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

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

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

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

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

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

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

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

说明书 86x191mm

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

BNPP-SmartFormUserGuide2019-VN-v3

giay de nghi cap the tra truoc 09.16

2018 Vietnamese FL Written examination

Microsoft Word - E Shahapur Lenad Murbad _1.94Cr_.doc

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

Screen Test (Placement)

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

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

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

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

NMPED 2019 Spring ADMINISTRATOR Manual

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

Website

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

Travel claim form-VN_2012

Microsoft Word - TT HV_NguyenThiThom_K18.doc

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

Đề cương môn học

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.

Manicurist SPF-ICOC-VIET

Microsoft Word - bai 16 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

Using a Walker - Vietnamese

ITS Project

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

contactless-faqs.pdf

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

Microsoft Word - PVN COI Policy _final.doc

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

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

Cách thức sử dụng phần mềm MT4 của FxPro

Microsoft Word - Huong dan su dung Mailchimp.docx

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

bảng giá / rate card

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

giay de nghi cap the ghi no 09.18

Chatham Bridge Rehabilitation Route 3 Business Stafford County and City of Fredericksburg Design Public Hearing Thursday, January 25, 2018, 5 7 p.m. I

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

Microsoft Word - thuat-ngu-thuong-mai-dien-tu.docx

Business Letter Letter - Address English Mr. J. Rhodes Rhodes & Rhodes Corp. 212 Silverback Drive California Springs CA American address format:

Hệ điều hành Bài tập tuần 6 1 Quản lý bộ nhớ Bài tập 1 : Xem thông tin bộ nhớ 1. Sử dụng top, ps đọc thông tin về kích thước vùng nhớ của 1 tiến trình

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

TIÕP CËN HÖ THèNG TRONG Tæ CHøC L•NH THæ

Microsoft Word doc

HƯỚNG DẪN SỬ DỤNG DỊCH VỤ STORAGE.COM.VN

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

Microsoft Word - Huong dan dang ky Techsoup_v1

Giới thiệu

2019 Signature Chefs Partnership Opportunities.pub

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

TẬP ĐOÀN VIỄN THÔNG QUÂN ĐỘI DỊCH VỤ CHỨNG THỰC CHỮ KÝ SỐ VIETTEL-CA SỔ TAY HƯỚNG DẪN SỬ DỤNG CHỨNG THƯ SỐ VIETTEL-CA MỤC LỤC 1. GIỚI THIỆU VỀ DỊCH VỤ

Microsoft Word - Persevere-2 Stories.docx

Phân tích Thiết kế Hướng đối tượng - OOAD

Backup Cloud Server

6 Pages Set-Lite

63-17 Rs

PowerPoint Presentation

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

MCSA 2012: Distributed File System (DFS) MCSA 2012: Distributed File System (DFS) Cuongquach.com Ở bài học hôm nay, mình xin trình bày về Distributed

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

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

Winmeen Tnpsc Gr 1 & 2 Self Preparation Course

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

Profile print

Một số thao tác trong windows XP Một số thao tác trong windows XP Bởi: Vien CNTT DHQG Hanoi MỘT SỐ THAO TÁC TRONG WINDOWS XP Tạo đĩa mềm khởi động DOS

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

! 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

29T-STAT.pmd

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

Huong dan su dung_

HƯỚNG DẪN SỬ DỤNG CÁC SẢN PHẨM CỦA OFFICE 365 Hợp đồng số: 25/KTQD-FPT Cung cấp hệ thống Office trực tuyến và thư điện tử Trường Đại Học Kinh Tế Quốc

HEADING 1: PHẦN 1: QUẢN LÝ VÀ DUY TRÌ HỆ ĐIỀU HÀNH

2019_Survey Instruments_Vietnamese_mail-Updateda

Exam 1 Information 332: 345 Fall 2003 Exam 1 results are posted on WebCT. The average is 17.5/35. Exam 1 solutions are on reserve reading in SERC Libr

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

TrÝch yÕu luËn ¸n

Thỏa Thuận FBS

Bản ghi:

- 1 - Dy. Ex. Engineer GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT RAIGAD (P.W.) CIRCLE, KONKAN BHAVAN, NAVI MUMBAI TENDER PAPERS FOR NAME OF WORK : Strengthening & Black Topping to Wada Bhivandi Kalyan Done Karjat Khopoli Hal Mahad Takai Adoshi Road SH-76 Km.148/300 to 151/300, Tal.Khalapur Dist Raigad. EXECUTIVE ENGINEER Public Works Division, Alibag. Agr. No. Dated Amount

- 2 - Dy. Ex. Engineer NAME OF WORK :- Strengthening & Black Topping to Wada Bhivandi Kalyan Done Karjat Khopoli Hal Mahad Takai Adoshi Road SH-76 Km.148/300 to 151/300, Tal.Khalapur Dist Raigad. INDEX Sr. DESCRIPTION PAGES No. From To 1. General Information of contract 1 2 2. Brief Tender Notice 3 7 3. Detailed Tender Notice 8 44 4. Scope of work & Method & Sequence of execution 45 48 5. Agreement Form B-1 49 86 6. Additional condition & specifications 87 122 7. Quality Assurance and Maintenance. 123 124 8. Price Variation Clause. 125 130 9. Schedule A 131 132 10. Additional / Special conditions of Materials to be brought by Contractor 133 152 11. Schedule B and Specification 153 166 12. Additional Specifications for concrete work 167 172 13. Model Form of Bank Guarantee Bond for Security Deposit 173 175 14. Annexure-A & B Quality Control Tests 176 180 15. Declaration of Contractor 181 182 16. Bar Chart 183 184 17. Drawings/ Taluka Map 185 186 Issued to AS PER D.R./T.R. NO. Dated : Senior Divisional Accounts Officer To Executive Engineer P.W. Division, Alibag.

Orignal Agreement No. : B-1/ Name of Work Name of Contractor : - 3 - Dy. Ex. Engineer GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT : Strengthening & Black Topping to Wada Bhivandi Kalyan Done Karjat Khopoli Hal Mahad Takai Adoshi Road SH-76 Km.148/300 to 151/300, Tal.Khalapur Dist Raigad.. Date of Receipt of : 17.06.2013 upto 15.00 hours. Tender No. & Date of Work : Order Amount put to Tender : ` 1,88,65,161/- Percentage quoted : Amount of Contract : Date of Commencement : Time stipulated for completion of work Date of completion as : per Agreement Acutual Date of : Completion Reference to sanction of : tender Extension of time limit : 1 Certified that this original Agreement contains : 12 (Twenty four) Calender Months from the date of written order to start work, which will include the monsoon period. 2 3 : Pages 01 to Fly leaves No. Drawings No.

- 4 - Dy. Ex. Engineer DETAILS OF WORK Name of work : Strengthening & Black Topping to Wada Bhivandi Kalyan Done Karjat Khopoli Hal Mahad Takai Adoshi Road, SH-76 Km.148/300 to 151/300, Tal-Khalapur, Dist.Raigad Estimated Cost put to tender Rupees 1,88,65,161/- Earnest Money Rupees 1,42,000/- 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 Percent) total Security Deposit Rupees 7,56,000/- (50% in cash at the time of Agreement and 50% from R.A.bills) Time Stipulated for completion is Twelve (12) Calender Months which will include the monsoon period. TENDER SCHEDULE Seq. Stage Start Expiry No. Date Time Date Time 1. Tender Download 20.05.2013 10.00 13.06.2013 17.30 2 Bid preparation & Hash 20.05.2013 10.00 14.06.2013 17.30 submission 3 Pre Bid meeting at the 07.06.2013 15.00 -- -- office of C.E Mumbai (PW) Region, Mumbai 4 Download of minutes of 11.06.2013 14.00 14.06.2013 17.30 pre bid meeting. 5 Superhash Generation & 14.06.2013 17.31 15.06.2013 17.30 Bid lock. 6 Control Transfer of Bid 15.06.2013 17.31 17.06.2013 15.00 7 Envelop 1 Opening 17.06.2013 15.01 17.06.2013 17.30 8 Envelop 2 Opening 17.06.2013 15.01 17.06.2013 17.30 Cost of Tender Form : Rs. 5,000/- Registration Class of Contractor : III and above : Raigad P. W. Circle, Konkan Bhavan

- 5 - Dy. Ex. Engineer EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ ªÉÉÆSÉä EòɪÉÉÇ±ÉªÉ +汃 ÉÉMÉ ºÉÉ. ÉÉÆ. Ê É ÉÉMÉ, +汃 ÉÉMÉ Ê{ÉxÉ EòÉäb - 402 201 núù úv ÉxÉÒ Gò ÉÉÆEò - (02141)222084 <Ç- Éä±É -eeabg1@gmail.com ìòcºé xéæ É ú (02141)225096 VÉÉ.Gò. +Ê É/±Éä ÉÉ/ÊxÉÊ ÉnùÉ/ 4273 ÊnùxÉÉÆEò : 13.05.2013 ÉÊiÉ, ºÉ½þɪªÉEò ºÉÆSÉɱÉEò, (VÉÉʽþ úéié) ÉÉʽþiÉÒ É VÉxɺÉÆ{ÉEÇò ɽþɺÉÆSɱÉxÉɱɪÉ, xéê ÉxÉ É ÉɺÉEòÒªÉ É ÉxÉ, 17 ÉÉ ÉVɱÉÉ, ÉÆjÉɱɪÉÉºÉ ÉÉä ú - 400 032. ɽþÉänùªÉ, Ê É¹ÉªÉ : ÊxÉÊ ÉnùÉ ºÉÚSÉxÉÉ ÉʺÉvnù Eò úhªéé ÉÉ ÉiÉ. (E-Tendering) ºÉÉä ÉiÉ VÉÉäb ±Éä±ÉÒ ÊxÉÊ ÉnùÉ ºÉÚSÉxÉÉ ÉÞkÉ{ÉjÉÉiÉ ÉʺÉvnù Eò úhªééºéé`öò +É{ÉhÉÉÆºÉ Ê ÉxÉÆiÉÒ Eò úhªééæié ªÉäiÉ +ɽäþ. 1 VÉÉʽþ úéié näùhéé ªÉÉ +ÊvÉEòÉ ªÉÉSÉä xééǽ É, {ÉnùxÉÉ É, {ÉkÉÉ É núù úv ÉxÉÒ Gò ÉÉÆEò : BºÉ. ½þÒ. ºÉÉäxÉ]õCEäò, EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ, +汃 ÉÉMÉ ºÉÉ. ÉÉÆ. Ê É ÉÉMÉ, +汃 ÉÉMÉ núù úv ÉxÉÒ Gò ÉÉÆEò 222084 2 EòÉähÉiªÉÉ iéé újéäºé ÉʺÉvnù Eò úé ɪÉÉSÉÒ +ɽäþ. : ÊnùxÉÉÆEò 20.05.2013 úéävéò ËEò ÉÉ iéi{éö ÉÔ 3 ÉʺÉvnùÒSÉä º É û{é : úé¹]åõòªé ºiÉ úé É ú 1 <ÆOÉVÉÒ, 1 É úé`öò nèùêxéeò É úévªé ºiÉ úé É ú 1 É úé`öò É 1 <ÆOÉVÉÒ nèùêxéeòé ÉvªÉä. 4 VÉÉʽþ úéié ÊEòiÉÒ ÉÞkÉ{ÉjÉÉÆiÉÚxÉ É ÊEòiÉÒ Éä³ýÉ ÉʺÉvnù : ÊVɱ½þÉ {ÉÉiɳýÒ É ú BEòÉ Eò ÉMÉÇ nèùêxéeòé ÉvªÉä ÉiªÉäEòÒ Eò úé ɪÉÉSÉÒ +ɽäþ. BEò Éä³ýÉ. 5 VÉÉʽþ úéié näùªéeò EòÉähÉÉSªÉÉ xééǽ Éä Eò úé ɪÉÉSÉÒ +ɽäþ. iªéé EòɪÉÉDZɪÉÉSÉä xééǽ É É ºÉÆ{ÉÚhÉÇ {ÉkÉÉ : EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ, +汃 ÉÉMÉ ºÉÉ. ÉÉÆ. Ê É ÉÉMÉ, +汃 ÉÉMÉ. ºÉÉä ÉiÉ : 5 ÉiÉÒ. +É{ɱÉÉ Ê É ÉɺÉÚ, EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ, +汃 ÉÉMÉ ºÉÉ. ÉÉÆ. Ê É ÉÉMÉ, +汃 ÉÉMÉ. ÉiÉ : +véòiéeò +Ê ÉªÉÆiÉÉ, úéªéméb ºÉÉ. ÉÉÆ. ÉÆb ³ý, EòÉäEòhÉ É ÉxÉ, xé ÉÒ ÉÖÆ É<Ç ªÉÉÆSÉä ÉÉʽþiÉÒºÉÉ`öÒ ºÉÊ ÉxÉªÉ ºÉÉnù ú. ÉiÉ : ÊVɱ½þÉÊvÉEòÉ úò, úéªéméb +汃 ÉÉMÉ ªÉÉÆxÉÉ ÉÉʽþiÉÒºÉÉ`öÒ ºÉÊ ÉxÉªÉ ºÉÉnù ú. ÉiÉ : EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ, ºÉÉ. ÉÉÆ. Ê É ÉÉMÉ, `öéhéä / ɽþÉb / nùêiéhé úixééêmé úò / =ké ú úixééêmé úò /ÊSÉ{ɳÚýxÉ ºÉÉ ÉÆiÉ ÉÉb Ò / <±ÉÉJÉÉ Ê É ÉÉMÉ, ÉÖÆ É<Ç / =ké ú Ê É ÉÉMÉ, ÉÖÆ É<Ç +ÆvÉä úò úé¹]åõòªé ɽþÉ ÉÉMÉÇ Ê É ÉÉMÉ {ÉähÉ, ªÉÉÆxÉÉ ºÉºxÉä½þ +OÉäʹÉiÉ. ÉiÉ : ={É Ê É ÉÉMÉÒªÉ +Ê ÉªÉÆiÉÉ, ºÉÉ. ÉÉÆ. ={É Ê É ÉÉMÉ +汃 ÉÉMÉ/{ÉähÉ/{ÉxÉ Éä±É Gò. 1/= úhé/eòvéçié Gò.1/ EòVÉÇiÉ Gò. 2 ªÉÉÆxÉÉ ÉÉʽþiÉÒºÉÉ`öÒ ú ÉÉxÉÉ.

- 6 - Dy. Ex. Engineer GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT INVITATION FOR TENDERS DETAILED TENDER NOTICE System generated e-tender No. Online percentage rate tenders in B-1 Form are invited by the Executive Engineer, Public Works Division Alibag @ Alibag for the following works 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 1 Improvements to Karlekhind Saral Road MDR-21 Km.7/200 to 11/600, Tal Alibag Dist Raigad 2 S.T.B.T. to Wada Bhinwandi Kalyan Done Karjat Khopoli Hal Mahad Takai Adoshi Road, SH-76 Km.148/300 to 151/300 Tal Khalapur Dist Raigad Estimated cost (Rupees) Earnest money (Rupees) Class of Contractor Rs.14617579/- 110000/- Class IV & Above Rs.18864633/- 142000/- Class III & Above Time limit in Tender (Calendar Months) 12(Twelve) Calendar Months 12(Twelve) Calendar Months Tender form; conditions of contract, specifications and contract drawings can be downloaded from the e-tendering portal of Public Works Department, Government of Maharashtra, i.e. https://pwd.maharashtra.etenders.in after entering the details payment of Rs. 5,000/- (Rupees five thousand only) for each work in the form of DD / Pay Order of scheduled or Nationalized Bank in favour of Executive Engineer, Public Works Division, Alibag @ Alibag. The DD / Pay Order shall be adjusted against as fees of tender document and it will be non refundable. Further information regarding the work can be obtained from the above office. The Tender Fee in the form of DD, Drawn in the name of Executive Engineer, Public Works Division, Alibag @ Alibag. Attested EMD Exemption Certificate, Affidavit should be submitted by Registered Post / Courier service in sealed covers addressed to the Superintending Engineer, Raigad P. W. Circle, Konkan Bhavan, Navi Mumbai with the name of work written at the top of the envelope will be received in the office of the Superintending Engineer, Raigad P. W. Circle, Konkan Bhavan, Navi Mumbai Phone No. 022-27571461 as per the Tender Schedule. Bids will be opened as per the Tender Schedule, in the presence of such intending Tenderers or his / their authorized representatives who may be present at that time. Fee Structure Sr. No. Stage Amount (Rs.) 1 Tender download 5,000/-

- 7 - Dy. Ex. Engineer Schedule Seq. Stage Start Expiry No. Date Time Date Time 1. Tender Download 20.05.2013 10.00 13.06.2013 17.30 2. Bid preparation & 20.05.2013 10.00 14.06.2013 17.30 Hash submission 3. Pre Bid meeting at the office of C.E Mumbai 07.06.2013 15.00 -- -- (PW) Region, Mumbai 4. Download of minutes 11.06.2013 14.00 14.06.2013 17.30 of pre bid meeting. 5. Superhash Generation 14.06.2013 17.31 15.06.2013 17.30 & Bid lock. 6. Control Transfer of 15.06.2013 17.31 17.06.2013 15.00 Bid 7. Envelop 1 Opening 17.06.2013 15.01 17.06.2013 17.30 8. Envelop 2 Opening 17.06.2013 15.01 17.06.2013 17.30 Note : The cost of Blank tender form in the form of Demand Draft and Bid Security (EMD) in the form of FDR or TDR is mandatory to be submitted in the office of S.E. P.W. Circle. Navi Mumbai one day on or before dated 15.06.2013 upto 17.00 hrs of tender opening. No. AD/AB/TC/4273 Office of the Executive Engineer (P.W.) Division, Alibag-Raigad, Date: 13.05.2013 Executive Engineer Public Works Division, Alibag. At. Alibag

- 8 - Dy. Ex. Engineer ɽþÉ úé¹]åõ ÉɺÉxÉ ºÉÉ ÉÇVÉÊxÉEò ÉÉÆvÉEòÉ É Ê É ÉÉMÉ, +汃 ÉÉMÉ web pwd.maharashtra.etenders.in & email-www.eeabg1@gmail.com ÊxÉÊ ÉnùÉ ºÉÚSÉxÉÉ Gò ÉÉÆEò ºÉxÉ 2013-2014 (<Ç ÊxÉÊ ÉnùÉ ºÉÚSÉxÉÉ). EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ, ºÉÉ ÉÇVÉÊxÉEò ÉÉÆvÉEòÉ É Ê É ÉÉMÉ, +汃 ÉÉMÉ, ÊVÉ. úéªéméb, ɽþÉ úé¹]åõ ÉɺÉxÉÉSªÉÉ ºÉÉ ÉÇVÉÊxÉEò ÉÉÆvÉEòÉ É JÉÉiªÉÉEòbä ªÉÉäMªÉ iªéé ÉMÉÉÇiÉÒ±É xééånùhéòeþòié JÉɱÉÒ±É EòÉ ÉÉÆEò úòiéé É-1 <Ç-ÊxÉÊ ÉnùÉ ÉhÉɱÉÒuùÉ äú (+ÉìxɱÉÉ<ÇxÉ) ÉÉMÉÊ ÉiÉ +ɽäþiÉ. <Ç ÊxÉÊ ÉnùÉ EòÉ É Gò ÉÉÆEò EòÉ ÉÉSÉä xééǽ É 1 EòɱÉæËJÉb ºÉÉ ú³ý úºiªééséò ºÉÖvÉÉ úhéé Eò úhéä ÉÊVÉ ÉÉ-21, ÊEò. ÉÒ.7/200 iéä 11/600, iéé.+ê±é ÉÉMÉ ÊVɱ½þÉ úéªéméb 1 ÉÉb É Ê É ÉÆb Ò Eò±ªÉÉhÉ b ÉähÉä EòVÉÇiÉ JÉÉä{ÉÉä±ÉÒ ½þɳý ɽþb iééeò<ç +Éb Éä ÉÒ úºiªééséä ÉVÉ ÉÖiÉÒEò úhé É b ÉÆ É úòeò úhé Eò úhéä úé ÉÉ-76 ÊEò. ÉÒ.148/300 iéä 151/300 iéé.jéé±éé{éö ú ÊVÉ. úéªéméb. EòÉ ÉÉSÉÒ +ÆnùÉÊVÉiÉ ËEò ÉiÉ <ºÉÉ úé / ɪÉÉhÉÉ úceò É û.14617579/- 110000/- EòÉ É {ÉÚhÉÇ Eò úhªéésé É EòɱÉÉ ÉvÉ Ò 12 ÉʽþxÉä ({ÉÉ ÉºÉɳ ýé vé ûxé) û.18864633/- 142000/- 12 ÉʽþxÉä ({ÉÉ ÉºÉɳ ýé vé ûxé) <Ç ÊxÉÊ ÉnäùSÉä Éä³ýÉ{ÉjÉEò <Ç-ÊxÉÊ ÉnùÉ ºÉÆSÉÉSÉÒ ËEò ÉiÉ û{éªéä 5,000/- (xéé {É úiéé ÉÉ véxééeò¹ééçuùé äú) û{éªéä 5,000/- (xéé {É úiéé ÉÉ véxééeò¹ééçuùé äú) 1) ÊxÉÊ ÉnùÉ b É>ðxɱÉÉäb Eò úhªééséé EòɱÉÉ ÉvÉÒ Ênù. 20.05.2013 iéä 13.06.2013 (ºÉEòɳýÒ 10:00 iéä 17:30) ÉÉVÉä{ɪÉÈiÉ 2 Ê Éb Ê É{É äú ÉxÉ +ÉÊhÉ ½ìþ É ºÉ ÉÊ É ÉxÉ Ênù. 20.05.2013 iéä 14.06.2013 (ºÉEòɳýÒ 10:00 iéä 17:30) ÉÉVÉä{ɪÉÈiÉ 3 ÊxÉÊ ÉnùÉ{ÉÚ ÉÇ Éè`öEò ( ÉÖJªÉ +Ê ÉªÉÆiÉÉ, ºÉÉ. ÉÉÆ. ÊnùxÉÉÆEò 07.06.2013 (nöù{éé úò 15.00 ÉÉVÉä{ɪÉÈiÉ) ÉÉnäùÊ ÉEò Ê É ÉÉMÉ, ÉÖÆ É<Ç ªÉÉÆSÉä EòɪÉÉDZɪÉÉiÉ) 4 ÊxÉÊ ÉnùÉ{ÉÚ ÉÇ Éè`öEòÒSÉä <ÊiÉ ÉÞkÉ b Éì=xɱÉÉäb Eò úhéä Ênù. 11.06.2013 iéä 14.06.2013 úéävéò (nöù{éé úò 17:30 ÉÉVÉä{ɪÉÈiÉ) 5 ºÉÖ{É ú½ìþ É VÉxÉ äú ÉxÉ +ÉÊhÉ Ê Éb ±ÉÉìEò Ênù. 14.06.2013 úéävéò ( Éä³ý 17:31) {ÉɺÉÚxÉ 15.06.2013 {ɪÉÈiÉ ( Éä³ý 17:30) 6 EÆò]ÅõÉä±É ]ÅõÉxºÉ ò ú +Éì ò Ê Éb Ênù. 15.06.2013 úéävéò ( Éä³ý 17:31) {ÉɺÉÚxÉ Ênù. 17.06.2013 {ɪÉÈiÉ ( Éä³ý 15:00) xééånùhéò ÉMÉÇ ÉMÉÇ 4 É É úò±é ÉMÉÇ 3 É É úò±é

7 iééæêjéeò ÊxÉÊ ÉnùÉ =PÉb hªééséä Ê`öEòÉhÉ, ÊnùxÉÉÆEò É Éä³ý 8 +ÉÌlÉEò ÊxÉÊ ÉnùÉ =PÉb hªééséä Ê`öEòÉhÉ, ÊnùxÉÉÆEò É Éä³ý Ê]õ{É : - 9 - Dy. Ex. Engineer +véòiéeò +Ê ÉªÉÆiÉÉ, úéªéméb ºÉÉ. ÉÉÆ. ÉÆb ³ý, EòÉäEòhÉ É ÉxÉ, xé ÉÒ ÉÖÆ É<Ç ªÉÉÆSÉä EòɪÉÉDZɪÉÉiÉ Ênù.17.06.2013 Éä³ý 15:01 ÉÉVÉiÉÉ. +véòiéeò +Ê ÉªÉÆiÉÉ, ºÉÉ. ÉÉÆ. ÉÆb ³ý, úéªéméb ªÉÉÆSÉä EòɪÉÉDZɪÉÉiÉ Ênù. 17.06.2013 Éä³ý 15.01 iéä 17.30 ÉÉVÉä{ɪÉÈiÉ 1. ºÉ ÉÇ {ÉÉjÉ / <SUÖôEò ÊxÉÊ ÉnùÉ EòÉ úéæxéò ÊxÉÊ ÉnùÉ{ÉjÉEò b É>ðxɱÉÉäb Eò úhªééºéé`öò É ÊxÉÊ ÉnùÉ ÉÊGòªÉäiÉ ÉÉMÉ PÉähªÉɺÉÉ`öÒ <Ç ÊxÉÊ ÉnùÉ ÉhÉɱÉÒSªÉÉ https//maharashtra.etenders.in ªÉÉ Portal É ú enrolled Eò úhéä +É É ªÉEò +ɽäþ. 2. ÊxÉÊ ÉnùÉEòÉ úéæxéé É ú xé ÉÚnù Eäò±É䱪ÉÉ ºÉÆEäòiɺlɳýÉ É ú +ÉìxɱÉÉ<ÇxÉ Eò úhéä ºÉÆnù ÉÉÇiÉ É Êb ÊVÉ]õ±É É ÉÉhÉ{ÉjÉ Ê ÉiÉ úòié Eò úhªééºéænù ÉÉÇiÉ EòɽþÒ ÉÆEòÉ / +b SÉhÉÒ +ºÉ±ªÉÉºÉ iªééæxéò JÉɱÉÒ±É nöù úv ÉxÉÒ Gò ÉÉÆEòÉ É ú ºÉÆ{ÉEÇò ºÉÉvÉÉ ÉÉ. Sify Technoligies Ltd. Nextender (India) Pvt. Ltd. On 020-25315555/25315556 (Pune) or 022 26611117/26611287 (Extn. 25/26) 3. ÊxÉÊ ÉnùÉEòÉ úéæxéò ÊxÉÊ ÉnùÉ ºÉÆnù ÉÉÇiÉ ºÉ ÉÇ nùºiébä ÉVÉ +ÉìxɱÉÉ<ÇxÉ ºÉÉnù ú Eò úhéä +ÊxÉ ÉɪÉÇ úé½þò±é. iéºéäsé <ºÉÉ úé / ɪÉÉhÉÉ úceò É, <Ç-ÊxÉÊ ÉnùÉ ºÉÆSÉÉSÉä ËEò ÉiÉ ªÉÉ ÉÉ ÉiÉSÉä nùºiébä ÉVÉÉSªÉÉ ÉÖ³ý ÉiÉÒ iééæêjéeò ÊxÉÊ ÉnùÉ =PÉb hªéésªéé ÊnùxÉÉÆEòÉSªÉÉ BEò Ênù ɺÉÉ{ÉÚ ÉÔ ½þhÉVÉäSÉ Ênù.15.06.2013 úéävéò 17.00 ÉÉVÉä{ɪÉÈiÉ ªÉCiÉÒ É: +véòiéeò +Ê ÉªÉÆiÉÉ, úéªéméb ºÉÉ. ÉÉÆ. ÉÆb ³ý, xé ÉÒ ÉÖÆ É<Ç ªÉälÉä ºÉÉnù ú Eò úhéä +É É ªÉEò +ɽäþ. +xªéléé <Ç-ÊxÉÊ ÉnùÉ ÉGòÒªÉäiÉ ºÉ½þ ÉÉMÉÒ ½þÉäiÉÉ ªÉähÉÉ ú xéé½þò. 4. <ié ú +]õò É ÉiÉÔ <Ç-ÊxÉÊ ÉnùÉ xé ÉÖxªÉÉ ÉvªÉä {ɽþÉ ÉªÉÉºÉ Ê É³ýiÉÒ±É. ºÉnù ú EòÉ ÉÉÆSÉÒ <Ç-ÊxÉÊ ÉnùÉ EòÉähÉiÉä½þÒ EòÉ úhé xé näùiéé únùnù Eò úhªééséä +ÊvÉEòÉ ú ºÉIÉ É +ÊvÉEòÉ úò ªÉÉÆxÉÒ úéjéúxé `äö ɱÉä±Éä +ɽäþiÉ. 5. The Electronic Tendering System for Public Works Department Govt. of Maharashtra will be available on separate sub Portal with URL http://pwd. maharashtra.etenders.in as part of the Electronic Tendering system of Govt. of Maharashtra which is available on the Portal maharashtra.etenders.in 6. É úò±é EòÉ ÉÉÆSÉÒ <Ç-ÊxÉÊ ÉnùÉ ºÉÖSÉxÉÉ ºÉÉ ÉÇVÉÊxÉEò ÉÉÆvÉEòÉ É Ê É ÉÉMÉÉSªÉÉ http://pwd.maharashtra.etenders.in ªÉÉ <Æ]õ úxéä]õ É úò±é Éä ɺÉÉ<Ç]õ É ú ={É±É vé +ɽäþ. VÉÉ.Gò.+Ê É/±Éä ÉÉ/ÊxÉÊ ÉnùÉ/4273 EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ, +汃 ÉÉMÉ (ºÉÉ. ÉÉÆ.) Ê É ÉÉMÉ, ªÉÉÆSÉä EòɪÉÉDZɪÉ, +汃 ÉÉMÉ - úéªéméb Ê{ÉxÉEòÉäb 402 201 òéäxé xéæ. 02141-222084 ÊnùxÉÉÆEò : 13.05.2013 EòɪÉÇEòÉ úò +Ê ÉªÉÆiÉÉ +汃 ÉÉMÉ (ºÉÉ. ÉÉÆ.) Ê É ÉÉMÉ, +汃 ÉÉMÉ

- 10 - Dy. Ex. Engineer TO BE FILLED BY THE CONTRACTOR I/We have quoted my/out 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 of Attorney holder With complete address

- 11 - Dy. Ex. Engineer GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT INVITATION FOR TENDERS DETAILED TENDER NOTICE Name of work : Strengthening & Black Topping to Wada Bhivandi Kalyan Done Karjat Khopoli Hal Mahad Takai Adoshi Road, SH-76 Km.148/300 to 151/300, Tal-Khalapur, Dist.Raigad Sealed percentage rate tenders in B-1 Form are invited by the Executive Engineer, Public Works Division, Alibag 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 1 Strengthening & Black Topping to Wada Bhivandi Kalyan Done Karjat Khopoli Hal Mahad Takai Adoshi Road, SH-76 Km.148/300 to 151/300, Tal- Khalapur, Dist.Raigad Estimated Cost (Rupees) Earnest Money (Rupees) Security Deposit (Rupees) Class of Contra ctor 1,88,65,161/- 1,42,000/- 7,56,000/- III & Above Time limit in Tender (Calendar Months) 12 (Twelve) Calendar Months (including monsoon) Tender form, conditions of contract, specifications and contract drawings can be downloaded from the e-tendering portal of Public Works Department, Government of Maharashtra i.e. http//:pwd.maharashtra.etenders.in after entering the details payment of Rs. 5,000/- (Rupees five thousand only) in the form of DD in favour of Executive Engineer, P. W. Division, Alibag, District Raigad as per the Tender Schedule. Further information regarding the work can be obtained from the above office (Phone No. (02141) 222084 Fax 225096)

- 12 - Dy. Ex. Engineer The Tender in the form of DD, EMD / Attested EMD Exemption certificate, Affidavit should be submitted in sealed covers addressed to the Superintending Engineer, Raigagd P. W. Circle, 5 th Floor, Konkan Bhavan, Navi Mumbai with the name of the work written at the top of the envelope will be received in the office of the Superintending Engineer, Raigagd P. W. Circle, 5 th Floor, Konkan Bhavan, Navi Mumbai (Phone No. 022/27571461) on or before dt.15.06.2013 as per the Tender Schedule. Bids will be opened as per the Tender Schedule, in the presence of such intending Tenderes or his / their authorized representatives who may be present at that time. 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. Tender Forms can be downloaded from the e-tendering Portal of Public Works Department, Government of Maharashtra i.e. http//:pwd.maharashtra.etenders.in after entering the details of payment towards Tender Fees as per the Tender Schedule. 1.2 B PRE-TENDER CONFERENCE : 1.2.1 Pre-tender conference open to all prospective tenderers who have downloaded tender form before the date of Pre tender Conference, will be held at NAVI MUMBAI on 07.06.2013 at 15.00 Hrs. in the office of the Chief Engineer, Mumbai (PW) Region, Mumbai (022) 22071594 / Fax No. (022) 22074700 wherein prospective Tenderers will have an opportunity to obtain clarifications regarding the work and the Tender Conditions. 1.2.2 The prospective tenderers are free to ask for any additional information or clarification either in writing or orally concerning the work, and the reply to the same will be given by the Chief Engineer / Superintending Engineer, and the same will be made available on etendering portal on Public Works Department of Government of Maharashtra i.e. https//:pwd.maharashtra.etenders.in and this clarification referred to as common set of conditions/deviations (C.S.D.), shall form part of tender documents and which will also be common and applicable to all tenderers. The point/points if any, raised in writing and/or verbally by the contractor in pre-tender conference and not finding place in C.S.D. issued after the pre- bid conference, is/are deemed rejected. In such case the provision in NIT shall prevail. No individual correspondence will be made thereafter with the contractor in this regards.

- 13 - Dy. Ex. Engineer 1.2.3 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 shall be summarily REJECTED. 1.2.4 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. 1.2.5 Tenderers should have valid Class II / III Digital Signature Certificate (DSC) obtained from any Certifying Authorities. In case of requirement of DSC, interested Bidders should go to http//:pwd.maharashtra.etenders.in/mah/ DigialCerti.asp and follow the procedure mentioned in the document ;Procedure for application of Digital Certificate. 1.2.6 The Tenderes have to make a payment of Rs. 1038/- online as service charges for the use of Electronic Tendering during Online Bid Data Decryption and Reencryption stage of the Tender. 1.2.7 For any assistance on the use of Electronic Tendering System, the Users may call the below Landline No. - 020 2531 5555 / 56 Landline No. - 022 2661 1117 / (Ext 25 / 26) Mobile No. - 91679 69601 / 04 / 14 1.2.8 Tenderers should install the Mandatory Components available on the Home Page of http://maharashtra.etenders.in under the section Mandatory Components and make the necessary Browser Settings provided under section Internet Explorer Settings Guidelines to Bidders on the operations of Electronic Tendering System of Public Works Department. : http://maharashtra.etenders.in

- 14 - Dy. Ex. Engineer A. Pre-requisites to participate in the Tenders processed by PWD. 1. Enrolment and Empanelment of Contractors on Electronic Tendering System : The contractors interested in participating in the Tenders of Public Works Department National Highways processed using the Electronic Tendering System shall be required to enrol on the Electronic Tendering System to obtain User ID. After submission of application for enrolment on the System, the application information shall be verified by the Authorized Representative of the Service Provider. If the information is found to be complete, the enrolment submitted by the Vendor shall be approved. For participating in Limited and Restricted tenders the registered vendors have to apply for empanelment on the sub portal of PWD in an appropriate class of registration. The empanelment will have to be approved by the respective officer from the PWD. Only empanelled vendors will be allowed to participate in such tenders. The Contractors may obtain the necessary information on the process of enrolment and empanelment either from Helpdesk Support Team or may visit the information published under the link Enrol under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System. 2. Obtaining a Digital Certificate : The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid Data is required to be signed electronically using a Digital Certificate (Class II or Class III). This is required to maintain the security of the Bid Data and also to establish the identity of the Contractor transacting on the System.

- 15 - Dy. Ex. Engineer The Digital Certificates are issued by an approved Certifying Authority authorized by the Controller of Certifying Authorities of Government of India through their Authorized Representatives upon receipt of documents required to obtain a Digital Certificate. Bid data / information for a particular Tender may be submitted only using the Digital Certificate which is used to encrypt the data / information and sign the hash value during the Bid Preparation and Hash Submission stage. In case during the process of preparing and submitting a Bid for a particular Tender, the Contractor loses his / her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she may not be able to submit the Bid online. Hence, the Users are advised to store his / her Digital Certificate securely and if possible, keep a backup a safe place under adequate security to be used in case of need. In case of online tendering, if the Digital Certificate issued to an Authorized User of a Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to a no objection certificate / power of attorney to that User to submit the bid on behalf of the Partnership Firm. The Partnership Firm has to authorize a specific individual via an authorization certificate signed by a partner of the firm (and in case the applicant is a partner, another partner in the same from is required to authorize) to use the digital certificate as per Indian Information Technology Act, 2000. Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority of the Authority User to bid on behalf of the Firm for the Tenders processed on the Electronic Tender Management System of Government of Maharashtra as per Indian Information Technology Act, 2000. The Digital Signature of this Authorized User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate will remain the same for the new Authorized User. The same procedure holds true for the Authorized Users in a Private / Public Limited Company. In this case, the Authorization Certificate will have to be signed by the Director of the Company or the Applicant.

- 16 - Dy. Ex. Engineer For information on the process of application for obtaining Digital Certificate, the Contractors may visit the section Digital Certificate on the Home Page of the Electronic Tendering System. 3. Recommended Hardware and Internet Connectivity : To operate on the Electronic Tendering System, the Contractors are recommended to use Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512 kbps bandwidth. 4. Set up of Computer System for executing the operations on the Electronic Tendering System : To operate on the Electronic Tendering System of Government of Maharashtra, the Computer System of Contractors is required be set up. The Contractors are required to install Utilities available under the section Mandatory Installation Components on the Home Page of the System. The Utilities are available for download freely from the above mentioned section. The Contractors are requested to refer to the E-Tendering Toolkit for Bidders available online on the Home Page to understand the process of setting up the System, or alternatively, contact the Helpdesk Support Team on information / guidance on the process of setting up the System. 5. Payment for Service Provider Fees : In addition to the Tender Document Fees payable to PWD, the Contractors will have to pay Service Providers Fees of Rs. 1,038/- through online payments gateway service available on Electronic Tendering System. For the list of options for making online payments, the Contractors are advised to visit the link E- Payment Options under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System.

- 17 - Dy. Ex. Engineer B. Steps to be followed by Contractors to participate in the e-tenders processed by PWD. 1. Preparation of online Briefcase : All Contractors enrolled on the Electronic Tendering System of Government of Maharashtra are provided with dedicated briefcase facility to store documents / files in digital format. The Contractors can use the online briefcase to store their scanned copies of frequently used documents / files to be submitted as a part of their bid response. The Contractors are advised to store the relevant documents in the briefcase before starting the Bid Preparation and Hash Submission stage. In case, the Contractor have multiple documents under the same type (e.g. multiple Work Completion Certificates) as mentioned above, the Contractors advised to either create a single pdf file of all the documents of same type or compress the documents in a single compressed file in zip or rar formats and upload the same. It is mandatory to upload the documents using the briefcase facility. Therefore, the Contractors are advised to keep the documents ready in the briefcase to ensure timely bid preparation. Note : Uploading of documents in the briefcase does not mean that the documents are available to PWD at the time of Tender Opening stage unless the documents are specifically attached to the bid during the online Bid Preparation and Hash Submission stage as well as during Decryption and Re-encryption stage. 2. Online viewing of Detailed Notice Inviting Tenders : The contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates) for all the Live Tenders released by PWD on the home page of PWD e-tendering Portal on http://pwd.maharashtra.etenders.in under the section Recent Online Tender.

3. Download of Tender Documents : - 18 - Dy. Ex. Engineer The Pre-qualification / Main Building Documents are available for free downloading. However to participate in the online tender, the bidder must purchase the bidding documents online by filling up details of Demand Draft towards the cost of Tender Form Fee. 4. Online Bid Preparation and Submission of Bid Hash (Seal0 of Bids : Submission of Bids will be preceded by online bid preparation and submission of the digitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key Dates) published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the templates provided by the Tendering Authority of PWD. The templates may be either form based, extensible tables and / or uploadable documents. In the form based type of templates and extensible table type of templates, the Contractors are required to enter the data and encrypt the data using the Digital Certificate. In the uploadable document type of templates, the Contractors are required to select the relevant documents / compressed file (containing multiple documents) already uploaded in the briefcase. Notes : a) The Contractors upload a single document or a compressed file containing multiple documents against each unloadable option. b) The Hashes are the thumbprint of electronic date and are based on one way algorithm. The Hashes establish the unique identity of Bid Data. c) The bid hash values are digitally signed using valid Class II or Class III Digital Certificate issued by Certifying Authority. The Contractors are required to obtain Digital Certificate in advance.

- 19 - Dy. Ex. Engineer d) After the hash value of bid data is generated, the Contractors cannot make any change / addition in its bid data. The bidder may modified bids before the deadline for Bid Preparation and Hash Submission as per Time Schedule mentioned in the Tender documents. e) This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Bidding Processes. 5. Close for Bidding (Generation of Super Hash Values : After the expiry of the cut off time of Bid Preparation and Hash Submission stage to be completed by the Contractors has lapsed, the Tender will be closed by the Tender Authority. The Tender Authority from PWD shall generate and digitally sign the Super Hash values (Seals). 6. Decryption and Re-encryption of Bids (Submitting the Bids online) : After the time for generation of Super Hash Values by the Tender Authority from PWD has lapsed, the Contractors have to make the online payment of Rs.1,024/- towards the fees of the Service Provider. After making online payment towards Fees of Service Provider, the Contractors are required to decrypt their bid data using their Digital Certificate and immediately re-encrypt their bid data using the Public Key of the Tendering Authority. The Public Key of the Tendering Authority is attached to the Tender during the close for Bidding stage. Note : The details of the Processing Fees shall be verified and matched during the Technical Opening stage.

- 20 - Dy. Ex. Engineer At this time, the Contractor are also required to upload the files for which they generated the Hash values during the Bid Preparation and Hash Submission sage. The Bid Data and Documents of only those Contractors who have submitted their Bid Hashes (Seals) within the stipulated time (as per the Tender Time Schedule), will be available for decryption and re-encryption and to upload the relevant documents from Briefcase. A contractor who has not submitted his Bid Preparation and Hash Submission stage within the stipulated time will not be allowed to decrypt / re-encrypt the Bid data / submit documents during the stage of Decryption and Re-encryption of Bids (submitting the Bids online) 7. Shortlisting of Contractor for Financial Bidding Process : The Tendering Authority will first open the Technical Bid documents of all Contractors and after scrutinizing these documents will shortlist the Contractors who are eligible for Financial Bidding Process. The shortlisted Contractors will be intimated by email. 8. Opening of the Financial Bids : The Contractors may remain present in the Office of the Tender Opening Authority at the time of opening of Financial Bids. However, the results of the Financial Bids of all Contractors shall be available on the PWD e-tendering Portal immediately after the completion of opening process. 9. Tender Schedule (Key Dates) : The Contractors are strictly advised to follow the Dates and Times allocated to each stage under the column Contractor Stage as indicated in the Time Schedule in the Detailed Tender Notice for the Tender. All the online activities are time tracked and the Electronic Tendering System enforces time-locks that ensure that no activity or transaction can take place outside the Start and End Dates and Time of the stage as defined in the Tender Schedule.

- 21 - Dy. Ex. Engineer At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be extended. A) Civil Works 1.4 ENVELOPE NO. 1 (Documents) The first envelope Envelope No.1 shall contain the following documents : 1.4.1 Scanned copy of Government treasury challan or Term Deposit Receipt of Rs.1,42,000/- valid for a period of one year from any Schedule Bank for the amount of earnest money or valid certificate of exemption from payment of earnest money of the value of Rs. 3.00 lakhs, if applicable (true copy attested by Gazetted Officer to be Submitted as per the tender. 1.4.2 Scanned copy of 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) Scanned copy of Sales Tax Registration Certificate in Form II, Rule 4(1) as provided by Maharashtra State, Sales Tax Act., (Maharashtra Act No.XXVI of 1989. The Maharashtra Sales Tax on transfer of property in Goods involved in execution of works contract (Re-enacted Act, 1989) from the Sales Tax Department of Maharashtra State, (in original or a copy duly attested by a Gazetted Officer.) OR 1.4.3 Scanned copy of valid VAT registration certificate from Maharashtra State Sale Tax Department thereof duly attested by the Gazetted Officer. (Maharashtra Value Added Tax Act 2005) 1.4.4 Scanned copy of 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 Form-II on page No. 27 to 29) 1.4.5 Scanned copy of Proof of appointment of employees including technical personnel by way of valid Professional Tax Registration certificate in form PT/R/E 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.

- 22 - Dy. Ex. Engineer 1.4.6 Scanned copy of Undertaking of contractor that he had studies all tender documents, conditions and especially work methodology. 1.4.7 USE OF SPECIALISED MACHINERY 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. Check list for inspection of drum mix plant & Asphalt Paver Finisher is enclosed on Page 33 to 35 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.33 to 35 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. 34 to 36 ( 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.34 to 36) 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. 1.4.8 Details of work done during last three years with the value of work unfinished (Information to be given in Statement No.V on Page No.40) 1.4.9 Details of work of similar type and magnitude carried out by the Contractor. (Information to be given in proforma of Statement III on page 38) 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 I on Page 33) 1.4.11 Details of Techincal Personnel on the rolls of the tenderer. (information to be given in proforma of Statement IV on Page 39)

- 23 - Dy. Ex. Engineer 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.) Abstract of work done in all classes of Civil Engineering Constructions work during last three years (in formation to be given in proforma of Statement VI on Page No. 41 1.4.13 The Contractor shall submit an affidavit (as per format given on Page No. 43) regarding completness, correctness and turthfulness of documnets submitted in Envelope No.1 1.4.14 The Contractor submit the Certificate of concerned Sub Divisional Officer/ Engineer to the effect that the distance of Hot Mix Plant does not exceed 40 Km. from the farthest point of work site by the shortest practicable route is final and conclusive. 1.4.15 Additional D.D./F.D.R from any schedule bank as per requirement of additional condition for mobilization of plant 1.4.16 QUALIFICATION CRITERIA a) To qualify for award of the contract each tenderer in his name should have achieved an average annual financial turn over (in all classes of civil Engineering construction works only) of Rs.142.00 Lakhs (Rupees One Hundred Forty Two lakhs only) during last 3 years at price level of 2012-2013. ( Information to be given only in statement No.VI enclosed on page 22) b) Satisfactory completed as a prime contractor of at least one similar work of Road Construction of value not less than Rs.57.00 Lakshs (Rupees Fifty Seven Lakhs only) at price level 2012-2013 (information to be given in Statement III on page 19) c) Satisfactorily executed in any one year, the following minimum quantities of work (Information to be given in proforma of statement No.VII on page 23)

- 24 - Dy. Ex. Engineer 4. B.M. 213.00 Cubic Metres 5. DBM 213 Square Metres 6. Bituminous Concrete 170.00 Cubic Metres a) Availability of Project manager having minimum qualification of B.E.(Civil) degrees and not less than five years experience or diploma in Civil Engineering with not less than eight years experience in construction of similar work and two site engineers with B.E.(Civil) degree with minimum three years experience or diploma in Civil Engineering with five years experience. NOTE (1) : NOTE (2) : NOTE (3) : Financial turnover and cost of completed works of previous years shall be given, linear weightage of 10% per year on Rupee value to bring them at 2012-2013 price value. The necessary certificates as mentioned in qualification criteria from Sr. No (a) to (c) are required to be obtained from the officer not below the rank of Deputy Executive Engineer / Divisional Account Officer. A copy of these certificate duly attested by a Gazetted Officer along with availability of equipments for this work as mentioned in Sr. No.1.4.4. shall be put in Envelope No.1 only in absence of these certificates Envelope No.2 (Financial Bid) shall not be opened. Signature of the officer checking /issuing requisite certificate should bear the name of concerned officer. NOTE (4) : Form No.I to VIi on page (31) to (37) NOTE (5) : The abstract of information in statement No.V on page No.40 (Form showing works done in all classes of civil engineering construction works during last three years) shall be given in statement No.VI in the proforma enclosed on Page 41. The abstracted statement VII on page 42 need to be signed by the tenderer or holder of his power of attorney. (e) A = Bidder who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the total bid value. The available bid capacity will be calculated as under : Assessed Available Bid Capacity = [(A X N X 2) B] Where Maximum value of civil engineering works executed in any year as a prime contractor during the last three years (updated to 2010-11) taking into account the completed works as well as completed value of works in progress.

N = B = NOTE - 25 - Dy. Ex. Engineer Number of years prescribed for completion of the works for which bids are invited. Value as 2011-12 price level, of existing commitments and on going works to be completed during the next 24 months (period of completion of the work for which bids are invited) The statement showing the value of existing commitments and on going works as wells as the stipulated period of completion remaining for each of the works listed should be countersigned by the officer not below the rank of an Deputy Engineer / Divisional Accounts officer. 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. 31 ) 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.

1.6 SUBMISSION OF TENDER :- - 26 - Dy. Ex. Engineer 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 Strengthening & Black Topping to Wada Bhivandi Kalyan Done Karjat Khopoli Hal Mahad Takai Adoshi Road, SH-76 Km.148/300 to 151/300, Tal-Khalapur, Dist.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 Superintending Engineer, Raigad (PW) Circle, Konkan Bhavan, Navi Mumbai (Phone-022-27571461) 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.One, only if contents of Envelope No.1 are found to be acceptable to the Department, the tendered rates in percentage above/below to the Estimated rates shall then be read out. (from page No. 31) in the presence of bidders who remain present at the time of opening of Envelope No. 2.

- 27 - Dy. Ex. Engineer 1.8 EARNEST MONEY : As shown on page No.05 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, Alibag (P.W.) Division Alibag. 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 3.00 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. 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 177 to 178 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.

- 28 - Dy. Ex. Engineer 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 0.1 x cost put tender 100 100 (i.e 1,88,65,161/- ) 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. 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, Alibag (P.W.) Division, Alibag 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.