You are on page 1of 133

Pimpri Chinchwad Municipal Corporation

Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

VOLUME- I
Tender Notice No:- CIVIL/ HO/14/01/2021-22

Name of Work: - Design & Construction of New River Bridge on Mula River
Connecting the Sanghvi - Bopodi Area.

PROJECT MANAGEMENT CONSULTANT :-

M/s. MAPS GLOBAL CIVILTECH PVT. LTD.


Flat no.201, 202 "Anurao Heights”
Survey no.129/1, "Shrusti Park"
Baner Balewadi Road, Baner.
Pune – 411045. (MH)
Phone:+91 02029527762/69
Web : http://www.mapsgcpl.com

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
INDEX-

Name of Work: - Design & Construction of New River Bridge on Mula River Connecting
the Sanghvi - Bopodi Area

Chapter Page No.


Brief Description of contents
No. From To

Volume – I

I Detailed Tender Notice 1 29

II Instructions to Tenderers 30 39

III Additional Conditions of Contract 40 69

IV General Conditions of Contract 70 95

V Special Conditions of Contract 96 107

VI Price Variation Clause – Annexure – A 108 113

VII Contract Details – Annexure – B 114 119

VIII a) Proforma for Initial Security Deposit 120 122

b) Proforma for bank guarantee for mobilization 123 124


advance

c) Proforma for agreement 125 128

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

Notice Published in News Paper

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

PIMPRI CHINCHWAD MUNICIPAL CORPORATION


TENDER NOTICE No: - CIVIL/ HO/14/01/2021-22
CIVIL ENGINEERING DEPARTMENT
(BRTS DEPARTMENT)
INVITATION FOR THE WORK OF “DESIGN & CONSTRUCTION OF NEW RIVER
BRIDGE ON MULA RIVER CONNECTING THE SANGHVI - BOPODI AREA”.

Offers by way of e-tendering in ‘C’ Forms (Lump sum contract) on bidder’s own design and
other items are on item rate basis are invited by the Joint City Engineer, BRTS, Pimpri
Chinchwad Municipal Corporation (PCMC) from pre-registered bidder’s with Pimpri
Chinchwad Municipal Corporation in e-tendering system for following work.
1) The contractor shall quote his offer on the Cost of work excluding Royalty,
Schedule B (Item Rate) and material testing charges as mentioned below.
2) The offer shall be exclusive of GST. The GST at the applicable rate shall be paid
separately by PCMC.
3) Regarding the royalty, the policy that the corporation determines will be binding
on contractor.

Cost of
Work Time Cost of
Estimated excluding Earnest limit in Tender
Testing Security
Sr. cost put Material Royalty Money calendar Document
Name of Work Schedul Charges Deposit
No to the testing (Rs) 0.5% months with Gst
eB (Rs) (Rs) 5% (Non
Tender charges, (Rs) including
Amount Monsoon Refundable
(Rs) Schedule-B
( Rs.) )
(Rs)
(Rs.)
Design &
Construction of
New River Bridge
40,80,07,376 40,26,30,738 82,81,395 36,37,300 20,40,037 2,04,00,369
1 on Mula River 17,39,338 24 37430
Connecting the
Sanghvi - Bopodi
Area

Time table for the tenders shall be as follows:


Online sale of tenders …./…..../2021 to …/….../2021

Last date of submission of ……./ /2021 up to 3.00 pm


tenders
Pre-Bid Meeting ……../ /2021 at 3.00 pm

Office of Joint City Engineer, Civil Engg. Dept., 1st


Place of Pre-Bid Meeting Floor, PCMC Main Building Pimpri -18

Date of opening of tenders ……./ /2021 at 11.00 am (if possible)

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
The Municipal Commissioner PCMC reserves the right to accept or reject any
tender partially or completely without any reason thereof. The details of above works, such as
Security Deposit, Earnest Money Deposit, Terms & Conditions of the Tender and Schedule
of works, are available on web site 1)www.pcmcindia.gov.in,2) http://mahatenders.gov.in.

In case of any technical problem related to the tender document, the same can be
referred to the NIC email support at eproc@nic.in or on telephone numbers
0120-4200462, 0120- 4001002, 0120-4001005,0120-627787.

ADVT No:
No: ENGG/TEN/FHO/390/2021 Joint City Engineer,
Date :-04/05/2021 Pimpri Chinchwad Municipal Corporation,
Pimpri – 411 018.
.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

CHAPTER NO - I

DETAILED TENDER NOTICE

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 1 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
CHAPTER NO 1

DETAILED TENDER NOTICE

Offers by way of e-tendering in ‘C’ Forms / Sealed tenders in “C” Form (Lump-sum basis) on
Tenderer’s/bidders own design and other items are on item rate basis are invited by the
Joint City Engineer BRTS, Pimpri Chinchwad Municipal Corporation, Pimpri from the eligible
Bidders who registered in appropriate class / unlimited category with
PWD/MSRDC/CPWD/NHAI and other Government and Semi- Government organization for
the work of “Design & Construction of Bridge New River Bridge on Mula River
Connecting the Sanghvi - Bopodi Area”.

1) The scope of the works in brief is as under:

1.1 The scope of work includes design, drawings and Design & Construction of New
River Bridge on Mula River Connecting the Sanghvi - Bopodi Area joining the area
of Sanghvi to Bopodi Passing through Botanical Garden Area on Pune Municipal
Corporation Area including approaches (Retaining wall) with allied works including
construction of approaches on both sides of the bridges with Retaining wall and a box
culvert below the approach road on Pune Municipal Corporation side, maintaining the
newly constructed & existing all roads, provision for electrification and related
miscellaneous works in accordance with the specifications, detailed drawings and
detailed scope of work as specified in the Volume-II of tender document. The offer
of the structural components and allied works as specified in scope of work shall be
on lump Sum offer. The other items mentioned under schedule B are to be executed
on the item rate basis mentioned in tender as per actual measurements of execution.

1.2 Detailed Design and Engineering works, Architectural planning, Aesthetical designs,
detailed Geotechnical investigations and other related surveys for carrying out the
detailed design works. The bidder shall incorporate all the changes as suggested
by the Employer or Engineer/ Architectural Consultant authorized by the Employer.
Other related works including signage’s and road markings etc.

The detailed scope of the work is defined hereinafter under Volume II.

2. Estimated Cost Put to Tender:


Estimated cost put to tender is
A) Lump Sum Contract = Rs. 40,26,30,738/-
B) Schedule B Items = Rs. 17,39,338/-
C) Material Testing of A & B = Rs. 36,37,300/-
Total = Rs. 40,80,07,376/-
(Rs. Forty Crores Eighty Lacs Seven Thousand and Three Hundred Seventy-Six
only.)

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 2 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
3. LANGUAGE OF THE TENDER:
All documents relating to the tender shall be in the English language & all documents
relating to the tender work and correspondence shall be in the English/Marathi
language.

4. CURRENCIES OF THE BID AND PAYMENT:


The prices (Lump-Sum) shall be quoted by the tenderer entirely in Indian National
Rupees. All payments shall be in Indian National Rupees Currency only.

5. Earnest Money Deposit: -


Rs 20,40,037 /- (Rs. Twenty Lacs Forty Thousand Thirty-Seven only). The EMD
shall be paid by Gateway system of PCMC as per clause 20.3 (a) hereunder.
a) An earnest money deposit of Rs. 20,40,037 /- (Rs. Twenty Lacs Forty
Thousand Thirty-Seven only) should be paid as stated above. Cheque or cash
will not be accepted. The EMD is liable to be forfeited, in case the bidder
refuses to enter in to the agreement after receiving the letter of acceptance
for construction work from PCMC.
b) Tender of those who do not deposit earnest money shall be summarily
rejected.
c) The amount of earnest money will be refunded to the unsuccessful tenderer
on deciding about the acceptance or otherwise of the tender or on expiry of
the validity period whichever is earlier. In case of the successful tenderer, it
will be refunded on his paying the initial security deposit and completing the
tender documents or will be transferred towards a part of security deposit to
be paid after awarding of the work. If successful tenderer does not pay the
security deposit in the prescribed time limit and complete the agreement, his
earnest money deposit will be forfeited.
d) Exemption certificate will not be accepted in lieu of Earnest Money Deposit.
e) The PCMC shall be entitled to forfeit the full amount of Earnest Money
Deposited by the tenderer, without prejudice to any rights and powers of the
PCMC here under or in law, if,

i)) The bidder withdraws /modifies the bid after bid opening or
otherwise during the period of Bid Validity.
ii) The successful bidder after the acceptance of his tender fails
or neglects to furnish the Initial Security Deposit in an
acceptable form.
iii) The bidder does not accept the correction of the bid price,
pursuant to Clause of tender.
iv) The successful Bidder fails to sign the agreement as per tender
stipulations.
v) Fraudulent practice is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 3 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
benefit or to avoid an obligation.
vi) Submission of wrongful, ambiguous or misleading information,
documents, certificates intentionally or unintentionally.

6. SECURITY DEPOSIT: -
The total Security Deposit shall be 5% (five percent) of the estimated cost of project
put to tender or contract sum i.e. accepted tendered amount, whichever is higher.
Such security deposit shall be for a period of construction plus entire defect liability
period of 60 months.

a) Initial security deposit of 0.5% (Half percent) shall be deposited in cash


through Gateway system of PCMC and receipt shall be presented with tender
submission.
b) 1.00% (One percent) in the form of FDR/ NSC /Bank Guarantee in the name of
the Commissioner, Pimpri Chinchwad Municipal Corporation, Pimpri,
payable at Pimpri-Chinchwad from any nationalized bank only at the time of
agreement.
c) The balance amount of security deposit of 3 . 5 0 % (Three & half percent) will
be recovered through Running Bills at 5% of the gross bill value to the extent of
total Security Deposit.
d) The Security Deposit will be refunded after the defect liability period. However,
100% Security Deposit may be converted into bank guarantee issued by any
nationalized/Scheduled bank and payable / en-cashable in Pimpri Chinchwad
Municipal area branches after completion of the work. Such bank guarantee shall
be valid for a period of defect liability.
e) Performance Security:-
If the quoted percentage of tender is below, the Contractor shall pay Additional
Security Deposit as given below.

For Quote up to 10% below - 1% of estimated cost put to tender.

For quote is 15% below and more than 10% below then 1% of estimated cost
put to tender + (Quoted % -10%) of estimated cost put to tender

For example if the quote is 15% below then the amount of additional security
deposit shall be 1%+(15%-10%) = 1% +5% = 6 % of Cost put to tender.

For quote more than 15% below then 6% of estimated cost put to tender plus
2times the amount of (Quoted % -15%) of estimated cost put to tender. The
additional security deposit will be doubled for the quote below than 15% amount
as mentioned below

For example if the quote is 19% below then the amount of additional security
deposit shall be 1%+5% +(19%-15%) x 2 = 1+5+8 = i.e. 14% of Cost put to
tender.

This additional Security Deposit shall be paid by Bidder in the form of Bank
Guarantee from nationalised bank payable at the branch in PCMC area. The Scan

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 4 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
Copy of BG shall be uploaded while submitting the financial offer. Original BG shall
be submitted to the PCMC office, in sealed envelope within tender acceptance
date. This sealed envelope will be opened at the time of opening commercial bid.
Failing to submit requisite BG by the Lowest Bidder will be disqualified without any
intimation. The Bank Guarantee of the Additional Security Deposit shall be valid up
to completion of Project. This bank guarantee will be released with final bill.

7. TIME LIMIT FOR COMPLETION OF WORK:


The time limit for completion of work is 24 (Twenty-Four) months including
Monsoon. This will be counted from the date of issue of work order.

8. ISSUE OF BLANK TENDER FORM: -


The Tender Document for above work is open to be viewed on
http://mahatenders.gov.in. & PCMCs official website – www.pcmcindia.gov.in
without any charges. The Blank Tender can be downloaded from the website of
Pimpri Chinchwad Municipal Corporation www.pcmcindia.gov.in &
http://mahatenders.gov.in. from / /2021 to dt / /2021 up to 15.00 hrs.

9. LAST DATE OF SUBMISSION: - Tender shall upload through online on PCMCs


official website – www.pcmcindia.gov.in & http://mahatenders.gov.in. by / /
2021 up to 15.00 Hrs only.

10. PLACE OF SUBMISSION: -


1. The submission of tender is available only through online & digital signature is
pre requisite for online submission.
2. Pimpri Chinchwad Municipal Corporation will not be responsible for any
delay or technical snag faced by the tenderers in uploading their online
tenders. The tenderers are advised to submit their tenders adequately in
advance to avoid delays due to such instances. The Municipal
commissioner, Pimpri Chinchwad Municipal Corporation reserves the right to
accept or reject any or all tenders in this regard, without assigning any reason
thereof.

11 DATE AND PLACE OF OPENING OF TENDER: -


If possible, technical bid (Envelope No 1) will be opened on / /2021 at 11.00
Hrs. in “The Office of the Controller of Stores, Ground Floor, Main Building, Pimpri
Chinchwad Municipal Corporation, Pimpri, Pune, 411 018.

12. COST OF BLANK TENDER FORM (NON-REFUNDABLE): -


a) Blank tender form cost per set is Rs. 37,430/- (Rs. Thirty-Seven
Thousand Four Hundred and Thirty only) and should be deposited by
PCMC gateway system only through online.
b) The Tender form Fee will not be refunded under any circumstances.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 5 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
__
---------------------------------------------------------------------------------------------------------------------------------
13. VALIDITY OF THE OFFER: -
a) It is a firm and irrevocable offer, and shall remain valid and open for a period
of not less than 120 days from the last date of submission of the tender.
Non-adherence to this requirement will be a ground for declaring the Proposal
as non-responsive. In exceptional circumstances, PCMC may solicit the
Bidder’s consent for extension of the period of bid validity. The Bidder agrees
to reasonably consider such a request. The request and response shall be in
writing. A Bidder accepting PCMC’s request for bid validity extension shall not
be permitted to modify its offer.
b) The above work will be carried out under the supervision of the appointed
Project Management Consultant of PCMC, and by the Engineer-in-charge of
PCMC with their representatives.

14. ELIGIBILITY OF TENDERER: - (QUALIFICATION CRITERIA)

a) This invitation is open to all prospective Bidders who have the required
capacity and competence to carry out the work as per the post-qualification
criteria presented herein.
b) To be eligible for award of the contract the tenderer shall provide satisfactory
evidence to the PCMC of their eligibility, capability and adequacy of resources
to carry out the work / contract effectively as per check list provided in the
tender document.
c) Any tenderer meeting minimum qualifying criteria in terms of Financial and
Work Experience in construction of River Bridge & similar work subject to the
provisions of this tender document will be post-qualified.
d) For evaluation under the Financial Capability and Work experience / technical
capabilities, the strength of the Bidding Company only (as a sole Bidder) shall
be considered.
e) Joint ventures or Consortium is allowed, acceptable & permitted is per
conditions mentioned below.
f) The bidding company or group company or subsidiary company those
who have entered into Corporate Debt Restructuring (CDR) and those
who are in process of Corporate Debt Restructuring (CDR) are not
eligible to participate for this tender.
g) To qualify for award of work, the Bidder shall have in its name and
furnish the information detailed out below-
i) Valid Registration Certificate under GST (Goods & Service Tax)
of State Govt./Central Govt.
ii) Income Tax returns filed during last 5 years.
iii) Income tax Pan Card
iv) Copies of original documents defining the constitution or legal status,
place of Registration and principal place of business; written power
of attorney of the Signatory of the Bid to commit the Bidder;
v) Total monetary value of construction work performed for each of
the last five years;

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 6 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
__
---------------------------------------------------------------------------------------------------------------------------------
vi) Experience in works of a similar nature and size for each of the
last five years, and Details of works under way or contractually
committed; and clients who may be Contacted for further
information on those contracts;
vii) Major items of construction equipment proposed to carry out the
Contract;
viii) Qualifications and experience of key site management and technical
personnel proposed for the Contract;
ix) Reports on the financial standing of the Bidder, such as profit and loss
statements and auditor's reports for the past five years;
x) Evidence of adequacy of working capital for this contract (access
to line (s) of credit and availability of other financial resources);
xi) Authority to seek references from the Bidder's bankers;
xii) Information regarding any litigation or arbitration resulting from
Contracts executed by the Bidder in the last five years or currently
under execution. The information shall include the names of the
parties concerned, the disputed amount, cause of litigation, and
matter in dispute;
xiii) Successfully completed single work of similar nature & magnitude
which contains a combination or individuals of River Bridge, Flyover,
ROB & combination of these works as a sole Bidder in Last 5 years
i.e. From 1st April 2016 till date of Notice inviting tender.
xiv) A certificate of one successfully completed single work of similar
nature & magnitude under Govt./Semi Govt. agencies as a sole
Contractor costing not less than the 80 % of the estimated cost of
the Project put to tender i.e., Rs. 32.64 Crore (Rupees Thirty-Two
Crore Sixty-Four Lakh Only) from 1st April 2016 to till date of Notice
Inviting Tender. The certificate issued should be signed by the
respective Employer or his authorized representative, not less than
the rank of Executive Engineer. True copies of all the Certificates
attested by Notary appointed by Government of India or self-attested.

Or

A certificate of two successfully completed works of similar


nature & magnitude under Govt./Semi Govt. agencies as a sole
Contractor costing not less than the 50 % of the estimated cost of
the Project put to tender i.e., Rs. 20.40 Crore (Rupees Twenty
Crore Forty Lakh Only) from 1st April 2016 to till date of Notice
Inviting Tender. The certificate issued should be signed by the
respective Employer or his authorized representative, not less than
the rank of Executive Engineer. True copies of all the Certificates
attested by Notary appointed by Government of India or self-attested.

Or

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 7 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
A certificate of three successfully completed works of similar
nature & magnitude under Govt./Semi Govt. agencies as a sole
Contractor costing not less than the 40 % of the estimated cost of
the Project put to tender i.e. Rs. 16.32 Crore (Rupees Sixteen
Crore Thirty Two lakh Only) from 1st April 2016 to till date of Notice
Inviting Tender. The certificate issued should be signed by the
respective Employer or his authorized representative, not less than
the rank of Executive Engineer. True copies of all the Certificates
attested by Notary appointed by Government of India or self-attested

Note: The value of Single work executed during the last three years
shall be updated to 2020-21 price level at 10% per annum. For
example, the value of the work done during 2020-21 updated by
multiplying factor 1.0, the value of work done during 2019-2020 will be
updated to 2020-2021 level multiplying by a factor 1.1, the value of
work done during 2018- 2019 will be updated to 2020-2021 level
multiplying by a factor 1.2.

a. The Bidder should have completed minimum following quantities


in any single year during last five years.

Pile Foundation & Precast/Cast in Situ I


HYSD/TMT
Foundation PQC -M40 substructure Girder/Box Girder with
steel for
Piling dia Grade Concrete Slab
Similar type of
above 1000 Concrete Grade of M25 & Concrete
Work
mm (Cum) above Grade of M35 & above
(MT)
( Meter) (Cum) (Cum)
255 1385 2930 937 617

xv) The Maximum Annual Financial Turnover of Civil Engineering/ works


during the last five years (financial years- 2016-2017, 2017-2018,
2018-2019, 2019-2020 & 2020-2021 ) shall not be less than 75 % of
annual Estimated cost put in this tender for this work i.e. Rs. 20.40
Crore (Rs. Twenty Crore Forty lakh Only) during last five years. The
cost should be updated to March 2021 price level by weightage of
10% per year. The certificate for this should be certified by the
Chartered Accountant (C.A.) and shall be enclosed with the tender.

Total Cost Put to Tender


Annual Cost put to Tender = ----------------------------------
Contract Period in Year

xvi) Liquid assets and/or credit facility of not less than (Credit lines/ letter
of credit / Solvency Certificate of a Nationalized/Scheduled Bank

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 8 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
should be attached.) Bank Solvency Certificate minimum 20% of
Estimate cost of project put to tender.

xvii) The Joint Ventures firms should fulfill all the criterions mentioned
below regarding the eligibility criteria of the tenderer in the tender

1. The Joint venture is permitted with the partnership of


Two companies/proprietary companies. It is mandatory
to have only one lead partner and other partner is
permitted in this Joint venture/ Consortium for this work.
2. The Lead Partner should be of Minimum 51% share in the
Joint venture/ Consortium for this work.
3. The other Partner should be of Minimum 30% to
maximum 49% share in the Joint venture/ Consortium for
this work. The other partner less than 30% share lead to
disqualification for this work.
4. The Bid Capacity required for this work should be
fulfilled by both the partners in the share ration of the
Joint venture/ Consortium of this work.
5. Both the partners in Joint venture/ Consortium for this
work should have similar experience of the work.
6. The similar work requirement for this work should be
fulfilled by one of partner of the Joint venture/
Consortium of this work.
7. The Turnover requirement of this work should be fulfilled
by both the partners in the share ration of the Joint
venture/ Consortium of this work.
8. The Machinery reauirement & other requirements
including quantities mentioned for the eligibility of this
work should be fulfilled by the lead partner of the Joint
venture/ Consortium of this work.
9. Only two parties are permitted for the Joint venture/
Consortium of this work. The Joint Venture between
more than two parties will lead to disqualification for this
work.

xviii) Bidder's Project Manager for this project must have/ having minimum
qualification of Civil Engineering Graduation from Govt. recognized
University / B.E. (civil) having 15 years’ experience in construction of
construction of River Bridge, flyover/Viaducts, ROB. The attested
copy of the detailed CV must be submitted by the bidder along with
this tender; which will be duly approved by PCMC. The age of the
Project Manager shall not be more than 55 year up to the day of this
tender submission and they should be full time exclusively available
for this project only. This project Manager could not work on any other

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 9 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
__
---------------------------------------------------------------------------------------------------------------------------------
work in PCMC or outside; in this project duration. If he fails to attend
this project as full time; the concern Project Manager would be
blacklisted & would be banned for minimum five years from PCMC.
The replacement of this project Manager can be done in case of
genuine reason with 30 days prior due written intimation to Executive
Engineer PCMC by contractor with a suitable replacement of equal or
higher qualifications & experience in advance could be done. The
proposed methodology and program of construction (including
Environmental Management Plan, safe traffic movement plan),
backed with equipment’s, materials and manpower planning and
deployment, duly supported with broad calculations and quality
control procedures proposed to be adopted, justifying their capability
of execution and completion of the work as per technical specifications
within the stipulated period of completion as per milestones.

xix) The bidder should have experience of detailed structural design


of River Bridge, Railway Over-Bridge / Flyover with Pre-Stressed
Concrete Superstructure, carried out either departmentally (Own
design cell) or through a n agency appointed as Design
Consultant. The design Consultant should have designed PSC Box
Girder Bridge/PSC Girder Bridge (on Road or Railway/River). Design
Consultant shall be got approved from Engineer in charge prior
to execution of work.
xx) All bidders shall provide in Forms of Bid and Qualification Information
Statement/Form Nos. I to IV of Volume I, a preliminary description
of the proposed work method and schedule, including drawings and
charts, as necessary

a. The bidder must deploy his own machinery on site in execution and
submit the documents of ownership of the same with the submission.
List of such machinery is given below.

Maximum
Minimum
Sr. Age in
Equipment Type and Characteristics Number Remark
no years on s
required
31-03-2021
Fully Automatic RMC batching plant
1 Concrete Weigh Batching Plant with 10 1 Own
Pan type Mixing arrangements (capacity
– 30 Cum per hour
2 Paver Finisher with Electronic
10 1 Own
Sensors for automatic level control

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 10 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
Maximum
Minimum
Sr. Age in
Equipment Type and Characteristics Number Remark
no years on s
required
31-03-2021
Concrete pumps – 30 cum/hr
3 10 2 Own

4 Transit Mixer (6 cum capacity) 10 5 Own

5 Captive Power Generation Facility up to 1000 10 1 Own


Kva capacity

Survey Instrument - Total Station


6 10 1 Own

7 Excavator with Rock cutting attachment (1.25 10 2 Own


cum bucket cap.)
Water Tanker with Sprinkler 10
8 1 Own

9 Needle Vibrator 10 3 Own

b. The bidder must deploy his own/hire machinery on site in execution and
submit the documents of ownership/hire agreements of the same with the
submission. List of such machinery is given below.

Max. age
Sr. Type of Equipment as on Capacity Nos. Remark
No. 31/03/2021 Required

Crane/hydra (Min 20T Capacity of the


1 10 1 Own/Hire
to 60 T Capacity) crane shall be
twice the
Excavator– 200
2a with breakers, 10 0.93 m3 2 Own/Hire
Buckets & other
accessories
2b JCB 10 0.5 Cum 2 Own/Hire

3 Portable Air 1 Own/Hire


10 300 cft/mt
Compressor Cap 300
Grouting
4 equipment 10 2 Own/Hire
(pressure capacity
5 Motor Grader 10 Engine output 1 Own/Hire
above 150 kw.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 11 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
Max. age
Sr. Type of Equipment as on Capacity Nos. Remark
No. 31/03/2021 Required

Stone Crusher
6 Cum Screening 10 1 Own/Hire
60 TPH capacity
unit (Cone
Crusher)

7 W.M.M. Mixing Plant 10 1 Own/Hire


60 TPH capacity
a) Vibratory Compactor 10 1
Minimum 10
b) Tandem T operating
vibratory roller 10 1
8 Wt Minimum Own/Hire
c) Plate Compactor 10 8T 1
d) Pneumatic Tyre Minimum
roller 10 operating Wt = 1 1
T
Dumpers /
9 10 - 10 Own/Hire
Tippers/Trai
ler
10 Auto Levels 10 - 2 Own/Hire

The bidder must deploy the required machineries on site. The Own/hired
plants should be within 20 km lead from the site.

Based on the studies, carried out by the Engineer the minimum suggested
major equipment to attain the completion of works in accordance with the
prescribed construction schedule are shown in the above list.
The bidders should, however, undertake their own studies and furnish with
their bid, a detailed construction planning and methodology supported with
layout and necessary drawings and calculations (detailed) to allow the
employer to review their proposals. The numbers, types and capacities of
each plant/equipment shall be shown in the proposals along with the cycle
time for each operation for the given production capacity to match the
requirements.

Note :- Applicants should have own the equipment’s & machinery and should attach
ownership titles.

The contractor shall deploy / establish the Automatic RMC Batching Plant on site or
within PCMC limits.

If the contractor has its plant/Plants in PCMC/PMC area, then no any extra leads
will be paid to the contractor. The contractor has to bear all these costs in his rate /

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 12 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
offer / bid quoted.
If the tenderer is having its own Automatic RMC or Batching Plant outside the PCMC
/ PMC limit then contractor should establish its plants within PCMC / PMC area with
considering above conditions of lead, within 3 months from date of issue of the work
order. If contractor fails to establish these plants within stipulated period of 3 months
from date of issue of the work order irrespective of work, then PCMC will penalize
Rs. 50,000/- per day (Rs. Fifty Thousand per day) to contractor up to a period of 6
months from date of issue of the work order irrespective of work. If contractor fails
to establish the plants within period up to 6 months from date of issue of the work
order irrespective of work, then PCMC reserves the right to terminate the contract
and forfeit the security deposit and penalty from the work done amounts or bank
guarantees submitted by him.
The contractor / tenderer should submit his undertaking on his letterhead stating
“the above stipulations as per plant/plants locations” in technical submission. If
contractor fails to submit the same, PCMC reserves the right to reject the tender.
The contractor must deploy the requisite machinery as directed by Engineer-in-
charge. Any other machinery required to carry out the work should be deployed by
contractor on the directions of Engineer-in-charge at no extra cost.

xxi) Vehicle Tracking Equipment


The contractor shall provide VTS (Vehicle Tracking System) for all vehicles used for
the particular work of PCMC. The VTS shall record the latitude and longitude of the
vehicle and shall send the data of the works management e-Governance software
of PCMC – Dashboard. The Contractor shall provide a web application that will show
all vehicles of the contractor on a GIS map along with the Batch Mixing Plants. The
contractor shall also provide software that will update the entire mapping on the
PCMC’s e-Governance works management system – Dashboard.

The VTS shall continuously send the data of vehicle latitude and longitude at every
5 seconds to the web applications and dashboard.

The contractor shall provide web application that is integrated with PCMC’s works
management e-Governance application – Dashboard. This web application shall
have software for vehicle loading and un-loading for each batch. The Vehicles
carrying batches should show the batch details sensed through the SCADA software
on GIS map.
VTS shall be made available for all types of works that is asphalt, concrete, earth
work any other type as applicable as part of the terms of the contract.

xxii) Intelligent Compaction System


The contractor shall provide intelligent compaction system on the compactor used
for compaction work of PCMC. The intelligent compaction system shall have GPS,
temperature sensors, accelerometer and IP67 complaint PC fitted on the compactor.
This compaction system shall also record the number of passes made by the
compactor. The system shall have the mirror that shall show the compaction in

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 13 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
graphical form to the operator on the compactor. The contractor shall provide real
time data transfer to web application to monitor the compaction remotely. The
contractor shall provide the web application in such a manner that it also updates
the compaction data in real time on the PCMC’s works management e-Governance
application – Dashboard. The intelligent compaction system shall be connected with
the Dashboard system. The contractor shall provide software facility for PCMC’s
officials to update the QAP (Quality Assurance Plan) related data for compaction
through its web application that will get transferred to the intelligent compaction
system to benchmark the acceptance norms for colour coding, number of passes
and acceptable temperature and density levels.

The contractor shall provide compaction register that shall contain information
related to the compaction for further analysis. The compaction register shall
maintain following record. RUN ID, Date and Time of compaction, Latitude,
Longitude, Location, Temperatures (in case of Asphalt), Density (for soil – it can be
derived as a compaction measurement value), number of passes, colour for
temperature, colour for number of passes.

The contractor shall provide web application to view the actual monitor on the
compactor through web remote monitoring as a live streaming of the compaction
operations.

The contractor shall provide certificate and guarantee from the manufacture of the
compactor for compatibility of the system with the compactor. If the system is
retrofitted to the compactor should not be older than 3 years.

xxiii) Quality Reports


The contractor shall provide web application to record the quality reports related to
material acceptance by the agency, consultants and third-party testing agency. The
system shall have intelligent forms that will record the observation and generate the
quality reports and upload them to PCMC’s e-Governance web application –
Dashboard.

xxiv) For testing of Concrete and Steel:


The testing for compressive and tensile strength of concrete and steel respectively
shall be conducted on Compression Testing Machine (CTM) or Universal Testing
Machine (UTM) with arrangement for complete automation of test process after
fixing of test sample in the loading assembly. The CTM/ UTM shall be connected to
the PCMC web server at a web location provided by PCMC. The CTM/UTM shall
have 24 X 7 arrangements for sending the test results online to the PCMC specified
web server at the instant of completion of test without any manual entry of the test
results or test data. The CTM/UTM machine shall have arrangement for manual
entry of the sample id only. All the other parameters shall be generated by the
machine & computer system and updated to the PCMC web server with time lag of

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 14 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
not more than 30 seconds from completion of testing of sample.

xxv) Web Connectivity


Contractor shall provide web connectivity to all the above monitoring systems. Web
connectivity shall have minimum 2 MBPS internet speed and 100% availability. The
software should be intelligent in case of connectivity failure it should maintain the
pending files and send them as soon as it is connected.

The contractor shall make sure that the entire software and hardware solution is
virus free.
The minimum equipment to be provided along with each Paver Unit at place of work
shall be as stated here:

i. Air Compressor Unit

ii. Bitumen Pressure distributor with spraying arrangement for tack coat.

iii. Paver Finisher with paving width (without extension) not less than 4.5 m, with
automatic sensing devices for grade and cross profile control, with screed
heating and automatic tamping arrangement. Sensor Paver Finisher with the
Grade and Slope sensors, string line and accessories.

iv. Two nos. Rollers (Vibratory Tandem Rollers – 10 Ton Capacity)

v. Mini Vibratory Compactor (1 Ton Capacity)

vi. Team for leveling purpose with every paver finisher with Auto Level
instrument.

vii. Complete setup for conducting Bitumen content, gradation test on site.

xxvi) Credit lines/letter of credit/certificates from Banks for meeting the funds
requirement etc.) - (usually the equivalent of the estimated cash flow for 3
months in peak construction period.)

xxvii) Sub-bidders' experience and resources shall not be taken into account
in Determining the bidder's compliance with the qualifying criteria except
to the extent stated above

xxviii) Even though the bidders meet the above qualifying


criteria, they are subject to be disqualified and/ or forfeiture of EMD if
they have:

a) Made misleading or false representations in the forms, statements and


b) Attachments submitted in proof of the qualification requirements; and/or
c) Record of poor performance such as abandoning the works, not
properly Completing the contract, inordinate delays in completion,

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 15 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
litigation history, or financial failures etc.;
d) PCMC will reserve the right to qualify or disqualify bidders and to open
financial envelope no. 2.

15. BID CAPACITY: -


Bid Capacity of Bidder shall be at least equal to cost of project as per the details
elaborated below:

The bidder who meets the minimum qualification criteria as specified above will
be qualified only if their available bid capacity is more than Cost of project for which
he has offered his bid.

The available bid capacity will be calculated as below:

Assessed Available Bid Capacity = (A x N x 1.5 - B)

A= Maximum value of civil engineering works executed in any one year


during the last five years i.e. from April, 2016 to March 2021, (updated
to 2020-2021 level by factor of escalation of 10% per year, for preceding
years) taking into account the works completed as well as works in progress

N= Number of years prescribed for completion of the works for which bids are
invited (2.0 years for this tender).

B= Value, at 2020-2021 price level, of existing commitments and on-going


works to be completed during the N years).

Note :-
1. The bidder should enclose calculations showing available bid capacity
certified by the Chartered Accountant.
2. The statements showing the value of existing commitments and on-going
works as well as the stipulated period of completion remaining for each of
the works lists should be countersigned by the respective Employer or his
authorized representative, not less than the rank of Executive Engineer.

16. PRE-BID Meeting: - / /2021

a) A Pre-Tender conference was open to all eligible tenderers and held on ------------@
15.00 Hours in the office of the Joint City Engineer, BRTS, Main Building, Pimpri

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 16 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
Chinchwad Municipal Corporation, Pimpri wherein the prospective tenderers had an
opportunity to obtain clarifications regarding the work and the tender conditions.
b) The prospective tenderers are free to ask for any additional information or
clarification either in writing or verbally and the clarifications to the same will be given
during pre-bid meeting and this clarification referred to as “Common Set of
Deviations” will be applicable to all tenderers. Common set of deviations, if any,
issued by PCMC will form part and parcel of the tender documents and the same
shall be uploaded on E-tender website.
c) The tender submitted, by the tenderer shall be strictly as per NIT and Corrigendum/
Addendum (which shall be integral part of the tender), issued by the Joint City
Engineer, PCMC. The tender offer shall be unconditional. Conditional tenders/offers
will be summarily rejected.
d) All tenderers are cautioned that the tender containing any deviations from the
contractual terms and conditions, specifications, or other requirements will be
rejected as non-responsive.

17. COST OF BIDDING:


The tenderer shall bear all costs associated with the preparation and submission
of the bid and the employer will in no case be responsible and liable for those costs.

18. SITE VISIT:

The Tenderer, at his own cost, responsibility and risk is encouraged to must visit and
examine the site of works and its surrounding and obtain all information like
availability of construction materials, natural terrain, status of road work, extent and
possibility of underground and overhead utilities, local physical and social conditions,
condition of strata etc. that may be necessary for preparing the bid and entering into
a contract for construction of the works.

The soil investigation information and the bore-log details furnished in the tender
documents are only indicative and for general guidelines. If Tenderer felts
underground soil exploration is necessary, the same may be ascertained by him at
his own expenses during the course of visit to site. The bidder shall be responsible
for his own interpretation of the information furnished in the tender.

The detailed information regarding existing utilities is not available with PCMC. If
Tenderer felts these details are necessary, the same may be ascertained by him his
own expenses during the course of visit to site. The bidder shall be responsible for his
own interpretation of the information furnished in the tender.

The bidder shall be deemed to have collected information having regard to


consideration of cost and time before submitting his tender as to,

a) The form and nature thereof including surface conditions.


b) The hydrological and climatic conditions.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 17 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
c) The extent and nature of work and materials necessary for execution and
completion by the works and remedying of any defects therein.
d) The means of access to the site and the accommodation he may require
e) Risks, contingencies and all circumstances which may influence or affect his
tender.
f) Local conditions.

Thus, the bidder shall be deemed to have satisfied himself as to the correctness and
sufficiency of the ‘Tender’.

The costs of visiting the sites and collecting the necessary information shall be borne
by Tenderers.

19. MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS

19.1 Bid shall be submitted by e-tendering system. For this purpose, Bidders are required
to register themselves with Civil Engineering Department of PCMC. For the procedure
of registration bidders are requested to contact Accounts, Civil Department, First floor,
Main Building, PCMC, Pimpri, Pune 18.
19.2 Bid shall be submitted by e-tendering process only on PCMC website.
19.3 The following procedure shall be followed in e-tendering.
a) The Bidder registered for e-tendering system will be allotted a Digital Key and
only such registered Bidders shall submit the bids by e-tendering System.
Registered Bidders shall pay cost of blank tender form and Bid Security by
gateway system to PCMC.
b) The bid shall be submitted online only in Technical and Financial bid format
only. All documents stated in the qualification criteria should be duly signed
by the bidder, shall be scanned and uplinked on PCMC website.
c) Bidders are advised to submit their offers by e-tendering system only and not
by submitting in hard copies (conventional system). The soft copies of the bid
document for study and information are available on PCMC website
www.pcmcindia.gov.in.
19.4 All documents stated, shall be submitted online only by the bidder. The bidder shall
strictly ensure that all such attachments are complete and signed in all respects before
he scans the documents and Upload it on PCMC website. Bids which do not satisfy
the requirements stated will be treated as non-responsive.
19.5 The bidder shall quote his offer on the bid forms as prescribed in template available
online at the appropriate place. He shall not quote his offer anywhere directly or
indirectly
19.6 Price quoted online in template provided online only would be considered for
evaluation.

20. OPENING OF TENDER

The bids will be opened online on / /2021 if possible, in the presence of the bidder

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 18 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
or their authorized representatives who may choose to remain present. Following
procedure will be adopted for opening of the tender: First of all, check list documents
of the tender will be opened to verify the contents as per the requirements. If the
various documents contained in this check list do not meet the requirements of the
PCMC, a note will be recorded accordingly by the bid opening authority and the
financial offer of such bidder will not be considered for further action but the same will
be rejected.
A) The technical bid evaluation of the bidders will be done after verification of the
original certificates / documents (scanned copies uploaded online towards
qualification criteria furnished by the bidders.)
B) The bidders shall be required to furnish a declaration in online stating that the
soft copies uploaded by them are genuine. Any incorrectness / deviation
noticed will be viewed seriously apart from canceling the work duly forfeiting
the BID Security including suspension of business.

After opening of documents if contents of the same are found to be acceptable to the
PCMC and the EMD is deposited with PCMC by gate way system then only the
financial offer shall be opened.
a) Successful bidder will be intimated by e-mail.
b) The successful bidder shall furnish the duly signed print outs of bid
documents including CSC / CSD and addendum if any, before
concluding the agreement.

21. RIGHT RESERVED: -


Right to reject any or all tenders without assigning any reason is reserved by
the competent authority of Pimpri Chinchwad Municipal Corporation,
Pimpri whose decision will be final and legally binding on all the tenderers.

i) The Pimpri Chinchwad Municipal Corporation, Pimpri at their


discretion may extend the dead line for submission of tender by issuing
an amendment.
ii) The Pimpri Chinchwad Municipal Corporation, Pimpri shall have
the right to revise or amend the contract document prior to receipt of
tender.
22 PROCESS TO BE CONFIDENTIAL: -
Information relating to the examination, clarification, evaluation and comparison of
bids and recommendations for the award of a contract shall not be disclosed to
bidders or any other persons not officially concerned with such process. Any effort by
a bidder to influence the PCMC’s processing of bids or award decisions may result in
the rejection of his bid.

23 POWER OF ATTORNEY:
If the tenderers are a firm or company, they should in their forwarding letter mention
the names of all the partners together with the name of the person who holds the

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 19 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
power of Attorney, authorizing him to conduct all transactions on behalf of the body,
along with the tender.

24. Enquiries
Clarifications before pre bid conference, if any, can be sought from:
The Joint City Engineer, BRTS,
Pimpri Chinchwad Municipal
Corporation, Main Building,
Pune Mumbai Highway, Pimpri
Pune-411 018.
Maharashtra State INDIA

25 There is no provision for arbitration. The disputes between bidder and PCMC will be
dealt with as per provisions of contract. In case of dispute the decision given by the
Municipal Commissioner, PCMC will be final and binding on the bidder. However, if
the bidder lodges the case in court of law, the PCMC has full power to withdraw the
work and allot the same to other agency at the risk and cost of the bidder. In this
case no claim of the bidder will be entertained. The bidder should lodge the case in
court of law in the jurisdiction of Pune District Court.

26 Disclaimer
Every effort is being made to keep the Website up to date and running smoothly
24X7. However, PCMC takes no responsibility, and will not be liable for, the website
being temporarily unavailable due to any technical issue at any point of time. In that
event PCMC will not be liable or responsible for any damages or expenses arising
from any difficulty, error, imperfection or inaccuracy with this website, It includes all
associated services, or due to such unavailability of the website or any part there of
or any contents or any associated services.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 20 of 128
पपरी चचवड महानगरपािलका
पपरी पुण-े ४११ ०१८
थाप य िवभाग
सन २०१९-२० िनिवदा अटी-शत ( द. ०२/१२/२०१९ पासून लागू)

१) सदर टडर नोटीस https://mahatenders.gov.in या वेबसाईटवर पहावयास िमळे ल.


२) A) िनिवदा धारकाने िनिवदेची फॉम फ व बयाना र म मनपा खा यात पेमट गेटवे िसि टम ारे
(ई-बँक ग) भरावयाची आहे. ठे केदारांना कामाचे देयक E.C.S/ NEFT दारे अदा कर यात येतील
याबाबत ठे केदाराने मनपाचे वेबसाईटवरील जोडप -‘अ’ मधील ई-पेमटसाठी नमुना फॉम भ न
देणे आव यक आहे.
इसारा र म ( Earnest money Deposit) खालील माणे भरावी.
i) र. १.५० कोटी रकमेपयतची कामे:- िनिवदा रकमे या १%
ii) . १.५० कोटी रकमेवरील कामे :- िनिवदा रकमे या ०.५०% कवा . १.५० ल यापैक
जा त असेल ती र म.
B) ठे केदार महापािलके त महापािलके या थाप य िवभागात न दणीकृ त असणे आव यक असणार
नाही. तथािप https://mahatenders.gov.in वर ई न दणी करणे आव यक रािहल. तसेच १
कोटी पयत या रकमे या िनिवदा करीता महारा शासन सावजिनक बांधकाम िवभागाकडील
न दणी बंधनकाराक राहील. तथािप द. ५/१२/२०१९ पयत सदरची अट िशिथल करणेत आली
असुन, ठे केदारांनी न दणीसाठी अज के लेबाबतची पोहच पावती सादर करणे बंधनकारक रािहल, व
मनपा या सव अटी शत ची पुतता करणे बंधनकारक रािहल. िनिवदा भर यानंतर कोण याही
प रि थतीत/कोण याही ट यावर पा असुनही माघार घेत यास अशा ठे केदारासह सव पा
ठे केदारांचे दराचे पा कट उघडणेत येईल.
C) Online िनिवदा सादर झा यानंतर ७२ तासा या आत याच िनिवदेची Hard Copy व Bid
Security मूळ तीत सादर करणे अिनवाय आहे. तथािप Hard Copy सादर के ली / दली नाही
तरी सव ा िनिवदा उघड यात येतील.
I) B-1 व B-2 फॉम वा री क न तसेच Statement I II III IV यांची पुतता क न ावी
लागेल.
II) आयकर भर याचे मागील तीन वषाचे अ ावत माणप , पॅन काड त, PF code कमचारी
िनहाय PF ची चलने, ESI Certificate, Solvency, Turnover, Bid Capacity
Certificate, PWD माणप त, GST रिज ेशन माणप त. अनुभव व प रमाणाचे
माणप त. तसेच 10% पे ा जा त कमी दर अस यास िनिवदेतील बाब चे दरपृथ:करण
(Rate Analasys),
III) भागीदारी सं था अस यास पाटनरिशप िडड व पॉवर ऑफ अॅटन त.
IV) आ थक देकार उघड यानंतर, िनिवदा येत िनिवदा ा कं ाटदाराने अथवा अ य
कं ाटदारानी खोटी / बनावट कागदप े तांि क िलफा यास जोडू न िनिवदा िमळिव याचे / िनिवदा
येत भाग घेत याचे िनदशनास आ यास ता काळ ा कं ाटदारास १५ दवसांची नोटीस देऊन
थम ३ वष कालावधीकरीता का या यादीत टाकणेत येईल.
V) कं ाटदार एकमेकांिव द त ार करत असतील अथवा हरकती (Objection) घेत असतील तर
र. .१५ कोटी कमतीपयत या कामांसाठी शहर अिभयंता व र. .१५ कोटी पे ा जा त कमती या
कामांसाठी अित र आयु यांचेकडे आव यक कागदप ासह संदभ क न िनणय घेणेत येईल.
िनिवदा ि वकृ ती ािधका-यांचा िनणय दो ही बाजूस अंितम व बंधनकारक राहील.

Page 21 of 128
३) िनिवदा दर हे िनिवदा पाक ट उघडलेचे तारखेपासून १२० दवसाकरीता ा राहतील परं तू
अपवादा मक प रि थतीत ा ता कालावधी वाढवणे बाबत िवभाग मुख व यांचे ािधकृ त
के ले या अिधका यांनी िवचारणा के यास ा ता कालावधी वाढवून ावा लागेल.
४) कोणते ही कारण न देता सदर कामाची िनिवदा नाकारणे कवा र करणेचा अिधकार मा.आयु
कवा यांनी िनयु के ले या ािधका यांनी राखून ठे वला आहे.
५) अटीयु िनिवदा सादर करता येणार नाही.
६) I) भिव य िनवाह िनधी कायदा १९५२, कं ाटी कामगार(िनयमन व िनमुलन ) अिधिनयम १९७०
या काय ातील सव कायदेशीर बाबीची पूतता वत: ठे केदार यांनी करावयाची आहे.
II) ESI / PF पूतता करणे तसेच कामगार सं या यांची हजेरी व वेतनप के इ. कागदप े
कामा या साईटवर ठे केदार यांनी उपल ध करावयाची आहे. तसेच देयेके सादर करताना कमचारी
सं या व यानुसार भरले या कमचारी िनहाय PF ची चलने येक िबलासोबत जोडणे आव यक
आहे. सदरची पुतता देयेके सादर करताना आव यक आहे.
७) शासनाकडील सुधा रत/ निवन कर/ फ भर याची व पूतता करणेची जवाबदारी संबिधत
ठे केदाराची राहील.
अ) G S T बाबत.
I) ठे केदारांनी िनिवदेचा दर देताना जीएसटी वगळू न इतर सव करांचा िवचार क न ावा.
िनिवदा वीकृ त र मेवर चिलत दराने व तु व सेवा कर िवकास कामाचे िबलात अदा करणेत
येईल.
II) महापिलके ने वेळोवेळी व तु व सेवाकराबाबत अवलंबिवलेले धोरण कळिवणेत येईल व ते
ठे केदारांवर बंधनकारक रािहल.
८) कामाचे आदेश द यावर िनयमानुसार रॉय टी देय कामाम ये रॉय टीची र म िबलात चिलत
दराने ठे केदारांना अदा के ली जाईल. तथािप सदर र म ठे केदार यांना य अदा न करता याच
िबलातून वजा क न मनपा. माफत रॉय टीचा भरणा शासनाकडे पर पर के ला जाईल.
i) िनिवदा िस द करताना रॉय टी आणी मटे रयल चाजस सह िस द करणेत येईल, तथािप
िनिवदेचा दर हा रॉय टी व मटे रयल चाजसची र म वगळू न येणा-या य रक् कमेवर ावा..
९) महारा शासन यांचेकडील न दणीकृ त सुिशि त बेरोजगार अ भयता संवगातील ठे केदारांना
खालील माणे अटी शत सवलत लागू रािहल.
अ) सुिशि त बेरोजगार अिभयंता यांनी सावजिनक बांधकाम िवभाग, महारा शासन यांचेकडे
न दणी क न न दणी माणप िनिवदा भरताना सादर के यास, एक कवा जा तीत जा त
पाच कामे असे एकू ण र म पये १.५० कोटी मयादेपयतची कामे घेता येतील. या
कामांसाठी ३०% अनुभव व ७५% उलाढाल या अटीम ये सूट देणेत येवुन,िनिवदा भरणेसाठी
पा समजणेत येईल.
ब) मनपा या सवसाधारण अट . ९ नुसार सुिशि त बेरोजगार अिभयंता यांना सव कामांना सुर ा
अनामत रकमेम ये देणेत येणारी ५०% सुट बाबतची अट र करणेत येवुन, मु ा अ नुसार थम
िमळाले या पाच कवा र. . १.५० कोटी पयत या कामासाठी अनामत रकमेम ये ५०% सुट
अनु ेय राहील, पुढील िनिवदांसाठी सवसाधारण ठे के दारां माणे ५% सुर ा अनामत िनिवदा
अटी शत माणे भरावी लागेल.
क) सुिशि त बेरोजगार अिभयंता यांना या पुव एकही काम िमळालेले नाही अथवा िमळाले या
िनिवदा कामांची मािहती सोबत दले या नमु या माणे बंधप प ा दारे सादर करणे
बंधनकारक रािहल.
१०) I) िनिवदे या B-1 व B-2 फॉम मधील अटी व शत ठे केदारांवर बंधनकारक राहतील याची
ठे केदारांनी काळजीपुवक न द यावी.

Page 22 of 128
II) ठे केदार पा /अपा त ा https://mahatenders.gov.in या संकेत थळावर िस द करणेत
येतील, अपा ठे केदार यांनी यांचे हणणे िस दीचे दनांकापासून ३ दवसात लेखी व पात
िवभागात सादर करावे. तदनंतर आले या हरकत चा िवचार के ला जाणार नाही.
११) र. . १ कोटी पे ा जा त रकमे या सव कामांना खालील माणे पो ट ाली फके शन ायटे रीयाची
तरतुद असेल. अनुभव, प रमाण, उलाढाल, स मता इ यादीबाबत खालील माणे पुतता करणे
बंधनकारक असुन, खालील अ. .२ व ३ मधील माणप े ही स म ािधका-याने दलेली
असावीत आिण स म ािधकारी पदाचा दजा कायकारी अिभयंता पे ा कमी दजाचा असू नये
.
देय असले या कामा या वा षक कमती या
कमीत कमी ७५ ट े इतक असावी
अ मागील ५ वषातील कं ाटदाराची कमाल
(वा षक कमत )= कामाची एकू ण कमत
. उलाढाल
कामाचा कालावधी
वषात
देय कामां या कमतीनुसार ( चिलत दराने)
अ)तीन सार या प दतीची कामे यांची
कामिनहाय कमत, बोलाव यात आले या
िनिवदे या अंदािजत रकमे या ४०% पे ा
कमी नसावी कवा
ब) दोन सार या प दतीची कामे यांची
कामिनहाय कमत, बोलाव यात आले या
िनिवदे या अंदािजत रकमे या ५०% पे ा
मागील ५ वषात कं ाटदाराने याच व पा या
कमी नसावी कवा
ब. तु यबळ कमती या पूण के ले या कामाची
क) एक सार या प दतीचे काम याची
कमान कमत.
कमत, बोलाव यात आले या िनिवदे या
अंदािजत रकमे या ८०% पे ा कमी
नसावी. कवा
ड) एक सार या प दतीचे खाजगी
सं थेकडील कामाचा अनुभव ा
धरणेसाठी याच कामाबाबतचे करारनामे,
देयके , आयकर िववरणप े सादर करणे
बंधनकारक आहे.
देय कामातील मह वा या व आव यक जा त
देय कामासाठी मागील ५ वषापैक कोण याही प रमाण असणा-या कमाल ५ व कमान ३
क. एका वषात या मह वा या प रमाणा या बाबी बाब चे प रमाण नमुद करणेत यावे व या
करावया या आहेत याचे कमीत कमी प रमाण बाब ची एकू ण कमत िनिवदा कमती या
३० % पे ा जा त रकमेची नसावी.
र. .३ ल पे ा जा त कमती या
िनिवदांसाठी कं ाटदाराची िनिवदा
भर याची स मता (Bid Capacity)
र. .३ ल पे ा जा त कमती या
िनिवदांसाठी कं ाटदाराची िनिवदा भर याची ए X एन X1.5 - बी
ड. जेथे ए = मागील पाच वषातील जा तीत
स मता (Bid Capacity)
जा त वा षक उलाढाल
एन = देय कामाचा कालावधी
बी = हातातील कामांची कमत देय
कामां या कालावधीतील

Page 23 of 128
१२) करारनामा वखचाने दले या मुदतीत क न ावा लागेल. अ यथा िनिवदा र करणेत येईल.
१३) I) िनिवदाकार यांनी िनिवदेसोबत जोडलेली ( अपलोड के लेली) सव कागदप े खरी अस याबाबतचे
ित ाप र. . ५००/- चे टॅ प पेपरवर िलफाफा . १ म ये जोडणे आव यक आहे.
II) िलफाफा . १ म ये तसेच िनिवदा मंजुरी व नंतर देयके अदा करताना जोडलेली कागदप े खोटी
व बनावट अ याची बाब िनिवदा उघड यावर िनदशनास आ यास यास कं ाटदार पूणपणे
जबाबदार रािहल. मनपाचे अिधकारी जबाबदार राहणार नाही. खोटया/बनावट कागदप ांसाठी
कं ाटदार जबाबदार राहतील व यांचेवर भारतीय दंड िवधान संिहतेनुसार कायवाही पा
राहतील. तसेच यांना काळया यादीत टाकणेत येईल.
१४) महारा शासन सावजिनक बांधकाम िवभाग यांचेकडील शासन िनणय .
सीएसटी/२०१७/ . .०८/इमा.२ दनांक २७/०९/२०१८ अ वये परफॉम स िस यु रटी अनामत
ई िनिवदा णाली ारे खालील माणे भरावी लागेल. परफॉम स िस यु रटी अनामत िलफाफा .
२ उघड यानंतर थम यूनतम देकार सादर करणा या L-१ िनिवदाकाराने “ Additional
performance Security Deposit ” आठ दवसा या आत संबिधत कायकारी अिभयंता
यांचेकडे जमा करावी. याम ये कोण याही कारे सवलत देय राहणार नाही.मुदतीत “ Additional
performance Security Deposit ” सादर न के लेस L-1 यांची िनिवदा र करणेत येवुन L-
2 यांना िवचारणा करणेत येईल.
१४.१ िनिवदेचा देकार िनिवदाधीन कामा या कमतीपे ा १% पे ा जादा (उदा.१.०१ पासुन
पुढे) ते १०% पयत कमी दरांचा असेल तर ठे केदारांनी िनिवदाधीन कमती या १% र म
परफॉम स िस युरीटी हणून भरणे आव यक आहे.
१४.२ िनिवदा देकार अंदाजप क य दरापे ा १% पयत कमी अस यास अित र सुर ा अनामत
भर याची आव यकता नाही.
१४.३ िनिवदेचा देकार िनिवदाधीन कामा या कमतीपे ा १०% ते १५% कमी दराने असेल तर
देकार १०% पे ा जेवढया जा त दराने कमी आहे तेवढ़ी र म परफॉम स िस युरीटी
हणून मनपाचे ई-िनिवदा णाली ारे भरणे आव यक आहे. (उदा. १५% कमी दर - १% पे ा
जा त ते १०% पयत करीता – १% व (१५% -१०%) –५% असे एकू ण ६%).
परफॉम स िस युरीटी र म डी. डी./ एफ. डी. आर. अथवा बँकेची ितपुत हमी दारे
भरता येईल.
१४.३.१ िनिवदेचा देकार १५% पे ा कमी दराचा अस यास उव रत रकमेसाठी दोन पटीने र म
सादर करणे अिनवाय राहील.
उदा. १९ % कमी दारासाठी खालील माणे पृथकरण :-
१०% कमी दरापयत १% व
१५% कमी दरापयत -( १५% -१०% =५% )
तसेच ( १९-१५ )=४% करीता (४x२ = ८% )
असे एकू ण ( १+५+८=१४% )
१४.४ िलफाफा .२ (दराचे पाक ट ) उघडताना सव िनिवदाधारकांनी वत: कवा या या
ितिनध नी य उपि थत राहणे आव यक आहे. अ यथा ३ सा ीदारांसमोर िनिवदा
उघड यात येतील.
१४.५ या िनिवदाधारकाला काम िमळे ल याची परफॉम स िस युरीटी िनयमानुसार काम
समाधानकारकपणे पुण झा यावर परत िमळे ल.
१४.६ बँक ितपुत हमी महापािलके ने िविहत के ले या नमु या माणे सादर करावी.
१४.७ सुर ा ठे व खालील माणे एकु ण ५% राहील.
A) .१.५० कोटी पयत या कामांक रता (१% बयाणा र म, २% FDR, २% देयकातून
कपात) अशी एकु ण ५% राहील.

Page 24 of 128
B) .१.५० कोटी रकमेवरील कामांकरीता (०.५०% बयाणा र म, १% FDR, ३.५०%
देयकातून कपात) अशी एकु ण ५% राहील.
१४.७.१ FDR ची र म खालील व पात भरावी तसेच सदरची र म नजीक या १ हजार या
पटीत असेल
A) मनपा कोषागारात रोख व पात भरावी व याची मुळ पावती िवभागाकडे सादर
करावी.
B) भारतीय डाक िवभागाकडील रा ीय बचत माणप आयु , प. च.मनपा. यांचे नावे,
पपरी चचवड शहर येथे देय असलेले
c) रा ीयकृ त अथवा शेडयु ड बँकेकडील बँक गॅरंटी व पात, आयु , प. च.मनपा. यांचे
नावे, मनपाचे िविहत नमु यात, पपरी चचवड शहर येथे देय असलेली.
D) रा ीयकृ त अथवा शेडयु ड बँकेकडील मुदतठे व माणप , आयु , प. च.मनपा. यांचे
नावे, पपरी चचवड शहर येथे देय असलेले.

१५) या ठे केदारास कामाचे आदेश दे यात येतील अशा ठे केदारांनी सदर कामाचा व कामगारांचा
सवसमावेशक िवमा (Contractor All Risk Insurance Policy) महारा शासना या शासक य
िवमा िनधीकडे उतरिवणे बंधनकारक आहे. तसेच सदर िवमाप कांखाली तृतीय प दािय व व
इतर जोखीम अित र िवमा ह ा भ न िवमाछि त करणेत यावी.
१६) मनपाने िनि त के ले या य थ सं था यांचेमाफत तांि क तपासणी क न याचा तांि क
तपासणी अहवाल िवहीत वेळेत सादर करणे ठे केदार यांचेवर बंधनकारक असेल.

१७) थाप य िवभागाचे ेि य कायालयाकडील थाप य िवषयक कामांसाठी एका ठे केदारास (सं थेस)
एका ेि य कायालय काय े ात जा तीत जा त ५ (पाच) कामे घेता येतील तसेच थाप य
मु यकायालयाकडील िवशेष योजना अंतगतची व डांबरीकरणाची कामे वगळता एका आ थक
वषाम ये एका ठे केदारास ( सं थेस ) एका ेि य कायालय काय े ात जा तीत जा त ५ (पाच)
कामे घेता येतील.
१८) इमारत व इतर बांधकाम कामगार (रोजगार व सेवाशत )अिधिनयम १९९६ व इमारत व इतर
बांधकाम कामगार क याण उपकर िनयम १९९८ अंतगत १% उपकर ठे केदारांचे िबलातून वसूल
कर यात येईल.तसेच शासनाकडील
शासन िनणायानुसार वेळोवेळी आकार यात येणारे कर/फ ही ठे केदारावर बंधनकारक असेल.
१९) वा षक व पाची देखभाल दु तीची कामे तातडीने करणे अपेि त असलेने किन अिभयंता /
उपअिभयंता यानी सुिचत के ले या कालावधीतच कामे पुण करणे बंधनकारक राहील. सदर
कालावधीत काम न झा यास ती दन कमान र. . १००/- (शंभर फ ) माणे नुकसान भरपाई
वसूल के ली जाईल. तसेच अनाव यक व जाणून बुजून िवलंब के ला जात अस याचे िनदशनास
आ यास वाढीव नुकसान भरपाईची कायवाही िनिवदा अटी माणे के ली जाईल. अशा व पाची
कामे करताना ठे केदार यांनी कवा यांचे जबाबदार अिधकृ त ितिनधी किन अिभयंता /
उपअिभयंता यांचेशी िनयमीत संपक व सम वय राखणे आव यक आहे. व के ले या कामाचा संि
अहवाल सादर करणे बंधनकारक राहील.

२०) या ठे केदारास अथवा ठे केदारी सं थेस काम िमळे ल अशांकडू न करारनामा करणेपूव असा
ठे केदार/ठे केदारी सं था मनपाचे िव मान नगरसेवक / ि वकृ त सद य यांचेशी संबंिधत नाही याची
खातरजमा होणेकरीता र. . १००/- चे जनरल टँ पपेपरवर संबंिधत ठे केदार /ठे केदारी सं थेस
ित ाप क न ावे लागेल.
२१) हॉटिम स प तीने डांबरीकरण करणेचे कामांसाठी ठे केदारांचा हॉटिम स लँट, पे हर, हाय ेटर
रोड रोलर, व दोन इं टेिलजंट कॉ पॅ टर, १२० टी. पी. एच मतेचा बॅचिम स लँट, मनपा

Page 25 of 128
प रसरात अथवा मनपा ह ीबाहेर वत: या मालक चा असणे बंधनकारक असुन, मनपा
ह ीबाहेरील वत:चा लँट असणा-या ठे केदारांनी काम िमळा यानंतर तीन मिह याचे आत मनपा
ह ीत अथवा कामाचे ठकाणापासुन जा तीत जा त ५० क.मी. अंतराचे आत वत: थािपत व
कायाि वत करणे बंधनकारक आहे.
I) कामाचे आदेशापासुन तीन मिह याचे आत हॉटिम स लँट कायाि वत न के यास, ित दन र. .
५०,०००/- दंड आकार यात येईल. तसेच सहा मिह याचे आत काम सु न के यास, सदरची
िनिवदा र करणेत येवुन, संबिधत ठे केदार यांची बयाणा व अनामत र म ज करणेत येईल.
II) र. . १.५० कोटी पयतचे कामांसाठी वत: या मालक चा कवा भाडयाचा हॉटिम स लँट असणे
आव यक आहे. व र. . १.५० कोटीचे वरील कामांसाठी वत: या मालक चा हॉटिम स लँट
असणे आव यक आहे.
२१ .१ Batch mixing plant
The contractor shall provide hot mixing batching plant ( min.120 TPH) for all
asphalting works. The batch mixing plant shall have sense data like aggregate weight
and temperature batches through digital sensors & logic controller. The contractor
shall provide a SCADA based data reader & logging software to collect the sensed
data from the logic controller & convert it into machine readable file with date & time
stamp. The particular file shall contain the work identification no of the works
management e governance software the contractor shall provide web connectivity to
the batch mixing plant and software that will send the machine readable file
generated from SCADA software to contractors web application as well as the e
governance web application of PCMC dash board.
The plant register provided on the web application shall have following information.
Batch ID, quantity of all aggrigates, time & date , work identification no., agency
name, temperatures(in case of asphalts) & any other information asked by Engineer-
in –charge. The plant can be shared among multiple works & / or multiple contractors
The plant register shall have all data of for which work contractor a particular batch is
processed.

२१ .२ Vehicle tracking equipments


The contractor shall provide VTS ( vehicle tracking system) for all vehicles used for
particular work of PCMC.The VTS shall record the latitude & longitude of the vehicle
& shall send the data of the works management e governance software of PCMC
dashboard. The contractor shall provide web application that will show all vehicles of
a contractor on a GIS map along with the batch mixing plant the contractor shall also
provide a software that will update the entire mapping on the PCMC’s e-governance
works management system dashboard
The VTS shall continuously send the data of vehicle lat & long at every 5
sec.to the web application & dashboard.
The contractor shall provide web application i.e.intigrated with PCMC’s works
management e-governance application system. This web application shall have

Page 26 of 128
software for vehicle loading & unloading for each batch. The vehicles caring batches
should show the batch details sensed through the SCADA software on GIS map.
VTS shall be made available for all type of works i.e.asphalt, conctere,
earthwork or any other type as applicable as part of the terms of the contract.

२१ .३ Intelligent compacting system


The contractor shall also provide minimum 2 Intelligent compacting system on
the compactor used for compaction work of PCMC.The intelligent compacting system
shall have GPS, temperature sensors,accelerometer & IP-67 compliant PC fitted on
the compactor This compaction system shall also record the no of passes made by
the compactor The system shall have the mirror that shall show the compaction in
graphical form to the operator on the compactor. The contractor shall provide real
time data transferred to the web application to the monitor the compaction remotely.
The contactor shall provide the web application in such a manner that it also update
the compaction data in real time on PCMC’s works management e-governance
application dashboard The intelligent compacting system shall be connected with
dashboard system the contractor shall provide software facility for PCMC officials to
update QAP ( Quality assurance plan) releated data for compaction through its web
application that will get transferred to the intelligent compacting system to bench
mark the acceptance norms for colour coding, no of passes & acceptable temp. &
density levels
The contractor shall have provide compaction register that shall contain
information releated to the compaction for further analysis The compaction register
shall maintain following record RUN ID,DATE & TIME of compaction, latitude,
longitude , location, temperatures (in case of asphalt),density (for soil it can be
derived as a compaction measurement value).no of passes, colour for temp, colour
for no. of passes.
The contractor shall provide web application to view the actual monitor on the
compactor through web remote monitoring as a live streaming of the compaction
operations.
The contractor shall provide certificate & guarantee from the manufacturer of
the compactor for compatibility of the system with the compactor. If the system
retrofitted to the compactor should not be old than three years.
२१ .४ Quality reports
The contractor shall provide web application to record the quality reports to
releated to material acceptance by the agency, TIPA.The system shall have
intelligent forms that will record the observation & generate quality reports & upload
them to PCMC’s e-governance web application dashboard.
२१ .५ Web connectivity
The contractor shall provide web connectivity to all above monitoring system
web connectivity shall have min.1 MBPS internet speed & 100% availability Software

Page 27 of 128
should be intelligent in case of connectivity failure it should maintain the pending files
& send them as soon as it is connected
The contractor shall make sure that the entire software & hardware solution is virus
free.
२१ .६ Bitumen condition --
A) Bitumen of I. S. grade 60/70 (VG-30) should be used.
B) Bitumen should be supplied from any one of the following companies at The
risk and cost of contractor on behalf of this corporation.
a) Hindustan Petrolium Ltd
b) Bharat Oil petrolium Ltd.
c) Indian Oil petrolium Ltd.
C) The Materials to be used for bitumen mix ie. Stone metal & bitumen shall be
tested by the Contractor in the laboratory at his own cost & the result of the
same shall be submitted to the Engineer in charge of the work & when
directed in Additional of routine test.

२२) Special Conditions – Road


अ) डांबरी र ते :-
१) थाप य मु यकायालयाकडील िवशेष योजना अंतगतची डांबरीकरणाची कामे व ेचसची
िवशेष कामे वगळता एक आ थक वषाम ये एका ठे केदारास ( सं थेस ) एका ेि य कायालय
काय े ात जा तीत जा त र. ७ (सात) कोटी पयत कामे घेता येतील.
ब) ASPHALT MIX
The minimum bitumen content shall be as specified in respective BOQ items & other
components shall be as per Specifications. It shall be mandatory to prepare detailed
mix design for asphalt mix and job mix design shall be got approved from the
Engineer-in-charge. No additional payment shall be made for extra bitumen contents
& other ingredients if required to be used in the above mix. The additives to be added
in the mix shall be of ISI

Standard and of approved brand. In case of change of source of material (aggregate,


additives) the mix design shall be redone and got approved from Engineer-in-charge
every time without any extra payment.
२३) एफ आर पी कामासाठी
िनिवदाकार फायबर लास मधील उ पादक कं पनी असणे आव यक आहे.तसा पुरावा जोडणे
आव यक आहे. कवा िनिवदा उघड याआधी सम सादर करणे आव यक आहे. अ यथा िनिवदा
उघडणेत येणार नाही. तसेच िनिवदाकारास कमीतकमी कामा या कमतीएवढा अनुभव आव यक
आहे.
२४) Disclaimer-
Every effort is being made to keep Pimpri Chinchwad Municipal Corporations
Website up to date and running smoothly 24X7. However Pimpri Chinchwad
Municipal Corporation takes no responsibility, and will not be liable for, the website

Page 28 of 128
being temporarily unavailable due to any technical issue at any point of time. In that
event PCMC will not be liable or responsible for any damages or expenses arising
from any difficulty, error, imperfection or inaccuracy with this website, It includes all
associated services, or due to such unavailability of the website or any part there of
or any contents or any associated services.

२५ ) Total Station Survey –


A) For levelling contractor should arrange for Total Station for all levelling items in
this contract. He shall submit soft copy along with hard copy of the results.
Contractor shall arrange soft and hard copy of L- Section, Cross Section required
for calculation of quantities after carrying out leveling. Cost of hiring of Total
Station and taking levels along with PCMC Engineer, shall be born by the
contractor. If PCMC Engineer is required to be trained for Total Station, it should
be born by the contractor.
B) Contractor should get design with all parameters for the storm water line
considering the topography of that area from the reputed Designer/ Consultant.
The name of the Designer/Consultant shall be get approved from Engineer in
charge. The rate quoted by the contractor will be inclusive of mentioned design &
drawings.
२६) मनपा या सव कामांसाठी १००% तरतुद उपल ध आहे, अशा कामा या िनिवदेम ये भाववाढ
कलम व टार रे टची तरतुद लागू राहणार नाही. तसेच या कामांचा काम पुण वाचा िविहत
कालावधी १२मिहने वा यापे ा कमी आहे. व र म . १ कोटी पे ा कमी असले या कामांना
भाववाढ कलम लागु राहणार नाही.
येक कामासाठी वरील िनिवदा अटी व शत तसेच िवशेष अटी या या कामा या
व पानुसार लागू राहतील.

सही/-
आयु
पपरी चचवड महानगरपािलका
पपरी ४११०१८
जा. . था/िन/इमु/२७६/२०१९
द.०२/१२/२०१९

अटी व शत मा य

कायकारी अिभयंता
ठे केदार वा री पपरी चचवड महानगरपािलका
पपरी ४११ ०१८

Page 29 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

CHAPTER - II

INSTRUCTIONS TO TENDERER

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 30 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

CHAPTER - II

PIMPRI CHINCHWAD MUNICIPAL CORPORATION, PIMPRI

INSTRUCTIONS TO TENDERER

TENDER DOCUMENTS :

2.1 CONTENTS OF TENDER DOCUMENT :

a). The tender document for the purpose of this tender is issued in two volumes which
include the following documents together with any addendum (Common set of
Deviation) thereto.
Volume-I: Includes tender notice, instructions to tenderers, Undertakings,
conditions of contract, Additional conditions, special conditions,
General conditions, price variation clause, Sample forms.

Volume-II: Includes Scope of work, Design criteria for Tenderers, Technical


specification, financial bid, schedule of interim payments, schedule
of variation, tender form ‘C’ Declaration forms, and program of work.

Volume-III: Drawing

CSD Common set of deviation issued after pre-bid conference


indicating clarification, amendments if any.

b) The tenderer is expected to examine carefully all instructions, conditions, terms,


specifications and drawings of the tender documents. Failure to comply with the
requirements of tender submission will be at tenderer’s risk and results in rejection
of tender.

2.2 AMENDMENTS TO TENDER DOCUMENTS:

a) At any time prior to the dead line for submission of tender, the PCMC may for any
reason, whether at his own initiative or in response to a clarification request, modify
the tender document by issuing an addendum/addenda/Common Set of Deviation,
the addendum will be sent in writing to all prospective tenderers who have purchased
the tender document for interpretation in the tender and will be binding on them.

2.3 DOCUMENTS COMPRISING THE TENDER:

a) The tender to be submitted by the tenderer shall comprise the following -


i) Forms of tender and appendices thereto

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 31 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
ii) Earnest money deposit.
iii) Information on eligibility and qualification.
iv) Bidders own technical proposal based on scope of work, design criteria and
soil data as ascertained by the tenderer and other such relevant information
and
v) Any other material required to be complied and submitted in accordance with
the instructions to the tenderers embodied in the tender document. The forms
and the date provided in these documents shall be used without exception.
vi) Declaration regarding site visit on the enclosed proforma.
vii) Addendums/clarifications issued by PCMC before receipt of tender.
viii) Common Set of Deviations issued after pre-bid meeting.

2.4 TENDER PRICES:

a). The tenderer shall quote his single lump sum offer in the template of online envelope
no 2 to be submitted as per procedure laid down in Clause ‘b & c’ as under.

b). The lump sum price quoted by the tenderer shall include all the costs, towards
designing, drawings, getting the same checked and approved as per requirements of
PCMC, preparation of detailed working drawings (including approval thereof),
executing and completing the works as per defined scope of work and based on
design criteria for tenderer’s proposal including rectifying any defects therein. The
lump sum offer shall provide for all superintendence labour, material, plant,
equipment, site offices, laboratory and vehicles, and all other things required for
completion of work including all taxes like cess duties, etc. testing charges
including 10 % testing in laboratory (COEP, GPP ,PWD, PCMC Approved Laboratory
CONSTROLOGIX, CSRL, CETRS, etc) and such charges except for the exemptions
provided for in the contract. The GST will be paid as mentioned in contract,

c) The bidder has to carry out shifting of all existing utilities and services if any fouling in
the area of project as per direction of engineer. The payments will be made as per
the prevailing rates of the PCMC/PWD. The work will be measured as actual
executed on site. The coordination and approval of concern utility/service provider
has to be obtained by bidder. There are some of utilities are unknown, with
permission of user department bidder may be asked to remove the services.

2.5 TENDER LIABLE FOR REJECTION:

a). The tender is likely to be rejected if on opening it is found that

i) The tenderer has not strictly followed the procedure laid down
for submission of tender.
ii) The tenderer has proposed conditions which are inconsistent
with or contrary to the terms and conditions specified.
iii) Additions, corrections or alterations are made by the tenderer

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 32 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
on any page of the tender documents.
iv) Any page or pasted slips are missing.
v) The tenderer has not signed the tender with seal.
vi) The tenderer has specified any additional condition.
vii) The tenderer has not attached the addendum to the main tender form.
viii) The tenderer has not attached Common Set of Deviations. (CSD)
ix) in case the technical proposal of tender who has quoted lowest price and who
has satisfied other criteria is not conforming to the stipulations made, the
tenderer without revising the cost shall modify the same to conform to the
stipulations. If the tenderer refuses to modify this then the tender shall be
treated as non-responsive and rejected.
2.6 CORRECTION OF ERRORS:

If there is any discrepancy between the offer quoted in figures and in words, the
lower of the two shall be treated as the offer. The decision Joint City Engineer,
BRTS, PCMC in this regard will be binding on bidder.

2.7 AWARD CRITERIA


The PCMC may award the contract to the successful bidder whose bid has been
determined to be substantially responsive and has been determined as the lowest
evaluated bid, provided further that the Bidder to be qualified to perform the contract
satisfactorily. The prospective responsive bidder will be given letter of
acceptance/work order asking him to fulfil the agreement on requisite stamp papers
and pay necessary security deposit required and also to fulfil the other requirements
as directed by Engineer In Charge. The cost of requisite stamp papers has to be
borne by the bidder.

2.8 DECIDING AWARD OF CONTRACT

The process of decision and award of the contract shall be as under:


(a) Only those Bids, which are found to be substantially responsive, shall be
considered. The Envelope-II of non-qualifying bids shall be retained
unopened. Only bids that qualify shall be considered for further evaluation.
The decision of the PCMC regarding the Technical Evaluation, qualification,
and opening of bids shall be final and binding on all bidders.
(b) Bidders who qualify as aforesaid shall furnish detailed cost breakup/ rate
analysis and other clarifications to the proposal submitted by them as may be
requested by the PCMC to evaluate the reasonableness of the bid.
(c) The bidder who qualifies and with the lowest Evaluated Bid Price, determined
may be invited for further negotiations as may be necessary. If the
negotiations with the firm are successful, the award will be made to that
bidder. If, however it is seen that a contract with reasonable terms cannot be
concluded with the bidder with the lowest evaluated bid, the bidder with the
second lowest evaluated bid will be invited for negotiations. The process will

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 33 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
be repeated until an agreed contract is concluded.
(d) The acceptance of the tender rests with the competent authority of Pimpri
Chinchwad Municipal Corporation, Pimpri. The right to reject any or all the
tenders without assigning any reason thereof is reserved by Pimpri
Chinchwad Municipal Corporation, Pimpri. The tenderer whose tender is
accepted will have to enter into a regular agreement in the type & form
prescribed by Pimpri Chinchwad Municipal Corporation, Pimpri & abide
by all the rules and regulations embodied therein.
(e) No corrections, additions or alterations in the tender document shall be made.
No special stipulations in the tender document shall be permitted.
(f) The tender shall be liable to be rejected outright if;
i. If the specified Earnest Money in specified form is not paid.
ii. The tenderer proposes any conditions & alterations in the conditions
of the tender.
iii. Any erasures are made in the tender documents.
iv. If Bidder’s technical note containing method of execution and work
plan not enclosed.
(g) If the tendering bidders are a firm or company, they shall, in their forwarding
letter should mention the names of all the partners of the firm or the company
as the case may be and the names of the partners who hold the power of
attorney authorizing him to conduct transactions on behalf of the Company /
Firm. Copy of power of attorney duly signed by all partners shall be enclosed
in Envelope-I.
(h) Conditions and Scope of Work of the contract are subject to amendment till
the time of acceptance of the tender.
(i) The notes and conditions stipulated in this notice will form a part of the
agreement.

2.9 NOTIFICATION OF AWARD FURNISHING PERFORMANCE SECURITY AND


SIGNING OF AGREEMENT

The Bidder whose Bid has been accepted will be notified of the award by the PCMC
prior to expiry of the bid validity period by personally or e-mail, fax confirmed by
registered letter. This letter (hereinafter and in the Conditions of Contract called the
“Letter of Acceptance”) will state the sum that the PCMC will pay to the Bidder in
consideration of the design, drawings, execution, completion, any defects
rectification in DLP and maintenance of the service road of the Works by the Bidder
as prescribed by the Contract (hereinafter and in the Contract called the “Contract
Price”)
The notification of award will constitute the formation of the Contract, subject to
furnishing of a Security Deposit. The PCMC shall notify the successful bidder that the
bid has been accepted and that he should present himself for signing the Agreement.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 34 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

2.10 FOR SPECIAL ATTENTION OF TENDERER:


The tenderer is expected to visit the site before quoting the tender and get fully
acquainted with the site conditions and site requirements.
The tenderer shall study the traffic volume and evolve a diversion scheme for traffic
and get it approved from PCMC and concern department. It will be the responsibility
of bidder to obtain necessary permission for diversion from concerned department
and to ensure that the traffic on roads shall be uninterrupted.

There may be some local problems, which will be required to be tackled by the
bidder. Local suppliers may create problems for supply of sand and metal during
execution, which shall have to be solved by the successful bidder. On this account
no extension of time limit will be granted, nor any compensation will be given.
Police protection, if considered necessary will have to be arranged by the bidder at
his own cost.

Power and water supply required for work and labours etc. have to be arranged by
the bidder. Pimpri Chinchwad Municipal Corporation, Pimpri does not take any
guarantee for power and water supply at the site.

Pimpri Chinchwad Municipal Corporation, Pimpri staff will, however, extend help in
solving local problems for obtaining permission, obtaining power supply etc.

2.11. Instructions regarding work to be done will be given to the bidder from time to time.
No compensation & extension on this account will be given to the bidder.

2.12. The Bidder shall make himself aware of the possible underground utilities along the
alignment of the road.

2.13. Bidder shall make his arrangement for temporary approach road and material
stacking yards etc. at his cost. The Bidder will not be allowed to stock the material
on existing road within right of the way.

2.14 The bidder shall work as per instructions given by the authorized person appointed
by PCMC.

The dewatering as required due to storm water, underground seepage/ rain water
and from any other sources etc is an incidental activity to work and cost shall be
included in Lump-sum rate. No separate payment will be made for dewatering.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 35 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

BID SECURITY (BANK GUARANTEE)

WHEREAS, --------------------------------------- [name of Bidder] (hereinafter called “the Bidder”)


has submitted his bid dated [date] ------------------- for the construction of ----------------------
---------------[Tender No. & name of Contract hereinafter called “The Bid”].

KNOW ALL PEOPLE by these presents that We [name of bank] of _ [name of country] having
our registered office at (hereinafter called “the Bank”) are bound unto COMMISSIONER, Pimpri
Chinchwad Municipal Corporation [name of employer] (hereinafter called “the employer”) in the
sum of _ * for which payment well and truly to be made to the said Employer the bank
itself, his successors and assigns by these presents.
SEALED with the Common Seal of the said Bank this day of _, 20 THE
CONDITIONS of this obligation are :
(1) If after Bid opening the Bidder withdraws his bid during the period of bid validity specified
in the form of bid;
OR
(2) If the bidder having been notified to the acceptance of his bid by the employer during
the period of bid validity:
(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Security, in accordance with the
Instructions to Bidders, if required; or
(c) does not accept the correction of the bid price pursuant to Clause 27.

We undertake to pay to the employer upto the above amount upon receipt of his first written
demand, without the employer having to substantiate his demand, provided that in his demand
the employer will note that the amount claimed by him is due to him owing to the occurrence of
one or any of the three conditions, specifying the occurred condition or conditions.
This guarantee will remain in force up to and including the date _ _ ** days after the deadline
for submission of bids as such deadline is stated in the instruction to bidders or as it may be
extended by the employer, notice of which extension(s) to the Bank is hereby waived. Any
demand in respect of this guarantee should reach the bank not later than the above date.

DATE

SIGNATURE

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 36 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

WITNESS SEAL

_ [Signature,
name and address]

* The Bidder should insert the amount of the guarantee in words and figures
denominated in Indian Rupees. This figure should be the same as shown in Clause
16.1 of the Instructions to Bidders.
** 45 days after the end of the validity period of the bid. Date should be inserted by the
employer before the bidding documents are issued.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 37 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

PERFORMANCE BANK GUARANTEE

To,
COMMISSIONER, [name of employer]
Pimpri Chinchwad Municipal Corporation,
Main Building,
Pimpri,
Pune-411018.

WHEREAS _ _ [name and address


of bidder] (hereinafter called “the bidder”) has undertaken, in pursuance of contract no. _
dated _ to execute [Tender no. & name of
contract and brief description of works] (hereinafter called “the contract)

AND WHEREAS it has been stipulated by you in the said contract that the bidder shall
furnish you with a bank guarantee by a recognized bank for the sum specified therein as
security for compliance with his obligation in accordance with the contract;

AND WHEREAS we have agreed to give the bidder such a bank guarantee:

NOW THEREFORE we hereby affirm that we are the guarantor and responsible to you
on behalf of the bidder, up to a total of --------------------------------------- [amount of
guarantee] * (in words), such sum being payable in the types and proportions of currencies
in which the contract price is payable, and we undertake to pay you, upon your first written
demand and without cavil or argument, any sum or sums within the limits of [amount of
guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your
demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the bidder
before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
contract or of the works to be performed there under or of any of the contract documents
which may be made between you and the bidder shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or
modification.

This guarantee shall be valid until 28 days from the date of expiry of the Defect
Liability period.

Signature and Seal of the guarantor _


Name
of Bank
Address

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 38 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
Date

* An amount shall be inserted by the Guarantor, representing the percentage the


Contract price specified in the contract including additional security for unbalanced bids,
if any and denominated in Indian Rupees.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 39 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

CHAPTER - III

ADDITIONAL CONDITIONS OF CONTRACT

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 40 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

CHAPTER - III

PIMPRI CHINCHWAD MUNICIPAL CORPORATION, PIMPRI

ADDITIONAL CONDITIONS AND INSTRUCTIONS TO TENDERERS

Name of the Owner: PCMC


In all the contents mentioned anywhere in this tender, the owner is Pimpri Chinchwad
Municipal Corporation and the competent authority of the Pimpri Chinchwad Municipal
Corporation at appropriate level. The use of word 'Corporation' or PCMC anywhere in the
contents, to mean the owner of work shall have by similar and same meaning as in use Pimpri
Chinchwad Municipal Corporation.

1. COMPETENCY OF TENDER:
The work will be awarded only to the bidder whose bid is considered as responsive,
capable of performing the class of work specified. Before passing the final award, any
or all bidders may have to demonstrate that he has the necessary experience facilities,
abilities, manpower & financial resources to execute the work in satisfactory manner &
also within the stipulated time. The bidder may also be required to furnish to the PCMC,
a statement in respect of their experience and financial resources.

2. PAYMENTS:
The tenderers must understand clearly that the rates quoted are for completed items of
work & include all taxes like GST, levy, etc., cost due to labour, all leads & lifts
involved & scaffolding, plants, supervision, service roads, diversion, dewatering,
power, etc. and to include all expenses to cover the cost of night and round the
clock working as and when required. No claim for additional payment beyond the
prices or rates quoted will be entertained & the bidder will not be entitled subsequently
to make any claim on the ground of any representation or on any promise by any
person or on the ground of any failure on his part to obtain all necessary information
for the purpose of making his tender and fixing the several prices and rates therein
and shall not relieve him from any risks or liabilities arising out of or consequence
upon the submission of the tender. Labour welfare sales tax 1% will be deducted
from bidder’s RA bill in addition to IT & GST TDS. (As per Maharashtra GR 2%
deduction will be done)

3. ERASURE:
Persons tendering are informed that no deletion or any alteration by them in the text of
the documents set herewith will be allowed. Any such deletion, or any alteration will be
disregarded and the tender may be treated as non-responsive.

4. ACCEPTANCE:
Intimation of acceptance of tender will be given by an email or a letter sent by
Registered Post to the address given in the tenders below the signature of the tenderer.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 41 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
The tenders not fulfilling conditions mentioned in the document and/or incomplete in
any respect shall be liable for rejection.

5. ADDITIONAL PRECAUTIONS TO BE TAKEN BY THE CONTRACTOR TO


PREVENT ACCIDENT:
These are in addition to and over and above those mentioned elsewhere in the contract
documents.
a) As the workers have to work at height and on busy traffic area adequate safety
measures should be taken by the contractor.
b) No live electric lines should be allowed to run along the ground. No blasting is
permitted.
c) Only trained and experienced hands should be allowed to handle all works in the
scope of tender.
d) Machinery in good working condition shall only be deployed for work.

6. CONTRACTORS TO GET ACQUAINTED THEMSELVES FULLY :

The contractor shall be deemed to have carefully examined the work and site
conditions including labour, the general and the special conditions, the specifications,
schedules, drawings and shall be deemed to have visited the site of the work & to have
fully informed himself regarding the local conditions and carried out his own
investigations to arrive at the rates quoted in the tender. In this regard, he will be given
necessary information to the best of knowledge of Department, but without any
guarantee to it.
If the bidder has any doubts as to the meaning of any portion of the general conditions,
the special conditions, the scope of work, the specifications and drawings, or any other
matter concerning the contract, he shall, in good time before submitting his tender, set
forth, the particulars thereof and submit them to the Engineer in writing, in order that
such doubts may be clarified before pre-bid meeting. Once a tender is submitted the
matter will be decided in accordance with the tender conditions.

6.2. Languages(s) and Law

a) Language The language is English


b) Law The Contract shall be governed by and construed in accordance
with the governing law of India and also the laws in force in the State of Maharashtra
and no suit or other proceeding relating to the Contract shall be filed or taken by the
Contractor in any Court of Law except in the High Court of Mumbai which shall have
exclusive jurisdiction to hear and determine all actions and proceedings in connection
with and arising out of the Contract, and the Contractor shall submit to the jurisdiction
of the aforesaid Court of Law for the purpose of any such action and proceedings

6.3 Errors, Omissions and Discrepancies:


a) In case of errors, omissions and/or disagreement between written and scaled

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 42 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
dimensions in the drawings or between the drawing and specifications, etc., the
following order of preference shall apply.
i) Between scaled and written dimensions/description on a drawing, the
latter shall apply.
ii) Between the quantities shown in schedule of quantities and those
arrived from drawings, the later shall be prevail.
iii) Between the written description of item in the Schedule of quantities and
the detailed description in the specifications of the same item the later
shall be prevail.

b) In case of difference between the rates written in figures and words the lower of the
two shall be treated as the offer. The decision Joint City Engineer, BRTS, PCMC
in this regard will be binding on contractor. In other cases, the correct rate would
be that which is lower.
c) In all cases of omissions and/or doubts or discrepancies in the dimension or
description of any item or specifications, a reference shall be made to the Engineer-
in-Charge whose elucidation, elaboration or decision shall be considered as
authentic. The Contractor shall be held responsible for any errors that may
occur in the work through lack of such reference and precautions.

6.4 Contract Documents

The following documents shall be part of the Contract


a) Any modification / amendments issued by Employer prior to tender
submission date, Correspondence between the employer and contractor
after opening the bid and prior to letter of acceptance.
b) Agreement on Stamp Paper
c) Letter of Acceptance & Work Order
d) Tender Notice & Detailed Tender Notice.
e) Additional Instructions to tenderers.
f) General Conditions of Contract.
g) Special Conditions of Contract.
h) Price variation clause Annexure -A.
i) Contract detail Annexure -B
j) Declaration of Contractor and Tender form “C”
k) Schedule for items of variation.
l) Scope of Work.
m) Item wise Specifications
n) General Technical Specifications.
o) Set of Drawings attached to N.I.T. (Volume III)

6.5 Priority of Contract Documents


The several documents forming the contract are to be taken as mutually explanatory
of one another, but in case of any ambiguities or discrepancies the priority shall be as
indicated below:

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 43 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
1. Agreement.
2. Declaration of Contractor and printed ‘C’ form and schedules duly filled in.
3. Correspondence after submitting tender and before letter of acceptance
/Modifications /amendments/CSD.
4. Item-wise technical specifications.
5. M O R T & H Specifications for Roads and Bridges, ISI, IRC, B.I.S. codes of
practice.
6. General Technical Specifications.
7. Additional Specifications
8. Scope of work.
9. Special Condition of Contract.
10. General Condition of Contract.
11. NIT Drawings

6.5 Mix Design :

a) CONCRETE MIX:

The minimum cement content and maximum water cement ratio permissible in
the R.C.C. /PSC components shall be as per Specifications. It shall be mandatory to
prepare detailed mix design for all grades of concrete from the approved laboratory
and mix design shall be got approved from the Engineer-in-charge. No additional
payment shall be made for additives & other ingredients required to be used in the
concrete. The additives to be added in the mix shall be of ISI Standard and of approved
brand. In case of change of source of material (cement aggregate, admixtures) the mix
design shall be redone and got approved from Engineer-in-charge every time. Only
Ready-Mix Concrete is allowed for all concrete work.

Materials - No creek sand shall be allowed in concreting. Only river/natural sand


from approved sources shall be allowed and the percentage of Crushed sand
obtained from V. S. I. shall not be more than 15% of total fine aggregate in the
mix. The crushed sand should be as per IS 383 reaffirmed 1997 and IS 2386 (Part
VII) gives standard test method for alkali aggregate reactivity which can be used
when dealing with suspicious aggregate. Aggregate must be tested for Alkali
aggregate reactivity before use in work. (e.g. Total fine aggregate 100% =
River/Natural sand 85%+ Crush Sand from V. S. I. 15%)

Only Ordinary Portland cement of 43 grade conforming to I.S. 8112 is permitted


for this work. Use of Fly ash is restricted to maximum 25% by the weight of
cement for this work. Source of fly ash should got approved by the Engineer –
in – Charge prior to execution of work.

b) ASPHALT MIX:

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 44 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
The minimum bitumen content shall be as specified in respective items specifications
& other components shall be as per MORTH Specifications. It shall be mandatory to
prepare detailed mix design for asphalt mix from the approved laboratory and job mix
design shall be got approved from the Engineer-in-charge. No additional payment shall
be made for extra bitumen contents & other ingredients if required to be used in the
above mix. The additives to be added in the mix shall be of ISI Standard and of
approved brand. In case of change of source of material (aggregate, additives) the mix
design shall be redone and got approved from Engineer-in-charge every time without
any extra payment.

The minimum bitumen content for BM, DBM & BC shall be 3.3% 4.50% & 5.40%
respectively.

6.7 Working Methodology and Progress Schedules:

a) The Contractor shall submit within the time stipulated by the Engineer-in-
Charge, in writing the details of actual methods that would be adopted by the
Contractor for the execution of any items as required by Engineer at each of
the locations, supported by necessary detailed drawing and sketches including
those of the plant & machinery that would be used, their location, arrangement
for conveying and handling materials etc. and obtain prior approval of the
Engineer-in-Charge well in advance of starting of such item of work. The
Engineer-in-Charge reserves the right to suggest modifications or make
corrections in the method proposed by the Contractor whether accepted
previously, or not, at any stage of the work to obtain the desired accuracy,
quality & progress, which shall be binding on the Contractor. No claim on
account of such change in the method of execution will be entertained by the
Corporation.

b) Progress Schedule
The contractor, before commencement of the work, shall furnish resource
based activity linked schedule in the form of CPM/ PERT net work chart and
cash flow requirements in the form of “S” curve in quadruplicate for the approval
of Engineer.

c) The Contractor shall employ sufficient plants, equipments and labours as may
be necessary to maintain the progress schedules. The working and shift hours
shall be restricted to one shift a day. These shall not be varied without prior
approval of the Engineer. Work would not be normally allowed to be carried
out during night. In exceptional circumstances, if the Contractor requests,
certain portion of work may be allowed to be carried out during night under
supervision. The Contractor shall provide adequate and necessary lighting
arrangement etc. for night work as directed by Engineer without any extra cost.

6.8 As Built Drawings and other Documentation


A copy of the Auto CAD Drawings shall be forwarded to the Engineer

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 45 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
on a periodic basis for approval and to record all details relating to progress and
developments. On the basis of all Drawings relating to the Works the Contractor shall
prepare “As-Built” drawings using the computing software Auto CAD Version 2010 or
later version to record the precise details of the Works complete. The Contractor, at
the time of issue of the Statement of Completion, shall forward the final copy of the
Auto CAD Drawings on CD. In addition, the contractor shall submit 4 (four) hard copies
of all the drawings. The Contractor shall also arrange to take photographs as directed
by the Engineer, depicting various details & stages of progress of works and submit
them in duplicate in proper albums for records. Video shooting of the work shall be
carried out periodically and cassette containing 180-minute Video film shall be
presented to Employer on virtual completion of the work.
All detailed working drawings, design calculations and fabrication
drawings for Temporary works (such as form work, staging, centering, scaffolding,
specialized construction, handling and launching equipment and the like) as well as
bar bending schedule for reinforcement, material list for structural fabrication as well
as detailed drawings for templates and anchorage and temporary support details for
pre-stressing cables etc. shall be prepared by the Contractor at his own cost and
forwarded to the Engineer at least 2 weeks in advance of actual constructional
requirements. Within one week of receipt, the Engineer will check & return one copy
of the same for the Contractor’s use with amendments if any marked on them after due
discussion and agreement with the Contractor. Such approval shall not relieve the
Contractor of any of his responsibilities in connection with Temporary Works.
The Contractor will supply two copies of the approved drawings for the
Engineer’s use. The cost of preparing all such items of work shall be deemed to have
been included in the respective rates / prices quoted by the Contractor.

6.9 Treasure and Trove Discovered:


In the event of discovery by the Contractor or his employees during the progress of the
works of any treasure, fossils, minerals or any other articles of value, or interest, the
Contractor shall give immediate intimation thereof to the Engineer and fourth-with
hand over to the Engineer such treasures or things which shall be the property of
PCMC / Govt. as the case may be.

6.10 Agent and Work Order Book:


a) The Contractor shall engage an authorized all time agent on the work capable
of managing and guiding the work and understanding the specifications and
contract conditions. A qualified and experienced Engineer shall be provided by
the Contractor as his Agent for technical matters as approved by the Engineer-
in-Charge. The Site Agent (Project Manager) shall take orders as will be given
by the Engineer-in-Charge or his representative and shall be responsible for
carrying them out. This Agent shall not be changed without prior intimation to
the Engineer-in-charge. To ensure proper supervision control, the Engineer-in-
Charge has unquestionable right to ask for changes in the quality and strength
of contractor's supervisory staff and to order removal from work of any of such

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 46 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
staff. The Contractor shall comply with such orders and effect replacements
to the satisfaction of the Engineer-in-Charge.
b) A work order book shall be maintained on site and it shall be the property of
PCMC, wherein the instructions are given in writing to the contractor pertaining
to the work. The Contractor shall promptly acknowledge the instructions given
therein by the Engineer or his representative or his superior officer, and comply
with them. The contractor shall report the compliance of the instructions in good
time so that it can be checked. The blank work order book with machine
numbered pages will be provided by the PCMC free of charge for this purpose.
The Contractor will be allowed to copy out the instruction therein from time to
time.

6.11 Initial Measurement for Record:


For proper measurements of the work it is necessary to have an initial set of levels or
other measurements taken and the same are recorded in the authorised field book or
M.B. of the PCMC by the Engineer or his authorised representative and will be signed
by the Contractor who will be entitled to have a true copy of the same made at his
cost. Any failure on the part of the Contractor to get such level etc. recorded before
starting the work will render him liable to accept the decision of the Engineer as to the
basis of taking measurements. Likewise the contractor will not cover any work, which
will render its subsequent measurement difficult, or impossible without first getting the
same jointly measured by himself and the authorised representative of the Engineer.
The Contractor shall sign the record of such measurements as its acceptance and he
will be entitled to have a true copy of the same at his cost.

6.12 Handing over of Work:


All work and materials, before finally taken over by PCMC will be entire liability of the
Contractor for guarding, maintaining and making good any damage of any magnitude.
Interim payments made for such work will not alter this position. The interim payment
shall be treated as advance for purpose of payment.

The handing over by the Contractor and taking over by the Engineer-in-charge or his
authorised agent will be always in writing of which copies will be given to the Engineer-
in-charge, his authorised representative and the Contractor. It is to specify that the
corporation will count the defect liability period from the date of taking over of entire
work.

6.13 Assistance in Procuring Priorities, Permit, etc. :


The Engineer on written request by Contractor will, if in his opinion the request is
reasonable and in the interest of work and its progress, assist the contractor in securing
the priorities, for deliveries, transport, permits for controlled materials, etc. where such
are needed. The PCMC will not however be responsible for the non-availability of such
facilities or delays in this behalf and no claims on account of such failure or delays shall
be allowed by the PCMC.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 47 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
7. SAMPLES AND TESTING OF MATERIALS :
7.1
a) All materials to be used on work, such as structural steel, nuts and bolts, paints,
cement, lime, bricks, aggregates, steel, structural and high tensile steel, bearings,
expansion joints, stones, asphalt, woods, tiles, etc. shall be got approved in
advance from Engineer-in-Charge and shall pass the test and analysis required by
him, which will be (a) as specified in the specifications of the items concerned and
/ or (b) as specified by the Indian Road Congress Standard Specifications and code
of practice for Roads and Bridges or (c) I.S.I. specification (wherever and whenever
applicable) or (d) such recognised specifications acceptable to the Engineer-in-
Charge as equivalent thereto or in the absence of such authorised specification (e)
such requirements / tests and / or analysis as may be specified by the Engineer-
in-Charge in the order of precedence given above.
b) The Contractor shall establish a well-equipped field laboratory at his cost for testing
of construction materials. The field tests shall include but not limited to sieve
analysis, moisture content, flakiness index & compressive strength of concrete
cubes, testing of cement, aggregates etc. The testing shall be carried out as
specified in MORT & H Specifications and other applicable codes for works.
c) The Contractor shall at his risk and cost make all arrangement and/or shall provide
for all such facilities as the Engineer may require for collecting, preparing, and
forwarding required number of samples for tests or for analysis at such time and to
such place or places as may be directed by the Engineer and bear all charges and
cost of testing including transport. Such samples shall also be deposited with the
Engineer-in- Charge till these are sent for testing. Samples of material shall also
be preserved during the construction period.
d) The Contractor shall, if and when required, submit at his cost the samples of
materials to be tested or analysed and if so directed shall not make use or
incorporate in the work any materials until required tests have been made & the
test results of the materials are finally accepted by Engineer-in- Charge.

7.2 Co-ordination:
When several agencies for different sub works of the projects are to work
simultaneously on the project site, there must be full co-ordination between the different
contractors to ensure timely completion of the whole project. The scheduled dates for
completion specified in each contract shall, therefore, be strictly adhered to. Each
Contractor may either make their independent arrangements for water, power,
housing, etc. or may come to mutual agreement and in this behalf and make joint
agreement with the approval of the Engineer.

No Contractor shall take any steps or action that may cause disruption, discontent or
disturbance to work, labour or arrangements etc. of other contractors in the project.
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 and shall be dealt with accordingly. In case of any dispute or disagreement
among the various contractors the Engineer's decisions regarding the Co- ordination,

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 48 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
Co-operation and facilities to be provided by any of the contractors, etc. shall be final
and binding on the Contractors concerned and such a decision shall not vitiate any
contract nor absolve the Contractor of his obligations under the contract nor form the
grounds for any claim or compensation.

7.3 Temporary Quarters:


The contractor shall at his own expense maintain sufficiently experienced supervisory
staff etc. required for the work and shall make his own arrangements for housing such
staff with all necessary amenities. General layout plan for such arrangement be got
approved from the Engineer-in-Charge. It will be the responsibility of the Contractor to
get his layout plan of temporary structure approved from the local Competent
authorities.

7.4 Payments:
Refer Clause no 2 of this chapter above.

7.5 Patented Devices:


Patented Devices, Materials and Processes
Whenever the Contractor desires to use any designed, device, material or process
covered by letter of patent or copyright, the right for such use should be secured by
suitable legal arrangement and agreement with the patent PCMC and the copy of
their agreement shall be filed with the Engineer-in-Charge.

7.6 Water Supply:


The bidder shall confirm availability of adequate water for works, and sources thereof
before submitting the tender. The contractor shall make his own arrangements at his
own cost for entering in to contract with concerned authorities for obtaining the
connection and carry the water up to the work sites as required by him. The contractor
is advised to provide water storage tank of adequate capacity to take care of possible
shut down of water supply system.

7.7 Electricity:
The Contractor will have to make his own arrangement at his own cost for obtaining or
providing electric supply at work site.

8. SAFETY, MEASURES AND AMENITIES :

8.1 SAFETY MEASURES


The Contractor shall take all necessary precautions for the safety of the workers and
preserving their health while working on such jobs as required special protection and
precautions wherever required. The following are some of the requirements listed

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 49 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
though not exhaustive. The Contractor shall also comply with the directions issued by
the Engineer in his behalf from time to time and at all times.
a) Providing protective head wear to workers in quarries and also at site to protect
them against accidental fall of materials from above.
b) Providing protective footwear, hand wear and head wear to workers in situation
like mixing and placing of mortar or concrete, in quarries and places of mortar or
concrete, in quarries and places where the work is to be done under wet conditions
as also for movements over surface infested with oyster growth & to protect them
against accidental fall of material from above.
c) Taking such normal precautions like providing handrails to the edges of the floating
platforms or working platforms at high level or barrages not allowing rails of metal
parts.

8.2 Amenities:
a) Supply workmen with proper belts, ropes, etc. when working on any masts, cranes,
circle hoist, dredger, etc.
b) Taking necessary steps towards training the workers concerned of the use of
machinery before they are allowed to handle it independently and taking all necessary
precautions in and around the areas where machines, hoists and similar units are
working.
c) Providing life belts to all men working at such situations from where they may
accidentally fall into water, equipping the boats with adequate number of life belt etc.
d) Avoiding bare live wires etc. as would electrocute workers.
e) Making all platforms, staging and temporary structures sufficiently strong and not
causing the workmen and supervisory staff to take undue risks.
f) Provide sufficient first-aid, trained staff and equipment to be available quickly at the
work site to render immediate first-aid treatment in case of accidents due to suffocation,
drowning and other injuries.
g) Take all necessary precautions with regards to safety of traffic plying on adjoining
roads.
h) Providing full length gum boots, leather hand gloves, leather jackets with fireproof
aprons to cover the chest and back reaching up to knees and plain goggles for the
eyes to the labour working with hot asphalt handling vibrators in cement concrete and
also where use of any or all these items is essential in the interest of health and well-
being of the labourers in the opinion of the Engineer.
i) Provide proper ladder with handrail and landing plat form if height is more than 3
metres.

8.3. Explosives:
The use of explosives & blasting are banned on this work.
8.4. Damage by Floods or Accidents:
The Contractor shall take all precautions against damages by floods or from any
accidents etc. No compensation will be allowed to the contractor on this account for

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 50 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
correcting and repairing any such damage to work during construction. The contractor
shall be liable to make good at his cost any plant or material belonging to the PCMC
lost or damaged by floods or from any other causes while in his charge.

8.5 Relation with Public Authorities:


The Contractor shall comply with all rules, regulations byelaws and direction given from
time to time by any local or public authority in connection with this work and shall pay
all charges which are leviable without any extra cost.

Police protection:
For the special protection of camp and the contractors’ works, PCMC will help the
contractor as far as possible to arrange for such protection with the concerned
authorities if so requested by the contractor in writing. The full cost of such protection
shall be borne by the contractor.

8.6. Indemnity:
The Contractor shall indemnify the PCMC against all actions, suit, claims and demands
brought or made against it in respect of anything done or committed to be done by the
contractor in execution of or, in connection with the work of this contract by and against
any loss or damage to the PCMC in consequence to any action or suit being brought
against the contractor for anything done or committed to be done, for the execution of
the work of this contract. PCMC may at its discretion and entirely at the cost of the
contractor, defend such suit, either jointly with the contractor or singly in case the latter
chose not to defend the case.

8.7 Medical and sanitary arrangement to be provided for labour employed in the
construction by the contractor:
a) The contractor shall provide adequate supply of pure and wholesome potable water for
the use of laboures on works in camps.
b) The contractor shall construct trenches, semi permanent latrine for the use of
labourers, separate latrine shall be provided for men and women.
c) The Contractor shall build sufficient no of huts on a suitable plot for use of the
labourers according to the following specifications.
i. Hut of bamboos and grass may be constructed.
ii. A good site not liable to submergence shall be selected on high ground remote
from jungle but well provided with trees, shall be chosen wherever it is available.
The neighborhood of tank, jungles, trees, and woods should be particularly
avoided. Camps should not be established close to large cutting of earthwork.
iii. The lines of huts shall have open space of at least 10 meters between
rows. When a good natural site cannot be procured particular attention should
be given to the drainage.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 51 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
iv. There should be no over-crowding. Floor space at the rate of 3 sq m. (30 sq.
ft.) Per head shall be provided. Care should be taken to see that the huts are
kept clean and in good order.
v. The Contractor must find his open land and if he wants Government land he
should apply for it. Assessment for it if demanded will be payable by contractor.
However, PCMC does not bind itself for making available the required land.
d) The contractor shall construct a sufficient number of bathing places. Washing
places should also be provided for the purpose of washing clothes.
e) The contractor shall make sufficient arrangement for draining away the surface
and sewage water as well as water from the bathing and washing places and
shall dispose off his waste water in such a way as not to cause any nuisance.
f) The contractor shall engage a Medical Officer with a travelling dispensary for a
camp containing 500 or more persons if there is no Government or other private
dispensary situated within 8 km. from the camp. In case of emergency the
contractor shall arrange at his cost transport for quick medical help to his sick
workers.
g) The contractor shall provide the necessary staff for effecting the satisfactory
conservancy and cleanliness of the camp to the satisfaction of the Engineer-in-
Charge. At least one sweeper per 200 persons or part should be engaged.
h) The Assistant Director of public Health shall be consulted before opening a
labour camp and his instructions on matters such as water supply, sanitary
convenient to the camp site accommodation and food supply to be followed by
the contractor.
i) The contractor shall make arrangement for all anti-malaria measures to be
provided for the labour employed on the work. The anti-malaria measures
shall be as directed by Assistant Director of public Health.
j) In addition to above all provisions of the relevant labour act pertaining to basic
amenities to be provided to the labours shall be applicable which, will be
arranged by the contractor.

9. LABOUR AND GENERAL LAWS:


9.1 The Contractor shall employ labour in sufficient numbers either directly or through
approved sub-contractors to maintain the required rate of progress and of quality to
ensure workmanship of the degree specified in the Contract and to the satisfaction of
the Engineer.
a) The Contractor shall not employ in connection with the works, any person who
has not completed his eighteen-year of age.
b) The Contractor shall furnish to the Engineer fortnightly distribution returns of
the number & description by trades of works people employed on the Works.
c) The Contractor is required to report immediately to the Engineer any accident
or unusual occurrence connected with the work & how he / they acted upon.
d) The Contractor shall also submit on the 4th and 19th of every month to the
Engineer a true statement showing in respect of the second half of the
preceding month and the first half on the current months.
i) The accidents that occurred during the said fortnight showing the

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 52 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
circumstances under which they happened and the extent of damage
and injury caused by them, and
ii) The number of female workers who have been allowed benefit under
the Maternity Benefit Act 1961 or Rules made there under and the
amount paid to them.
e) The Contractor shall pay to the labour employed by him either directly or
through sub-contractors wages not less than fair wages as defined in the
Contractor Labour Regulations as contained hereinafter in regard to all matters
provided therein.
f) The Contractor shall comply with the provisions of the Payment of Wages Act
1936, Minimum Wages Act 1948, employees Liability Act 1937, Workman’s
Maternity Benefit Act 1961, Contract Labour (Regulation of Abolition) Act 1970
and Interstate Migrant Workman (Regulation of Employment and Conditions of
Services) Act 1979, or any modification thereof or any other law relating to and
rules made thereunder from time to time.
g) The Contractor shall indemnify the Department against any payments to be
made and for the observance of the Regulations aforesaid without prejudice to
his right to claim indemnity from his Subcontractor.
h) The decision of the Engineer in matters relating to the reports from the
inspecting Officers, as defined in “Contract - Labour Regulation” (Contained
hereafter) shall be final and binding and deductions for recovery of any amount
payable to the Contractor.
9.2 The Contractor shall at his own expenses comply with or cause to be complied with
the Model Rules for Labour Welfare as contained hereafter or rules framed by
Department from time to time for the protection of health and for making sanitary
arrangements for workers employed directly or indirectly on the Works.
In case the Contractor fails to make arrangements as aforesaid, the Engineer shall be
entitled to do so and recover the cost there of from the Contractor.
9.3 The Contractor shall at his own expense arrange for the safety provisions indicated
hereafter or as required by the Engineer in respect of all labour directly or indirectly
employed for performance of the Works and shall provide all facilities in connection
therewith. In case the Contractor fails to make arrangements and provide necessary
facilities as aforesaid the Engineer shall be entitled to do so and recover the cost
thereof from the Contractor.
9.4 In the event of an accident involving serious injuries or damages to human life or death
of any of his employees and/or labourers the same shall be reported within 24 hours
of the occurrence to the Executive Engineer and Commissioner of Workmen
compensation and immediately to the nearest police station.
9.5 The Contractor shall at his own expenses, engage watchmen for guarding the materials
and plant and machinery and the work during day and night against any pilferage or
damage and also for prohibiting trespassers.
9.6 a) The Contractor shall during the currency of the Contract, when called upon by
the Engineer, engage and also ensure engagement by Sub-contractors and
others employed by the Contractor in connection with the works, such numbers
Apprentices in the categories mentioned in Clause 34.13 ( c ) and for such

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 53 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
periods as may be required by the Engineer.
b) The Contractor shall train them as required under the Apprentice Act 1961 &
shall be responsible for all obligations of the Employer under the Act including
the liability to make payment to Apprentices as required under the Act.
c) The number of Apprentices to be engaged in different categories shall be as
required under “Apprentices Act 1961” and rules and regulations made there
under and as amended from time to time.

10. CONTRACTOR LABOUR REGULATIONS :


The contractor shall obtain labour license from the appropriate authority before starting
the work.
10.1 Definitions:
In these regulations unless otherwise expressed or indicated the following words and
expressions shall have the meaning hereby assigned to him.
a) ‘Labour’ would mean “Workmen” as defined in Chapter - I of the Contract
Labour (Regulations and Abolition) Act 1970 as amended from time to time.
b) “Fair Wage” means Wages, which shall include wages for weekly day of rest
and other allowances whether for time or piece work after taking into
consideration prevailing market rates for similar employment in the
neighborhood and shall not be less than the minimum rates of wages fixed
under the minimum wages Act.
c) “Contractor” for the purpose of these Regulations shall include an agent or Sub-
Contractor employing labour on the work taken on Contract.
d) “Inspecting Officer” means any Labour Enforcement Officer or Assistant Labour
Commissioner of the Chief Labour Organization.
e) “Form” means a form appended to these Regulations.

10.2 Notice and Commencement:


The Contractor shall within seven days of commencement of the work, furnish in writing
to the Inspecting Officer of the area concerned the following information under
intimation to the Engineer.
i. Name and situation of the work.
ii. Contractor’s name and address.
iii. Particulars of the Department for which the work is undertaken.
iv. Names and Address of Sub-Contractors as and when they are appointed.
v. Commencement and probable duration of the work.
vi. Number of workers employed and likely to be employed including number of
migrant labours, if any.
vii. “Fair Wage” for different categories of workers.

10.3 Number of hours of work:


The number of hours, which shall constitute a normal working day, and for an adult
shall be 9 hours. The working day for an adult worker shall be so arranged that
inclusive of intervals, if any, for rest is not spread over more than 12 hours on any day.
When an adult worker is made to work for more than 9 hours on any day or for more

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 54 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
than 48 hours in any week, he shall in respect of overtime work, be paid wages at
double the ordinary rate of wages.
(Note : The expression ordinary rate of wages means the fair wage the worker is
entitled to)

10.4 Weekly day of rest :


Every worker shall be given a weekly day or rest which shall be fixed and notified at
least 10 days in advance. A worker shall not be required or allowed to work on the
weekly rest day unless he has or will have a substituted rest day on one of the five
days immediately before or after the rest, provided that no substitutions shall be made
which will result in the worker working for more than 10 days consecutively without a
rest for a whole day. Where in accordance with the foregoing provision a worker works
on the rest day he shall be paid wages for the work done on the rest day and has been
given substitute rest day he shall be paid wages for the work done on the weekly rest
day at the overtime rate of wages.

10.5 Display of Notice :


The Contractor shall before he commences his work on the Contract display and
correctly maintain and continue to display and correctly maintain in a clean and legible
condition in conspicuous places on the works, notices in English and in a local Indian
Language, spoken by majority of workers giving rate of fair wages, the hours of works
for which such wages are payable, the weekly rest day workers are entitled to and
name and address of the Inspecting Officer.

10.6 Fixation of Wages Periods:


The Contractor shall fix wage period in respect of each wages that shall be payable.
No wage period shall normally exceed one week.

10.7 Payment of Wages :


a) Wages due to every worker shall be paid to him directly. All wages shall be
paid in current coins or currency or in both.
b) Wages of every worker employed on the Contractor shall be paid, where the
wage period is the week within three days from the end of the wage period, and
in any other case before the expiry of the seventh day from the end of the wage
period.
c) When employment of any worker is terminated by or on behalf of the
Contractor, the wages earned by him shall be paid before expiry of the day
succeeding the one on which his employment is terminated.
d) Payment of wages shall be made at the work site on a working day except when
the work is completed before expiry of the wage period, in which case final
payment shall be made at the work site within 8 hours of the last working day
and during normal working time.
(Note : The term “Working day” means a day, on which, work on labour is
employed, is in progress.)

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 55 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

10.8 Register of Workmen:


A Register of Work men shall be maintained in Form - I and kept at the work site or as
near to it as possible and the relevant particular of every workman shall be entered
therein within 3 days of his employment.
10.9 Employment Card:
The Contractor shall issue an Employment card in Form - II to each worker on the day
of worker’s entry into his employment. If a worker has already any such card with him
issued by the previous employer, the Contractor shall clearly endorse that employment
card with relevant entries. On termination of employment the employment card shall
be again endorsed by the Contractor & returned to the worker.
10.10 Register of Wages etc. :
a) A Register of Wages cum muster roll in Form - III shall be maintained and kept
at the work site or as near to it as possible.
b) A wages slip Form - IV shall be issued to every worker employed by the
Contractor at least a day prior to disbursement of wages.

10.11 Fine and Deductions :


a) Wages of workers shall be paid without any deductions of any kind except the following.
i) Fines
ii) Deductions for absence from duty i.e. from the place or the places
where by the term of his employment he is required to work. The
amount of deduction shall be proportionate to the period for which he
was absent.
iii) Deductions for damage to or loss of goods expressly entrusted to the
employed persons for custody or for loss of money which he is required
to account for, where such damage or loss is directly attributable to his
neglect or default.
iv) Deduction for recovery or advances or for adjustment of every payment
of wages. Advance granted shall be entered in a register.
v) Any other deduction with the Department may from time to time allow.
b) No fines shall be imposed on any worker save in respect of such act and omission on
his part as have been approved of by the Chief Labour Commissioner.
c) No fine shall be imposed on a worker and no deduction for damage or loss shall be
made from his wages until the worker has been given an opportunity of showing cause
against such fines or deductions in writing.
d) The total amount of fines which may be imposed in any one wage period on a worker
shall not exceed an amount due to him in respect of that wage period.
e) No fine imposed on a worker shall be recovered from him in installment or after expiry
of 60 days from the day on which it was imposed.
f) The Contractor shall maintain both in English and the Local Indian Language a list,
approved by the Chief Labour Commissioner, clearly starting the acts and commission
for which penalty or fine may be imposed on a workman and display it in good condition
in a conspicuous place on the work site.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 56 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
10.12 Preservation of Registers:
The register of workmen and the register of wages cum muster roll required to be
maintained under these Regulations shall be preserved for 3 years after the date on
which the last entry is made therein.

10.13 Enforcement :
a) The Inspecting Officer shall either on his own motion or on a complaint received
by him carry out investigation and send a report to the Engineer specifying the
amounts representing workers dues and amount of penalty to be imposed on
the Contractor for breach of these Regulations, that have to be recovered from
the Contractor, indicating full details of the recoveries proposed and the
reasons thereof. It shall be obligatory on the part of the Engineer on receipt of
such a report to deduct such amounts from payments due to the Contractor.
b) The penalty for every default and breach of these Regulations shall, however,
be a sum not exceeding Rs. 5000/-. In the event of the Contractor’s default
continuing in this respect, the penalty may be enhanced to Rs. 50/- per day for
each day default subject to maximum of one percent of the estimated cost of
the work put to tender.

10.14 Disposal of amount recovered from the Contractors:


The Engineer shall arrange Payment to Workers concerned within 46 days from receipt
of report from the inspecting Officer except in cases where the Contractor has made
an appeal under Regulations 15 of these Regulations. In the case where there is
appeal Payment of workers dues would be arranged by the Engineer wherever such
payments arise, within 30 days from the date of receipt of the decision of the Regional
Labour Commissioner (RLC).

10.15 Welfare Fund:


All monies that are recovered by the Engineer by way of workers dues which could not
be disbursed to workers within the time limit prescribed above, due to reasons such as
where about of workers not being known, death of a worker etc and also amounts
recovered as penalty shall be credited to a fund to be kept under the custody of RLC
for such benefit and welfare employed by Contractor as prescribed by the Chief Labour
commissioner.

10.16 Appeals against Decision of Inspecting Officers:


Any persons aggrieved by decision of the Inspecting Officer may appeal against such
decision to the Regional Labour Commissioner concerned within 30 days from the date
of the decision forwarding, simultaneously a copy of his appeal to the Engineer.
The decision of the Regional Labour Commissioner shall be final and binding upon the
Contractor and the workmen.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 57 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
10.17 Representative of Parties:
a) A Workmen shall be entitled to be represented in any investigation or inquiry
under the regulations by an Officer or registered trade union of which he is a
member or by any Officer or a federation or trade union to which the said trade
union connected with or by any other workman employed in the industries in
which the workmen is employed.
b) A Contractor shall be entitled to be represented in any investigation or / inquiry
under these regulations by an Officer of a federation of Associations of
contractor to which the said Association is affiliated or where the Contractor is
not a member of an association by an Officer of Association of employers,
connected with or by any other employer engaged in the industries in which the
Contractor is engaged.
c) No party shall be entitled to be represented by a legal practitioner in any
investigation or inquiry under these regulations.

10.18 Inspection of Books and Other Documents:


The Contractor shall allow Inspection of the registers and other documents prescribed
under these regulations by Inspecting Officer and the Engineer or his authorized
representative at any time and by the worker or his agent on receipt of due notice at a
convenient time.

10.19 Amendments:
The Employer may from time to time add or amend these regulations and issue such
directions as it may consider necessary for the proper implementation of these
regulations or for the purpose of removing any difficulties which may arise in the
administration thereof.
The Contractor shall employ at least 80% of the total number of unskilled labour to be
employed by him on the said work from out of the persons ordinarily residing in the
vicinity of work.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 58 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

FORM - I
REGISTER OF WORKMEN
(Regulation 7)

i) Name and Address of the Contract.

ii) Name and Date of Contract.

iii) Name and Address of the Department awarding the Contract.

iv) Nature of Contract and location of Work.

v) Duration of Contract.

Sr. Name and Age and Sex Father’s / Nature of Employment /


No. Surname of the Husband’s Designation
Worker Name
1 2 3 4 5

Permanent Present Date of Date of Signature or Remark


Home Address Commencemen Termination or Thumb s
Address of t of employment Leaving Impression of
Employee Employment Employee
6 7 8 9 10 11

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 59 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

FORM - II
EMPLOYMENT CARD
(Regulation 8)

i) Name and Sex of the Worker. vi) Particulars of next of kin (wife / husband)
a and children if any or of dependent next of Kin,
ii) Father’s / Husband’s Name. Has no wife / husband or child.
iii) Address.
iv) Age and Date of Birth. vii) Name of Employer, with full address of Dept.
v) Identification Marks. (Specify village Dist. State)
Sr. No. Name and Particulars of Location of Total Period Actual
Address of the work Site and Description During which Number of
Employer of Work Done Employed Days Worked
(Specify From :
Whether To
Contractor or a
Sub -
Contractor)

1 2 3 4 5

Leave Nature of Wage Wage Rate Total Wage Remark Signature


Taken (No Work s (With Earned By s of
of Days Done by Period Particulars The Worker Employer
Should Be the of Unit in During The
Specified) Worker Case Of Period Shown
Piece Work) Under Col. 5
6 7 8 9 10 11 12

NB : For a worker employed at one time on piece work basis and at another on daily
wages relevant entries in respect of each employment should be made separately.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 60 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

FORM - III
REGISTER OF WAGES CUM MUSTER ROLL
(Regulation)
i) Name and Address of the iv) Nature of Contract and Location of
Contractor work
ii) Number and Date of the Contract v) Duration of the Contract
iii) Name and Address of the vi) Wage Period
Department awarding the Contract

Sr. Name and Father’s / Se Designation Daily Total


No. Surname Husband’s x and Nature attendance Attendance
of the Name of work (No. of units Unit)
Worker worked)
1,2,3…. Upto
31
1 2 3 4 5 6 7
Fair Wages Overtime Worked Total
available Wage Paid Wages
Paid
Basic D.A.& Basic. D.A.& Date No. of Overtime
other Other Hours wages
allowanc allowance earned
e
8 9 10 11 12 13 14 15
Fines Deduction from Net wages Date of payment Signatur Remark
wages e or s
thumb
impressi
on of
worker
Deduction House Recovery Other
for Rent of Deduc
damages tion
or loss
16 17 18 19 20 21 22 23 24

Reasons to be recorded in column – 24.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 61 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
FORM - IV
(Regulation 9)
i) Name of the Contractor

ii) Place

i) Name of worker with father / husband’s name :


ii) Nature of Employment :

iii) Wage Period :

iv) Rate of Wage Payable :

v) Total attendance / units of work done :

vi) Dates of which overtime worked :

vii) Overtime wages :

viii) Gross deductions (including nature of deductions) :

ix) Total deductions (including nature of deductions) :

x) Net wages payable :

Contractor’s Signature / Employee’s Signature /


Thumb impression Thumb impression

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 62 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
11. MODEL RULES FOR LABOUR WELFARE:
11.1 Definitions:
a) Work Place
“Work Place” means a place at which average 10 or more workers are
employed.
b) Large Work Place
“Large Work Place” means a place at which on an average 500 or more workers
are employed.
11.2 First Aid:
At every workplace, there shall be maintained in a readily accessible place first aid and
appliances including an adequate supply of sterilized dressings and sterilized cotton
wool as prescribed in the factory rules of the State in which the work is carried on. The
appliance shall be placed under the charge of a responsible person who shall be readily
available during working hours.
At large work places where hospital facilities are not available within easy distance of
the works, first - aid posts shall be established and be run by a trained compounder.
Where large places are remotely situated and far away from regular hospitals indoor
wards shall be provided for every 250 employees.
Where large work places are situated in cities, towns or in their suburbs and no bed
are considered necessary owing to the proximately of city to town hospitals, suitable
transport shall be provided to facilitate removal of urgent cases to those hospitals. At
other work places some conveyance facilities shall be kept readily available to take
injured person or persons suddenly taken seriously ill, to the nearest hospital.
At large work places there shall be provided and maintained an ambulance room of the
prescribed size of such medical and nursing staff as may be prescribed. For this
purpose the relevant provisions of the Factory Rules of the State Govt. of the area
where the work is carried on may be taken as the prescribed standard.

11.3 Accommodation for labour:


The Contractor shall during the progress of the works provide erect and maintain
necessary temporary living accommodation and facilities for labour at his own
expenses and to standards and scales as approved by the Engineer. However, no
Government land will be provided for this.
11.4 Drinking Water:
In every working place there shall be provided and maintained at suitable places, easily
accessible to labour and a sufficient supply of cold water fit for drinking.
Where drinking water is obtained from an intermittent public water supply each work
place shall be provided with storage where drinking water shall be provided.
Every water supply storage shall be at a distance of not less than 15 meters from any
latrine, drain or any other source of pollution. The well shall be properly chlorinated
before water is drawn from it for drinking. All such wells shall be entirely closed in and
be providing with a trap door, which shall be dust and waterproof.
A reliable pump shall be fitted to each covered well, the trap door shall be kept locked
and opened only for cleaning or inspection which shall be dust and water proof.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 63 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
11.5 Washing and Bathing Places:
Adequate washing places shall be provided separately for men and women. Such
places shall be kept in a clean and drained condition.
11.6 Scale of Accommodation in latrines and Urinals :
There shall be provided within the premises of every work place, latrines and urinals in
an accessible place, and the accommodation separately for each of these, shall not be
less than the following scales.
11.7 No. of Seats :
a) Where number of persons does not exceed 50 - 2
b) Where number of persons exceeds 50 but does
not Exceed 100 - 3
c) For additional persons - 3
In particular cases; the Engineer shall have the power to vary the scale, where
necessary.
11.8 Latrines and Urinals:
Except in work places provided with water flushed latrines and urinals screened from
those for men and marked in the vernacular in conspicuous letter, “FOR WOMEN
ONLY” shall be provided on the scale specified herein above. Those for men should
be similarly marked. The figures of a man and a woman shall also be exhibited at the
entrance to latrines for each sex. There shall be adequate supply of water to latrines
and urinals.
11.9 Construction of Latrines :
Inside wall shall be constructed of masonry or other non-absorbent materials and shall
be cement washed inside and outside at least once a year. The dates of cement
washing shall be noted in a register maintained for the purpose and kept available for
inspection, latrines shall have at least a thatched roof.
11.10 Disposal of Excreta:
Unless otherwise arranged for by the local sanitary authority arrangements for proper
disposal of excreta by incineration at the work place shall be made by means of suitable
incinerator approved by the local medical, health and municipal or cantonment
authorities. Alternatively, excreta may be disposed off by putting a layer of bight soil
at the bottom of pucca tank prepared for the purpose and covering it with a 15cm, layer
of waste or refuse and then covering it with layer of earth for a fortnight (when it will
turn to manure).
The Contractor shall, at his own expenses, carry out all instructions issued to him by
the Engineer to effect proper disposal of soil and other conservancy work in respect of
Contractor’s work people or employees on the site. The Contractor shall be
responsible for payment of any charges, which may be levied by municipal or
cantonment authority for execution of such work on his behalf.

11.11 Provision of Shelter During Rest:


At every work place there shall be provided free of cost four suitable sheds, two for
meals and two others for a rest separately for use of men and women labour. Height
of each shelter shall not be less than 3 meters from floor to lowest part of the roof.
Shed shall be kept clean and the space provided shall be on the basis of at least 0.5

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 64 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
Sq. meter per head.

11.12 Creches:
At a place at which 20 or more women workers are ordinarily employed, there shall be
provided at least one hut for use of children under age of 6 years.
Huts shall not be constructed of a standard not lower than that of pitched roof, mud
floor and walls with wooden planks spread over mud floor and covered with matting.
Huts shall be provided with suitable and sufficient openings for light and ventilation.
There shall be adequate provision of sweepers to keep the places clean. There shall
be two “Dais” in attendants. Sanitary utensils shall be provided to the satisfaction of
local medical, health and municipal or Cantonment authorities. Use of huts shall be
restricted to children, their attendants and mothers of children.
Where the number of women workers is more than 25 but less than 50, the Contractor
shall provide at least one Hut, one Dai to look after the children of women workers.
Size of the creche(s) shall vary accordingly to the number of women workers employed.
Creche(s)(s) shall be properly maintained and necessary equipment like toys, etc.
provided.
11.13 Canteen:
A cooked food canteen on a moderate scale shall be provided for the benefit of workers
wherever it is necessary.
11.14 Administration of Structures:
Planning, sitting and erection of the above mentioned structures shall be approved by
the Engineer and the whole of such temporary accommodation shall at all times during
the progress of the Works be kept tidy and in a clean and sanitary condition to the
satisfaction of the Engineer and at the Contractor’s expenses. The Contractor shall
conform generally to sanitary requirements of local medical, health and municipal or
cantonment authorities and at all times adopt, such precautions as may be necessary
to prevent soil pollution of the site.
On completion of the Works the whole such temporary structures shall be cleared
away, all rubbish burnt, excreta or other disposal pits or trenches filled in and effectively
sealed off and the whole of the site left clean and tidy to the entire satisfaction of the
Engineer at the Contractor’s expenses.

11.15 Anti Malaria Precautions :


The Contractor shall, at his own expenses, confirm to anti-malaria instructions given to
him by the Engineer including the filling up of any borrow pits, which may have been
dug by him.
11.16 These are minimum facilities required to be provided. If the Contractor provides any
extra facility as per requirement, PCMC will not compensate him for that.

11.17 Enforcement:
i) The Inspecting Officer or any other Officer nominated on this behalf by the
Engineer shall report to the Engineer all cases of failure to comply with the
provisions of these Rules either wholly or in part, specifying the penalties to be
levied for such breach of these provisions. The sum to be levied, as penalty

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 65 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
shall, however, be fixed in accordance with the provision of the Safety Code
included herein under.

11.18 Interpretations etc. :


On any question as to the application, interpretations or effect of these Rules the
decisions of the Chief Labour Commissioner or Deputy Labour Commissioner shall be
final and binding.

11.19 Amendments:
The Department may, from time to time, add to or amend these Rules and issue such
directions it may consider necessary for the proper implementations of these rules or
for the purpose of removing any difficulty, which may arise in the administrative thereof.
11.20 Safety Code :
Suitable scaffolds shall be provided for workmen for all works that can not be safely
done from the ground, or from solid construction except such short period work as can
be done safely from ladders.
When a ladder is used an extra mazdoor shall be engaged for holding the ladder and
if the ladder is used for carrying materials as well, suitable footholds and handholds
shall be provided on the ladder and the ladder shall be given an inclination not steeper
than ¼ to 1 (1/4 horizontal and 1 vertical).
Scaffolding or staging more than 3.25m above the ground or floors, swing or guard rail
properly attached, bolted braced and otherwise secured at least one meter high above
staging and extending along the entire length of the outside and ends thereof with only
such opening as may be necessary for the delivery of materials. Such scaffolding or
staging shall be so fastened as to prevent it from swaying from the building or structure.
Working platforms, gangways and stairway shall be so constructed that they do not
unduly or if more than 3.25 meters above ground level or floor level, it shall be closely
bordered, have adequate width and be suitably fenced as described herein above.
Every opening in the floor of the building or in a working platform shall be provided with
suitable means to prevent falls on persons or materials by providing suitable fencing
or railing with minimum height of one meter.
Safe means of access shall be provided to all working platform and other working
places. Every ladder shall be securely fixed. No portable single ladder shall be over
9 m in length; width between side rails in rung ladder, shall in no case be less than 30
cm for ladders up to and including 3 m in length. For longer ladders this width shall be
increased at least 6mm for each additional 30 cm of length. Uniform step spacing shall
not exceed 30cm.
Adequate precautions shall be taken to prevent danger from electrical equipment. No
materials on any of the sites shall be so stacked or placed as to cause danger or
inconvenience to any person or the public. The Contractor shall provide all necessary
fencing and light to protect the public from accidents and shall be bound to bear
expenses of defense of every suit, action or other proceedings at law that may be
brought by any person for injury sustained and costs which may be awarded in any
such suit action or proceedings.
To any such persons or which may consent of the Contractor, to be paid compromise

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 66 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
any such persons.
11.21 Excavations and Trenching:
All trenches 1.5m or more in depth shall at all times be supplied with at least one ladder
for each 30 m in length or fraction thereof. Ladders shall be extended from the bottom
of the trench to at least one meter above surface of the ground. Sides of a trench
which is 1.5 or more in depth shall be stepped back to give a suitable slope, or security
held by timber bracing, so as to avoid any danger of sides collapsing. Excavated
materials shall not be placed within 1.5m of the edge of trench or half of the depth of
trench whichever is more. Cutting shall be done from top to bottom. Under no
circumstances shall undermining or undercutting be done.

11.22 Demolition :
a) Before any demolition work is commenced & also during the process of work.
b) All roads and open areas adjacent to the work site shall either be closed or
suitably protected.
c) No electric cables or apparatus, which is liable to be a source of danger or a
cable or apparatus used by the operator, shall remain electrically charged.
d) All practical steps shall be taken to prevent danger to persons employed, from
risk or fire or explosion, or flooding No floor roof or other part or a building shall
be so overloaded with debris or materials as to render it unsafe.

11.23 All necessary personnel safety equipment as considered adequate by the Engineer
shall be available for use of persons employed on the site and maintain in a condition
suitable for immediate use, and the Contractor shall take adequate steps to ensure
proper use of equipment by those concerned:
a) Workers employed on mixing asphalt materials, cement and lime mortars
concrete shall be provided with protective eye-shield.
b) Those engaged in handling any materials which is injurious to eyes shall be
provided with protective goggles.
c) Those engaged in welding shall be provided with welder’s protective eye shield.
d) Stone breakers shall be provided with protection goggles and protective
clothing and seated at sufficiently safe intervals.
e) When workers are employed in sewers and manholes which are in use, the
Contractor shall ensure that manhole covers are opened and manholes are
ventilated at least for an hour before workers are allowed to get into them.
Manholes opened shall be cordoned off with suitable railing and provided with
warning signals or boards to prevent accident to public.
f) The Contractor shall not employ men below the age of 18 and women on the
work of painting with products containing lead in any form. Whether men above
the age above the age of 18 are employed on the work of lead painting, the
following precautions shall be taken.
i) No paint containing lead or lead product shall be used except in
the form of paste or ready-made paint.
ii) Suitable face masks shall be supplied for the use by workers
when paint is applied in the form of spray or a surface having

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 67 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
lead paint dry rubbed and scrapped.
iii) Overalls shall be supplied by the Contractor to workmen and
adequate facilities shall be provided to enable working painters
to wash during and on cessation of work. When work is done
near any place where there is a risk of drowning, all necessary
equipment shall be provided and kept ready for use and
all necessary steps taken for prompt rescue of any persons in
danger and adequate provision made for prompt first aid
treatment of all injuries likely to be sustained during the course
of the work.
11.24 Use of hoisting machines and shackle including their attachments, anchorages and
supports shall conform to the following:
a) i) These shall be of good mechanical construction, sound materials and
adequate strength and free from potent defects and shall be kept in
good repair and in good working order.
ii) Every rope used in hoisting or lowering materials or as a
means of suspension shall be of durable quality and adequate
strength and free from potent defects.
b) Every crane driver or hoisting appliance operator shall be properly qualified
and no person under the age of 21 years shall be in charge of any hoisting
machine including any scaffold winch or give signals to operation.
c) In the case of every hosting machine and of every chain ring hook, shackle
swivel and pully used in hoisting or lowering or as a means of supervision, safe
working load shall be ascertained by adequate means Every hoisting machine
and all gear referred to above shall be plainly marked with the safe working
load. In case of a hoisting machine having variable safe working load each
safe working load and the conditions under which it is applicable shall be
clearly indicated. No part of any machine or of any gear referred to above in
this paragraph shall be loaded beyond the safe working load except for the
purpose of testing.
d) In the case of departmental machines the safe working load shall be notified
by the Engineer. With regard to Contractor’s machines the Contractor shall
notify safe working load of each machine to the Engineer wherever he brings
it to site of work and get it verified by the Engineer.
11.25 Motors, gearing, transmission, electric, wiring and other dangerous parts of hoisting
appliance shall be provided with such means as will reduce to the minimum risk of any
part of a suspended load being accidentally displaced, when workers are employed on
electrical installations which are already energised, approved insulating materials
wearings such as gloves, sleeves and coats as may be necessary, shall be provided.
Workers shall not wear any rings, watches or carry keys or other materials, which are
good conductors of electricity.
All scaffolds, ladders and other safety devices mentioned or described herein shall be
maintained in a safe condition and no scaffold, ladder or equipment shall be altered or
removed whilst it is in use. Adequate washing facilities shall be provided at or near
places of work.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 68 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
These safety provisions shall be brought to the attention of all concerned by display on
a notice board at a prominent place at the work spot. Persons responsible for ensuring
compliance with the safety code will be named therein by the Contractor.
i) To ensure enforcement of the rules and regulations relating to safety
procedures arrangements made by the Contractor shall be open to inspection
by the Engineer or his representative and the Inspecting Officers.
ii) Failure to comply with the provisions hereunder shall make the Contractor liable
to pay to the Department as penalty an amount not exceeding Rs. 50/- per each
default and the decision of the Engineer shall be final and binding.
Notwithstanding the above conditions the Contractor is not exempted from the
operation of any other Act or Rules in force.

12. MISCELLANEOUS:
1. For providing electric wiring or water line etc. recesses shall be provided
through walls, slabs, beams etc. later on refilled it with bricks or stones chipping,
cement mortar without any extra cost.
2. It is presumed that the Contractor has gone carefully through the latest MORTH
specifications for roads and bridges, standard specification (Vol. I & II, 2001
edition) IRC, ISI, B.I.S. codes of practices and has also studied site conditions
before arriving at rates quoted by him.
3. The stacking and storage of construction material at site shall be in such a
manner as to prevent deterioration or inclusion of foreign material and to ensure
the preservation of the quality, properties and fitness of work, suitable
precaution shall be taken by Contractor to protect the material against
atmospheric action, fire and other hazards. The materials likely to be carried
away by wind shall be stored, in suitable stores or with suitable barricades &
where there is likelihood of subsidence of soil, heavy materials shall be stored
on paved platform suitable separating barricades & enclosure as directed shall
be provided to separate materials brought by Contractor.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 69 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

CHAPTER – IV

GENERAL CONDITIONS OF CONTRACT

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 70 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
CHAPTER – IV

GENERAL CONDITIONS OF CONTRACT


1. DEFINITIONS:
Unless excluded by or repugnant to the context.
a) The expression PCMC as used in the tender papers shall mean the Pimpri
Chinchwad Municipal Corporation.
b) The expression Corporation as used in the tender paper means Pimpri
Chinchwad Municipal Corporation
c) The expression “Department” as used in the tender papers shall mean Pimpri
Chinchwad Municipal Corporation, Pimpri.
d) The expression “City Engineer” as used anywhere in the tender papers shall
mean Joint City Engineer, BRTS of the Pimpri Chinchwad Municipal
Corporation, Pimpri who is designated as such for the time being in whose
jurisdiction the work lies or the officer to whom the function of the City Engineer
may be subsequently transferred.
e) The expression “plant and equipment” as used in the tender papers shall mean
every machinery, centering forms necessary or considered necessary by the
City Engineer to execute, construct complete and maintain the works and used
in altered, modified, substituted and additional work, ordered in the time and
manner herein provided and all temporary materials and special and other
articles of appliances of every sort, kind and description whatsoever intended
or used therefore.
f) “Drawing” shall be mean, the drawings referred to in specifications 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
City Engineer.
g) “City Engineer’s representative” shall mean an assistant of the City Engineer
notified in writing to the Contractor by the City Engineer.
i. The “Site” shall mean the lands and / or other places on, under, in or through
which the work is to be executed under the contract including any other lands
or place which may be allotted by Pimpri Chinchwad Municipal Corporation or
used for the purpose of contract.
i) Part(s) thereof as the case may be and shall include all extra or additional,
altered or substituted works as required for performance of the contract.
j) The “Contract” shall mean, The agreement entered into between the PCMC
and the contractor as recorded in the contract form signed by the parties, and
include all attachment, the notice of tender, the sealed quotation and the tender
documents including the tender and acceptance thereof, together with the
documents referred to therein, and the accepted conditions with annexure
mentioned therein including any special conditions, specifications, designs,
drawings, priced schedule / bill of quantities and schedule of rates. All these
documents taken together shall be deemed to form one contract and shall be
complementary to one another. Contract is deed of contract together with its
entire accompaniment and those later incorporated in it by mutual consent.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 71 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
k) The “Contractor” shall mean the individual or firm or company whether
incorporated or not, undertaking the work & shall include legal representative
of such an individual or persons comprising such firms or company as the case
may be and permitted, assigns of such individual or firm or company.
l) The “Contract sum ” / “Contract price” shall mean the sum for which the tender
is accepted.
m) The “Contract time” means period specified in the tender document for entire
execution of contracted works from the date of notification of award including
monsoon period.
n) A “Day” shall mean a day of 24 hours from midnight to midnight irrespective of
the number of hours worked in that day.
o) A “month” shall mean a calendar month.
p) A “week” shall mean seven consecutive days without regard to the number of
hours worked in any day in that week.
q) “Excepted Risks” are risks due to riots (other wise than among contractor’s
employees) and civil commotion (in so far as both these are un-insurable) war
(whether declared or not), invasion, act of foreign enemies, hostilities, civil war,
rebellion, revolution, insurrection, military or usurped power, any acts of God,
such as earthquake, lightening and un-precedent floods over which the
contractor has no control.
r) “Temporary works” shall mean all temporary works of every kind required in or
about the execution, completion or maintenance of the works.
s) “Urgent works” shall mean any measures, which in the opinion of the Engineer,
become necessary during the progress of the works to obviate any risk or
accident or failure or which become necessary for security of the work or the
persons working, thereon.
t) Where the context so requires, word importing the singular number only, also
include the plural number and vice-versa.
u) Wherever there is mention of “Schedule of rates” or simply DSR or Schedule
Rates in this tender, it will be taken to mean as “The schedule of rate of Pune
Public works Divisions, Pune under Pune P.W. Circle.
v) “Engineer” shall mean the Executive Engineer-in-charge of the work appointed
by PCMC.
w) “PMC” shall mean the Project Management Consultant appointed by PCMC for
construction, supervision of project and management of project and monitoring
the work.
x) Project shall mean all structures. Components explained in the scope of work
in Volume II and shown in GAD & drawings in Volume III.

2. LINE OUT:
The contractor shall carry out the marking of the centerline of the road, elevated road
and various other components and complete the lining out the work in the presence of
the representative of the corporation. The contractors shall be responsible for accuracy
of the same.
The contractor shall construct required masonry & concrete pillars for marking of proper

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 72 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
lines & levels with precision “Total Station “ instrument and establish locations of piers,
abutments & bench marks etc. as directed. The contractor shall make available at site
the “Total Station“ instrument for full time from commencement till completion of the
work. The contractor shall employ a qualified Engineer for the line out of the project &
for complete survey work before taking up the work in hand & till completion of the
work. The Total station shall be kept in custody of Engineer in charge.

3. PROGRAMME AND PROGRESS SCHEDULE :


A broad mile stone oriented programme is given in the Tender Document. This
programme takes into consideration the priority of works, desired by PCMC, as well
as the programme felt necessary to complete the work. The Contractor shall submit
his own programme with the tender, in the form of resource based activity linked Chart
using MS Project, indicating critical activities and phase wise deployment of men and
machinery, power and indicative cash flow in the form of “S” curve etc. in Folder No. I.
This programme shall Not deviate from stipulated time for completion.
Simultaneous with the execution of the Contract Agreement, the Contractor shall
submit to the Engineer-in-charge his item-wise monthly programme, which shall be
program based on latest software like Microsoft projects elaborating the programme
as submitted with the tender. The programme shall also provide the information as to
required approvals to methodology, drawing, samples, materials, equipments and their
time of submissions to the Corporation. The adequate commissioning & trial run period
shall be incorporated in the programme/Bar Chart.

The Contractor vis-à-vis programme shall submit the progress report every month. The
project team of the Contractor shall be so motivated to know the balance work at the
end of each week & the rate required in the balance period to complete the work and
therefore, shall endeavor to complete the task assigned for each week timely.
In the event of lagging or non achievement of the schedule the PCMC/Engineer may
ask the contractor to forward the revised programme giving recovery measures to
achieve the completion of work. The contractor shall forth submit the updated & revised
schedule as required, for the approval of Engineer. Any such approval, however shall
not relieve the contractor of his contract liabilities and will also not form the reason for
any extra claims/ extension of time, unless for the reasons which are not attributable
to the contractor.
In case the progress is less than the stipulated progress, for the reasons attributable
to the contractor, additional resources will have to be deployed by the contractor to
achieve the targeted progress at no extra cost.

4. INTENT AND INTERPRETATION OF CONTRACT DOCUMENTS :


4.1 The contract documents are complementary and what is called for by one is as binding
as if called for by all. Any work that may be reasonably inferred from the drawings or
specifications as being required to produce the intended results, shall be deemed to
be included in the work scope.

The contractor shall furnish and pay for all labour, supervision, materials, equipment,

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 73 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
transportation, construction, equipment and machinery tools, appliances, water, fuel,
power, energy, light, heat, utilities, telephone, storage, protections, safety provisions,
and all other facilities, services and incidentals of any nature whatsoever necessary for
the satisfactory and acceptable execution, testing, initial operation (two months) and
completion of the work in accordance with the contract documents, ready for use and
operation by the PCMC. The cost of all these arrangements shall be deemed to be
included in the contract offer and no separate payment shall be admissible therefore.

4.2 Interpretations:
Written clarifications or interpretations necessary for the proper execution or progress
of the work, in the form of drawings or otherwise will be issued with reasonable
promptness by the Engineer and in accordance with any schedule agreed upon. Such
clarifications or interpretations shall be consistent with or reasonably inferable from the
intent of the contract documents and shall become a part thereof. Where, there is a
discrepancy between the drawings and the specifications, the contractor shall obtain
the Engineer’s interpretation, which shall be binding on the Contractor.

4.3 Drawings:
The contract drawings (G.A.D) provided is for tendering purpose only. This tender
document shall be used for reference and guidance only.
Figured dimensions on drawings shall only be followed and detailed drawings shall
govern over general drawings.

4.3.1 Signed Drawings:


Signed drawings alone shall not be deemed to be an order for work unless it is entered
in the agreement or schedule of drawings under proper attestation of the Contractor
and the Engineer or unless it has been sent to the contractor by the Engineer with a
covering letter confirming that the drawing is an authority for work in the contract.
4.3.2 Technical Words:
Work, materials or equipment described in works, which so applied, have a well-known
trade or technical meaning shall be deemed to refer to such recognized meanings.
4.3.3. Mistakes in Drawings:
The Contractor shall be responsible for any discrepancies, errors or omissions in the
drawings and other particulars, supplied by him, whether such drawings and particulars
have been approved by the Engineer or not, provided that such discrepancies, errors
or omissions be not due to inaccurate information or particulars furnished in writing to
the contractor by the Engineer.
4.3.4 The work specified in this contract shall include all general work, preparatory to the
ascending and descending ramps like constructing temporary diversion approach
roads etc. and any kind of work necessary for the due and satisfactory construction
and completion of the work.

4.3.5 Contractor shall appoint an experienced structural Engineer for preparing the design
of centring and various formworks and getting it approved from PCMC. He shall also
prepare design of shoring and strutting etc. required for excavation work. The work of

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 74 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
centring and formwork, shoring and strutting shall be done under supervision of the
structural Engineer of the contractor and get it approved from the Engineer. The cost
of such engineer is incidental to work and deemed to be included in the rate. Employer
will pay no claim on this account.

5. LANDS, CONDITIONS AND LAYOUT:


5.1 No land will be provided by the PCMC to the contractor for his establishment. The
contractor has to make his own arrangements. The contractor shall obtain consent
from property owners and make all arrangement and pay all costs for the land and
areas of access without any liability to the PCMC for his establishment.
The PCMC will furnish and pay for the land, easements and right of way for the land
required for the construction of permanent work only.
5.2 Sub-Surface Conditions:
The Contractor shall promptly notify the PCMC in writing of any surface or latent
physical conditions at the site differing materially from those indicated in the contract
documents or of any unusual nature differing materially from those ordinarily
encountered and generally recognized as inherent in constructions of the character
provided for in the contract documents. The Engineer will investigate those conditions
and obtain such additional tests and surveys, as he may deem necessary. If the
Engineer finds that the conditions differ significantly from those indicated in the contract
documents or from those inherent in the construction, a variation order may be issued
to incorporate the necessary revisions unless otherwise provided in the contract
documents. Contractor shall satisfy himself about strata conditions before submission
of detailed proposal and methodology of construction.

5.3 Line out of the Work:


5.3.1 Surveys and Measurements:
The contractor shall provide all labor and material required and total station equipment
for lining out, surveying for inspection decided by the Engineers for the proper and
systematic execution of the work. Setting out the alignment, setting out curves,
creating and maintaining the temporary benchmarks/ reference points and any other
survey works as required for the works, to the required accuracy, is the responsibility
of the contractor.
Only one Bench Mark with definite value of R.L. will be shown to contractor who shall
have to provide for a network of temporary benchmark for executing the work. Any
errors in position, levels, dimensions and all alignment etc. shall be rectified by
contractor at his expenses, provided such errors are not due to incorrect data supplied
in writing by the Engineer or his authorized representative.
The checking or inspection of any setting out of any line or level or work by Engineer
or his representative shall not in any way relieve the contractor of his responsibility or
correctness thereof. The contractor shall carefully protect & preserve all Bench Marks,
site rails, pegs and stones etc used in setting out the works.

5.3.2 Contractor's Verification:


The Contractor will establish at the work site temporary bench marks (TBM) as per

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 75 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
requirement and as directed by Engineer-in-charge and connect it to a permanent
Bench Mark available in the area with known value. The contractor will then carry out
necessary surveys and leveling, covering his work, in verification of the survey data on
the information furnished by the Engineer. Any error if noticed should immediately be
brought to the notice of Engineer/ PCMC, in writing. In the event, the contractor fails to
notify such discrepancy in time he will be responsible for the error and bear the cost
of corrective work.

5.3.3 Site Office, Laboratory & Facility to Field Staff:


Refer the details given in Scope of work in Volume II.

5.3.4 Laboratory & Related Requirement:

Refer the details given in Scope of work in Volume II

6. SECURITY DEPOSIT AND INDEMNITY BOND :


6.1 Security Deposit:
The security deposit shall be returned to the contractor without any interest when
the contractor ceases to be under any obligations under the contract i.e. after
completion of defect liability period.
The Security Deposit will be refunded after the defect liability period. However, 100%
Security Deposit may be converted into bank guarantee issued by any nationalized
bank and payable/en-cashable in Pune or Pimpri Chinchwad Municipal area branches
after completion of the work. Such bank guarantee shall be valid for a period of defect
liability
6.2 Loss or Damage Indemnity Bond:
The contractor shall be responsible during the progress as well as during maintenance
period for any liability imposed by law for any damage to the work or any part thereof
or to any of the materials or other things used in performing the work or for injury to
any person or persons or for any property damaged in or outside the work limit. The
contractor shall indemnify and hold the PCMC and the Engineer harmless against any
and all liability, claims, loss or injury, including costs, expenses, and attorney’s fees
incurred in the defence of same, arising from any allegation/ litigation, whether
groundless or not, of damage or injury to any person or property resulting from the
performance of the work or from any material used in the work or from any condition of
the work or work site, or from any cause whatsoever during the progress, maintenance
of the work & during defect liability period.

7. SUPERVISION AND SUPERINTENDENCE:


7.1 Contractor's Supervision:
The Contractor shall supervise and direct the works efficiently and with his best skill
and attention. He shall be solely responsible for means, methods, techniques,
procedures and sequences of construction. The Contractor shall co-ordinate all parts
of the work and shall be responsible to see that the finished work complies fully with
the contract documents, and such instructions and variation orders as the Engineer

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 76 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
may issue during the progress of the works.

7.2 Resident Engineer:


The Bidder shall keep on the work at all times during its progress a competent
Resident Engineer to the satisfaction of the PCMC, who shall not be replaced without
ten (10) days written notice to the Engineer except under extra-ordinary
circumstances. The Resident Engineer/agent shall be the Bidder's representative at
the site and shall have authority to act on behalf of the bidder. All communications,
instructions and directions given to the agent shall be binding as if given to the Bidder
by the Engineer not otherwise required to be in writing will be given or confirmed in
writing upon request of the Bidder. The Resident Engineer shall be experienced and
shall have executed similar type of work. Resident Engineer shall be B.E. and have
experience of Civil Engineering work for 15 years out of which 10 years shall be in
bridgework.

Material Engineer/Quality Assurance & Quality Control Engineer


The Contractor shall keep on the work at all times during its progress a competent
Material Engineer / QAQC Engineer to the satisfaction of PCMC, who shall not be
replaced without twenty-one (21) days written notice to the Engineer except under
extra-ordinary circumstances. The Material Engineer / QAQC Engineer shall be the
Contractor's representative at the site and shall have authority to act on behalf of the
contractor. All communications, instructions and directions given to the Material
Engineer/QAQC Engineer shall be binding as if given to the Contractor by the
Engineer not otherwise required to be in writing will be given or confirmed in writing
upon request of the Contractor. The Material Engineer / QAQC Engineer would be
exclusively for this project & shall be experienced and shall have executed similar
type of work. Material/Quality Engineer shall be minimum Graduate Civil Engineer /
Diploma Holder and have experience of Civil Engineering QAQC works for 5 years
out of which 3 years shall be in Bridge/ Grade Separator/Flyover Works.

8. CARE AND USE OF SITE:


The Contractor shall not commence operations on land allotted for work except without
prior approval of the Engineer. If these lands are not adequate the Contractor may
have to make his own arrangements for additional lands required for his use.
The contractor shall not demolish, remove or alter any of the structures, trees or other
facilities on the site without prior approval of the Engineer. All the area of Contractor's
operations shall be cleared before returning the same to the Engineer.

9. OVERLOADING:
No part of the work or new and existing structures, scaffolding, shoring, sheeting,
construction machinery and equipment, or other permanent and temporary facilities
shall be loaded more than its capacity. The Contractor shall bear the cost of correcting
damage caused by loading or abnormal stresses or pressures.

10. USE OF EXPLOSIVES:

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 77 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
The use of explosives & blasting are banned on this work.

11. MANUFACTURER'S INSTRUCTIONS :


The Contractor shall compare the requirements of the various manufacturer's
instructions with requirements of the contract documents, shall promptly notify to the
Engineer in writing of any difference between such requirements and shall not proceed
with any of the works affected by such difference until an interpretation or clarification
is issued.
The contractor shall bear all costs for any error in the work resulting from his failure to
the various requirements & notify the PCMC of any such difference.

12. PROTECTION:
The contractor shall note that traffic will be playing on adjoining roads during
construction and special precautions are required to be taken. The contractor shall take
all precautions and furnish and maintain protection to prevent damage, injury or loss to
other persons who may be affected thereby, the works and all materials and equipment
to be incorporated therein whether in storage on or off the site, under the care, custody
or control of the contractor or any of his sub-contractors and other improvements and
property at the site or where work is to be performed including building, trees and
plants, pole lines, fences, guard rails, guide posts, culvert and project markers, sign
structures, conduits, pipelines and improvements within or adjacent to streets, right-
of-way, or easements, except those items required to be removed by the Contractor
in the contract documents. The Contractors protection shall include all the safety
precautions and other necessary forms of protection, & the notification of the PCMCs
of utilities and adjacent property.
The contractor shall protect adjoining site against structural, decorative and other
damages that could be caused by the execution of works and make good at his cost
any such damages that could be caused by the execution of works and make good at
his cost any such damages within reasonable time. Contractor shall take necessary
insurance policy to cover the risk of accident and loss to work or any other persons or
properties and indemnify the employer. Contractor shall take insurance policy only
from National Issuance Company Ltd. situated at Jay Tower, 154/4/2
Kalbhornagar Pune Mumbai Road Chinchwad , Pune 19 and / or as directed by
Accounts officer, Civil Department, PCMC.

13. UTILITIES AND SUB-STRUCTURES:


The Contractor has to carry out shifting of utilities and services if required as per
direction of Engineer-in-charge including necessary co-ordination with concerned
service providers and payment for the same shall be made as per tender conditions.

14. WORKMEN:
The contractor shall at all times enforce strict discipline and good order among his
employees and shall not employ on the works any unfit person or anyone not skilled
and experienced in the assigned task. The Contractor shall in respect of labour

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 78 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
employed by him comply with or cause to be complied with the provisions of various
labour law and rules and regulations as applicable to them in regard to all matters
provided therein and shall indemnify the PCMC in respect of all claims that may be
made against the PCMC for non-compliance thereof by the Contractor.
In the event of the contractor committing a default or breach of any provisions of labour
laws and rules and regulations, the Contractor shall without prejudice to any other
liability under the acts pay the PCMC a sum as decided by the engineer
.
14.1 Work during Night or On Sundays and Holidays:
Unless otherwise provided, none of the permanent works shall be carried out during
night, Sunday or authorized holidays without permission in writing. However, when
work is unavoidable or necessary for the safety of life, priority of works, the Contractor
shall take necessary permission immediately & advice the Engineer accordingly.

14.2 Workmanship:
14.2.1 The quality of workmanship produced by skilled knowledgeable and experienced
workmen, machines and artisans shall be excellent. Particular attention shall be given
to the strength, appearance and finish of exposed work. All concrete work shall be
form finished.
14.2.2 Contractor shall appoint experienced structural engineer for preparing design and
detailing of formwork, centering etc. and shoring and strutting etc. and supervise the
work of preparation and providing formwork, centering, shoring strutting etc. All
designs shall be got approved from the Engineer-in-charge. The structural engineer
C.V. shall be got approved. Structural Engineers shall have experience of minimum
20 years and have carried out such work in the field and design office.

14.3 Aesthetics:

Refer the details given in scope of work in Volume II.

15. MATERIALS AND EQUIPMENT:


All materials and equipment incorporated in the work shall be new and of best
quality. Materials and equipment not covered by detailed requirements in the contract
documents shall be of the best commercial quality suitable for the purpose intended
and approved by the PCMC prior to use in the work. The cement incorporated in the
work shall be of only 43 grade OPC cement from Rajashree / L&T / Gujarat Ambuja /
Birla Super / Modi /Ultratech and ACC Cement. All materials shall be got tested from
approved laboratory and got approved from Engineer-in-charge.

The Steel (Reinforcement) incorporated in the work shall be of only RINL (Vizag)/ SAIL
/ TATA / ESSAR / Jindal Steel. All materials shall be got tested from approved laboratory
and got approved from Engineer-in-charge.
The Chemical Admixture incorporated in the work shall be of only Fosroc / BASF / SIKA
/ CHRYSO. All materials shall be got tested from approved laboratory and got approved
from Engineer-in-charge

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 79 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

15.1 Optional Materials


Only one brand, kind or make of material and equipment shall be used for each specific
purpose through-out the works, notwithstanding that similar material or equipment of
two or more manufacturers or proprietary items may be specified for the same purpose.

16. USE OF APPROVED SUBSTITUTIONS OR EQUALS:


The contractor shall notify in writing his intention for use of substitute materials in case
of non-availability of the specified materials. Use of such materials shall not be done
unless approved in writing by Engineer in Charge. Additional costs if any due such
variations shall be borne by contractor. In the event of cost saving the difference shall
be deducted from Contract Price.

17. LAWS AND REGULATIONS :


a. Governing Law
The laws and by-laws of India, the State of Maharashtra and the local bodies
in this region shall govern the contract documents.
b. Resolving the disputes:
In case of disputes, between a Contractor and the field officers, regarding this
tender, decision of the Commissioner, PCMC, shall be the final and binding.
No arbitration shall be allowed.

18. PERMITS, FEES, TAXES & ROYALTIES:


Unless otherwise provided in the contract documents, the contractor shall secure and
pay for all permits, Government fees and licenses necessary for the execution and
completion of the works. The contractor shall pay all duties including excise duty, sales
tax, works contract tax, local taxes, income tax, GST and other taxes Govt. Royalties
and any other levies required by law including all taxes. The Pimpri Chinchwad
Municipal Corporation authorities will not take any responsibility of refund of such
taxes/fees and in case of disputes between various authorities and the contractor. The
Contractor shall indemnify the PCMC and PMC and its officers against such liabilities.
Any violation, in the legal provisions of taxes, duties, permits and fees, carried out by
the Contractor and detected subsequently shall be the sole responsibility of the
Contractor and his legal heirs.

19. BURRIED AND CONCEALED WORK :


The contractor shall help in recording the precise location of all piping, conduits, ducts
cables and any other work that is buried, embedded in earth or concrete or masonry,
or concealed in wood or metal frame walls and structures at the time such work is
installed and prior to concealment. If the contractor should cover or bury such work
before such recording takes place, he shall uncover the unrecorded work to the extent
required by the Engineer and shall satisfactorily restore and reconstruct the removed

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 80 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
work with no change in the contract price or the contract time without any extra cost to
PCMC.

20. INSPECTION:
i) The contractor shall inform the Engineer in writing when any portion of the work
is ready for inspection giving him sufficient notice to enable him to inspect the
same without affecting the further progress of the work. The work shall not be
considered to have been completed in accordance with the terms of the
contract until the Engineer-in-charge shall have certified in writing to that effect.
No approval of materials or workmanship or approval of part of the work during
the progress of execution shall bind the Engineer or in any way affect him, even
to reject the work which is alleged to be completed and to suspend the issue of
his certificate of completion, until such alternations and modifications or
reconstruction have been affected, at the cost of the contractor, to Engineers’
satisfaction.
ii) The contractor shall provide at his cost necessary ladders and such
arrangement as to provide necessary facilities and assistance for proper
inspection of all parts of the work at his own cost.
iii) The contractor after completion of work shall have to clean the site of all debris
and remove all unused materials other than those supplied by the Department
and all plant and machinery, equipment, tools etc. belonging to
him within 15 days from the date of completion of the work, or otherwise the
same shall be removed by the Department at the risk and cost of contractor
and the expenses thus incurred shall be recovered from contractors bill.

21. SAFETY PRECAUTIONS AND EMERGENCIES AND PROTECTION OF


ENVIRONMENT :
21.1 Contractor’s Responsibility for Safety
The contractor shall be solely responsible notwithstanding any stipulations by PCMC
or Engineer for initiating, maintaining and supervising all safety precautions and
programmes, in connection with the work and shall comply with all laws, ordinance,
code rules, regulations and lawful orders of any public authority having jurisdiction for
the safety of persons or property or to protect them from damages, injury or loss during
the entire contract period including non-working hours.
On the occurrence of an accident arising out of the works which result in death or which
is so serious as to be likely to result in death, the contractor shall within one hour of
such accident intimate in writing to the Engineer the facts stating clearly and with
sufficient details the circumstances of such accidents and subsequent action taken by
him. The matter should also to be reported to the local police station immediately. All
other accidents on the works involving injuries to the persons or property other than
that of the contractor shall be promptly reported to the Engineer clearly and with
sufficient details the facts of such accidents and the action taken by the contractor.

21.2 The Contractor shall, throughout the execution and completion of the works and the
remedying of any defects therein:

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 81 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
a) Have full regard for the safety of all persons entitled to be upon the site and
keep the site (so far as the same is under his control) and the works (so far as
the same are not completed or occupied by the Employer) in an orderly state
appropriate to the avoidance of danger to such persons.
b) Provide and maintain at this own cost all lights, guards, fencing, warning signs
and watching, when and where necessary or required by the Engineer or by
any duly constituted authority, for the protection of the works or for the safety
and convenience of the public or others, and
c) Take all reasonable steps to protect the environment on and off the site and to
avoid damage or nuisance to persons or to property of the public or others
resulting from pollution, noise or other causes arising as a consequence of his
methods of operation.

21.3 Care of work:

The Contractor shall take full responsibility for the care of the works and material &
plant for incorporation therein from the commencement date until the date of issue of
the Taking-Over Certificate for the whole works when the responsibility for the said
care shall pass to the Employer provided that:
a) If the Engineer issues a Taking-Over Certificate for any Section or part of the
Permanent Works the Contractor shall cease to be liable for the care of that
section or part from the date of issue of the Taking-Over Certificate, when the
responsibility for the care of that Section or part shall pass to the Employer, &
b) The Contractor shall take full responsibility for the care of any outstanding
works and material and plant for incorporation therein which he undertakes to
finish during the Defects Liability Period until such outstanding Works have
been completed.
If any loss or damage happens to the works, or any part thereof, or materials or plant
for incorporation therein, during the period for which the Contractor is responsible for
the care thereof, from any cause whatsoever, other than the excepted risk, the
Contractor shall, at his own cost, rectify such loss or damage so that the Permanent
Works conform in every respect with the provisions of the Contract to the satisfaction
of the Engineer. The Contractor shall also be liable for any loss or damage to the works
occasioned by him in the course of any operations carried out by him for the purpose
of complying with his obligations under this agreement and during defect liability period.

The Contractor shall, without limiting his or the Employer’s obligation and
responsibilities under Clause – 21.3 insure.
1. The works, together with materials and plant for incorporation therein, to the full
replacement cost (the term “cost” in this context shall include profit).
2. An additional sum of 15 per cent of such replacement cost, to cover any
additional costs of and incidental to the rectification of loss or damage including
professional fees and the cost of demolishing and removing any part of the
works and of removing debris of whatsoever nature, and
3. The Contractor’s Equipment and other, things brought onto the Site by the

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 82 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
Contractor, for a sum sufficient to provide for their replacement at the Site,

21.4 Scope of cover :

The insurance in paragraphs (a) and (b) of Clause – 21.3 shall be in the joint names of
the Contractor and the Employer and shall cover;
a) The Employer and the Contractor against all loss or damage from whatsoever
cause arising, other than as provided in Clause – 21.6, from the start of work at
the Site until the date of issue of the relevant Taking-Over Certificate in respect
of the Works or any Section or part thereof as the ease may be, and
b) The Contractor is responsible for his liability:
i) During the Defects Liability Period for loss or damage arising from a
cause occurring prior to the commencement of the Defects Liability
Period, and
ii) For loss or damage occasioned by the Contractor in the course of any
operations carried out by him for the purpose of complying with his
obligations under this agreement and during defect liability period.

21.5 Responsibility for amount not recovered:

Any amounts not insured or not recovered from the insurances shall be borne by the
Contractor in accordance with their responsibilities under Clause – 21.3.

21.6 Exclusions:
There shall be no obligation for the insurance in to include loss or damage
caused by (accepted risk) :
1. War, hostilities ( whether was be declared or not), invasion, act of foreign
enemies,
2. Rebellion, revolution, insurrection, or military or usurped power, or civil war,
3. Ionizing radiations, or contamination by radio-activity from any nuclear fuel, or
from any nuclear waste from the combustion of nuclear fuel, radio-active toxic
explosive or other hazardous properties of any explosive nuclear assembly or
nuclear component thereof, or
4. Pressure waves caused by aircraft or other aerial devices traveling at sonic or
supersonic speeds.
21.7 Damage to persons and properties:
The Contractor shall, indemnify the Employer against all losses and claims in
respect of:
a) Death of or injury to any person, or
b) Loss of or damage any property (other than the works).
Which may arise out of or in consequence of the execution and completion of
the works & the remedying of any defects therein, & against all claims,
proceedings, damages, costs, charges & expenses whatsoever in respect
thereof or in relation thereto, subject to the exceptions defined in Clause–21.6

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 83 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

21.8 Third party insurance including employer’s property


The Contractor shall, without limiting his or the Employer’s obligations and
responsibility under Clause –21.7, insure, in the joint names of the Contactor and the
Employer, against liabilities for death of or injury to any person (other than the works)
arising out of the performance of the Contract.

21.9 Minimum amount of insurance:


Minimum amount of third party insurance of Rs. 10,00,000/- (Rupees Ten Lacs only)
minimum per occurrence with number of occurrence shall not be less than (5) five.
After each occurrence, the number of occurrence to be brought back to minimum of (5)
five numbers.

21.10 Cross liability :


The insurance policy shall include a cross liability clause such that the insurance shall
apply to the Contractor and to the Employer & PMC as separately insured.

21.11 Accident or injury to work men:


The employer shall not be liable for or in respect of any damages or compensation
payable to any workman or other person in the employment of the Contractor or any
Sub-contractor, other than death or injury resulting from any act or default of the
Employer, his agents or servants. The Contractor shall indemnify and keep
indemnified the Employer against all such damages and compensation, other than
those for which the Employer is liable as aforesaid, and against all claims, proceedings,
damages, costs, charges and expenses whatsoever is respect thereof or in relation
thereto.

21.12 Insurance against accident to work men :


The Contractor shall insure against such liabilities and shall continue such insurance
during the whole of the time that any persons are employed by him on the works,
provided that in respect of any persons employed by any Sub-contractor, the
Contractor’s obligations to insure as aforesaid under this sub-clause shall be satisfied
if the Sub-Contractor shall have insured against the liability in respect of such persons
in such manner that the Employer & PMC are indemnified under the policy, but the
Contractor shall require such Sub-contractor to produce to the Employer, when
required, such policy of insurance and the receipt for the payment of the current
premium.
21.13 Evidence and Terms of Insurance:
The Contractor shall provide evidence to the Employer prior to the start of work at the
Site that the insurances required under the Contract have been effected (by forwarding
the copy of payment receipts to insurance company) and shall, within 84 days of the
Commencement Date, provide the insurance policies to the Employer, the Contractor
shall notify the Engineer of so doing. Such insurance policies shall be consistent with
the general terms agreed prior to the issue of the Letter of Acceptance. The Contractor
shall effect all insurances for which he is responsible with insures and in terms through

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 84 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
approved by the government agencies.

21.14 Adequacy of Insurance:


The Contractor shall notify the insurers of charges in the nature, extent or programme
for the execution of the works and ensure the adequacy of the insurances at all times
in accordance with the terms of the Contract and shall, when required, produce to the
Employer the insurance policies in force and the receipts for payment of the current
premiums.

21.15 Remedy on Contractor’s failure to insurance:


If the Contractor fails to effect and keep in force any of the insurance required under
the Contract, or fails to provide the policies to the Employer within the period required
by clause – 21.16 then and in any such case the Employer may effect and keep in
force any such insurances and pay any premium as may be necessary for that purpose
due or to become due to the Contractor, or recover the same as a debt due from the
Contractor.

21.16 Compliance with policy conditions:


In the event that the Contractor fails to comply with conditions imposed by the
insurance policies affected pursuant to the Contract, shall indemnify the employer &
PMC all losses and claims arising from such failure.
21.17 Compliance with Statutes, regulations:
The Contractor shall conform in all respects, including by the giving of all notices and
the paying of all fees, with the provisions of:
a) Any National or State Statute, Ordinance, or other law, or any regulations, or
bye-law of local or other duly constituted authority in relation to the execution
and completion of the works and remedying of any defects therein, and
b) The rules and regulations of all public bodies and companies whose property
or rights are affected or may be affected in any way by the works. The
contractor shall keep the Employer indemnified against all penalties and liability
of every kind for breach of any such provisions. Provided always that the
Employer shall be responsible for obtaining any planning, zoning or other
similar permission required for the works to proceed and shall indemnify the
Contractor in accordance with clause – 21.6.
21.19 In all cases, the contractor shall indemnify the Engineer against all losses or damages,
resulting directly from the contractor's failure to report in the manner aforesaid. This
includes the penalties or fines, if any, payable by the PCMC as a consequence of
failure to give notice under Workmen's Compensation Act or otherwise to conform to
the provisions of the said Act in regard to such accidents.
21.20 In the event of an accident in respect of which compensation may become payable by
the contractor, such sum of money as may, in the opinion of the Engineer, be sufficient
to meet such liability will be kept in deposit. On the receipt of award from the Labour
Commissioner in regard to the quantum of compensation, the difference in the amount
will be adjusted.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 85 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

The contractor shall take Contractors All Risk Insurance Policy (CAR) for the works
and keep it in force throughout the work period. The CAR policy shall also cover
accident that may occur to the vehicle plying on the adjoining bridge / approach road,
cross road and slip roads etc. Contractor shall take insurance policy only from
National Issuance Company Ltd. situated at Jay Tower, 154/4/2 Kalbhornagar
Pune Mumbai Road Chinchwad , Pune 19 and / or as directed by Accounts
officer, Civil Department, PCMC.

22. WARNINGS AND BARRICADES:


The contractor shall provide and maintain barricades, guards, guard rails, temporary
bridges and walkways, watchmen, headlights and danger signals illuminated from
sunset to sunrise and all other necessary appliances such as blinkers, signals, red light
and safeguards to protect the work, life, property, the public, excavations, equipment
and materials. Barricades shall be maintained till construction completion and shall be
painted such as to increase their visibility at night. For any accident arising out of the
neglect of above instructions, the contractor shall be bound to bear the expenses of
defence of every suit, action or other legal proceedings, at law, that may be brought by
any person for injury sustained owing to neglect of the above precautions and to pay
all damages and costs which may be awarded in any such suit, action or proceedings
to any such person or which may with the consent of the contractor be paid in
compromising any claim by any such person.

23. ENGINEER'S STATUS DURING CONSTRUCTION AND AUTHORITY OF THE


ENGINEER:
The Engineer shall have the authority to enforce compliance with the contract
documents. On all questions relating to quantities, the acceptability of materials,
equipment, or works, the adequacy of the performance of the work and the
interpretation of the drawings and specifications, the decision of the Engineer shall
be final and binding and shall be precedent to any condition under the contract
agreement unless otherwise provided in the contract documents. The Engineer shall
have the authority to stop / suspend the work or any part thereof as may be necessary
to ensure the proper execution of the work, disapprove or reject the works which is
defective, to require the uncovering and inspection or testing of the works to require
re-examination of the works, to issue interpretations and clarifications, to order
changes or alterations in the works, and other authority as provided elsewhere in
the contract documents.

The Engineer shall not be liable for the results of any ruling, interpretation or decision
rendered, or request, demand, instruction, or order issued by him in good faith. The
contractor shall promptly comply with requests, demands, instructions and order from
the Engineer.

The whole of the works shall be under the directions of the Engineer, whose decision
shall be final, conclusive and binding on all parties to the contract, on all questions

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 86 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
relating to the construction and meaning of plans, working drawings, sections and
specifications connected with the work. The Engineer shall have the power and
authority from time to time and at all times make an issue such further instructions and
directions as may appear to him necessary or proper for the guidance of the
contractor and the good and sufficient execution of the works according to the
terms of specifications and the contractor shall receive, execute, obey and be
bound by the same according to the true intent and meaning thereof; fully and
effectually. Engineer may order any of the works contemplated thereby to be
omitted, with or without the substitution of any other works in lieu thereof, or may order
any works or any portion of works executed or partially executed, to be removed,
changed or altered and if needful, may order that other works shall be substituted
instead thereof and the difference of expenses occasioned by any such
diminution or alteration so ordered and directed shall be deducted from or added to
the amount of this contract.

In case the progress of the Contractor is found to be less than the programme given
by him at any point of time and if the Engineer is convinced that the balance work
cannot be executed within the balance period of time by the Contractor, a notice of 30
days will be issued to improve the progress. In case there is no improvement a further
notice of seven days will be given and thereafter a part or whole of the work will be
withdrawn from the Contractor and will be got done at the risk and cost of the
Contractor. The right of Engineer in this respect shall be unquestionable. On expiry
of the seven days notice, as above, the Contractor shall remove his materials, men,
equipments, plant and management from the site, within seven days so that the new
agency can take over immediately. Failing to this, the Corporation will remove the
aforesaid things at the risk and cost of the Contractor.

24. DUTIES OF ENGINEER'S REPRESENTATIVE:


The duties of the representative of the Engineer are to check, inspect and supervise
the work and to get testing of any materials to be used or workmanship employed in
connection with the works. He shall furnish the drawings and information to the
contractor, approve the contractor's drawings, recommend and approve the interim
certificates and taking over certificates after thorough checking and inspection and
recommend extra work required and extension of time.

Approval for or acceptance of any work or material or failure to disapprove any work
or material by the representative of the Engineer shall not prejudice the power of
the Engineer thereafter to disapprove such work or material and to order removal or
modification thereof. If the contractor shall be dissatisfied with any decision of the
representative of the Engineer, he shall be entitled to refer the matter to the Engineer,
who shall thereupon confirm, reverse or vary such decision.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 87 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
25. DEFECTS AND RECTIFICATION:

For period specified as the “Defect Liability Period” for the work from the date of
issuance of the completion certificate in accordance with para "Final Inspection and
Acceptance" contractor shall remain liable for any of the works or parts thereof or
equipment and fittings supplied which in the opinion of the Engineer fail to comply with
the requirements of the contract or are in any way unsatisfactory or defective.
To the extent that the works and each part thereof shall at or as soon as practicable
after the expiry of the above period be taken over by the Engineer in the condition
required by the contract to the satisfaction of the Engineer. The contractor shall finish
the work (if any) outstanding at the date of completion as soon as may be practicable
after such date and shall execute all such work of repair, amendment, reconstruction,
rectification and making good of defects imperfections, shrinkages or other faults as
may during the period of maintenance or after its expiry be required of the contractor
in writing by the Engineer as a result of an inspection made by or on behalf of the
Engineer prior to the expiry of the period. All such work shall be carried out by the
contractor at his own expenses if the necessity thereof shall in the opinion of the
Engineer be due to the use of materials or to the neglect or failure on the part of the
contractor to comply with any obligation expressed or implied on the contractor’s part
under the contract. If the contractor fails to do any such work as entitled to carry out
such work in which the contractor should have carried out at the contractor's own cost,
the Engineer shall be entitled to recover from the contractor the cost thereof or may
deduct the same from the moneys that become due to the contractor. Notwithstanding
the aforesaid, if the contractor remains in default, one calendar month after the
Engineer has given written instructions in writing, the Security Deposit shall become
payable to the Pimpri Chinchwad Municipal Corporation who will deduct the cost plus
overhead expenses of such works as have been necessary to rectify the contractor's
default and the balance, if any, shall be disbursed. The Contractor shall submit the
operation and maintenance manual for the fruitful operation of the works. The
Contractor will have a liberty to visit the operating works during the defect liability period
and satisfy himself about the on-going operations in case he does not visit and a defect
is observed then the Engineer’s opinion shall be final and binding as to the application
of defect liability.

26. RIGHT TO WITHHOLD:

The Engineer may refuse to approve to any payment, or because of subsequently


discovered evidence or the results of subsequent inspections or tests, nullify any such
payment previously approved and paid to such extent as may be necessary in the
opinion of the Engineer to protect him from loss because (a). The work is defective,
(b) Third party claims have been filed or there is reasonable evidence indicating
probable filing of such claims, (c) of the Contractor's failure to make payment properly
to sub-contractors or for labour, materials or equipment, (d) of damage to another
Contractor, or to the property of other caused by the Contractor, (e) of reasonable
doubt that the work cannot be completed for the unpaid balance of the contract price,

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 88 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
(f) of reasonable indication that the work will not be completed within the contract
time, (g) of the Contractor's neglect or unsatisfactory prosecution of the work including
failure to clean up. Once the reasons that enables or require the Engineer to withhold
such payments is removed, payment will be made for amounts withheld to the extent
the contractor is entitled to.

27. FINAL INSPECTION AND ACCEPTANCE :

Upon written notice from the contractor, that the entire work required by the contract
documents is complete and that all submittals required by him are made, and after the
Contractor has delivered the bonds, certificates of inspection, guarantees, warranties,
releases and other documents, as required by the contract documents or by law, the
Engineer will make a final inspection, and he will notify the Contractor in writing of any
particulars in which this inspection reveals that the work is defective, and will also
notify the Contractor in writing of any deficiencies in the submittals and the document
required from him.

The Contractor shall promptly make such corrections as are necessary to remedy all
defects or deficiencies. After the Contractor has completed any such corrections to
the satisfaction of the PCMC, the Engineer will issue a written completion certificate of
the work and file any notice and completion required by law or otherwise.

28. CONTINUING OBLIGATION OF THE CONTRACTOR :

The Contractor's obligation to perform and complete the work in accordance with the
contract documents is and shall be absolute. Neither the observation during
construction and final inspection of the work by the Engineer, nor any payment to
the Contractor under the Contract documents, nor any use or occupancy of the work
or any part thereof by the Engineer, nor any act of acceptance of the defective work
by the Engineer shall constitute acceptance of work not in accordance with the
contract documents.

29. INCOME TAX AND GST:


Income Tax and GST as applicable on gross value of each running account bill shall
be deducted towards income tax and GST and a certificate to that extent shall be
issued by PCMC.

30. FORCE MAJEURE:

Neither party shall be liable to the other for any loss or damage occurred by or arising
out of the acts of God and in particular unprecedented floods, volcanic eruptions,
earthquake or other conclusion of nature and other acts such as, but not restricted to,
invasion, act of foreign countries, hostilities or warlike operations before or after
declaration of war, rebellion, military or unsurpassed power which prevent performance
of the contract and which could not have been foreseen or avoided by a prudent

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 89 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
person, such as Earthquake of magnitude more than for which the structures are
designed.

31. RECORDS AND MEASUREMENTS:

The Engineer, shall except stated therein, determine by measurement the value in
accordance with the contract of works, done in accordance therewith.

All items having a financial value shall be entered in a measurement book, level book,
computerized systems etc. as prescribed by the Engineer so that a complete record is
obtained of all work performed under the contract.

Measurements shall be checked & confirmed by the Engineer or his authorized


representative and by the Contractor or his authorized representative. Before taking
measurement of any work the Engineer or the person deputed by him for the purpose
shall give reasonable notice to the contractor. If the contractor fails to attend or send
an authorized representative for measurement after such notice or fails to countersign
or record the objection within a week from the date of measurement, then in any such
event measurements will be taken by the Engineer, or by the person deputed by him
shall be taken to be correct measurements of the works and shall be binding on the
contractor. There shall be absolutely no doubt regarding measurements, the
contractor must know the departmental practices developed as per the manuals and
standard specifications.

The Contractor shall, without any extra charge, provide assistance with every
appliance and other things necessary for measurements, such as levelling instruments
(Auto setting), Total Station of approved make. The Total Station shall be made
available by the Contractor from the beginning of the work till the completion of the
work, along with tapes, staves, video cameras/camera, paints, brushes and required
labour etc.
The Contractor shall take up still colour photographs and video graphs at intervals
during the execution of works so that a history of development and each activity of the
project is maintained.

Set of dated photographs and video graphs, in three copies of each photographs, shall
be submitted to the Engineer-in-charge every month. This generation of record shall
provide the used methodology of working and highlight the quality of material and
workmanship. The cost of the said work shall be borne by the Contractor. It shall be
the property of the Corporation and shall not be used for campaigning, advertising
without the permission of the Corporation.

The contractor shall submit the following before any part of the work is started.
i) - Section and cross section of road as directed by the Engineer.
ii) All levels along the L-section and cross section as directed and duly verified by
Engineer.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 90 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
iii) Methodology of construction for each part of work.
iv) Bar bending schedules for each component of the work and get the same
approved.
v) Detailed measurement of concrete and steel quantities shall be given on weekly
basis.
vi) Detail measurement of excavation in each stratum,
vii) Test reports of materials to be used for each part of work in the prescribed
format.

32. WRITTEN NOTICE:

Written notice shall be deemed to have been duly served or delivered in person to the
individual or member of the firm or to an officer of the corporation for whom it was
intended, or if delivered at or sent by registered or certified mail to the last business
address known to him who gives the notice. The notice on the Fax Message/E-Mail
shall be deemed to have been duly served. The address given in the contractor's tender
on which all notices, letters & other communications to the contractor shall be mailed
or delivered, except that said address may be changed by the Contractor by notifying
the PCMC in writing. This shall not preclude the service of any notice, letter or other
communication upon the Contractor personally.

33. USE OF COMPLETED PORTIONS :

The PCMC shall have the right, upon written notice to the Contractor, to take
possession or occupancy of, & use any completed or partially completed portions of
the work, notwithstanding that the time for completing the entire work or such portions
may not have expired but such taking possession or occupancy and use shall not be
deemed to waive of any requirement of the contract documents or a waiver or
acceptance of any work not completed in accordance with the contract documents.

34. CLEANING UP:

The contractor shall at all times during the work keep the site and premises, adjoining
property and public property free from accumulations of waste materials, rubbish, and
other debris resulting from the works, and at the completion of the work shall remove
all waste materials, rubbish and debris from and about the site and premises as well
as all tools, construction equipment and machinery and surplus materials, and shall
leave the site and premises, clean, tidy and ready for occupancy by the PCMC. The
Contractor shall restore to their original condition those portions of the site not
designated for alteration by the contract documents. Paved ways, parking areas and
roadways disturbed by the construction shall be redone to its original shape as directed
and approved by the Engineer. No waste material shall be buried or disposed off on
the PCMC's property unless so approved in writing by the Engineer-in-Charge. Before
the Contractor applies for final inspection and acceptance of the work, all items of work
shall be complete, ready to operate, and in a clean condition as determined by the

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 91 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
Engineer. All roads and adjoining area must be kept free of metal / sand and to that
extent regular sweeping of the road shall be done by the contractor at his cost.

35. PCMC'S RIGHT TO CLEAN UP:

If the Contractor fails to satisfactorily clean up or if a dispute arises between the


Contractors or in several Contractors as to their responsibility for cleaning up, the
Engineer may get the same cleaned up and charge the cost thereof to the Contractor
for his failure, as the Engineer shall determine to be just.

36. FOSSILS ETC. :

All fossils, coins, articles of value of antiquity and structures or other remains or things
of geological or archaeological interest discovered on the site shall be deemed to be
the property of the PCMC and the Contractor shall take reasonable precautions to
prevent his workmen or any other person from removing or damaging any such
article or thing and shall immediately upon discovery thereof and before removal
acquaint the Engineer of such discovery and carry out at the expenses of the
Engineer's order as to the disposal of the same.

37. LABOUR RULES:

The contractor will have to produce to the satisfaction of the accepting authority a valid
and current license issued in his favor under the provision of Contract Labour
(Regulation and Abolition) Act 1970, before starting the work; otherwise the Contractor
shall have to face the further consequences.

The contractor shall have to comply with the Apprentices Act 1961, and the rules
and orders issued there under from time to time. If he fails to do so, his failure will
be breach of contract and the City Engineer, may in his discretion, cancel the
contract, the Contractor shall also be liable, for any pecuniary liability arising on
account of any violation of the provisions of this act, by him.

38. STATUTORY INCREASE IN DUTIES, TAXES ETC. :

All the taxes and duties levied by the State and Central Govt. and by Local
Bodies at the prevailing rates applicable on the date of receipt of tender shall be fully
borne by the Bidder and shall not be reimbursed to him on any account.
Further PCMC shall not honor any claim arising out of any increase in any of the
prevailing statutory duties, taxes, GST, levies, etc. as the same are inter-alia covered
under the Price Variation Clause. At the time of quoting/bidding bidder should bear
the above fact in mind.
The rates quoted by the contractor shall be denied to inclusive of all taxes other than
GST 2017, that the contractor will have to pay for performance of this contract. The
rate quoted by contractor shall be exclusive of GST 2017, which shall be paid

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 92 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
extra by the employer at prevailing rates. The employer will perform such duties
regard to the deduction of such taxes and source as per applicable law

39. INSPECTION, TESTING FEES:


As specified in clause No. 5.3.4

40. SITE TEST:

The various works envisaged in the tender needs to be tested at site during/after
completion of the individual work. This testing is to be done as per the standard
procedure laid down in the relevant IRC / MORTH / I.S. or any other standard being
followed. The detailed specification shall also be taken into consideration while carrying
out the testing. The frequency and type of test on various material and completed item
shall be as per MORTH specifications for road and bridge latest edition. The sub-work
wise testing required is given in Note shall be as below, which is only indicative:

SITE TESTING

Sr. No. Materials Type of Test


1. Cement Physical and chemical tests, Adulteration in
Cement, Setting property and Compressive
test, chemical analysis etc.
2. Coarse aggregate Sieve Analysis, Density, water absorption etc.
moisture content. Flakiness Index
3. Fine Aggregates Sieve Analysis, Silt Content,
Organic impurities etc. and moisture content.
4. Reinforcement for R.C.C. Cold bend test, tension, elongation, Bond etc.
work
5. Cement Concrete Slump test, Compression test, permeability
test.

Note: Course & Fine Aggregates should also be tested for Aggregate – Alkali reactivity
from an approved laboratory. Contractor shall provide all facilities to conduct various
test as per MoRT&H / IS on site as specified.

41. IMPORT LICENSE AND PROCUREMENT OF IMPORTED MATERIALS :

The Contractor shall quote for the indigenous equipment only, as far as possible for
the work contracted. Foreign exchanges and import licenses, if any, required shall have
to be arranged by the Contractor himself, independently. Delay in getting any material,
will not be entertained for extension of time limit nor the risk of foreign exchange
variation will be covered by the Corporation.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 93 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
42. MACHINERY REQUIRED :

All machinery required for erection / execution purposes such as concrete batching
plant, hot-mix plant, excavator with rock breaker unit, cranes, trucks, etc. shall be
arranged by the Contractor. Employer / P M C will not take any responsibility for
providing such machinery even on rental basis. Execution of any item will be allowed
only after the required machinery as directed by the engineer– in –charge is made
available in working condition.

43. DISCREPANCIES AND OMISSIONS:

The tender drawings and specifications shall be considered as complimentary and


explanatory, of each other and together shall form the technical requirements and
stipulations of tender documents. Detailed drawings shall have preference over small-
scale drawings. Similarly, detailed specifications shall have preference over general
specifications. Should any discrepancy arise as to the meaning, intent or interpretation
of any specification or drawing the decision of the Engineer- in-charge shall be final
and binding on the Contractor.

44. PRICE VARIATION:


Price variation is payable/recoverable as per terms and conditions of the price variation
Clause enclosed as Annexure - ‘A’.

45. NO INTEREST ON DUES:

No interest shall be payable by the Corporation on amounts, due to contractors pending


final settlement of claim. Further, no interest shall be payable by PCMC on any
delayed amount / payment. No interest shall be payable on security deposit or withheld
amount.

46. EXTERA ITEMS OF WORK THAT MAY CROP-UP DURING EXECUTION OF


WORK:
i) For any extra work that is found necessary (other than that stated in the
schedule of variations), the bidder shall be paid as per effective schedule rate
(D.S.R.) of Pune Region with perusing to general notes.
ii) For any such extra work, rates are not available in the D.S.R. of PWD Region,
Pune, such rates will be derived from actual + 10% or at rates mutually agreed
upon by the bidder and P.C.M.C.
In the above cases the decision of the Joint City Engineer , BRTS P.C.M.C.
will be final.
iii) Escalation on extra item of work is not payable.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 94 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
47. ARBITRATION:

There is no provision for arbitration. The disputes between contractor and PCMC will
be dealt with as per provisions of contract. In case of dispute the decision given by the
Commissioner, PCMC will be final and binding on the contractor. However, if the
contractor lodges the case in court of law, the PCMC has full power to withdraw the
work and allot the same to other agency at the risk and cost of the contractor. In this
case no claim will be entertained.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 95 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

CHAPTER – V

SPECIAL CONDITIONS OF CONTRACT

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 96 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
CHAPTER – V

SPECIAL CONDITIONS OF CONTRACT


The Special Conditions of Contract should have precedence over General Conditions of
contract and any other conditions / documents / BOQ of Utilities/ NIT drawings attached to the
contract.

1.0 EXCAVATION:

Excavation has to be carried out through existing asphaltic road, WBM, soling, soft
rock, hard rock, soft and hard murum etc. Though water table is at lower level,
dewatering of water through fissures and leakage from MIDC pipeline etc. is expected.
There is no separate item for shoring and strutting. This shall be incidental to the work.
In case of failure of shoring and strutting arrangement contractor shall be responsible
for all the consequences arising out of the same. The contractor has to make his own
arrangement for disposal of excavated materials. The Engineer reserves his right to
direct the contractor to dispose off the surplus material at the low laying areas or at the
locations within a lead of 15 kms. The before such disposal shall notify the Engineer in
writing. Excavated material shall not be kept at site of work for more than 24 hours.

2.0 CONCRETING OF RAFT AND VERTICAL WALLS:

Excavation of soft and hard rock will have to be carefully carried out by the contractor
so that there are minimum over cut in the rock. In case of raft slab, contractor has to
carryout concreting to fill up all over cuts and bring it to the smooth level at his own
cost. No payment for over cut, extra cut, and uncontrolled removal of rock will be
considered for payment.

3.0 Shifting of the Services:- As described in tender

4.0 BATCHING PLANT AND TRANSIT MIXERS:

Mixing and preparation of concrete (even bed concrete) will not be allowed at the site
of work. Contractor shall be responsible for arranging and installation of batching plant
at appropriate location and shall convey concrete by using transit mixers. At least 2
transit mixers shall be available all the time at site of work.

5.0 TRAFFIC DIVERSION:

Considering heavy traffic at site of work, contractor must prepare complete traffic
diversion plan and get it approved from engineer as well as traffic authority before
commencement of the work.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 97 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
6.0 EXPANSION JOINT:

Strip seal type expansion joint of only extruded material with no welded joint, obtained
from imported material will only be permitted. Contractor shall work out detailing at
junction of vertical wall and raft in consultation with the suppliers of the expansion joint
and shall provide waterproof joint at that location.

7.0 WORK ORDER BOOK:

The Contractor shall maintain a work order book at site for receiving the instructions
from Engineer/ PCMC during their inspection. The contractor / his authorized
representative shall acknowledge the instructions in the work order book shall sign
the orders given by the Engineer and shall carry out the instructions promptly.

8.0 STRATA : Strata for excavation shown on drawing are tentative.

9.0 CHANGES IN SITE:

No claims shall be paid on account of reasonable change in location of foundation or


orientation as the circumstances may call for.

10.0 TOOLS AND PLANT :

All tools, instruments, machinery and all material shall be acquired by the Contractor.

11.0 EXCAVATED MATERIALS :

All surplus excavated stuff including rock / boulder shall be property of contractor and
shall be disposed off by the Contractor in a manner as directed by the Engineer in
charge and can be utilized by Contractor for other work. However, Royalty, GST or
any other Tax, Levy shall be paid by the Contractor.

12.0 CONTRACTOR’s LIABILITY OF INSURANCE :

From commencement to completion of the work and during defect liability period, the
contractor shall take full responsibility for the care thereof and for taking precautions to
prevent loss or damage and to minimize loss or damage to the greatest extent possible
and shall be liable for any damage or loss that may happen to the works or any part
thereof from any cause whatsoever and shall at his own cost repair and make good
the same so that at completion of defect liability, the works shall be in good order &
condition & in conformity in every respect with requirement of the contractor.

Without limiting the obligations and responsibilities under this condition the Contractor
shall Insure the works (from commencement to completion) and for defect liability
period, the T & P hired to the Contractor and all materials at site, to their full value

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 98 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
against the risk or loss or damage from whatever cause arising other than the expected
Risks. The said insurance shall be in the joints names of PCMC and the Contractor
shall deposit with the Engineer the said policy or policies. The Contractor shall get
Contractor’s All risk (CAR) policy for the full amount of contract from approved
Insurance Company upto defect liability period. The premium shall be paid promptly
by the contractor. All moneys payable by the insurers under such policy or policies
shall be recovered by PCMC and shall be paid to the Contractor in installments by the
Engineer for the purpose of rebuilding or replacement or repair of the works & or goods
destroyed or damaged as the case may be.

The Contractor shall indemnify and keep indemnified the PCMC and PMC against all
losses and claims for injuries or damage to any person or any property whatsoever
which may arise out of or in consequence of the construction and maintenance of the
works and against all claims, demands, processing damages, costs charges and
expenses whatsoever in respect of or in relation there to, provided always that nothing
herein shall be deemed to render the Contractor liable for or in respect of or to
indemnify the PCMC against any compensation or damage caused by the
expected Risks.

Before commencing execution of the work, the Contractor shall without in any way
limiting his obligations and responsibilities under his condition, insure against any
damage, loss or injuries which may occur to any property, or to any person (including
any employee of PCMC) by or arising out of carrying out of the Contract.

The Contractor shall at all times, indemnify the PCMC against all claims, damages or
compensation under the provision of payment of Wages act 1936, Minimum Wages
Act 1948, Employer’s Liability Act 1938, the Workman’s Compensation Act 1923,
Industrial Disputes Act 1947, and the Maternity Benefit Act 1961, the Bombay Shop
and Establishment Act 1947 or any other industrial or labour law applicable to the
workman, or any modifications thereof or any other law relating thereto and rules made
there under from time to time or as consequence of any accident or injury to any
workman or other persons in or about the works, whether in the employment of the
Contractor or not, save and except where such accident or injury has result from any
act of PCMC or their agents or servants and also against all cost, charges and
expenses of any suit, action or proceedings arising out of such accident or injury and
against all sum or sums which may with the consent of the Contractor be paid to
compromise or compound any such claim. Without limiting his obligations and liabilities
as above provided, the contractor shall insure against all claims, damage or
compensation payable under the Workmen’s Compensation Act 1923 or any
modification thereof any other law relating thereto.

The aforesaid insurance policy/policies shall provide that they shall not be cancelled
till the Engineer has agreed to their cancellation.

The Contractor shall prove to the Engineer from time to time that he has taken out all

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 99 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
the insurance policies referred to above and has paid the necessary premiums for
keeping the policies alive till expiry of the Defects Liability Period.

The Contractor shall ensure that similar insurance policies are taken out by his Sub-
Contractor (if any) and shall be responsible for any claim or losses to PCMC resulting
from their failure to obtain adequate insurance protection in connection thereof. The
Contractor shall produce or cause to be produced by his Sub-Contractor (if any) as
case may be, the relevant policy or policies and premium receipt as and when required
by the Engineer.

If the Contractor and / or Sub-Contractor (if any) shall fail to effect and keep in force
the insurance referred to above or any other insurance which he / they may be
required to effect under the terms of the contract, then and in any such case, PCMC
may without being bound to, effect and keep in force any such insurance and pay such
premium or premiums as may be necessary for that purpose and from time to time
deduct the amount so paid by PCMC from any moneys due or which may become
due to the Contractor or recover the same as a debt due from the Contractor.
Provisions made in Clause 21 of Chapter IV shall also applicable.

Contractor shall take insurance policy only from National Issuance Company
situated in the PCMC area as directed by Accounts officer, Civil Department,
PCMC.

13.0 MOBILISATION ADVANCE:

The Employer will pay mobilization advance against bank guarantee to the Contractor
if the same is requested by the Contractor in writing towards costs of mobilization in
respect of the works up to 5 (Five) percent of the Contract price. This advance will
however be linked with the mobilization activities as below.
(i) 2.50% within15 days from the date of application.
(ii) Balance 2.50% on construction of site office and laboratory layout and
deployment' of machinery and staff adequate to start the work.

Payment of the loan will be due under separate certification by the Engineer after
(i) Execution of the form of agreements by the parties thereto,
(ii) Provision by the Contractor of the performance security in accordance
with relevant Clause and
(iii) Provision by the contractor of one or more Bank Guarantee by
Nationalized Bank, State Bank of India from the Bank’s branch in Pune
in an aggregate amount equal to the advance loan plus 10% extra i.e
110% of Mobilization of Advance,

such Bank Guarantee Guarantee’s to remain effective until the advance loan,
(Part of the advance loan in case the Contractor has submitted more than one
guarantee has been repaid by the Contractor) out of the current earnings and

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 100 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
certified by the Engineer. A form of Bank Guarantee acceptable to the PCMC
is indicated in this Tender Documents. The advance loan shall be used by the
Contractor exclusively for mobilization in connection with the works. Should
the Contractor misappropriate any portion of the advance loan, it shall become
due and payable and no further loan will be made available to the Contractor
thereafter. The mobilization advance shall carry simple interest of 12% for per
annum subject to the condition that the progress of the work, is as per agreed
programme. In case of Contractor not maintaining the progress of the work as
per the agreed programme the interest on mobilization advance shall be levied
at 15% per annum for the period in which the progress is not maintained. In
case the progress is made good as per the programme the rate of interest shall
be again at 12% per annum.

14.0 RECOVERY OF ADVANCE

The mobilization advance and the accrued interest shall be repaid with percentage
deductions from the interim payments certified by the Engineer under the Contract.
Deductions shall commence in the next Interim Payment Certificate following that in
which the total of all such payments to the contractor has reached 10% of the
Contractor Price or time whichever is earlier and shall be recovered by the time 75%
of the value of work is completed or time whichever is earlier. The mobilization
advance and the interest shall be recovered in equal installments from interim
payments. The amount of such installments shall be calculated as per the time of taking
of such advance and time of completion of 75% rate of deductions indicated above. If
the Contractor furnishes more than one Bank Guarantee’s these will be replaced by
the Employer one by one in such a manner that the total amount of Bank Guarantee
left in hand with the Employer will be sufficient to cover the outstanding amount of
advance and likely interest thereon.

15.0 SUPPLY OF WATER:


The tenderer has to make his own arrangements to procure water required for drinking
purposes for his labour, staff and construction work.

16.0 APPOINTMENT OF PMC:

The work under this contract is likely to be taken with the help of Project
Management Consultant. All decisions regarding the work in such case shall be
taken by the PMC on behalf of employer and will be binding on the bidder. For this
project M/s MAPS Global Civiltech Pvt. Ltd. has been appointed as Project
Management Consultant by PCMC.

17.0 EXTENSION OF TIME LIMIT:

17.1 The time for completion of the work in the event of any authorized deviation
resulting in additional cost over the contract sum shall be extended if requested

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 101 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
by the contractor, in the proportion in which the cost of the altered or substituted
work bears to the original contract sum plus any additional time which the
PCMC may consider reasonable if the works be delayed by for the reasons as
stated under clause

17.2 Reasons for Delay


a) Force majeure or
b) Abnormally bad weather
c) Serious loss or damages by fire
d) Delay on the part of the other contractors or tradesmen engaged by the
department in executing work on which the progress of the work under
this contract is dependent but does not form part of this contract or
e) Any other cause which in the absolute discretion of the PCMC is beyond
the contractor’s control, then upon the happening of any such event
causing delay the contractor shall immediately give notice thereof in
writing to the Engineer-in-charge, but shall nevertheless use constantly
his best endeavours to prevent or make good the delay and shall take
all possible steps to the satisfaction of the Engineer-in-charge to
proceed with the works.

17.3 Request for extension of time shall be made by the Contractor in writing not
later than thirty days of happening of the event causing the delay. The
Contractor may also, if practicable, indicate in such a request the period for
which extension is desired.
17.4 In any case the PCMC may give a reasonable extension of time of completion
of the work which shall be communicated to the Contractor by the Engineer-in-
charge in writing within 3 months of the date of receipt of such request by the
contractor.
17.5 Extension of time shall also be admissible in the case of temporary suspension
of works.

18.0 PENALTIES FOR DELAY :

The time allowed for carrying out the work as entered in the tender shall be
strictly observed by the Contractor and shall be reckoned from the date on
which the order to commence the work is given to the Contractor. The work
shall throughout the stipulated period of the Contract be proceeded with, all due
diligence (time being deemed to be of the essence of the contract on a part of
the Contractor) & the Contractor shall pay as compensation an amount equal
to 1% or such smaller amount as the City 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 Tenderer for everyday that the work as shown by the
Tenderer for everyday that the work remains un commenced, or unfinished
after the proper 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

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 102 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
for any work exceeds one month to complete.

The contractor should complete the work as per phase period given below,

1/4 of the work in 1/3 of the time


1/2 of the work in 3/5 of the time
3/4 of the work in 4/5 of the time
and full work should be completed in 24 Calendar months
including monsoon.

Note: The quantity of the work to be done within particular time to be specified
above shall be fixed & inserted in the blank space kept for the contracts after
taking into consideration the circumstances of each case and abide by the
programme of detailed progress laid down by the Executive Engineer.

In the event of the contractor failing to comply with these conditions he shall be
liable to pay as compensation, an amount equal to one percent or such smaller
amount as the City Engineer (whose decision in writing shall be final) may
decide of the said estimated cost of the whole work for every day that the due
quantity of work remains incomplete provided always that the total amount of
compensation to be paid under the provisions of this clause shall not exceed
10 percent of the estimated cost of the work as shown in the tender. City
Engineer, should be the final authority in this respect, irrespective the fact that
the tender is accepted by the Commissioner.
The payment of such penalty shall not relieve the contractor from his obligation
to complete the works or from any other obligation and liabilities under the
contract.

19.0 SUSPENSION OF WORKS :

19.1 The Contractor shall on written order of the Engineer-in-charge suspend the
progress of the works of any part thereof for such time or times and in such
manner as the Engineer-in-charge may consider necessary and shall during
such suspension properly protect and secure the work, so far as it is necessary
in the opinion of the Engineer-in-charge.

19.2 If the suspension as above is ordered for no fault of the contractors.


(a) The Contractor shall be entitled to an extension of time and.
(b) If the total period of all such suspensions of the entire works exceeds
30 days, the Contractor shall, in addition shall be entitled to
compensation, as the Engineer- in-charge may consider reasonable, in
respect of salaries and / or wages actually paid by the Contractor to his
site employees and labour remaining idle during the period of

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 103 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
suspension, adding thereto a percentage of 10% to cover indirect
expenses of the Contractor, provided the contractor produces
documentary evidence in support thereto, to the satisfaction of the
Engineer-in-charge including convincing justification why such
employees and labour could not be discharged or directed to other
woks.

20.0 BILLS AND PAYMENTS:

20.1 Generally one R.A. bill shall be made at every month. However, two Running
payments in a month will be permitted by the Engineer-in-charge if the progress
is satisfactory and value of each bill is not less than Rs. 50 Lacs.

20.2 The format of running bill on which the bills are to be submitted by the contractor
shall be supplied to the contractor by the PCMC. Printed copies of the bill as
per this format shall be arranged by the Contractor at his cost. The bills in three
copies shall be submitted to the Engineer-in-charge in the Standard proforma
only along with various test certificates, measurement, and consumption,
statement of various materials and cement, steel, tiles, as directed by Engineer-
in-charge.

20.3 The final bill shall be submitted within one month of the date of issue of
completion certificate. The final bill shall be submitted along with documents,
test certificate, initial levels, final levels, material consumption, completion of
drawings, cross sections etc. in bound volume.

20.4 In cases of disputed items both in running account bills or the final bill, such
items shall be excluded temporarily and balance payment effected, pending
settlement of the dispute within the prescribed time limit.

20.5 Recovery of secured advance shall be affected through bills proportionately as


per consumption of materials in the work billed for but advance will be
recovered in three months or as per consumption whichever is earlier.

21.0 EXTRA WORKS / CLAIMS ETC.

(i) Bills for extra work or of any claim shall be paid separately apart from the interim
bills for the main work. The payment of bills for the main work shall not be
withheld for want of decisions on the extra or claims not covered in the
appendices.
(ii) Claim for extra work shall be registered within 30 days of the occurrence of the
event. However, bills for these claims including supporting data/details may be
submitted subsequently after obtaining necessary approvals from the
employer.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 104 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
21.0 ANCILLARY WORKS:

The Contractor shall submit to the Engineer-in-charge in writing the details of all
ancillary works including layout and specifications proposed to be followed for their
construction. Ancillary work shall not be taken up in hand unless approved in writing by
the Engineer-in-charge. The Engineer-in-charge reserves the right to suggest
modifications or make complete changes in the layout and specifications proposed by
the Contractor whether accepted previously or not, at any stage, to ensure the safety
on the work site. The Contractor shall carry out all such modifications to the ancillary
works, at his own expenses as ordered by the Engineer-in-charge.

22.0 QUALITY ASSURANCE:

To ensure the specified quality of work, which will also include necessary surveys,
temporary works etc., the contractor shall prepare a quality assurance plan and get
the same approved from the Engineer-in-charge within one month, from the date of
work order. For this, the contractor shall submit an organization chart of his technical
personnel to be employed on the work along with their qualifications, job descriptions
defining the functions of reporting, supervising inspecting and approving. The
contractor shall also submit a list of tools, equipment and the machinery and
instrumentation, which he proposes to use for the construction and for testing in the
field and / or in the laboratory and monitoring. The contractor shall modify / supplement
the organization chart and the list of machinery, equipment etc. as per the directions of
the Engineer-in-charge and shall deploy the personnel and equipment on the field as
per the approved chart and list respectively. The contractor shall submit written method
statement detailing his exact proposals of execution of the work in accordance with the
specification. He will have to get these approved from the Engineer-in-charge. The
quality of the work shall be properly documented through certificates, records, check-
lists and log books of results etc. Such records shall be complied from the beginning
of the work and be continuously updated and supplemented and this will be the
responsibility of the contractor. The forms should be got approved from the Engineer-
in-charge.

24.0 DEFECTIVE WORK :

All defective works are liable to be demolished rebuilt and defective material
shall be replaced by the Contractor at his own cost. All work shall be as per
specification specified and in line and level as per approved drawings only. In
the event of such works being accepted by carrying out minor repair as
specified by the Engineer, the cost of such repair, rectification etc. shall be
borne by the Contractor.
In the event of work accepted by a given “Design Concession” arising out of
but not limited to under sizing, under strength, shift in location and alignment
etc. and accepting design stress in member which are higher than those

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 105 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
provided for in original proposal / Design or by accepting material not fully
meeting the specifications etc., the tenderer will be paid for the work actually
carried out by him at suitable reduced rate (minimum 10%) of tendered rate
for the portion of work thus accepted.

25.0 DEFECT LIABILITY:

25.1 Defect Liability periods (DLP):


In these conditions the expression “Defect Liability Period” shall mean defect
liability period of 60 months for entire work covered under contract after
date of completion certified by the Engineer.

25,2 Completion of outstanding work and remedying defects to the intent that the
works shall, at or as soon as practicable after the expiration of the Defect
Liability Period be delivered to the employer in the condition required by the
contract, (Considering fair wear and tear excepted) to the satisfaction of the
Engineer.
The contractor shall:
a) Complete the work, if any, outstanding on the date stated in the taking over
certificate as soon as practicable after such date and
b) Execute all such work of amendment, reconstruction and remedying
defects, shrinkages or other faults as the Engineer may, during the Defects
Liability Period or within 14 days after its expiration, as a result of an
inspection made by or on behalf of the Engineer prior to its expiration,
instruct the contractor to execute.

25.3 Cost of remedying defects, all work referred to in sub-clause 17.2 (b) shall be
borne by the Contractor if such defects in the opinion of the engineer are due
to:
(a) The use of materials, plant or workmanship not in accordance with the
contract,
(b) The neglect or failure on the part of the Contractor to comply with any
works, If in the opinion of the Engineer, such necessity is due to any
other cause, he shall determine an addition to the contract price and
shall notify the contractor accordingly with a copy to the employer.

25.4 Contractor’s failure to carryout instructions in case of default on the part of the
Contractor in carrying out such instruction within a reasonable time, the
employer shall be entitled to employ and pay other persons to carryout the
same and if such work which in the opinion of the Engineer, the contractor was
liable to do at his own cost under the Contract, then all costs consequent
thereon or incidental thereto shall, after due consultation with the Employer and
the Contractor, be determined by the Engineer and shall be recoverable from
the contractor by the Employer and may be deducted by the Engineer. The
Engineer shall notify the contractor accordingly with a copy to the employer.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 106 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

25.5 Contractor to search:

If any defect, shrinkage or other fault in the works appears at any time prior to
the end of the Defects Liability Period the Engineer may instruct the contractor
with copy to the Employer to search under the directions of the Engineer for the
cause thereof. Unless such defect, shrinkage or other fault is one for which the
contractor is liable under the Contract, the Engineer shall after due consultation
with the Employer and the contractor, determine the amount in respect of the
costs of such search incurred by the contractor, which shall be added to the
Contract Price and shall notify the contractor accordingly, with a copy to the
employer. If such defect, shrinkage or other fault is one for which the contractor
is liable, the cost of the work carried out in searching as aforesaid shall be borne
by the Contractor and he shall in such case remedy such defect, shrinkage or
other fault at his own cost in accordance with the provision of Clause 17.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 107 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

CHAPTER VI

PRICE VARIATION CLAUSE

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 108 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
CHAPTER VI
ANNEXURE – A

ACCOMPANIMENT TO THE GOVERNMENT RESOLUTION


Public Works Department No. CAT/06/04/148, Dated 16/05/2005.
(MODIFIED BY PCMC)

PRICE VARIATION CLAUSE

If during the operative period of the contract as defined in condition (1) below there shall be
any variation in the Consumer Price Index (new series) for industrial workers for Pune Center
as per the Labour Gazette published by the Commissioner of Labour, Government of
Maharashtra and/or in the Wholesale Price Index for all commodities (new series) prepared
by the Office of Economics Advisor, Ministry of Industry, Government of India, for in price of
petrol/oil and lubricants then major construction materials like bitumen, cement, steel various
types of metal pipes etc., then, subject to the other conditions mentioned below, Price
adjustment on account of
(i) Labour Component.
(ii) Material Component.
(iii) Petrol, Oil and Lubricants Component.
(iv) Bitumen Component.
(v) HYSD & Mild Steel Component.
(vi) Cement Component.

Calculated as per the formula here in after appearing, shall be made, Apart from these,
no other adjustments shall be made to the contract price for any reasons whatsoever,
Component percentage as given below are as of the total cost of work put to tender.
Total of Labour, Material & Petrol, Oil & Lubricants components shall be 100 as per
table below and other components shall be as per actual.

Petrol, Oil &


Labour Material
.Sr. Lubricant
Type of Work Component Component
No. Component
– K-1 – K-2
– K-3
1 For entire Bridge Work 39% 58% 3%

1. Bitumen Component – Actual


2. TMT Fe 500 & Mild Steel Component – Actual
3. Cement Component – Actual

Note:- If cement, Steel, and Bitumen are supplied on Schedule ‘A’ the respective component
shall not be considered. Also if particular component not relevant same shall be defected.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 109 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

Maximum amount due to price variation will be restricted to 5% of the accepted


contract value excluding the compensation payable for the materials (bitumen, steel
and cement) which have been directly given difference in purchase price and star
rate.

1. Formula for Labour Component: V1 = 0.85 P {K1/100 x (L1 –L0 )/L0}

Where,
V1 = Amount of Price Variation in Rupees to be allowed for labour component.
P= Cost of work done including accepted tendered rate during the period under
consideration minus the total cost of Cement, TMT FE 500 Steel, Bitumen calculated
as per the basic rate used for preparing estimate for technical sanction including
accepted tendered rate or total cost of cement, HYSD & Mild steel, Bitumen
calculated as per C0, S0 & B0 whichever is higher.
K1 = Percentage of Labour Component as indicated above
L0 = Basic Consumer Price Index for Pune Center, shall be average consumer price index
for the quarter preceding the month in which the last date prescribed for receipt of
tender, falls.
L1 = Average Consumer Price Index for Pune Center during the month
under consideration.

2. Formula for Material Component:

V2 = 0.85 P x {(K2/100) x (M1 – M0) / M0}


Where,
V2 = Amount of Price Variation in Rupees to allowed for Material component.
P = Same as worked out for labour component.
K2 = Percentage of materials Component as indicated above
M0 = Basic Wholesale Price Index shall be average wholesale price index for the quarter
preceding the month in which the last date prescribed for receipt of tender, falls.
M1 = Average Wholesale Price Index during the period under consideration.

3. Formula for Petrol, Oil and Lubricant Component:


V3 = 0.85 P {(K3 /100) x (P1-P0)/P0}
Where,
V3 = Amount of Price Variation to be allowed for POL component.
P = same as worked out for labour component.
K3 = Percentage of Petrol, Oil and Lubricant Component.
P0 = Average Price of H.S.D. at Pune during the quarter preceding the month in which the
last date prescribed for receipt of tender, falls.
P1 = Average Price of H.S.D. at Pune during the period under consideration.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 110 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

4. Formula for Bitumen Component:


V4 = QB (B1 - B0)
Where,
V4 = Amount of Price Variation in Rupees to be allowed for Bitumen component.
QB = Quantity of Bitumen (Grade) in metric tonne used in the permanent works and
approved enabling works during the month under consideration.
B1 = Current, average price as circulated by the office of the City Engineer, Pimpri Chinchwad
Municipal Corporation, Per metric tonne of bitumen (Grade) under consideration
including all taxes (GST etc.) during the month under consideration.
B0 = Basic rate of Bitumen in rupees per metric tonnes as considered for working out
value of P or average price as circulated by the office of the City Engineer, Pimpri
Chinchwad Municipal Corporation, in rupees per metric tonne including all taxes
(GST etc.) of bitumen for the grade of bitumen under consideration prevailing month
preceding the month in which the last date prescribed for receipt of tender, falls
whichever is higher.

5. Formula for HYSD TMT FE -500 Component:


V5 = QS x (S1 – S0)
Where,
V5 = Amount of Price Variation in Rupees to be allowed for TMT FE 500 Steel component.
QS = Quantity of steel in M.T. used in the work during month under consideration.
S0 = Basic rate of Steel in rupees per metric tonne as considered for working out value of
‘P’ or average price in rupees per M.T. including taxes, (GST etc.) as circulated by
the office of the City Engineer Pimpri Chinchwad Municipal Corporation, under
consideration, prevailing one month preceding the month in which the last date
prescribed for receipt of tender, falls, whichever is higher.
S1 = Current average price in rupees per M.T. of steel including all taxes (GST etc.) as
circulated by City Engineers office, Pimpri Chinchwad Municipal Corporation. During
the month under consideration.

6. Formula for Cement component:


V6 = QC x (C1 – C0)
Where,
V6 = Amount of Price variation in Rupees to be allowed for cement component.
QC = Quantity of cement in M.T. used in the work during month under consideration.
C0 = Basic rate of cement in rupees per M.T. as considered for working value of ‘P’ or
average price per M.T. including all taxes, (GST etc.) as circulated by the office of the
City Engineer Pimpri Chinchwad Municipal Corporation under consideration, prevailing
one month preceding the month in which the last date prescribed for receipt of tender,
falls, whichever is higher.
C1 = Current average price in rupees per M.T. of cement including taxes, (GST) as circulated
by City Engineers office, Pimpri Chinchwad Municipal Corporation during the month
under consideration.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 111 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

7. Formula for High Tensile Steel Strands Component (HTS):


High Tensile Steel Strands Component

(LS/1 – LS/0)
V7 = HY = HS0 x ---------------- x QY
LS/0

Where

HY = Escalation on account of variation in price of High Tensile Steel Strands.


QY = Quantity of High Tensile Steel Strands consumed in the period under
consideration in MT
HS0 = Average base rate for High Tensile Steel Strands which is Rs. 84309.75 Per M.T.
LS/1 = Long Steel index as per R.B.I. bulletin for the quarter preceding the
period under consideration
LS/0 = Long Steel index as per R.B.I. bulletin on 30 days prior to last date of
receipt of bid by PCMC.

8. Basic rates of material used for preparing estimate for Technical Sanction including
all taxes, Excluding GTS are as per below: -

1. Cement = Rs. 5500/- per M.T.


2. HYSD/ TMT FE -500 = Rs. 42,600/- per M.T.
3. Bitumen = Rs. 26,630/- per M.T. for VG-30 grade
(Bulk Ex-refinery)

The following conditions shall prevail:


(i). The Operative Period of the Contract shall mean the period commencing from
the date of the work order issued to the Contractor and ending on the date on
which the time allowed for the completion of the works specified in the contract
for works expires, taking in to consideration the extension of time, if any, for
completion of the work granted by the approving authority under the relevant
clause of the conditions of contract in case other than those where such
extension is necessitated on account of default of the contractor. The decision
of the Engineer – in – charge as regards the operative period of the Contract
shall be final and binding on the Contractor. Where any compensation for
liquidated damages is levied on the contractor on account of delay in
completion or inadequate progress under the relevant Contract provisions, the
price adjustment amount for the balance work from the date of levy of such
compensation shall be worked out by freezing of all the indices, and prices of
material i.e. L1, M1, P1, B1, S1 and C1 to the month preceding the month from
which such compensation is levied.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 112 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
(ii). This Price Variation Clause shall be applicable to all contracts in B-1/B-2 and
C form but shall not apply to piece works, The price variation shall be
determined during period under consideration as per formula given above
clause. For V1, V2, V3, V4, V5,& V6 for each month.
(iii). The Price Variation under this clause shall not be payable for the extra items
required to be executed during the completion of the work of the contract form
B1/B2 respectively. In other words, when the completion/execution of extra
items, of the contract form B-1/B-2 extends beyond the operative date of the
DSR then rates payable for the same beyond that date shall be revised with
reference to the current DSR prevalent at that time on year to year basis or
revised in accordance with mutual agreement thereon, as provided for in the
contract, whichever is less.
(iv). Price Variation Clause shall be applicable for works with time limit more than
12 calendar months and having tender cost more than Rs. 25 lac.
(v). This clause is operative both ways, i.e. if the Price Variation as calculated above
is on the plus side, payment on account of the Price Variation shall be allowed
to the Contractor and if it is on the negative side, the PCMC shall be entitled to
recover the same from the Contractor and the amount shall be deductible from
any amounts due and payable under the contract.
(vi). To the extent that full compensation for any rise or fall in costs to the contractor
is not entirely covered by the provisions of this or other clauses in the contract,
the unit rate and the prices included in the contract shall be deemed to include
amounts to cover the contingency of such other actual rise or fall in costs.
Note: -
A) The rate difference for cement & steel is not applicable for factory
made/precast/readymade items such as RCC pipes, Chamber Covers, Paver
Blocks, Precast kerbs/dividers etc. underprice variation clause.
B) Rate difference is not payable to other materials except cement, TMT FE 500
steel & bitumen.
C) When Basic rates of Bo, Co, and So for Bitumen, Cement, Steel respectively
are adopted other than the rates adopted for working out value “P” then those
rates shall be treated as revised Basic rate of Bo, Co, So and shall be
communicated to the contractor at the time of issuing letter of intent by
Engineer – in charge and shall be binding on contractor.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 113 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

CHAPTER VII

ANNEXURE - ‘B’

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 114 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
CHAPTER VII

ANNEXURE - ‘B’

CONTRACT DETAILS
1) Name of Work : Design & Construction of New River
Bridge on Mula River Connecting the
Sanghvi - Bopodi Area.

2) Estimated Cost : Rs 40,80,07,376/-


3) Cost of blank Tender Form : Rs 37,430/-Per Set including GST
4) Pre-tender Conference :
a) Date / /2021.
b) Time @ 15.00 hrs.
c) Venue Office of the Joint City Engineer, BRTS, Pimpri
Chinchwad Municipal Corporation, Pimpri.

5) a) Submission of the tender : Online


forms
b) Date and Time : Up to 15.00 Hrs till / /2021.

6) Earnest Money Deposit : Rs. 20,40,037/- (0.5% of estimated cost) should


be deposited by gateway system.
7) Initial Security Deposit : 1.00% of the total security deposit to be paid in the
form of FDR only at the time of agreement.

8) Balance Security Deposit to 3.50% of total security deposit to be recovered


be deducted from R.A. Bills : from R.A. Bills at 5% of gross bill amount.

9) Time limit : 24 months (Including Monsoons)


11) Price variation clause As per Clause
percentages :

12) Mobilization Advance : 5% against Bank guarantee as per Clause


13) Machinery Advance : Nil
14) Defect liability period : 60 months for entire work covered under contract
after date of completion certified by the Engineer

15) Engineer-in-charge : Executive Engineer, BRTS, PCMC


16) Validity Period 120 days from date of Submission of tender

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 115 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi – Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

STATEMENT NO. I

Details of work tendered for and in hand as on the date of submission of this tender

NAME OF THE TENDERER:

Work in hand Works tendered for


Cost of Anticipated Date when Stipulated
Sr. Place & Tendered
Name of work remaining date of decision date or Remarks
No. Country cost Estimated
work completion is period of
cost
expected completion
1 2 3 4 5 6 7 8 9 10

--------------------------------------------------------------------------------------------------------------------------------------Contractor
Executive Engineer
Page 116 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi – Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
STATEMENT NO. II

Details of works of similar type and magnitude carried out by the Contractor

NAME OF THE TENDERER:

Sr. Stipulated date Actual date of


Name of work Cost of work Date of starting Remarks
No. of completion completion
1 2 3 4 5 6 7

--------------------------------------------------------------------------------------------------------------------------------------Contractor
Executive Engineer
Page 117 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi – Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
STATEMENT NO. III

Details of Plants and Machinery immediately available with the tenderer for this work

NAME OF THE TENDERER:

Sr. Kind and Age and Present


Name of equipment No. of units Capacity Remarks
No. make condition location

1 2 3 4 5 6 7 8

--------------------------------------------------------------------------------------------------------------------------------------Contractor
Executive Engineer
Page 118 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi – Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

STATEMENT NO. IV

Details of Technical Personnel available with the Contractor

NAME OF THE TENDERER:

Period for which


Experience of
Sr. Whether working the person is Remarks
Name of the person Qualification execution of
No. in field or office working with the
similar works
Tenderer
1 2 3 4 5 6 7
1 Project Manager B E Civil Field 15 Years
(with 10 years in
Construction of
Flyover/Bridges)

2 Site Engineer BE Civil/ DCE Field 5 Years in Roads


Civil

3 Quality Control BE Civil Field 10 years in material


Engineer Laboratory testing

Note: The details of the personnel proposed to be deployed on site shall be submitted by the Contractor along with the Biodata and
Photographs. The work shall not be allowed to be started without the full time deployment of above persons.

--------------------------------------------------------------------------------------------------------------------------------------Contractor
Executive Engineer
Page 119 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------

CHAPTER- VIII

SAMPLE PROFORMA

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 120 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
CHAPTER VIII

(a) PROFORMA OF BANK GUARANTEE FOR INITIAL SECURITY DEPOSIT

To,
Joint City Engineer,
BRTS Department,
Pimpri Chinchwad Municipal Corporation,
Pimpri
1. In consideration of the Pimpri Chinchwad Municipal Corporation, Pimpri
(hereinafter called "PCMC" which expression shall include its legal
representative, successors and assigns) having agreed under the terms and conditions of
Contract No. _______________ dated ___________ made between _______________
(hereinafter called "the Contractor" which expression shall unless repugnant to the subject or
context include his heirs, executors, administrators and assigns/its successors and
assigns) and the PCMC in connection with ___________________________ (hereinafter
called "the said Contract") to accept a Deed of Guarantee as herein provided for Rs.
_____________ (Rupees ______________________________) from a Scheduled Bank
in lieu of the Security Deposit to be made by the Contractor for the due fulfillment by the
Contractor of the terms and conditions contained in the said Contract, we the
___________________ Bank constituted and established under the Banking Companies
(acquisition and Transfer of Undertaking Act. 1970 (hereinafter referred to as "the said
Bank" and having our Head Office at ___________________ at the request of
____________________________ (Contractor(s) do hereby undertake to pay to the PCMC
amount not exceeding Rs. __________ (Rupees _____________________________)
against any loss or damage caused to or suffered or would be caused to or suffered by the
PCMC by reason of any breach or breaches by the said Contractor(s) of any of the terms and
conditions contained in the said Agreement, and to unconditionally pay the amount claimed
by the PCMC on demand and without demur to the extent expressed.
2. We, ____________________________________ do hereby undertake to pay
(Indicate the name of bank) the amounts due and payable under this Guarantee
without any demur, merely on a demand from the PCMC stating that the amount
claimed as due by way of loss or damage caused to or would be caused to or
suffered by the PCMC by reason of breach by the said Contractor(s) of any of the
terms or conditions contained in the said Agreement or by reason of the Contractor's
failure to perform the said Agreement. Any such demand made on the Bank shall be
conclusive as regards the amount due and payable by the Bank under this guarantee.
However, our liability order this guarantee shall be restricted to an amount not
exceeding Rs.___________________ (Rupees ___________________)
3. We, ____________________________________________ further agree that
(indicate the name of the bank) the PCMC shall be the sole judge of and as to whether
the Contractor has committed any breach or breaches of any of the terms and
conditions of the said contract and the extent of loss, damage, costs, charges and
expenses caused to or suffered by or that may be caused to or suffered by the PCMC
on account thereof and the decision of the PCMC that the Contractor has committed

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 121 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
such breach or breaches and as to the amount or amounts of loss, damage, costs,
charges and expenses caused to or suffered by or the may be caused to or suffered by
the PCMC from time to time shall be final and binding on us."
4. We undertake to pay to the PCMC any money so demanded not- withstanding any
dispute or disputes raised by the Contractor(s) / Supplier(s) in any suit or proceedings
pending before any Court or Tribunal relating thereto; our liability under this present being
absolute and unequivocal. The payment so made by us under this bond shall be a valid
discharge of our liability for payment there under and the Contractor(s)/Supplier(s) shall
have no claim against us for making such payment.
5. We,________________________________________ further agree that the
(indicate the name of Bank) Guarantee herein contained shall remain in full force and
effect during the period that would be taken for the performance of the said Agreement
and that it shall continue to be enforceable till all the dues of the PCMC under or by virtue
of the said agreement have been fully paid and its claims satisfied or discharged or
till the PCMC certifies that the terms and conditions of the said Agreement have been fully
and properly carried out by the said Contractor(s) and accordingly discharge this
Guarantee. Unless a demand or claim under this guarantee is made on us in writing on or
before the ------------------ we shall be discharged from all liability under this Guarantee
thereafter.
6. We, ____________________________________ further agree with the PCMC
that the PCMC shall have the fullest liberty without our consent and without affecting in
any manner our obligations herein under to vary any of the terms and conditions of the
said Agreement or to extend time of performance by the said contractor(s) from time to
time or to postpone for any time or from time to time any of the powers exercisable by the
PCMC against the said Contractor(s) and to forbear or enforce any of the terms and
conditions relating to the said Agreement and we shall not be relieved from our liability by
reason of any such variation, or extension being granted to the said Contractor(so or for
any forbearance act or omission on the part of the PCMC or any indulgence by the PCMC
to the said Contractor(s) or by any such matter or thing whatsoever which under the law
relating to sureties would, but for this provisions have effect of so relieving us.
7. This Guarantee will not be discharged due to the change in the constitution of the Bank or
the Contractor(s)/Supplier(s).
8. We, ___________________________________ lastly undertake not to revoke this
Guarantee during its currency except with the previous consent of the PCMC in writing.

Date the ____________________ day of ____________________2011

For and on behalf of the Bank

The above Guarantee is accepted by the PCMC for and on behalf of the PCMC.

Name and Designation Date : ___________________

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 122 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
(b) PROFORMA OF BANK GUARANTEE FOR MOBILISATION ADVANCE

THIS DEED OF GUARANTEE is made on the Bank ___________________ Branch having


its Head Office at _________________________________________ (hereinafter called the
Guarantor) of the One part in favor of Pimpri Chinchwad Municipal Corporation (hereinafter
called the “PCMC”) of the other part.
WHEREAS by Contract made between M/s. ______________________________ having its
registered office at ___________________________________________
(Hereinafter called the “Contractor”) and the PCMC, the Contractor has undertaken Design &
Construction of ------------------------------- _______________________________________).
AND WHEREAS in accordance with accepted conditions and instructions of contract the
PCMC is to make mobilisation advance payment of Rs. ____________
(Rupees_____________________________) to the contractor for carrying out the works.
Principal will be repayable as per accepted conditions and instructions of the contract.
AND WHEREAS before payment as aforesaid made, the Guarantor has at the request of the
contractor agreed to give guarantee as hereinafter contained.
1. In consideration of the PCMC agreeing to make ad hoc payment of
Rs._________________/- (Rupees ____________________________) to the
contractor the guarantor hereby undertakes that the contractor will execute the work in
accordance with contract to enable the PCMC to recover from the running and .final
bills thereof the advance and other charges or shall otherwise repay the advance and
other charges to the PCMC failing which the Guarantor shall pay to the PCMC on
demand such amount or amounts as the Guarantor may be called upon to pay to the
maximum aggregate of Rs._________________/- (Rupees
______________________) and other charges as aforesaid.
2. The Guarantor shall pay to the PCMC on demand the sum under Clause I above
without demur and without requiring the PCMC to invoke any legal remedy.
3. The Guarantor further agrees that the Guarantee herein contained shall remain in full
force and effect during the period of contract and the Guarantor irrevocably undertake
to renew the Guarantee on the expiration of the aforesaid period or such period of the
guarantee until the entire amount of said advance due payable to the PCMC is fully
paid. But if the period of contract is for any reason extended and upon such extension
the contractors fails, before the term of this guarantee expires, to furnish fresh or
revised guarantee for the extended period, the guarantor shall pay to the Employer the
said sum of Rs. _________/-(Rupees __________________________) and other
charges as aforesaid.
4. The neglect or forbearance of the PCMC in enforcement of payment of any moneys,
the payment whereof is intended to be hereby secured or the giving of time by the
PCMC for the payment thereof shall in no way relieve the guarantor of its liabilities
under this deed.
5. The PCMC and the Contractor will be at liberty to carry out any modifications in the
said contract deed, notice of which modifications to the guarantor is hereby waived.
6. This guarantee is irrevocable except with the written consent of the PCMC.

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 123 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
7. Notwithstanding anything contained herein before, this guarantee is limited to Rs.
_____________/- (Rupees ___________________________) other charges as
aforesaid or to the amount remaining unadjusted as provided in clause I above and
shall remain in force until _______________. All claims hereunder must be presented
to the Guarantor, not later than One month after the said date.
8. And lastly the expressions "The Guarantor” and "The Contractor' shall, unless there is
anything repugnant to the subject to the context, include their respective successors.
“No withstanding anything contained hereinabove our liability under this guarantee is
restricted to Rs._______________/- (Rupees___________ ____________________)
and this guarantee is valid up to ____________. We shall be released and discharged
from all liabilities hereunder unless a written claim for payment under this guarantee is
lodged on us on or before ____________________ irrespective of whether or not the
original guarantee is returned to us".

For and on behalf of Bank

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 124 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
(c) SAMPLE PROFORMA OF AGREEMENT

AGREEMENT FOR the work of Construction of DESIGN & CONSTRUCTION OF ---------------


------------------------------------- Articles of Agreement made at Pune this ___________ day of
Two thousand and five _____________ between Pimpri Chinchwad Municipal Corporation,
Pimpri, a corporation constituted by the Bombay Provincial Municipal Corporation Act, and
having its registered office at Pimpri (hereinafter called the Corporation which expression shall,
unless it be repugnant to the context or necessary thereof, include to successor or successors
or assign or assignee) of the one part and _____________________________ (hereinafter
called the “Contractor”) of the other part.
WHEREAS:
The Corporation being desirous of providing and having executed certain work mentioned,
enumerated or referred to in the Tender Notice, Instruction to Tenderers, General Conditions
of Contract, Special Conditions of Contract, Scope of work, Specifications, Technical
documents constituting the ‘TENDER’ and acceptance thereof, copy thereto annexed all of
which are designed to form part of this Contract and are included in the term “CONTRACT”
wherever herein used.
AND WHEREAS:
The Corporation accepted the Tender of the Contractor for the provision and the execution of
the said work at the lump-sum amount as stated in the tender and at the rates as stated in
schedule of items for extra work upon the terms and subject to the conditions of contract.
AND WHEREAS:
The Contractor have deposited with the Corporation the sum of Rs. _______________ (
______________________ ) being the initial security deposit payable by them at the rate of
___ of the Contract value and undertakes to pay the balance of the security deposit by allowing
the Corporation to deduct an amount from the bill payable to them provided that the deduction
does not exceed _______ of the bill amount ______ of Security Deposit is to be retained until
the expiry of defects liability period for the due observance and performance of this Contract.

NOW THIS AGREEMENT WITNESSES AND IS HEREBY AGREED BY BETWEEN THE


PARTIES AND DECLARED AS FOLLOWS:

1 The documents which form part of the Contract will be the Tender Notice, General
Tender Notice including Corrigendum to Tender Notice, instructions to Tenderer,
General Conditions of Contract, particular specifications, drawing, special conditions
of Contract, addendums to tender, technical proposal, ‘Tender’ and acceptance
thereof. It is further agreed that the Works Order No. _________________________
dt. _____________________________ shall construe the contract between the
parties.
2. In consideration of the payments to be made to the Contractor for the work to be
executed by him, the Contractor shall duly provide execute and complete the said work
on or before the dates mentioned in the time schedule of complete work attached to
the Tender documents and shall maintain the same at his own cost

during the defect liability period thereafter and perform all such acts and things in the

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 125 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
Contract mentioned or described or which are to be implied therefrom or may be
reasonably necessary for the completion of the said work at the time and manner
subject to the terms and conditions for stipulations mentioned in the Contract.
3. In consideration of the due provision, execution and completion of the said works, the
Corporation does hereby agree with the Contractor that the Corporation will pay to the
Contractor the respective amount for the work actually done by him as per rate and
price quoted and become payable to the Contractor under the provisions of the
Contract, such payment to be made at such time and in such manner as provided in
the agreement.
4. In consideration of the due provision, execution and completion of the said work, the
Contractor does hereby agree to pay to the Corporation the amount as may be due to
the Corporation and such other sum or sums as may become payable to the
Corporation towards loss of or damage to the Corporation’s equipment, materials,
construction plant and machinery, including those hired to the Contractor, if any as set
forth in the said conditions of contract, such payments to be made at such time in such
manner as provided in the Contract.
5. All disputes arising out of or in any way connected with this agreement shall be deemed
to have arisen in Pune and only the courts in Pune shall have jurisdiction to try and
adjudicate over them.

IN WITNESS WHEREOF THE PARTIES HERETO HAVE SET AND SUBSCRIBED


THEIR RESPECTIVE HANDS AND SEALS TO THESE PRESENTS IN DUPLICATE
THE DAY AND YEAR FIRST MENTIONED ABOVE.

SIGNED & DELIVERED FOR AND ON BEHALF OF PIMPRI CHINCHWAD


MUNICIPAL CORPORATION

Signature _______________________
Designation _______________________
In the presence of:
1) _________________________ Address _______________________
_______________________

2) ________________________ Address _______________________


_______________________

Signed and delivered for and on behalf of:

___________________________ Signature _______________________


(Contractor)

In the presence Witness

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 126 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
1) _____________________ Address
_______________________
_______________________

2) ________________________ Address ________________________


________________________

Signature of Hon. Member of Standing Committee

1) _______________________

2) ________________________

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 127 of 128
Pimpri Chinchwad Municipal Corporation
Design & Construction of New River Bridge on Mula River Connecting the Sanghvi –
Bopodi Area.
---------------------------------------------------------------------------------------------------------------------------------
PROFORMA OF AFFIDAVIT TO BE PROVIDED BY BIDDER WITH SUBMISSION OF THE
TECHNICAL BID DOCUMENTS

100 Rs. Bond

नमुना सत्य�ितज्ञा लेख

सत्य�ितज्ञा लेख (Affidavit)


1. Affidavit shall be notarized.
2. Separate Affidavit shall be submitted for each work in original.

मी ________________________________ वय वषर् ________ राहणार


_______________________ या सत्य�ितज्ञा लेखा�ारे िल�न देतो क�, मी
________________________ या फमर्चा / कं पनीचा �ो�ायटर असून
________________________ या कामासाठी िनिवदा सादर के ली आहे. सदर
िनिवदेच्या Envelope No. 1 मध्ये जी कागदप�े सादर के ली आहेत ती खरी,
बरोबर व पूणर् आहेत. त्यामध्ये कोणत्याही �ुटी, चुका नाहीत असे शपथपूवर्क मान्य
करीत आहे. या कागदप�ांमध्ये काही चुक�ची, �दशाभूल करणारी, खोटी व तसेच
अपूणर् मािहती आढळल्यास मी कायदेशीर कायर्वाहीस पा� आहे व राहीन.

कं �ाटदाराची सही

--------------------------------------------------------------------------------------------------------------------------------------
Contractor Executive Engineer
Page 128 of 128

You might also like