent works" shall mean any measure which, in the opinion of the Engineer -in-charge, become necessary during the progress of the work to obviate any risk or accident or failure or which become necessary for security of the work or the persons working, thereon.

(t) The expression “Latest Valid Certificate” as used in the tender papers shall mean certificate valid as on 31/03/2018 or issued after 31 /03 /2018 .

79 Page Contractor No. of Corr ections Secretary Chairman (79)

Where the context so req uire d, words importing the singular only also include the plural and Vice-ver sa.

Heading and marginal notes, if an y, to the general conditions shall not be deemed to form part thereof or be taken into consideration in the interpretation or construction thereof of the contrac t.

Wherever there is mention of "Schedule of Rates" of the Division or simply D.S.R. in this tender , it will be taken to mean as "The schedule of the rates of the division in whose jurisdiction the work lies".

6 ERR ORS, OMISSIONS AND DISCRE PANCIES:

a) In case of errors, omissions and/or disagreement between writt en and scaled dimensions on the drawings or between the drawings an d specifications etc., the following order of preference shall apply.

i. Between actual scaled and written dimensions or description on a drawing the latter shall be adopted.

ii. Between the written or shown description or dimensions in the drawing and the corresponding one in the specification the latter shall apply.

iii. Between the quantities shown in the schedule of quan tities and those arrived at from the drawing the latter shall be preferre d.

iv. Between the written description or the item in the schedule of quantities and detailed description in the specifications of the same item, the latter shall be adopted.

b) In case of discrepancy between the rate percentage quoted rate in figures and words the lowest of the two will be consider for acceptance of the tender .

c) In all cases of omissions and / or doubts or discrepancies in the dimensions or description of any item of specifications a refere nc e shall be made to the Chairman, Agriculture Product Market Committee PATHRI DIST PARBHANI whose elucidation, elaboration or decision shall be considered as authentic. The

contractor shall be held responsible for any errors that may occur in the work through lack of such reference and pre ca utions. 80 Page Contractor No. of Corr ections Secretary Chairman (80)

d) The special provision in detailed specifications and wording of an y item shall gain precedence over corresponding contradictory provisions (if an y) in the standard specification of Public Works Department Hand Book where reference to such specifications is given without reproducing the details in contrac t.

11 AUTHORITIES OF THE ENGINEER-IN-CHARGE'S REPRESENTATIVE: The duties of the representative of the Engineer-in-charge are to watch and supervise the work and test and examine any material to be used or workmanship employed in connection with the works.

The Engineer-in-charge may from time to time, in writing delegate to this representative any of the powers and authorities vested in the Engineer-in-charge and shall furnish to the contractor copy of all such delegations or power and authorities. Any written instruction of approval given by the representative of the Engineer-in-charge to the contractor within the terms of such delegations (but not other wise) shall bind the contractor and the department as though it had bee n given by the Engineer -in-charge, provided always as fo ll ows.

Failure of the representative of the Engineer-in-charge to disapprove any work or material shall not prejudice the power of the Engineer - in-charge thereafter to disapprove such work or materials so order the putting down removal or breaking up thereof .

12 CO-ORDINATION : When several agencies for different sub-works of the project are to work simultaneously on the project site there must be full co- ordination and co-operation between different contractors to ensure timely completion of whole project smoo thly. The scheduled dates for completion specified in each contract shall therefore be strictly adhered to Each contractor may make his independent arrangements for water , power , housing etc. if they so desire . On the other hand the contractors are at liberty to come to mutual agreement in this behalf and make joint arrangements with the approval of the Engineer . No contractor shall take or cause to be taken any steps or action that may ca use, description, discontent or disturbance to work, labour or arr an gement, etc. of other contrac tors in the project localities any action by any contractor which the Engineer , in his unquestioned discretion may consider as infringement of the above code would be considered as a breach of the contract conditions and shall dealt with as such.

In case of any dispute or disagreement between the contrac tors, the Engineer 's decisions regarding the co-ordina tions, Co-operation an d 81 facilities to be provided by any of the contractors shall be final an d

Page binding on the contractor concerned and such a decision or Contractor No. of Corr ections Secretary Chairman (81)

decisions shall not vitiate any contract nor absolve the contrac tor(s) of his/ their obligations under the contract not form the grounds for any claims or compensation.

82

Page Contractor No. of Corr ections Secretary Chairman (82)

83

Page Contractor No. of Corr ections Secretary Chairman (83)

84 Page Contractor No. of Corr ections Secretary Chairman (84)

1 STATUE FOUNDATION

ESTIMATE FOR PROPOSED STATUE DESWIGN, SUPPLY AND INSTALLATION FOR AGRICULTURE PRODUCE MARKET COMMITTEE RATRI DIST PARBHANI

Item Rate in Item of work Quantity Unit Rate in words Amount in Rs no figure

1 pROVIDING & INSTALLATION OF Statue having base plate minimum ISMC100 base frame fixing in concrete pedestal. Statue height of 14 feet, length of 14 feet , proportionate width with chemical composition is Copper 85%, Lead 5%, Tin 5 %, Zinc 5 % NUMBE with weight 1500 to 1800 kg, colour honey GOLD 1.00 R 0.00

Total

No of corrections Contractor Secretary Chairman