``

Tài liệu tương tự
FAQs Những câu hỏi thường gặp 1. What is the Spend Based Rewards program for Visa Vietnam? The Spend Based Rewards program for Visa Vietnam is a servi

Microsoft Word - Business Visitor Checklist - Feb 2013.doc

VCSP-CSBH-H03-V CHÍNH SÁCH BÁN HÀNG/ SALES POLICY DÀNH CHO CĂN HỘ TÒA H03 PHÂN KHU THE HERO DỰ ÁNVINCITY SPORTIA I. CHÍNH SÁCH/ POLICY / FO

CÔNG TY CỔ PHẦN TẬP ĐOÀN ĐẦU TƯ ĐỊA ỐC NO VA NO VA LAND INVESTMENT GROUP CORPORATION ---o0o--- Số:../2018-NQ.ĐHĐCĐ-NVLG No:../2018-NQ.ĐHĐCĐ-NVLG CỘNG

Hướng dẫn cụ thể từng bước để đăng ký sử dụng Đơn đăng ký không tín chỉ sau đó ghi danh vào các lớp không tín chỉ. 1 tháng Sáu, 2018 Các sinh viên dự

Mã: VHR V20 CHÍNH SÁCH BÁN HÀNG / SALE POLICY DÀNH CHO KHÁCH HÀNG MUA NHÀ/BIỆT THỰ VINHOMES RIVERSIDE THE HARMONY FOR CLIENTS PURCHASING VIN

Screen Test (Placement)

说明书 86x191mm

SUMMER COURSE FEES SUMMER 2019 Biểu phí Khóa Hè 2019 AGE GROUP Nhóm tuổi HALF DAY Nửa ngày TRIAL CLASS (2 weeks) Lớp học thử (2Tuần) FULL DAY Cả ngày

giay de nghi cap the tra truoc 09.16

MD Paper-Based Test ELA Vietnamese Script for Administrating PARCC TAM

ĐIỀU KHOẢN VÀ ĐIỀU KIỆN CHƯƠNG TRÌNH ƯU ĐÃI CUỐI TUẦN TẠI ADAYROI VỚI THẺ TÍN DỤNG HSBC (Bản Điều Khoản và Điều Kiện này có hiệu lực từ 08/08/2019) Kh

VTC- PARK HILL 1-CH-V CHÍNH SÁCH BÁN HÀNG / SALES POLICY DÀNH CHO CĂN HỘ VINHOMES TIMES CITY PARK HILL TÒA P01,P02,03,05,06,07,08/ FOR APAR

Microsoft Word - bai 16 pdf

KOSMO TÂY HỒ Address. 101 Xuan La, Tay Ho Dist, Ha Noi, Vietnam Hotline Mặt bằng tầng

BNPP-SmartFormUserGuide2019-VN-v3

2018 Vietnamese FL Written examination

VTC- PARK HILL PREMIUM-CH-V CHÍNH SÁCH BÁN HÀNG / SALES POLICY DÀNH CHO CĂN HỘ VINHOMES TIMES CITY PARK HILL PREMIUM TÒA P09,11,12,10/ FOR

Travel claim form-VN_2012

CÁC BIỂU MẪU NHÂN SỰ KHÓ TÌM LIÊN QUAN ĐẾN PHÁP LUẬT LAO ĐỘNG HARD TO FIND TEMPLATES OF HUMAN RESOURCE RELATING TO LABOUR LAW Mục lục Timetable LỜI CẢ

Microsoft Word - DFK Vietnam - Legislation update _7 2013_ final

Microsoft Word - Persevere-2 Stories.docx

ïðñíïñîðîï U.S. Department of Labor Please read and review the filing instructions carefully before completing the Form ETA or 9035E. A copy of

VINHOMES MARINA-4PK CSBH CHÍNH SÁCH BÁN HÀNG/ SALES POLICY DỰ ÁN VINHOMES MARINA/ FOR VINHOMES MARINA Tháng 02/2019 /February 2019 I. Q

PHẦN DÀNH CHO CƠ QUAN QUẢN LÝ(FOR OFFICIAL USE)> <SI> Phiếu công bố có giá trị 05 năm kể từ ngày nhận. PHIẾU CÔNG BỐ SẢN PHẨM MỸ PHẨM TEMPLATE FOR NOT

NMPED 2019 Spring ADMINISTRATOR Manual

BIỂU ĐẠT HÌNH THÁI DĨ THÀNH TIẾNG ANH TRONG TIẾNG VIỆT 1. Mục đích và phương pháp 1.1. Mục đích 19 ThS. Trương Thị Anh Đào Dựa trên nền tảng lý thuyết

Tóm tắt ngữ pháp tiếng Anh Tổng hợp và biên soạn: Thầy Tâm - Anh Văn ( TÓM TẮT NGỮ PHÁP TIẾNG ANH Mục lục Tóm tắt

IVIVU English Vietnamese Campaign Overview Giới thiệu chương trình Customers when paying with Agribank JCB card on and at IVIVU's transa

CTCP XÂY DỰNG COTECCONS CTD (HOSE) BẢN TIN CẬP NHẬT NHANH Ngày 06 tháng 3 năm 2019 CẬP NHẬT KQKD 2018 Kết thúc Q4.2018, CTD đạt doanh thu thuần

Using a Walker - Vietnamese

Photographing, Filming and Recording students at Abbotsford Primary School Annual Consent Form and Collection Notice During the school year there are

UW MEDICINE PATIENT EDUCATION Crutch Walking vietnamese Đi Bằng Nạng Hướng dẫn từng bước và những lời khuyên về an toàn Tài liệu này hướng dẫn cách sử

Đề cương môn học

Microsoft Word - TT HV_NguyenThiThom_K18.doc

29T-STAT.pmd

Manicurist SPF-ICOC-VIET

Specification Eng-Viet-C10K.doc

tcvn tiªu chuèn quèc gia national STANDARD tcvn : 2009 ISO : 1994 XuÊt b n lçn 1 First edition CẦN TRỤC TỪ VỰNG PHẦN 2: CẦN TRỤC TỰ HÀNH

bảng giá / rate card

வ ம ன வ கண க இ ணய த த க ச ற (E - filing of income tax returns) 1. அர அ வல க ம ஆச ய க ஜ ல 31 ஆ தத வ ம ன வ கண க ன த க ச ய க க ட இ ணயதள த ச ல.

Microsoft Word - PVN COI Policy _final.doc

2019 Signature Chefs Partnership Opportunities.pub

ĐƠN MỞ TÀI KHOẢN CÁ NHÂN PERSONAL ACCOUNT OPENING FORM Dành Cho Ngân Hàng/For Bank Use Only 1. Mã số khách hàng thứ nhất: First customer number: 21.01

BUREAU VERITAS VIETNAM - HN Office 2019 PUBLIC TRAINING CALENDAR Subject COURSE NAME Duration (days) JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC C

giay de nghi cap the ghi no 09.18

ïðñíïñîðîï U.S. Department of Labor Please read and review the filing instructions carefully before completing the Form ETA or 9035E. A copy of

Microsoft Word - menh-de-quan-he-trong-tieng-anh.docx

Microsoft Word - 16_LTXC_LocThanh.doc

VTC- PARK HILL PREMIUM-CH-V CHÍNH SÁCH BÁN HÀNG / SALES POLICY DÀNH CHO CĂN HỘ VINHOMES TIMES CITY PARK HILL PREMIUM TÒA P09, P11/ FOR APAR

CÔNG BÁO/Số /Ngày PHẦN VĂN BẢN QUY PHẠM PHÁP LUẬT BỘ NGOẠI GIAO BỘ NGOẠI GIAO Số: 01/2012/TT-BNG CỘNG HÒA XÃ HỘI CHỦ NGHĨA VIỆT

HỢP ĐỒNG PHÁT HÀNH VÀ SỬ DỤNG THẺ TÍN DỤNG DOANH NGHIỆP (Dành cho khách hàng doanh nghiệp) Số Hợp đồng: /HĐTD Hợp đồng phát hành và sử dụng thẻ tín dụ

! LỊCH HỌC CỦA TRẺ 3-4 TUỔI/ DAILY SCHEDULE FOR PRESCHOOL 1 September Tuần 1 / Week 1 Bài học: Trường em Ngày: 5/9 9/9 Unit: My school Date: Sep 5-9 T

Winmeen Tnpsc Gr 1 & 2 Self Preparation Course

7 Drinks to Clean Your Kidneys Naturally 7 thức uống làm sạch thận của bạn một cách tự nhiên (II) (continuing) (tiếp theo) 4 Stinging Nettle Cây tầm m

Blood pool and Hemangioma - Khoang chứa máu và U máu gan Hoàng Văn Trung Normally when we look at lesions filling with contrast, the density of these

Credit%20Facility%20-%20Procedure%20Sheet_BC.PDF

ïðñíïñîðîï U.S. Department of Labor Please read and review the filing instructions carefully before completing the Form ETA or 9035E. A copy of

TrÝch yÕu luËn ¸n

Microsoft Word - Listen to Your Elders-2 Stories.docx

Slide 1

UBND TỈNH ĐỒNG THÁP SỞ GIÁO DỤC VÀ ĐÀO TẠO Số: 1284/SGDĐT-GDTrH-TX&CN V/v hướng dẫn tổ chức dạy học bộ môn tiếng Anh cấp trung học năm học C

Microsoft Word - FinalExamGrade5Teachers.doc

Tập huấn Kinh doanh lưu trú DU LỊCH tại nhà dân Bài 4: Phục vụ khách lưu trú esrt programme

Lesson 4: Over the phone (continued) Bài 4: Nói chuyện qua điện thoại (tiếp theo) Trần Hạnh và toàn Ban Tiếng Việt, Đài Úc Châu, xin thân chào quí bạn

135 äÿ Œapple Ê ÊÊ Ÿ ÁflûÊ Áfl ʪ òêê ÿ Ê Ë-wz/}/~{/ Ë./øÊ U Êapple Ê, ÁŒŸÊ y Á Ãê U, v~~{ ÁÃ, ÊÊ Ÿ apple Sà Áfl ʪ, äÿˇê, UÊ Sfl «U, ÇflÊÁ ÿ U, Sà Á

Newletter 15 year

Microsoft Word - QS2000E 93-AS220-T-3 Instructions doc

UCO BANK (A Govt. of India Undertaking) 2nd Floor, Zonal Office, No.13/22, K.G. Road, Bangalore Ph.: / 04, Fax : PRE

TIÕP CËN HÖ THèNG TRONG Tæ CHøC L•NH THæ

Website

- 1 - Dy. Ex. Engineer GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT RAIGAD (P.W.) CIRCLE, KONKAN BHAVAN, NAVI MUMBAI TENDER PAPERS FOR NAME OF WO

VÉÉ.Gò.ºÉÉ ÉÉÆÊ É/{ÉɱÉPÉ ú/êxéê ÉnùÉ/5998 ÊnùxÉÉÆEò ÉÊiÉ, ɽþɺÉÆSÉɱÉEò (VÉÉʽþ úéié), ÉÉʽþiÉÒ É VÉxɺÉÆ{ÉEÇò ºÉÆSÉɱÉxÉɱɪÉ, xéê ÉxÉ É

E_Brochure_Mooncake

6 Pages Set-Lite

ITS Project

Mẫu giấy phép lái xe quốc tế do Việt Nam cấp Mẫu giấy phép lái xe quốc tế do Việt Nam cấp được ban hành kèm theo thông tư số 29/2015/TT-BGTVT ngày 06

Translation and Cross-Cultural Adaptation of the Vietnamese Version of the Hip Dysfunction and Osteoarthritis Outcome Score (HOOS) Adams CL 1, Leung A

KIẾM TIỀN THẬT 100% TRÊN MẠNG VỚI CASHFIESTA (bản hướng dẩn chi tiết nhất)

Mass Appeal

Bản ghi:

1 Dy.Engr. GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS REGION, MUMBAI RAIGAD (P.W.) CIRCLE, KONKAN BHAVAN B-1 TENDER PAPERS NAME OF WORK : IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD EXECUTIVE ENGINEER MAHAD (P.W.) DIVISION, MAHAD

2 Dy.Engr. BLANK PAGE

3 Dy.Engr. Name of work : IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD INDEX Sr.No. DESCRIPTION PAGES From To 1. General Information of contract 05 06 Detail of Work 07 08 2. Brief Tender Notice 09 12 3. Detailed Tender Notice 13 36 4. Scope of work & Method & Sequence of execution. 37 40 5. Agreement Form B-1 41 72 6. Additional instructions and Specifications. 73 114 7. Quality Assurance and Maintenance. 115 116 8. Price Variation Clause. 117 122 9. Schedule A 123 124 10. Additional conditions of Materials to be brought by 125 136 Contractor. 11. Additional Specifications for concrete work 137 142 12. Model Form of Bank Guarantee Bond for Security 143 144 Deposit. 13. Annexure-A & B Quality Control Tests 145 150 14. Declaration of Contractor 151 152 15. Bar Chart 153 154 16. Drawings 155 156 17. Schedule B & C with Specification 157 159 Divisional Accounts Officer Gr.-1 To Executive Engineer, Mahad (P.W.) Division, Mahad.

4 Dy.Engr. BLANK PAGE

5 Dy.Engr. GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT ORIGINAL AGREEMENT NO.B-1/ Name of work : IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD 1) Name of Contractor : 2) Date of Receipt of Tender : 22/10/2013 UP TO 14.00 Hours. 3) No. & Date of Work Order : 4) Amount put to Tender : Rupees 28,43,739.00 5) Percentage Quoted. : 6) Amount of Contract : 7) Date of Commencement : 8) Time stipulated for completion of work 06 (Six) Calender Months from the date of written order to start work, which will include the monsoon period. 9) Date of Completion as per Agreement : 10) Acutual Date of Completion : 11) Reference to Sanction of Extension of time : 1. 2. 3. Certified that this original Agreement contains Pages 1 to Fly Leaves Nos. Drawings Nos.

6 Dy.Engr. BLANK PAGE

Name of work : 7 Dy.Engr. DETAILS OF WORK IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD Estimated Cost put to tender Rupees 28,43,739.00 Earnest Money Rupees 28,500.00 only. Term Deposit Receipt of Schedule Bank/ State Bank/Challan or Valid E.M.D. Exemption Certificate duly attested should be attached to the Tender at the time of submission. 4 (Four)% total Security Deposit Rupees 1,14,000.00 (50% in cash at the time of Agreement and 50% from R.A.bills) Time Stipulated for completion is 06 (Six) Calender Months which will include the monsoon period. TENDER SCHEDULE Seq. Stage Start Expiry No. Date Time Date Time 1. Tender Download 01/10/2013 10.00 17/10/2013 17.30 2. Bid preparation & Hash 01/10/2013 10.00 17/10/2013 17.30 submission 3. Superhash Generation & Bid 17/10/2013 17.31 18/10/2013 17.30 Lock 4. Contol Transfer of Bid 18/10/2013 17.31 19/10/2013 15.00 5. Envelop 1 Opening 22/10/2013 15.01 22/10/2013 17.30 6. Envelop 2 Opening 22/10/2013 15.01 22/10/2013 17.30 Cost of Tender Form : Rs. 1000/- ( Postage will be Rs. 500/- extra for inland if required by post) Last Date of Issue of Blank Tender Forms : upto 01/10/2013 to 17/10/2013 at 17.00 Hrs (in the Office of the Executive Engineer, Mahad (P.W.) Division, Mahad) Date of Receipt of Tender : 22/10/2013 upto 14.00 Hours at Executive Engineer, Mahad (P.W.) Division, Mahad Registration Class of Contractor : V and Above. TO BE FILLED BY THE CONTRACTOR I/We have quoted my/our offer in percentage rate in words as well as in figures. I/We further undertake to enter into contract in regular B-1 form in Public Works Department. Name and signature of Contractor/ Power of Attorney holder With complete address.

8 Dy.Engr. BLANK PAGE

9 Dy.Engr. ÉÊiÉ, ={É ºÉÆSÉɱÉEò ( ÉɽþÒiÉÒ) Ê É ÉÉMÉÒªÉ EòɪÉÉDZɪÉ, EòÉäEòhÉ Ê É ÉÉMÉ, EòÉåEòhÉ É ÉxÉ, 3 úé ÉVɱÉÉ, xé ÉÒ ÉÖÆ É<Ç 400614 VÉÉ.Gò. ÉÊ É/±Éä ÉÉ/ÊxÉÊ ÉnùÉ/ 4810 EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ É½þÉb (ºÉÉ. ÉÉÆ.) Ê É ÉÉMÉ, ªÉÉÆSÉä EòɪÉÉDZɪÉ, ɽþÉb - úéªéméb Ê{ÉxÉEòÉäb 402301 òéäxé xéæ. 222167 ÊnùxÉÉÆEò : 20/09/2013 Ê É¹ÉªÉ : ÊxÉÊ ÉnùÉ ºÉÖSÉxÉÉ ÉʺÉvnù Eò úhéä ÉÉ ÉiÉ. ɽþÉänùªÉ, ºÉÉä ÉiÉ VÉÉäb ±Éä±ÉÒ ÊxÉÊ ÉnùÉ ºÉÖSÉxÉÉ ÉʺÉvnù Eò úhªééê ɹɪÉÒ +É{ÉhÉÉÆºÉ Ê ÉxÉÆiÉÒ Eò úhªééæié ªÉäiÉ +ɽäþ. VÉÉʽþ úéiéòºéé`öò Eò ÉÒ JÉSÉÇ ªÉähªÉÉEò úòiéé ÊxÉÊ ÉnùÉ ºÉÖSÉxÉÉ iéòxé ºiÉÆ ÉÉiÉ ÉʺÉvnù Eò úhªééºéæ ÉvÉÒ ºÉÆ{ÉÉnùEòÒªÉ +ÊvÉEòÉ-ªÉÉÆxÉÉ ºÉÖSÉxÉÉ té ªÉÉiÉ. 1) näùªéeò ÉÆVÉÚ ú Eò úhéé-ªéé EòɪÉÉDZɪÉÉSÉä xééǽ É : EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ É½þÉb (ºÉÉ. ÉÉÆ.) Ê É ÉÉMÉ, ɽþÉb 2) EòÉähÉiªÉÉ iéé újéä{éú ÉÔ ÉʺÉvnù Eò úé ɪÉÉSÉÒ : ÊnùxÉÉEò 01/10/2013 ËEò ÉÉ iªéé{éö ÉÔ ±É ÉEò úéæié ±É ÉEò ú 3) ÊEòiÉÒ ÉÞkÉ{ÉjÉÉiÉ ÉʺÉvnù Eò úé ɪÉÉSÉÒ : nùéäxé : BEò É úé`öò nèùêxéeò É BEò É úé`öò ºÉÉ{iÉɽþÒEò 4) ÉʺÉvnùÒSÉä º É û{é : ÊVɱ½þɺiÉ úé É ú É úé`öò/ úévªéºié úé É ú É úé`öò 5) ÊEòiÉÒ Éä³ýÉ VÉÉʽþ úéié ÉʺÉvnù Eò úé ɪÉSÉÒ : BEònùÉ. ºÉÉä ÉiÉ : ÊxÉÊ ÉnùÉ ºÉÖSÉxÉÉ. EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ É½þÉb (ºÉÉ. ÉÉÆ.) Ê É ÉÉMÉ, ɽþÉb ÉiÉ : ÉiÉ : ÉiÉ : ÉiÉ : ÉiÉ : ÉiÉ : ÉiÉ : ÊxÉÊ ÉnùɺÉÖSÉxÉäSªÉÉ ÉiÉҺɽþ ÉiÉ, ÉÖJªÉ +Ê ÉªÉÆiÉÉ, (ºÉÉ. ÉÉÆ.) ÉÉnäùÊ ÉEò Ê É ÉÉMÉ, ÉÖÆ É<Ç-25, ÉZÉÇ ÉÉxÉ úéäb, ÉÖÆ É<Ç ªÉÉÆxÉÉ ÉÉʽþiÉÒºÉÉ`öÒ nùéäxé ÉiÉÒiÉ ºÉÉnù ú. ÊxÉÊ ÉnùɺÉÖSÉxÉäSªÉÉ ÉiÉҺɽþ ÉiÉ, +véòiéeò +Ê ÉªÉÆiÉÉ, úéªéméb ºÉÉ. ÉÉÆ. ÉÆb ³ý, EòÉåEòhÉ É ÉxÉ ªÉÉÆxÉÉ ÉÉʽþiÉÒºÉÉ`öÒ nùéäxé ÉiÉÒiÉ ºÉÉnù ú. ÊxÉÊ ÉnùɺÉÖSÉxÉäSªÉÉ ÉiÉҺɽþ ÉiÉ, ÉÉʽþiÉÒºÉÉ`öÒ É ÉʺÉvnùÒºÉÉ`öÒ EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ, (ºÉÉ. ÉÉÆ.) Ê É ÉÉMÉ, +汃 ÉÉMÉ/`öÉhÉä/nùÊIÉhÉ úixééêmé úò/=ké ú úixééêmé úò/êsé{é³úýhé/ºéé ÉÆiÉ ÉÉb Ò/<±ÉÉJÉÉ É½þ ú Ê É ÉÉMÉ, ÉÖÆ É<Ç/=kÉ ú ÉÖÆ É<Ç Ê É ÉÉMÉ, +ÆvÉä úò/`öéhéä ÉÉÆvÉEòÉ É Ê É ÉÉMÉ, `öéhéä/ úé¹]åõòªé ɽþÉ ÉÉMÉÇ Ê É ÉÉMÉ Gò ÉÉÆEò 17, {ÉähÉ, ÊVɱ½þÉ úéªéméb. ÊxÉÊ ÉnùɺÉÖSÉxÉäSªÉÉ ÉiÉҺɽþ ÉiÉ, ÉÉʽþiÉÒºÉÉ`öÒ É ÉʺÉvnùÒºÉÉ`öÒ ={ÉÊ É ÉÉMÉÒªÉ +Ê ÉªÉÆiÉÉ, (ºÉÉ. ÉÉÆ) ={ÉÊ É ÉÉMÉ, úéä½þé/ ÉÉhÉMÉÉÆ É/ ={ÉÊ É ÉÉMÉÒªÉ +ÊvÉEòÉ úò, ºÉÉ. ÉÉÆ. ={ÉÊ É ÉÉMÉ, ÉÖ ûb / ɽþÉb / ÉÒ ÉvÉÇxÉ ªÉÉÆxÉÉ ÉiªÉäEòÒ nùéäxé ÉiÉÒiÉ iéºéäsé ÊxÉÊ ÉnùÉ ÉºÉÖnùÉ i É úòié ºÉÉnù ú Eò úhéäºéé`öò ÉÒ.... ªÉÉÆxÉÉ ÉÉʽþiÉÒºÉÉ`öÒ. ÉEò±{É ÉÉJÉÉ +Ê ÉªÉÆiÉÉ, 1/2/3/4 +É äújéeò É ±ÉäJÉÉ {ÉÊ úiéeò 1/2/3/4 ªÉÉÆxÉÉ ÉÉʽþiÉÒºÉÉ`öÒ É ªÉÉäMªÉ iªéé EòɪÉÇ ÉɽþÒºÉÉ`öÒ. Éä ɺÉÉ<Ç]õ É ú ÉʺÉvnùÒ Eò úòiéé. visit us @ our web site www.mahapwd.com/nit

10 Dy.Engr. BLANK PAGE

11 Dy.Engr. <Ç ÊxÉÊ ÉnùÉ ÉÉMÉÊ ÉhÉÉ úò ºÉÖSÉxÉÉ EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ ºÉÉ. ÉÉÆ. Ê É ÉÉMÉ, ɽþÉb ½äþ ÊnùxÉÉÆEò 01/10/2013 iéä 17/10/2013 ªÉÉ EòɱÉÉ ÉvÉÒ EòÊ úiéé ÉÉä½þÉä ú ÉÆnù ÊxÉÊ ÉnùÉ ÉÉMÉÊ ÉiÉ +ɽäþiÉ. +.Gò. EòÉ ÉÉSÉä xéé É EòÉ ÉÉSÉÒ +ÆnùÉVÉÒiÉ ËEò ÉiÉ <Ç-ÊxÉÊ ÉnùÉ ºÉÆSÉÉSÉÒ ËEò ÉiÉ ÊxÉÊ ÉnùÉ =PÉb hªééséò iéé úòjé É Éä³ý 1. {ÉɱÉÒ {ÉÉ]õhÉÖºÉ úºiéé úé ÉÉ-93 ÊEò. ÉÒ. 1/500 iéä 2/500 ÉvªÉä ºÉÖvÉÉ úhéé Eò úhéä. iéé±éöeòé ºÉÖvÉÉMÉb, ÊVɱ½þÉ úéªéméb 28,43,739/- û{éªéä 1000/- 22/10/2013 úéävéò Éä³ý 15.01 ÉÉVÉiÉÉ 2. ÉÖ ûb ºÉɳýÉ É úºiéé É úé ÉÉ-4 ÊEò. ÉÒ. 8/00 iéä 9/00 ÉvªÉä xéöiéxéòeò úhé Eò úhéä. iéé±éöeòé ɽþÉb, ÊVɱ½þÉ úéªéméb ( ÉiªÉIÉÉiÉ ÊEò. ÉÒ. 2/600 iéä 4/600 ) 3. ½þºÉ³ýÉ ÉÉÆnùÉb úºiªééséò ºÉÖvÉÉ úhéé Eò úhéä. úé ÉÉ-95 ÊEò. ÉÒ. 5/100 iéä 7/200 iéé±éöeòé ié³ýé, ÊVɱ½þÉ úéªéméb. 47,39,463/- û{éªéä 1000/- 47,32,078/- û{éªéä 1000/- 22/10/2013 úéävéò Éä³ý 15.01 ÉÉVÉiÉÉ 22/10/2013 úéävéò Éä³ý 15.01 ÉÉVÉiÉÉ 4. ÉÖ ûb Ê ÉQÉä MÉÉ Æú ÉÒ úºiéé úé ÉÉ-91 ÊEò. ÉÒ. 10/00 iéä 13/060 ªÉÉ úºiªééséò ºÉÖvÉÉ úhéé Eò úhéä. iéé±éöeòé ÉÖ ûb, ÊVɱ½þÉ úéªéméb. 37,79,720/- û{éªéä 1000/- 22/10/2013 úéävéò Éä³ý 15.01 ÉÉVÉiÉÉ

12 Dy.Engr. 1. ÊxÉÊ ÉnùÉ EòÉMÉnù{ÉjÉÉSÉÉ ié{éê É±É https://pwd.maharashtra.etenders.in ªÉÉ ºÉÆEäòiɺlɳýÉ É ú ={É±É vé +ɽäþ. ÊxÉÊ ÉnùÉEòÉ úéæxéò JÉÉjÉÒ Eò ûxé PªÉÉ ÉÒ EòÒ iªééæxéò ÊxÉÊ ÉnùÉ EòÉMÉnù{ÉjÉä, +ÉÊhÉ ÉÖ±Eò EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ ºÉúÉ. ÉÉÆ. Ê É ÉÉMÉ, ɽþÉb ªÉÉÆSÉä xééæ Éä b Ò.b Ò. (véxééeò¹éç) SªÉÉ º É û{ééié ºÉÉnù ú Eò ûxé ºÉÆEäòiÉ ºlɳýÉ É ú +{ɱÉÉäb Eò úé ÉÒ. 2. ÊxÉÊ ÉnùÉEòÉ úéæxéò iªééæsªéé ÉÉä±ÉÒ +ÉìxɱÉÉ<ÇxÉ/ <±ÉäC]ÅõÉìÊxÉEò {ÉnùvnùiÉÒxÉä ºÉÉnù ú Eò úé ªÉÉiÉ. 3. ÊxÉÊ ÉnäùiÉ ÉÉMÉ PÉähªÉɺÉÉ`öÒ ÊxÉÊ ÉnùÉ úéæxéò C±ÉÉºÉ -2/ C±ÉÉºÉ -3 Êb VÉÒ]õ±É ʺÉMÉxÉäSÉ ú +ÉÊhÉ ªÉÖVÉ ú +ɪÉb ÒºÉÉ`öÒ É ú xé ÉÖnù Eäò±É䱪ÉÉ ºÉÆEäòiɺlɳýÉ É ú º ÉiÉ: xéé É xééånùhéò Eò ûxé PªÉÉ ÉÒ. 4. EòÉähÉiªÉɽþÒ º{ɹ]õÒEò úhééeòê úiéé ÊxÉÊ ÉnùÉEòÉ úéæxéò núù úv ÉxÉÒ Gò ÉÉÆEò 02145 222167 ÉÒ ºÉÆ{ÉEÇò ºÉÉvÉÉ ÉÉ. 5. {ÉjÉ ªÉ ɽþÉ úéeòê úiéé ºÉÆ{ÉEÇò ªÉHòÒ É {ÉkÉÉ EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ ºÉÉ. ÉÉÆ. Ê É ÉÉMÉ, ɽþÉb ìòcºé Gò ÉÉÆEò 02145/ 223659 É núù úv ÉxÉÒ Gò ÉÉÆEò 02145/222167/<Ç Éä±É {ÉkÉÉ mahad.ee@mahapwd.com/eemhd1@yahoo.com VÉÉ.Gò. ÉÊ É/±Éä ÉÉ/ÊxÉÊ ÉnùÉ/4810 EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ É½þÉb (ºÉÉ. ÉÉÆ.) Ê É ÉÉMÉ, ªÉÉÆSÉä EòɪÉÉDZɪÉ, ɽþÉb - úéªéméb Ê{ÉxÉEòÉäb 402301 òéäxé xéæ. 22167 ÊnùxÉÉÆEò : 20/09/2013 EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ É½þÉb (ºÉÉ. ÉÉÆ.) Ê É ÉÉMÉ, ɽþÉb

13 Dy.Engr. GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT INVITATION FOR TENDERS DETAILED TENDER NOTICE Name of work : IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD Sealed percentage rate tenders in 'B-1' Form are invited by the Executive Engineer, Public Works Division, Mahad, District Raigad for the following work from Contractors registered in appropriate class of the Public Works Department and Irrigation Department of Maharashtra State. The name of work, estimated cost, earnest money, security deposit, time limit for completion etc. are as under. Sr. No. Name of work Estimated Cost (Rupees) Earnest Money (Rupees) Security Deposit (Rupees) Class of Contractor Time limit in Tender (Calendar Months) 1. IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD 28,43,739.00 28,500.00 1,14,000.00 Class V and above 06 (Six) Calendar Months (including monsoon) Tender form, conditions of contract, specifications and contract drawings can be had on cash payment of Rs. 1,000/- (Rupees One Thousand only.) per set from the office of the Executive Engineer, P.W. Division, Mahad, District Raigad. (Phone No.02145-222167 on any working day upto 01/10/2013 to 17/10/2013 (10.00 to 17.00 Hours) (except Sundays and Public Holidays declared by Government of Maharashtra ). Postage will be Rs.500/- extra for inland. Further information regarding the work can be obtained from the above office.

14 Dy.Engr. The tenders in sealed covers addressed to the Executive Engineer, Mahad (P.W.) Division, Mahad, District Raigad 402301 (02145-222167) with the name of the work written at the top of the envelope will be received in the office of the Executive Engineer, Mahad (P.W.) Division, Mahad, District Raigad 402301 (02145-222167) on or before 21/10/2013 upto 14.00 hrs. (S.T.) and will be opened on the same day, if possible, in the presence of such intending Tenderers or his/ their authorized representatives who may be present at that time. Tenders sent by post, shall be sent in good time by registered Post/Courier service and must reach by the above time and date. For late delivery or no delivery by postal authority/courier service, the department will not be responsible. TENDERING PROCEDURE. 1.1 A. Blank Tender Forms. Blank Tender Forms can be purchased from the office as stipulated in the Tender Notice. 1.2.1 The tender submitted by the tenderer shall be based on the clarification, additional facility offered (if any) by the Department, and this tender shall be unconditional. Conditional tenders will be summarily REJECTED. 1.2.2 All tenderers are cautioned that tenders containing any deviation from the contractual terms and conditions, specifications or other requirements and conditional tenders will be treated as non responsive. The contractor should clearly mention in forwarding letter that his offer (in envelope No.1& 2) does not contain any condition, deviations from terms and conditions stipulated in the tender.

15 Dy.Engr. 1.3 Manner of Submission of tender and its accompaniments : The tenderer shall submit the tender and documents in two sealed envelopes as below : A) CIVIL WORKS 1.4 ENVELOPE NO.1 : (Documents) The first envelope clearly marked as Envelope No.1 shall contain the following documents : 1.4.1 Government treasury challan or Term Deposit Receipt of Rupees 28,500.00 valid for a period of one year from any Schedule Bank for the amount of earnest money, or valid certificate of exemption for payment of earnest money of the value of Rs. 1.25 lakh, if applicable (true copy attested by a Gazetted Officer) 1.4.2 Valid certificate as a Registered Contractor with the Government of Maharashtra in appropriate class as may be applicable in original or attested copy thereof (Attested by a Gazetted Officer) 1.4.3 A Zerox copy of valid VAT registration certificate and VAT clearance certificate from Maharashtra State Sale Tax Department thereof duly attested by the Gazetted Officer. (Maharashtra Value Added Tax Act 2005) 1.4.4 The list of Machinery and plants immediately available with the tenderer for use on this work and list of machinery proposed to be utilized on this work, but not immediately available and the manner in which it is proposed to be procured. (information to be given in Statement 2-A-1 on page No. 24 ) 1.4.5 Proof of appointment of employees including technical personnel by way of valid Professional Tax Registration certificate in form PT/R/ under section (I) of section 5 of Maharashtra Sales Tax on Profession, Trade, Callings and employment Act,1975, rule 3(2) from the Professional Tax Officer of the concerned District in Maharashtra. The Professional Tax Clearance Certificate with list of Employees duly attested by Professional Tax Officer shall be enclosed. 1.4.6 Undertaking of contractor that he had studies all tender documents, conditions and especially work methodology.

1.4.7 USE OF SPECIALISED MACHINERY 16 Dy.Engr. For carrying out asphalting items of the work, use of specilised machinery as per latest M.O.R.T.and H standards such as Drum Mix Type Hot Mix Plant Paver Finisher, Vibratory/Power Roller, Bozer, Truck, Tipper etc. is necessary. For carrying out earthwork use of machinery such as Dozer, Water tanker, Pockland, Compressor, Truck, Tipper are also obligatory. With a viewto ascertain, wheter these machinery is in possession of the contractor and whether he can make available such machinery immediately for use on the work, it is necessary for the contractor to submit the details of such machinery in Envelop No. 1 in the format given on the page No. 23 to 24. The details of Machinery as above, supplied in Envelope No. 1 shall be verifed by the Department if required, by physical verification of machinery owned / hired by the contractor by visiting sites. Contractor should produce sufficient documentary evidence in support of having owned / hired the obligatory machinery. The details of these specialized machinery required to be owend/ hired and as per M.O.R.T.&H. direction used on the work are given on Page No. 23 to 25 ( Statement 2A and 2A1 & 2B) of N.I.T.. In case, during physical verifcation of the details supplied by the bidder if it is found that the machinery is not meeting with the requirements of the department, his tender in Envelope No. 2 will not be considered for opening. For this purpose, contractor shall give information in proforma of Statement No. 2A & 2A1 & 2B (Page No. 23 to 25) enclosed. The proforma of the statement shall not be altered by contractor in any manner/case. This information shall be given by the contractor in Envelope No. 1 correctly and completely otherwise his Envelope No. 2 will not be opened.

17 Dy.Engr. 1.4.8 Details of work done during last three years with the value of work unfinished (Information to be given in Statement No.1 on Page No. 25) 1.4.9 Details of work of similar type and magnitude carried out by the Contractor. (Information to be given in proforma of Statement 2 on page 26) The Certificates should be signed by the Authority with whom the contractor has executed the work. 1.4.10 Details of list of works in hand and works tendered for (information to be given in proforma of Statement 3 on Page 31) 1.4.11 Details of Techincal Personnel on the rolls of the tenderer. (information to be given in proforma of Statement 4 on Page 32) 1.4.12 Certified copy of Partnership Deed and Power of Attorney, in case of a firm tendering for work. (True copy attested by a Gazetted Officer.) 1.4.13 Abstract of work done in all classes of Civl Engineering Constructions work during last three years (In formation to be given in proforma of statement 5 on Page No. 33 ) 1.4.14 The Contractor shall submit an affidavit (as per format given on page No. 35 ) regarding completness, correctness and turthfulness of documents submitted in Envelope No. 1 1.4.15 The tenderer shall produce the documentay evidence in support of ownership / hire of plant and machinery. Within 40.00 Km. from work site. The Certificate of concerned Sub Divisional Officer / Engineer in support of it should be enclosed. 1.4.16 Performance security for mobilisation of plant in the form of F.D.R./ D.D. of Schedule Bank should be enclosed.

18 Dy.Engr. 1.4.17 All the documents form Sr. No. 1.4.1 to 1.4.16 shall be given by contractor in Envelope No. 1 correctly and completely otherwise his Envelope No. 2 will not be opened. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have made. Misleading or false representations in the statements attachments submitted in proof of the qualification requirements; and / or Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion of work, litigation history or financial failures etc. 1.5 ENVELOPE No.2 TENDER (FINANCIAL BID) The second envelope clearly marked as Envelope No.2 shall contain only the main tender including the common set of conditions/deviation issued by the Department after the pre-tender Conference. A tender submitted without this would be considered as invalid. The Tenderer should quote his offer duly signed in terms of percentage of estimated rates at the appropriate place of tender documents (Page No. 45) to be submitted only in Envelope No.2. He should not quote his offer any where directly or indirectly in Evelope No.1. The contractor shall quote for the work as per details given in the main tender and also based on the detail set of conditions issued/ Additional stipulations made by the Department as informed to him by a letter from Chief Engineer/ Superintending Engineer after Pre-Tender Conference. His tender shall be unconditional.

19 Dy.Engr. 1.6 SUBMISSION OF TENDER :- The two sealed envelope No.1 and 2 shall be again put together in one common cover and sealed. This sealed cover shall be marked on the left hand top corner Tender for the work IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD The full name and address of the tenderer and the name of the autorised agent delivering the sealed cover containing the tender shall be written on the bottom left hand corner. If submitted by post, the sealed envelope marked as above, shall be enclosed in another cover properly addressed and shall be sent by Registered Post Acknowledgment due/courier service. The date and time for receipt of envelope Containing tender shall strictly apply in all cases. The tenderers should ensure that their tender is received by the Executive Engineer, Mahad (P.W.) Division, Mahad, District Raigad 402301 (02145-222167) on or before the expiry of the date and time. No delays on account of any cause will be entertained for the late receipt of tender. Tender offered or received after the stipulated date and time is over, will either not be accepted or if inadvertently accepted, will not be opened and shall be returned to the tenderer unopened. 1.7 OPENING OF TENDERS : On the date, specified in the Tender Notice, following procedure will be adopted for opening of the Tender. A) ENVELOPE NO. 1 :- (Documents) First of all Envelope No.1 of the tender will be opened to verify its contents as per requirements. If the various documents contained in this envelope do not meet the requirements of the Department, a note will be recorded accordingly by the tender opening authority and the said tenderer s Envelope No.2 will not be considered for futher action and the same will be recorded. The decision of the tender opening authority in this regard will be final and binding on the contractors. B) ENVELOPE NO. 2 :- (Financial Bid) This envelope shall be opened immediately after opening of Envelope No.1, only if contents of Envelope No.1 are found to be acceptable to the Department, the tendered rates in percentage above/below the Estimated rates shall then be read out. (from page No. 45 ) in the presence of bidders who remain present at the time of opening of Envelope No. 2.

20 Dy.Engr. 1.8 EARNEST MONEY : As shown on page No. 03 Earnest Money should be paid in the State Bank of Hyderabad/State Bank of India or Reserve Bank of India or any Government Treasury under the Head 8443 Revenue Deposit and the receipted challan should be enclosed with the tender. Earnest money in the form of cheque or cash will not be accepted. Earnest money will be accepted in the form of certificate of exemption for payment of Earnest Money, or Term Deposit receipts valid for a period of one year (separately for each work) from the last date of submission of tender forms, issued by Nationalised or schedule Bank and endorsed in the name of the Executive Engineer, Mahad (P.W.) Division, Mahad. The earnest money will be refunded in due course in case of tenderers whose tenders are not accepted. In case of successful tenderer the Earnest money will be refunded after recovering initial security deposit and completion of contract doucments by the Tenderer. The amount of Earnest Money will be forfeited to Government in case the successful contractor does not pay the amount of initial security deposit within specified time limit. Earnest Money Exemption Certificate shall not be accepted in lieu of Earnest Money indicated elsewhere in the N.I.T. except in case of those bidders who have obtained Earnest Money exemption certificate after payment of Rupees 1.25 Lakhs to their Registration authorities after issuance of Government Resolution CAT-1096/CR-172/Bldg-2 Dated 20/4/98. 1.9 SECURITY DEPOSIT : The successful tenderer shall have to pay half the security deposit in approved security form (preferably in the form of National Saving Certificate) or in cash or in the form of Bank Guarantee (in the form as prescribed by Government) from any Schedule Bank and balance Security Deposit will be recoverable through the bills at the percentage as shown in item(s) of the Memorandum in printed B-1 form or as may be decided by the Executive Engineer during course of execution of the work looking to the position and circumstances that may prevail, whose orders will be final and binding on the contractor.

21 Dy.Engr. The security deposit for the due performance of the contract shall be as detailed in the Tender Documents elsewhere. Fifty percent of the security deposit will have to be deposited within ten days (including Governement holidays) of the acceptance of the tender and the remaining fifty percent will be recovered from the Running Bills at the rate as specified in the tender form, on the cost of work as per C.S.R. prevailing at the time of acceptance of tender. Amount of total security deposit to be paid shall be 4% of the cost of work, worked out as per D.S.R. 2012-2013 for the respective District. Initial Security Deposit may be in Bank Guarantee form in format on Page 143 to 144 of tender document for full period of completion of work and it should be extendable upto expiry of valid extension if any, as directed by Engineer in charge. 1.9 A Conditions for payment of additional security deposit, if offer quoted by the tenderer is lesser than 15% below the cost put to tender. The Contractor shall deposit an additional security deposit along with the security deposit as per clause 1.9 within 10 days of acceptance of tender in the form of Bank Guarantee, when the below percentage quoting is more than 15% of cost put to tender. The amount of security deposit shall be worked out as per following formula. Additional Security Deposit... Rs. [ % rate quoted by the contractor 15 ] x 0.10 x cost put tender 100 (i.e. 28,43,739.00 ) If the contractor does not deposit this additioanl security deposit (if applicable) within stipulated time then his earnest money deposit will be forfeited and his tender will not be considered for acceptance. This additioanl security deposit shall be extendable upto expiry of valid extensions if any and it shall be refunded along with the final bill, after satisfactory completion of work.

22 Dy.Engr. 1.10 ISSUE OF FORMS : Information regarding contract as well as blank tender forms can be obtained on payment of cost as detailed in the N.I.T. from the Executive Engineer, Mahad (P.W.) Division, Mahad during office hours on working days on application. For blank tender forms, the contractor shall attach a copy of registration in proof of his being a registered contractor of appropriate class valid on the date of tender without which the forms will not be issued. 1.11 TIME LIMIT : The work is to be completed within time limit as specified in the NIT which shall be reckoned from the date of written order of commencing the work and shall be inclusive of monsoon period. 1.12 TENDER RATE : No alteration in the form of tender and the schedule of tender and no additions in the scope of special stipulation will be permitted. Rates quoted for the tender shall be taken as applicable to all leads and lifts. 1.13 TENDER UNITS : The tenderers should particulary note the unit mentioned in the Schedule B on which the rates are based. No change in the units shall be allowed. In the case of difference between the rates written in figures and in words, the correct rate will be the one, which is lower of the two. 1.14 CORRECTION : No corrections shall be made in the tender documents. Any corrections that are to be made, shall be made by crossing the incorrect portion and writing the correct portions above with the initials of tenderer. 1.15 TENDER S ACCEPTANCE : Acceptance of tender will rest with the Superintending Engineer, Raigad (P.W.) Circle, Navi Mimbai / Chief Engineer, Mumbai (P.W.) Region, Mumbai who resevers the right to reject any or all tenders without assigning any reason therefor. The tenderer whose tender is accepted will have to enter in to a regular B-1 agreement within 10 days of being notified to do so. In case of failure on the part of Tenderer to sign the agreement within the stipulated time, the earnest money paid by him shall stand forfeited to the Government and the offer of the tenderer shall be considered as withdrawn by him.

23 Dy.Engr. 1.16 CONDITIONAL TENDER : The tenders which do not fulfill the condition of the notification and the general rules and directions for the guidance to contractor in the agreement form or are incomplete in any respect are likely to be rejected without assigning any reason therefor. 1.17 (a) The Tenderers shall be presumed to have carefully examined the drawings, conditions and specifications of the work and have fully acquianted themselves with all details of the site, the conditions of rock and its joints, pattern, river, weather characteristics, labour conditions and in general with all the necessary information and data pertaining to the work, prior to tendering for the work. 1.17 (b) The data whatsoever supplied by the Department alongwith the tender document are meant to serve only as guide to the tenderes while tendering and the Department accepts no responsibility whatsoever either for the accuracy of data for their comprehensiveness. 1.17 (c) The quarries for extraction of metal, murum etc. provided in the sanctioned estimates are as per survey conducted by the Department. The contractor should however examine these quarries and see whether full quantity of materials required for execution of the work strictly as per specification are available in these sources before quoting the rates. In case the materials are not available due to reasons whatsoever, the contractor will have to bring the materials from any other sources with no extra cost to Government. The rates quoted, should therefore be for all leads and lifts from wherever the materials are brought at site of work and inclusive of royalty to be paid to the revenue Department by the Contractor. 1.18 POWER OF ATTORNEY : If the tenderers are a firm or company, they should in their forwarding letter mention the names of all the partners together with the name of the person who holds the power of Attorney authorizing him to conduct all transactions on behalf of the body, alongwith the tender. 1.19 The tenderer may, in the forwarding letter, mention any points he may wish to make clear but right is reserved to reject the same or the whole of the tenders if the same become conditional tender thereby. 1.20 The contractor or the firms tendering for the work shall inform the Department if they appoint their authorised Agent on the work.

24 Dy.Engr. 1.21 No foreign exchange will be released by the Department for the purchase of plants and Machinery for the work by the Contractor. 1.22 Any dues arising out of contract will be recovered from the contractor as arrears of Land Revenue if not paid amicably. Moreover, recovery of Government dues from the Contractors will be effected from the payment due to the Contractor from any other Government works under execution with them. 1.23 All pages of tender documents, conditions, specifications, corrections slips etc. shall be initialled by the tenderer. The tender should bear full signature of the tenderer, or his authorised power of Attorney holder in case of firm. 1.24 The Income Tax @ 2.30% including surcharges or percentage in force from time to time or at the rate as intimated by the competent Income Tax authority shall be deducted from bill amount whether measured bill, advance payment or secured advance. 1.25 The successful tenderer will be required to produce to the satisfaction of the specified concerned authority a valid concurrent licence issued in his favour under the provisions of the Contract Labour (Regulation and Abolition) Act 1970 for starting the work. One failure to do so the acceptance of the tender shall be liable to be withdrwan and also liable for forfeiture of the earnest money. 1.26 List of apprentices engaged by the Contractor under Apprentice Act. 1.27 Building cess @ 1.00% of total tender amount will be recored from the running bill / final bill as per the existing Govt. Resolation. 1.28 VALIDITY PERIOD : The offer shall remain open for acceptance for minimum period of 90 days from the Date of opening of Envelope No.2 (Financial Bid) and thereafter until it is withdrawn by the contractor by notice in writing duly addressed to the authority opening the tender and sent by Registered Post Acknowledgment due (ref. to memorandum on Pages 46 of B-1 Form Chapter).

25 Dy.Engr. Reference Page No. 17, Clause No. 1.4.8 STATEMENT NO. 1 STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEERING CONTRACTION WORK DURING LAST THREE YEARS. NAME OF CONTRACTOR :- Sr. No. Name of the Work Amount Put to Tender / Tendered Cost. (Rupees In Lakhs) Agreement No. Date of Commencement Amount of work done during each of last three years (Rs. in Lakhs) 09-10 10-11 11-12 Amount of work still remaining to be executed 2012-2013 Remarks 1 2 3 4 5 6 7 8 9 10 Outward No. and Date of Certificate issuing authority. Ex. Engineer/Dy. EX. Engr./D.A.O.

26 Dy.Engr. Reference Page No. 17, Clause No. 1.4.9 STATEMENT NO. 2 DETAILS OF WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY CONTRACTOR NAME OF CONTRACTOR :- Sr. No. Name of the work Name and Address of the organization for whom the work was done. Place and country Agreement No. Date of Commencement Tendered Cost. (Rupees In Laksh) Total Cost of Work done (Rupees In Laksh) Date of Completion Principle Features in brief. 1 2 3 4 5 6 7 8 9 10 Note : This is only a standard from Details are to be furnished in this format in the form of typewritten statements which shall be enclosed in evenelope-1.

27 Dy.Engr. STATEMENT NO. 2 A (TO BE INCLUDED IN ENVELOPE NO. 1) (Applicable for works for which use of Specilised machinery s for concreting asphalting is specified) Proforma for information regarding availability of machinery required for this work. (Ref 1.4.7 Page 16) is given below I] Documentary evidence regarding ownership or hire of following machineries required. II] Contractor should produce documentary proof regarding ownership or hire of following machineries. Quantity in tonnes of hot mix balance Names of Output in for execution on works in hand. (it works on Type of Number tonnes of should indicate the Qty. of B.M./B.C./ which Location machine of Units mix per S.D.B.C./ Bit. Carpet yet to be deployed at day. completed at the time of submission of present Tender. The complete information in above proforma shall be submitted by Contractor in Evelope in envelope No.1. This information is a "MUST" 1. MODERN DRUM MIX PLANT conforming to clause 504.3.4 of M.O.R.T.& H. specification (Forth Revision 2001) The Contractor must own or hire Modern Drum Mix Plant of 30/40 Tonne minimum capacity. Subject to conditions mentioned in Sr. No. 3 & 4) 2. POWER ROLLER OF 8 TO 10 TONNE STATIC WEIGHT for bituminous work. (The Contractor must own Vibratory Tandem Roller of 8 to 10 Tonne Static weight.) 3. Paver Finisher Confirming to 504.3.5 of M.O.R.T. & H specification of (2001) for exclusive use on this work and produce sufficient documentary evidence of ownership or hire. The Certificate of concerned Sub Divisional Officer/Engineer to the effect that the distance of Hot Mix Plant (Owned or Hired) does not exceed 40.00 Km. from the farthest point of work site by the shortest practicable route is final and conclusive. This Certificate has to be enclosed in Envelope No. 1, failing which it will be presumed that the Bidder s plant dose not full fill the criteria of location of plant. 4. The Tender s Drum mix plant (Owned or Hired) should be located within a distance as stated in 40.00 Km. from the farthest point of the work site. Otherwise he shall have to submit the additional Performance Security of Rs. 15.00 Lakhs as stipulated in the contract data in the form of D.D./ F.D.R. for a period of one year duly pledged in the name of Executive Engineer, P.W. Division, Mahad as per contract data and shall be furnished in the Envelope No. 1. This additional perforamnce security shall constitue (as a Performance Security for mobilization and commissioning of the plant) with the undertaking that he/they shall have to mobilize the drum mix plant within the distance as stated above within 30 days from the issue of work order. Falling this, the work order will be cancelled and the Security Deposit and the Performance Security both shall be forfeited by Government. 5. The Performance Security shall be refunded after one month of successfully commissioning of the plant and the starting of the work to the satisfaction of Engineer-in charge. Documentary evidence regarding ownership of hire above machineries required. In case the Contractor proposed to hire the required machinery stated above agreement proforma given on Page No. 34 shall be used and same shall be enclosed in Envelope No. 1

28 Dy.Engr. STATEMENT NO. 2 A 1 (TO BE INCLUDED IN ENVELOPE NO.1) (Applicable for works for which use of modern machineries for asphalting & concreting is specified) Proforma for information regarding availability of machinery required for this work. (Ref 1.4.7 Page 16 ) is given below : I) Documentary evidence regarding ownership/hire of following machineries required. II) Contractor should produce documentary proof regarding ownership/hire of following machinery. List of Plants & Equipment's Equipment 1) Power / Vibratory Roller 2) Bouzer Name of Manufacture Model & Power & Rating Capacity Year of Manufacture & details of current commission Current Location Source of equipment own/leased/ pacifically manufacture 3) Dozer 4) Water Tanker 5) Compressor 6) Pocklain 7) Truck Tipper 8) Paver finisher 9) Modern drum mix plant 40/60 tonne minimum capacity The complete information in above proforma shall be submitted by Contractor in Envelope No.1. This information is a MUST In case the contractor proposes to hire Modern Drum Mix Plant, Power Roller, Paver Finisher etc. stated above agreement proforma given on Page No. 34 shall be used and same shall be enclosed in Envelope No.1

29 Dy.Engr. (TO BE INCLUDED IN ENVELOPE NO.1) STATEMENT NO.2 'B' SHOWING DETAILS OF DRUM MIX PLANT REQUIRED FOR THIS WORK Details of Drum Mix Plant available with the tenderer for this work. Drum mix Plants Capacity. : Tonnes/ hour. Name of Manufacturer. : Date of Purchase. : Present location. : Name of work on which deployed. : Name and address of Engineer-in-charge. : Anticipated date of completion of work on : which deployed. STATEMENT SHOWING DETAILS OF PAVER FINISHER REQUIRED FOR THIS WORK Details of paver finisher available with the tenderer for this work. Paver Finisher : Name of Manufacturer. : Date of Purchase. : Present Location. : Name of work on which deployed : Name and address of Engineer-in-charge. : Anticipated date of completion of work on : which deployed. STATEMENT SHOWING DETAILS OF VIBRATORY ROLLER AVAILABLE WITH THE TENDERER REQUIRED FOR THIS WORK Details of Vibratory Roller available with the tenderer for this work. Vibratory Roller (Static weight) : Name of Manufacturer. : Date of Purchase. : Present Location. : Name of work on which deployed : Name and address of Engineer-in-charge. : Anticipated date of completion of work on : which deployed. Technical details I) Static weight

30 Dy.Engr. STATEMENT NO. 2 C LIST OF MACHINERY AND PLANTS PROPOSED TO BE USED FOR CARRYING OUT CONCRETING WORK NAME OF CONTRACTOR :- Sr. No. Type of Machinery No. of Units Name of work on which deployed location Output / Capacity Quantity of concrete / Earth work balance for excavation on work in hand (It should indicate quantity of concrete yet to be completed at the time of submission of Tender) 1 2 3 4 5 6 7 Note : This is only a standard from Details are to be furnished in this format in the form of typewritten statements which shall be enclosed in evenelope-1.

31 Dy.Engr. Reference Page No. 17, Clause No. 1.4.10 STATEMENT NO. 3 DETAILS OF LIST OF WORKS IN HAND AND WORKS TENDERED FOR AS ON NAME OF THE CONTRACTOR : (I) WORKS IN HAND Sr. No. Name of the Work Agreement No. Tendered Amount (Rs. In Lakhs) Date of Commencement Stipulated Date of Complet ion Value of work already done (Rs. in Lakhs) Value of balance work Probable Date of Comple tion Remarks 1 2 3 4 5 6 7 8 9 10 (II) WORKS TENDERED FOR Sr. No. Name of Work Name and Address of Client Tendered Amount (Rs. in Lakhs) Time Limit Probable Date when decision is expected Other relevant details if any. 1 2 3 4 5 6 7 Note : This is only a standard from Details are to be furnished in this format in the form of typewritten statements which shall be enclosed in evenelope-1.

32 Dy.Engr. Reference Page No. 17, Clause No. 1.4.11 STATEMENT NO. 4 STATEMENT SHOWING TECHNICAL PERSONNEL AVAILABLE WITH CONTRACTOR WHICH CAN BE SPARED EXCLUSIVELY FOR THIS WORK. NAME OF THE CONTRACTOR : Sr. No. Designation Name Qualification Professional Experience of work carried Remarks 1 2 3 4 5 6 Note : This is only a standard from Details are to be furnished in this format in the form of typewritten statements which shall be enclosed in evenelope-1.

33 Dy.Engr. Reference Page No. 17, Clause No. 1.4.13 STATEMENT NO. 5 STATEMENT SHOWING WORK DONE IN ALL CLASSES OF CIVIL ENGINEERING CONSTRUCTION WORK DURING LAST THREE YEARS NAME OF THE CONTRACTOR : Sr. No. Name of Division Total Amount Put to tender / tendered cost (Rs. in Lakhs) Total No. of Agreements Amount of work done during each of last three years (Rupees in Lakhs) 09-10 10-11 11-12 Total Amount of work still remaining to be executed Rs. in Lakhs Remarks 1 2 3 4 5 6 7 8 9 Name Signature Signature Name Executive Engineer D. A. O.

34 Dy.Engr. Rs. 100/ Stamp Paper A G R E E M E N T This Agreement made on.../.../200 at... between M/s.... having its office at... (herein referred to party of the forst part) Where as the party of the second part is desirous to take various works of Road Construction through contract with Public Works Department. Governement of Maharashtra and the party of the first part is having its Drum Mix Plant/Sensor Paver Finisher with Electronic Sensing Device to operate Asphalt work as per Government Specifications. First part of the party and second part of the lparty have agreed to have Mutal agreement that in the event of any asphalt work required to be carried out in the work of IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD by the second part of the party, the first part of the party shall make their Drum Mix Plant/Sensor Paver Finisher with Electronic Sensing Device confirming to Ministry of Road & Highways, Specification. Fourth Revision, 2001 available for inspection, referred now in para 1.4.6 of this tender document and then provide the same approved after inspection, available to carry out laying of asphalt work enterusted to the second part of the party (as per the specification laid down in the contract) on mutually agreed terms for this contract. The Agreement is valid for the actual period of physical completion of the said work for which this Agreement is made. In witness whereof, the lparties have executed this Agreement. WITNESS 1)..., 2)..., Signature of First Party. WITNESS 1)..., 2)..., Signature of Second Party.

35 Dy.Engr. 100 Rupees Bond xé ÉÖxÉÉ ºÉiªÉ ÉÊiÉYÉÉ ±ÉäJÉ ºÉiªÉ ÉÊiÉYÉɱÉäJÉ ( Affidavit) ÉÒ --------------------------------------------- ÉªÉ É¹Éæ --------- úé½þhéé --------------------------------------ú ªÉÉ ºÉiªÉ ÉÊiÉYÉÉ ±ÉäJÉÉ nùé äú ʱɽÚþxÉ näùiééä EòÒ, ÉÒ -------------------------------- ªÉÉ ò ÉÇSÉÉ / EÆò{ÉxÉÒSÉÉ ÉÉä ÉɪÉ]õ ú +ºÉÚxÉ IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD ªÉÉ EòÉ ÉɺÉÉ`öÒ ÊxÉÊ ÉnùÉ ºÉÉnù ú Eäò±ÉÒ +ɽäþ. iªéé ÊxÉÊ ÉnäùSªÉÉ Envelope No. 1 ÉvªÉä VÉÒ EòÉMÉnù{ÉjÉä ºÉÉnù ú Eäò±ÉÒ +ɽäþiÉ iéò JÉ úò, É úéä É ú É {ÉÚhÉÇ +ɽäþiÉ, iªéé ÉvªÉä EòÉähÉiªÉɽþÒ jéö]õò, SÉÖEòÉ xéé½þòié, +ºÉä É{ÉlÉ{ÉÚ ÉÇEò ÉÉxªÉ Eò úié +ɽäþ. ªÉÉ EòÉMÉnù{ÉjÉÉÆ ÉvªÉä EòÉƽþÒ SÉÖEòÒSÉÒ, Ênù ÉÉ ÉÚ±É Eò úhéé úò, JÉÉä]õÒ É iéºéäsé +{ÉÚhÉÇ ÉÉʽþiÉÒ +Éfø³ý±ªÉÉºÉ ÉÒ EòɪÉnäù ÉÒ ú EòɪÉÇ ÉɽþÒºÉ {ÉÉjÉ +ɽäþ É úé½þòxé. EÆòjÉÉ]õnùÉ úéséò ºÉ½þÒ

36 Dy.Engr. BLANK PAGE

37 Dy.Engr. Name of Work : IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD SCOPE OF THE WORK AND SITE CONDITIONS 1. Work & Site Condition: Uddhar Kumbharghar road is MDR 30, in Tal. Sudhagad. Dist. Raigad. The total length of this road is 8.00 Km. out of which Km 0/0 to 1/00,5/00 to 6/00, 7/00 to 8/00 i.e. 2.600 in streches length is now sanctioned under Dec.Buget 2012. This road start from S.H. 92 @ Km. 7/800 and connect at S.H. 92, @ Km. 28/600. Now the part proposed i.e. Km 0/0 to 1/00,5/00 to 6/00, 7/00 to 8/00 i.e. 2.600 Km. with 50 mm thick M.P.M. and 20 mm thick Hot Mix Hot Laid carpet with seal coat including side shoulders filling etc 2. Site of Work : The work is located on MDR 30, and work starts village Chikhalgaon and end at Wafegharphata i.e. Km 0/0 to 1/00,5/00 to 6/00, 7/00 to 8/00 i.e. 2.600 in streches This site is 1.00 kilometre from Pali. 3. Climate : The terrain where the work is to be carried out is generally Mouton terrain with annual rainfall of about 3500 to 4000 mm. 4. Availability of Material : The necessary labour required for work are locally available in normal condition.. Asphalt shall be brought from Ex-Refinery Mumbai is at 110.00 Km. from work site. Metal shall be brought from Uddhar @ Km 3/00, which 1.00 kilometre. from the work site. Sub Divisional Engineer (P.W.) Sub Division, Sudhagad-Pali Executive Engineer Mahad, P.W. Division, Mahad.

38 Dy.Engr. BLANK PAGE

39 Dy.Engr. Name of Work : IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD METHOD OF EXECUTION (GENERAL GUIDELINES) 1. At the Starting point and end point of work information boards are erected of size 1.80m x 1.20 m. The boards shall be maintain properly fill the end of detect liability period (Refer Clause No. 20 on Page No. 69) 2. The Contractor shall take initial level jointly with the representative of Engineer-incharge for existing cross - section shall be taken at 10.00 mtr. interval. The bench mark shall be erected at 200 mtr. interval or as directed by Engineer-in-charge in the form of Concrete Pillers before Starting leveling works. 3. After taking levels of existing roads it should be feed to computer and Contractor must be prepared L Section and submitted to concern authority for grade approval. After getting approval for grade quantity Statement of Earthwork shall be prepared. The Chart prepared considering Camber correction & Super elevation correction, local humps and depression correction must be got approved from Engineer in charge. 4 For Earthwork in embankment available material from cutting quantity shall be utilize. Also utilization of rubble for metal i.e. 40 mm and 60 mm from cutting of hard rock. 5. After taking levels of existing roads it should be feed to computer and Contractor shall take final level over B.M. The Chart prepared considering Camber correction & Super elevation correction, local humps and depression correction must be got approved from Engineer in charge. 6. Before Starting of work Video filming of existing road with infrastructure should be done. Also the contractor shall take Photographs for each 50 mtrs. length of existing road. Same procedure shall be carried out after Completion of work if not done by Contractor this work will be recovered from the contractor through bill of work done. 7. Working staff of contractor working on road side shall be provided with reflective Safety jacket and helmet. The contractor at his cost shall provide safety jackets and helmet to P.W.D. staff working on site. 8. The site of Curve widening and Vision improvement shall be first clean for Shrubs grass etc. after joint survey of the location the work of execution for curve widening and Vision improvement shall be done as directed by Engineer-in-charge or his Assigned representative at site. 9. The work of concerting for guttersl shall be started only after getting the concrete mix design approved from the Engineer-in-charge.

40 Dy.Engr. 10. The rolling of the B.M. & Carpet with Seal coat shall be done by Vibrator roller. 11. Before starting the work the necessary Job Mix shall be got approved by Govt. lab and to be submitted for sanction to Engineer in Charge. After got approval work shall be started. 12. The test result of metal for a work like.b.m, Carpet should be brought by contractor and submit to department before laying of material. Test result should be taken as per frequency approved by Vigilance and quality control circle Kokan Bhuvan. 13. Challon of bitumen brought at site and plant should be produced in original on taking entry in bitumen consumption register. 15. The work of filling site shoulders with 5 % slope shall be done simultaneously with laying of. B. M. The site shoulder shall be compacted with Vibratory roller including watering. 16. While doing carpet work by hot mix plant Operation at Plant Side start at 8.00 a.m. and not earlier than 8.00 a.m. in the morning in presence of Engineer-in-charge or his representative. The work of laying mix material shall be invariably be stopped at 5.30 p.m. 60/70 grade bitumen shall be used for bituminous macadam and carpet work. 17. The traffic Plying with designs speed should not fill hump on any stretches by contractor. He shall Plan for all search of location level well before taking of work in such stretches and difficulty in doing so, if any He should brought to the notice of the Engineer-in-charge and only after his permission work shall be commenced. 18. In any case the B.T. work shall not proceeded beyond 30 th April. Please note. Sub Divisional Engineer (P.W.) Sub Division, Sudhagad-Pali Executive Engineer Mahad, P.W. Division, Mahad.

41 Dy.Engr. FORM B-1 PERCENTAGE RATE TENDER & CONTRACT FOR WORKS DEPARTMENT : PUBLIC WORKS DEPARTMENT REGION : PUBLIC WORKS REGION, MUMBAI. CIRCLE : RAIGAD (P.W.) CIRCLE, KONKAN BHAVAN DIVISION : PUBLIC WORKS DIVISION, MAHAD. Name of work : IMPROVEMENTS TO PALI PATNUS ROAD, S.H. 93 KM. 1/500 TO 2/500 IN TALUKA SUDHAGAD, DISTRICT RAIGAD General Rules and Directions for the Guidance of Contractors. 1. All works proposed to be executed by contract shall be notified in a form of invitation to tender pasted on a board hung up in the office of the Executive Engineer and signed by the Executive Engineer, P.W. Division, Mahad. This form will state the work to be carried out as well as the date for submitting and opening tenders, and the time allowed for carrying out the work also the amount of earnest money to be deposited with the tender, and the amount of the security deposit to be deposited by the successful tenderer and the percentage, If any, to be deducted from bills. Copies of the specification, designs, drawings and estimated rates, scheduled rates and any other documents required in connection with the work shall be signed by the Executive Engineer for the purpose of identification and shall also be open for inspection by contractors at the office of Executive Engineer during office hours. Where the works are proposed to be executed according to the specifications recommended to a contractor and approved by a competent authority on behalf of the Governor of Maharashtra, such specifications with designs and drawings shall form part of the accepted tender. 2. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof, or in the event of the absence of any partner, it shall be signed on his behalf by a person holding a power of attorney authorising him to do so. 2.(A) I) The contractor shall pay alongwith the tender the sum of Rs. 28,500.00 (Rupees Twenty Eight Thousand Five Hundred Only) as and by way of earnest money. The contractor may pay the said amount by forwarding alongwith the tender * Treasury challan or Term Deposit Receipt for the said amount drawn on any Scheduled Bank for the like amount in favour of the Executive Engineer. The said amount of earnest money shall not carry any interest what-so-ever. (P.W.& H.Deptt. Corrigendum No.CAT-1073/16967-D-3 DT.14-5-76) * Strike out which is not required.