SlideShare a Scribd company logo
1 of 106
Download to read offline
PUNE MUNICIPAL CORPORATION
PROJECTS DEPARTMENT
NAME OF WORK:- A. Design and Construction of Rail Over Bridge on
Pune-Miraj Railway Line in Lieu of LC Gate No.
586 (ROB - I) at Ghorpadi, Pune
and
B. Construction of Flyover / Grade Separator in
Mukundrao Ambedkar Junction, Vishrantwadi,
Pune.
TENDER NO:- PMC/Chief Engg/(Project)2023-37
VOLUME:- I
OWNER:
Projects Department, Pune Municipal Corporation,
Main Building, Shivajinagar,Pune - 411005, Maharashtra
Email : ceproject@punecorporation.org
Website: www.punecorporation.org
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
1
NAME OF WORK: - A) Design and Construction of Rail Over Bridge on Pune-Miraj Railway Line in
Lieu of LC Gate No. 586 (ROB - I) at Ghorpadi, Pune
and
B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar
Junction, Vishrantwadi, Pune
CHECK LIST
List of all documents, forms, statements, conditions, schedules, drawings etc. should be
submitted with the tender. The above list shall contain the following documents particularly
otherwise the tender is likely to berejected. Blank tender forms shall be issued to Contractors
under the current work by Pune Municipal Corporation.
Sr.
No
Brief Details of Documents Required
1
Payment of Earnest Money and Blank Tender form as stated in the tender notice along with
necessary documents in support of eligibility criteria stated in the tender notice and
in the detailed tender notice
2
List of Works in Hand and tendered for (Statement No I) along with requisite
Certificate
3
List of Works of similar type and magnitude carried out by Contractor (Statement No. II)
along with requisite certificate
4
Details of Plant and Machinery proposed to be deployed on the work
Immediately (Statement No III) along with requisite certificate
5
List of Technical Personnel available with the tenderer and Personnel to be
deployed on this work (Statement No IV)
6
Attested Copy of Partnership Deed/ Memorandum and Article of Association. If the tendering
contractors are a firm or company, they shall, in their forwarding letter should mention the
names of all the partners of the firm or the company as the case may be and the names of the
partners who hold the power of attorney authorizing him to conduct transactions on behalf of
the Company / Firm. Copy of such power of attorney duly signedby all partners shall be up
linked. In case of, joint alliance consent letter of bidder &
contractor for technical eligibility
7
Attested copy of PAN Card and latest Income Tax Return Returns for last 5 financial years.
8
GST No., Contract Certificate (as per Works Contract Act 1989)/ updated Govt. WCT VAT,
Service Tax & LBT registration.
9 Attested Copy of valid Registration Certificate. Any Govt./Semi Govt contractoror
any RERA registered developer or any registered company
10
Contractors proposed methodology and Construction programme as stated in the bid
document with resource logistics for this work
11
Bid capacity calculations; certified in original by the Chartered Accountant certifying this
tender specifically.
12
The documents and certificates justifying other technical qualification criteria like
turnover, completion of works , solvency certificate etc.
13
The contractor has to comply to all legal activities pertaining to Provident Fund Act 1952,
Contract Labour Act (Regulation and Abolition) 1970, It is binding on the contractor to comply
to legal procedure mentioned in above Act. For this the relevant Contractor / Contracting Firm
must submit Rs.500/- stamp paper which certifies their compliance to above mentioned Acts.
Any New law declared by the Government regarding Tax/Fees must be accepted by the
Contractor.
14 Corporate Debt Restructuring (CDR) by company auditor
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
2
Note:
(i) All documents must be signed by the Tenderer.
(ii) Information asked in prescribed Proforma shall be submitted in prescribed format only.
(iii) The enclosures document (Sr. No 1 to 14) shall be in the form of attachments duly signed
by the Bidder/contractor and uploaded in e-tendering system. The attachments shall be
signed scanned copies of original documents duly certified by competent authorities. At
the time of opening of tenders (documents), every bidder shall produce all such original
documents (from which the scanned copies are uploaded) for verification from PMC
authorities.
(iv) If PMC finds any discrepancy between original and scanned documents uploaded on
PMC e- tender/website, the bid submitted by the bidder shall be treated as non-
responsive and rejected.
(v) For assistance and clarification about gate way payment system in case of further
clarifications regarding gate way system for payment of EMD and cost of blank tender
form the bidder must approachto PMC Tender Section.
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
3
NAME OF WORK: - A) Design and Construction of Rail Over Bridge on Pune-Miraj Railway Line in
Lieu of LC Gate No. 586 (ROB - I) at Ghorpadi, Pune
and
B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar
Junction, Vishrantwadi, Pune.
INDEX
VOLUME-I
Chapter
No.
Brief Description of contents
Page No.
From To
Volume – I
Notice Inviting Tenders
I Detailed Tender Notice
II Instructions to Tenderers
III Additional Conditions of Contract
IV General Conditions of Contract
V Special Conditions of Contract
VI Price Variation Clause – Annexure – A
VII Contract Details – Annexure – B
VIII Sample Performa
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
4
Notice Published in News Paper
PUNE MUNICIPAL CORPORATION
PROJECTS DEPARTMENT
Offers by way of e-tendering in ‘C’ Forms (Lump-sum contract) on Contractors own design and Miscellaneous items on item rate basis (B1) are invited by the
Chief Engineer (Projects), Pune Municipal Corporation from pre-registered contractors with Pune Municipal Corporation / any Govt. or semi Govt. Department,
in e-tendering system for following works.
1. The offer for the work shall be exclusive of GST, Royalty and Material Testing Charges. The GST at applicable Rate shall be paid separately by PMC.
2. The Contractor shall quote his offer on the Lump-sum cost of work (C form) and percentage rate on miscellaneous items (B1) excluding Royalty,
material testing charges which will be paid separately.
Tender
No
Name of work Total Project
Cost incl. GST,
Royalty and
Testing
charges (Rs.)
Cost put to
Tender
excluding GST,
Royalty &
Material
Testing (Rs)
GST
(18%)
Rs
Royalty
Rs
Material
Testing
Charges Rs.
Earnest
Money
0.5%
Rs
Security
Deposit
5%
Rs
Time Limit in
Calendar
months
including
monsoon
Defect
Liability
Period
Cost of
Tender
Document
Rs
Concern
Contact
Person
1 2 3 4 5 6 7 8 9 10 11 12 13
PMC/Chief
Engg/(Project)2023-37
A) Design and Construction of
Rail Over Bridge on Pune-Miraj
Railway Line in Lieu of LC Gate
No. 586 (ROB - I) at Ghorpadi,
Pune
and
B) Construction of Flyover /
Grade Separator in Mukundrao
Ambedkar Junction,
Vishrantwadi, Pune
109,15,92,747/-
91,91,11,558
/-
16,54,40,080/-
46,22,409/-
24,18,700/-
45,95,558/-
4,59,55,578/-
24
Months
20
Years
59,179/-
Mr.
Ranjit
Mutkule
-9689931268
Ms.
Rashmi
Deshmukh
-
9689938881
 Bidders can avail the e-tender document from 06/11/2023 to 04/12/2023 up to 3.00 PM.
 Pre-bid meeting will be held on 21/11/2023 at 11.00 AM at the office of the Municipal Commissioner, PMC, Pune.
 The last date of Submission by way of e-tendering will be 04 /12/2023 up to 3.00 PM.
The details of above works, such as Security Deposit, Earnest Money Deposit, Terms & Conditions of the Tender and Schedule B of works, are available on web site
www.mahatenders.gov.in. Tenders for these works are to be submitted by e-tendering system.
Executive Engineer (Projects)
Pune Municipal Corporation,
Shivajinagar, Pune - 411005
CHAPTER NO - I
DETAILED TENDER NOTICE
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
1
CHAPTER NO. 1
DETAILED TENDER NOTICE
Sealed tenders in “C” Form (Lump-sum basis) on Contractors own design and percentage
rates (B1) for Miscellaneous works are invited by the Chief Engineer (Projects), Pune
Municipal Corporation, Pune from the eligible Contractors who are registered in appropriate
class with PWD/MSRDC/ CPWD/NHAI and other Government and Semi-Government
organization for the work of “A) Design and Construction of Rail Over Bridge on Pune-
Miraj Railway Line in Lieu of LC Gate No. 586 (ROB - I) at Ghorpadi, Pune and B)
Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction,
Vishrantwadi, Pune.”
1 The scope of the works in brief is as under:
1.1 The scope of work includes design, drawings and construction of
A) Design and Construction of Rail Over Bridge on Pune-Miraj Railway Line in Lieu
of LC Gate No. 586 (ROB - I) at Ghorpadi, Pune
and
B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction,
Vishrantwadi, Pune.
The detailed scope of the work is defined in Volume II.
The Contractor shall deploy two separate teams / other resources for both A and B
works and commence both works simultaneously.
2 Estimated Cost Put to Tender:
Estimated cost put to tender excluding GST, Royalty and Testing Charges is Rs. 91,91,11,558/-
(Rs. Ninety-One Crore Ninety-One Lakh Eleven Thousand Five Hundred Fifty Eight only)
3 LANGUAGE OF THE TENDER:
All documents relating to the tender shall be in the English language & all documents
relating to the tender work and correspondence shall be in the English/Marathi language.
4 CURRENCIES OF THE BID AND PAYMENT:
The prices (Lump-Sum) shall be quoted by the tenderer entirely in Indian National Rupees.
All payments shall be in Indian National Rupees Currency only.
5 Earnest Money Deposit: - Rs. 45,95,558/- (Rs. Forty Five Lakh Ninety Five thousand
Five Hundred Fifty Eight only). The EMD shall be paid by Gateway system of PMC as
per clause 20.3 (a) hereunder.
a) An earnest money deposit of Rs. 45,95,558/- (Rs. Forty Five Lakh Ninety Five
thousand Five Hundred Fifty Eight only) should be paid as stated above. Cheque or
cash will not be accepted. The EMD is liable to be forfeited, in case the contractor
refuses to enter in to the agreement after receiving the letter of acceptance for
construction work from PMC.
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
2
b) Tender of those who do not deposit earnest money shall be summarily rejected.
c) The amount of earnest money will be refunded to the unsuccessful tenderer on
deciding about the acceptance or otherwise of the tender or on expiry of the validity
period whichever is earlier. In case of the successful tenderer, it will be converted
into a part of initial security deposit to be paid after awarding of the work. If the
successful tenderer does not pay the balance initial security deposit in the
prescribed time limit and complete the agreement, his earnest money deposit will
be forfeited.
d) Exemption certificate will not be accepted in lieu of Earnest Money Deposit.
e) The PMC shall be entitled to forfeit the full amount of Earnest Money Deposited by
the tenderer, without prejudice to any rights and powers of the PMC here under or
in law, if,
i)) The bidder withdraws /modifies the bid after bid opening or otherwise
during the period of Bid Validity.
ii) The successful bidder after the acceptance of his tender fails or
neglects to furnish the Initial Security Deposit in an acceptable form
iii) The bidder does not accept the correction of the bid price, pursuant
to Clause of tender.
iv) The successful Bidder fails to sign the agreement as per tender
stipulations,
v) Fraudulent practice is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or attempts
to mislead, a party to obtain a financial or other benefit or to avoid an
obligation
vi) Submission of wrongful, ambiguous or misleading information,
documents, certificates intentionally or unintentionally.
6 SECURITY DEPOSIT
a) The Security Deposit shall be 5 % (Five percent) of contract cost of project put to
tender or accepted tender cost whichever is higher (including GST, Royalty and
Testing Charges). Such security deposit shall be for a period of construction plus
entire defect liability period plus one month.
b) In case of the successful tenderer, the EMD amount will be compulsorily retained
as a part of initial security deposit.
c) 1.50% security deposit should be credited by contractor in the form of DD/FDR
from nationalized / scheduled bank in the name of “The Municipal
Commissioner, Pune Municipal Corporation, Pune” after issue of letter of
acceptance
d) Balance security deposit of 3% of total contract sum will be recovered through
initial 3 running bills or upto 50% of the progress whichever is earlier or the
Contractor may produce 3% BG from Nationalized/ Scheduled Bank in the name
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
3
of “The Municipal Commissioner, Pune Municipal Corporation, Pune along with
1st RA Bill submission.
e) Total 5 % SD will be refunded one month after the end of defect liability period,
subject to the condition that the Contractor must have rectified all the defects
notified by the PMC during the defect liability period.
7 ADDITIONAL SECURITY DEPOSIT:
If the quoted percentage of tender is below, the Contractor shall pay Additional
Security Deposit as given below.
a) For Quote up to 10% below - 1% of estimated cost put to tender.
b) For quote between 10% to 15% below - 1% of estimated cost put to tender +
(Quoted % -10%) of estimated cost put to tender
For example, if the quote is 14% below then the amount of additional security deposit
shall be 1% + (14%-10%) i.e. 5 % of Cost put to tender.
c) For quote lower than 15% below – Add. SD as (b) above +
(Quoted % -15%)X2 of estimated cost put to tender
For example, if the quote is 19% below then the amount of additional security deposit
shall be 1% + (15%-10%) +(19%-15%) X2 i.e. 14 % of Cost put to tender.
i. This additional Security Deposit shall be paid by Bidder in the form of NEFT/RTGS.
ii. The Additional Security Deposit shall be deposited by the Successful i.e. L1 bidder
within 8 days after opening of financial bid.
iii. If the L1 bidder fails to submit the additional security deposit within 8 days of opening
financial bid, his bid will be rejected without any notification and the EMD will be
forfeited and he will be debarred from participating in any tendering process of Pune
Municipal Corporation for one year, and the L2 bidder will be asked, if he is ready to
work at the rate lower than L1 bidder, his offer will be accepted and work will be
awarded to him after payment of necessary additional security deposit.
iv. The Additional Security Deposit of Successful bidder will be refunded after completion
of work and payment of final bill.
8 TIME LIMIT FOR COMPLETION OF WORK:
The time limit for completion of work is 24 (Twenty-Four) calendar months including
Monsoon. This will be counted from the date of issue of work order.
9 ISSUE OF BLANK TENDER FORM: -
Registered bidders can avail and download the e-tender document from website
www.mahatenders.gov.in from 06/11/2023 to 04/12/2023 up to 3.00 PM. A pre-bid meeting
will be held on 21/11/2023 at 11.00 am at the Office of the Municipal Commissioner, Pune
Municipal Corporation, Shivajinagar, Pune- 411005.
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
4
10 LAST DATE OF SUBMISSION: - Tender shall upload through online on website –
www.mahatenders.gov.in up 04/12/2023 up to 3.00 PM only.
11 PLACE OF SUBMISSION: -
1. Tenders are to be submitted by e - tendering process on web site as stated in this
document. The contractors registered for e-tendering system will be given Digital
Key & only those registered contractors who deposit the cost of blank tender form
and EMD by e-gate way system are permitted to submit the tenders by e-tendering
System. Registered Contractors are advised to pay cost of blank tender form &
earnest money deposit by gateway system to PMC as stated on PMC website and
in demonstration menu highlighted on this website. All bidders are advised to
submit their financial offers by e-tendering system only and not by submitting in
hard copies (conventional system). However, the soft copies for study and
information are available on web site www.mahatenders.in
2. The Tenders shall upload on PMC website the documents listed in the check list
(Sr. No. 1 to 12) as stated. PMC authorities shall verify such uploaded documents
in comparison with the original documents (original documents which are scanned
and uploaded) and any discrepancy in such scanned documents and original
documents is detected, the offer submitted by the concerned bidder shall be
treated as non- responsive and hence will not be opened. As such the bidder shall
produce such original documents for verification to PMC authorities at the time of
opening. If the bidder fails to produce such original documents for verification,
which is an essential step to compete in financial bid process, his submittedbid
shall be treated as non-responsive.
3. The Bidder shall submit the hard copy of their technical bid to the Projects
department within 3 days’ after last date of submission of bid.
12 DATE AND PLACE OF OPENING OF TENDER: -
The bids will be opened online on 05/12/2023 @ 3:00 PM in the presence of the
intending bidder or their authorized representatives who may choose to remain
present. Following procedure will be adopted for opening of the tender:
First of all, documents mentioned in the checklist of the tender will be opened to verify
its contents as per the requirements. If the various documents contained in this
checklist do not meet the requirements of the PMC, a note will be recorded
accordingly by the bid opening authority and the financial offer of such bidder will not
be considered for further action but the same will be rejected.
a) The technical bid evaluation of the bidders will be done after verification of
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
5
the original certificates / documents (scanned copies uploaded online towards
qualification criteria furnished by the bidders.)
b) The report of the Technical bid scrutiny shall be available on the PMC website
for 3 days after uploading of the Scrutiny Report. The prospective bidders
may submit their queriesin writing to the Executive Engineer within 3 days of
uploading of Scrutiny Report. Any query after 3 days of uploading of the
Scrutiny Report shall not be entertained.
c) The bidders shall be required to furnish a declaration in online stating that the
soft copies uploaded by them are genuine. Any incorrectness/ deviation
noticed will be viewed seriously apart from cancelling the work duly forfeiting
the BID Security including suspension of business.
After opening of check list documents if contents of the same are found to
be acceptable to the PMC and the EMD is deposited with PMC by gate way
system then only the financial offer shall be opened.
d) The successful bidder shall furnish the duly signed print outs of blank bid
documents including CSC/CSD and addendum if any, before concluding the
agreement.
13 COST OF BLANK TENDER FORM (NON-REFUNDABLE): -
a) Blank tender form cost per set is Rs. 59,179/- (Rs. Fifty-Nine thousand One
Hundred Seventy-Nine only) and should be deposited by PMC gateway
system only through online.
b) The Tender Form Fee will not be refunded under any circumstances.
14 VALIDITY OF THE OFFER: -
a) It is a firm and irrevocable offer, and shall remain valid and open for a period
of 120 days from the last date of submission of the tender. Non-
adherence to this requirement will be a ground for declaring the Proposal as
non-responsive. In exceptional circumstances, PMC may solicit the Bidder’s
consent for extension of the period of bid validity. The request and response
shall be in writing. A Bidder accepting PMC’s request for validity of offer
extension shall not be permitted to modify his offer.
b) The above work will be carried out under the supervision of the appointed
Project Management Consultant of PMC, and by the Engineer-in-charge of
PMC with their representatives.
15 ELIGIBILITY OF TENDERER: - (QUALIFICATION CRITERIA)
a. This invitation is open to all prospective Bidders who have the required capacity and
competence to carry out the work as per the post-qualification criteria presented
herein.
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
6
b. To be eligible for award of the contract the tenderer shall provide satisfactory
evidence to the PMC of their eligibility, capability and adequacy of resources to carry
out the work / contract effectively as per check list provided in the tender document.
c. Any tenderer meeting minimum qualifying criteria in terms of Financial and Work
Experience in construction of River Bridge/Flyover/ROB/ Bridge with Viaduct/Grade
separator etc. subject to the provisions of this tender document will be pre-qualified.
d. For evaluation under the Financial Capability and Work experience / technical
capabilities, the strength of the Bidding Company only (as a sole Contractor) shall
be considered.
e. Joint ventures or Consortium is not allowed.
f. The bidding company or group company or subsidiary company those who
have entered into Corporate Debt Restructuring (CDR) and those who are in
process of Corporate Debt Restructuring (CDR) are not eligible to participate
for this tender.
g. To qualify for award of work, the Bidder shall have in its name and furnish the
information detailed out below-
i) Valid Registration Certificate under GST
ii) Income Tax returns filed during last 5 years along with Audited balance
sheet.
iii) Income tax PAN Card
iv) Copies of documents defining the constitution or legal status, place of
Registration and principal place of business; written power of attorney of the
Signatory of the Bid to commit the Bidder;
v) Total monetary value of construction work performed for each of the last five
years;
vi) Experience in works of a similar nature and size for each of the last five
years, and Details of works under way or contractually committed; and
clients who may be Contacted for further information on those contracts;
vii) Major items of construction equipment proposed to carry out the Contract;
viii) Qualifications and experience of key site management and technical
personnel proposed for the Contract;
ix) Evidence of adequacy of working capital for this contract (access to line (s)
of credit and availability of other financial resources);
x) Authority to seek references from the Bidder's bankers;
xi) Information regarding any litigation or arbitration resulting from Contracts
executed by the Bidder in the last five years or currently under execution.
The information shall include the names of the parties concerned, the
disputed amount, cause of litigation, and matter in dispute;
h. To be eligible for the work, the Bidder must have completed the similar work i.e.
river bridge/flyover/ROB/RUB/Grade Separator etc. during last five years as below.
i. One similar work having cost not less than 80% of the cost put to
tender. or
ii. Two similar works having cost not less than 50% of the cost put to
tender. or
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
7
iii. Three similar works having cost not less than 40% of the cost put to
tender.
In case the similar works includes river bridge/flyover/ROB/RUB/Grade
Separator etc. as well as road work, the cost of the river bridge/flyover/ROB/
RUB/Grade Separator works will only be considered for eligibility. The
Certificate issued by Client shall show the bifurcation of the works clearly.
The above works should have been completed during any of the last five
years from the Date of Notice Inviting Tender. Work directly carried out by
the bidder for Govt./ Semi Govt. Organization/ Local Bodies shall only be
considered. The work completion Certificate from the Officer of rank not less
than Executive Engineer shall be attached to support the eligibility criteria
satisfaction.
The Cost shall be updated to March 2023 price level by weightage of 10%
per year as below.
Financial Year of completion of work Multiplying factor
2022-23 1.00
2021-22 1.10
2020-21 1.21
2019-20 1.33
2018-19 1.46
iv. The Bidder must have completed minimum quantities of items as
mentioned below in any single year during the last five years. Work
directly carried out by the contractor for Govt./ Semi Govt. Organization shall
only be considered. No sub-contracting work carried out by bidder shall be
allowed.
Structural Concrete
of Grade M 30 and
more (Cum)
High Tension
Steel Strands
(MT)
Reinforced
Earth WALL
( Sq. M)
Structural Steel
(MT)
5084 31 1426 285
The Bidder shall submit the certificate issued by the officer not below the
rank of Executive Engineer as a proof of execution of above quantities.
v. Bidder’s Maximum Annual Turnover during last five years shall be
more than 75% of Annual Project Cost put to tender.
Annual Project Cost = Cost put to Tender / Time Limit in Years
The Turnover of previous years shall be updated to March 2023 price level
by weightage of 10% per year
The certificate for this should be certified by the Chartered Accountant (C.A.)
and shall be enclosed.
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
8
vi. Liquid assets and/or credit facility of not less than 20% of the Cost put to
Tender. (Credit lines/ letter of credit / Solvency Certificate of a Nationalized/
Scheduled Bank should be attached.) Bank Solvency Certificate of minimum
20% of Estimate cost put to the tender available for this project. (The Bank
certificate shall be for this project with name of the project on it)
VII. BID CAPACITY: -
Bid Capacity of Bidder shall be at least equal to cost of project as per the
details elaborated below:
The bidder who meets the minimum qualification criteria as specified above
will be qualified only if their available bid capacity is more than or equal to
Cost of project for which he has offered his bid.
The available bid capacity will be calculated as below:
Assessed Available Bid Capacity = (A x N x 1.5 - B)
A = Maximum value of civil engineering works executed in any one year
during the last five years (updated to 2023 level by factor of escalation of
10% per year, for preceding years) taking into account the works completed
as well as works in progress
N = Number of years prescribed for completion of the works for which bids
are invited
B = Value, at 2023 price level, of existing commitments and on-going works
to be completed during the N years.
Note:- 1) The contractor should enclose calculations showing available bid
capacity certified by the Chartered Accountant.
2) The statements showing the value of existing commitments and on-going
works as well as the stipulated period of completion remaining for each of
the works lists should be countersigned by the respective Employer or his
authorized representative, not less than the rank of Executive Engineer.
i. The bidder should have experience of detailed structural design of Railway Over-
Bridge, Flyover or River Bridge with Pre Stressed Concrete Superstructure, carried
out either departmentally (Own design cell) or through an agency appointed as
Design Consultant. The design Consultant should have designed PSC Bridge/PSC
I Girder Bridge (on Road or Railway/River). Design Consultant shall be got approved
from Engineer in charge prior to execution of work.
j. All bidders shall provide in Forms of Bid and Qualification Information
Statement/Form Nos. I to IV of Volume I, a preliminary description of the proposed
work method and schedule, including drawings and charts, as necessary
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
9
k. The minimum equipment required with Tenderer (Ownership/ hire) Documents of all
the machinery are to be attached) is as follows.
List of equipment and machinery required is enlisted in table given below
Sr.
No.
Type of Equipment
Max. age
as on
31/03/23
Capacity
Nos.
Required
Remark
1. Excavator 10 1.25 Cum 5 Owned/Hired
2. JCB/Loader 10 0.50 Cum 3 Owned/Hired
3. RMC Plant With
Computerized Controls
Connected to Printer to
take prints of batch slips
10 Min.
30 Cum
2 Min. One
Owned
4. Concrete Pump 10 2 Owned
5. Concrete Boom Placer 5 1 Owned/Hired
6. Transit Mixers 10 6 Cum 10 Min. 5 Owned
7. Crane 10 Required
capacity
4 Owned/Hired
8. WMM Plant 10 - 1 Owned/Hired
9. Hot Mix Plant (Batch Type) 10 Min. 120 TPH
capacity
1 Owned/Hired
10. Motor Grader 10 Engine output
above 150 kw
1 Owned/Hired
11. Vibratory Soil Compactor 5 Min. 10 T
operating wt.
2 Min. 1 Owned
12. Tendom Vibratory Roller 5 Min. 8 T 2 Owned/Hired
13. Water Tanker/Sprinklers 5 - 2 Owned/hired
14. Dumper/Tipper 10 - 8 Owned/hired
15. Dewatering pump sets of
10 HP each.
5 4 Owned/Hired
16. Generator 33 KVA 5 2 Owned/Hired
17. Air Compressor 5 2 Owned/Hired
18. Concrete Vibrators
i) Internal
ii) Form Vibrators
5
5
- 8
6
Owned
Owned
19. Survey Equipment
i) Total Station
ii) Auto Level
5
1
-
1
2
Owned
Owned
Notes:-
a. For RMC Plant, Concrete Pump and Transit Mixers, the Tenderer shall submit the proof
of ownership.
b. For all other machinery excluding RMC plant, Concrete Pump and owned Transit Mixers,
the tenderer should submit duly notarized undertaking on Rs. 500 stamp paper for
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
10
deployment of plants and machinery mentioned above along with any other machinery as
and when required for execution of the work.
The above list is for minimum machinery required for the project. If any additional machinery
is required for execution of the work, the Contractor shall deploy the same without any extra
payment.
The Contractor shall deploy/establish the Automatic Concrete Weigh Batching Plant
with Pan Mixing arrangements on site or within 20 Km from any one of the sites. The
contractor has to bear all these costs in his rate/offer/bid quoted. If the distance of tenderer’s
Automatic Concrete Weigh Batching Plant is more than 20 Km from the site, then the
Contractor should establish his Concrete plant within 20 Km from site within 2 months from
date of issue of the work order. If contractor fails to establish the plants within period up to 2
months irrespective of work, the PMC reserves the right to terminate the contract and forfeit
the security deposit.
The contractor/tenderer should submit his undertaking on his letter head stating “the above
stipulations as per plant/plants locations” in technical submission. If Contractor fails to submit
the same, PMC reserves the right to reject the tender.
Batch mixing Plant (viz. Wet mix, GSB, Bituminous items)
The contractor shall provide hot mixing batching plant (minimum 120 TPH) for all asphalting
works and Ready Mix batching plant for concrete work; which shall have an in built
Programmable Logic Controller (PLC). The batch mixing plant shall sense data like aggregate
weight & temperature of batches through the digital sensors and logic controller.
The contractor must deploy the required machineries on site. The Own/hired Hot Mix plant
should be within 40 km lead from the site.
Based on the studies, carried out by the Engineer the minimum suggested major equipment
to attain the completion of works in accordance with the prescribed construction schedule
are shown in the above list.
The bidders should, however, undertake their own studies and furnish with their bid, a
detailed construction planning and methodology supported with layout and necessary
drawings and calculations (detailed) to allow the employer to review their proposals. The
numbers, types and capacities of each plant/equipment shall be shown in the proposals
along with the cycle time for each operation for the given production capacity to match the
requirements.
15.1 Sub-contractors' experience and resources shall not be taken into account in Determining
the bidder's compliance with the qualifying criteria except to the extent stated above
15.2 Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified and/ or forfeiture of EMD if they have:
a) Made misleading or false representations in the forms, statements and
b) Attachments submitted in proof of the qualification requirements; and/or
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
11
c) Record of poor performance such as abandoning the works, not properly
Completing the contract, inordinate delays in completion, litigation history, or
financial failures etc.;
d) PMC will reserve the right to qualify or disqualify bidders and to open financial
envelope no. 2.
16 PRE-TENDER CONFERENCE: -
a. Pre-Tender conference is open to all eligible tenderers and will be held on 21/11/2023 @
11:00 AM in the office of the Municipal Commissioner, Pune Municipal Corporation, wherein
the prospective tenderers will have an opportunity to obtain clarifications regarding the work
and the tender conditions.
b. The prospective tenderers are free to ask for any additional information or
clarification either in writing or verbally. The Bidders may also raise their queries through
mail on email id ceproject@punecorporation.org. The bidders shall mail their queries before
the pre-bid meeting which is to be held on 21/11/2023. Any queries mailed after pre-bid
meeting will not be taken in to account for any clarification. The clarifications to the queries
of the prospective bidders same will be given during pre-bid meeting and this clarification
referred to as “Common Set of Deviations” will be applicable to all tenderers. Common set
of deviations, if any, issued by PMC will form part and parcel of the tender documents.
c. The tender submitted by the tenderer shall be strictly as per NIT and Corrigendum/
Addendum issued by the Chief Engineer (Projects). The tender offer shall be
unconditional. Conditional tenders/offers will be summarily rejected.
d. All tenderers are cautioned that, the tender containing any deviations from the
contractual terms and conditions, specifications, or other requirements will be rejected as
non-responsive.
17 COST OF BIDDING:
The tenderer shall bear all costs associated with the preparation and submission of the bid
and the employer will in no case be responsible and liable for those costs.
18 SITE VISIT:
The Tenderer, at his own cost, responsibility and risk is encouraged to visit and examine
the site of works and its surrounding and obtain all information like availability of
construction materials, natural terrain, status of road work, extent and possibility of
underground and overhead utilities, local physical and social conditions, condition of strata
etc. that may be necessary for preparing the bid and entering into a contract for construction
of the works.
The soil investigation information and the bore-log details furnished in the tender
documents are only indicative and for general guidelines. If Tenderer felts underground soil
exploration is necessary, the same may be ascertained by him at his own expenses during
the course of visit to site. The contractor shall be responsible for his own interpretation of
the information furnished in the tender.
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
12
The detailed information regarding existing utilities is not available with PMC. If Tenderer
felts these details are necessary, the same may be ascertained by him at his own expenses
during the course of visit to site. The contractor shall be responsible for his own
interpretation of the information furnished in the tender.
The contractor shall be deemed to have collected information having regard to
consideration of cost and time before submitting his tender as to,
a) the form and nature thereof including surface conditions.
b) the hydrological and climatic conditions.
c) the extent and nature of work and materials necessary for execution and completion
by the works and remedying of any defects therein.
d) the means of access to the site and the accommodation he may require
a) risks, contingencies and all circumstances which may influence or affect his tender.
b) Local conditions.
Thus, the contractor shall be deemed to have satisfied himself as to the correctness and
sufficiency of the ‘Tender’.
The costs of visiting the sites and collecting the necessary information shall be borne by
Tenderers.
19 MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS
19.1 Bid shall be submitted by e-tendering system. For this purpose, Bidders are required to
register themselves with Civil Engineering Department of PMC.
19.2 Bid shall be submitted by e-tendering process only on PMC website.
19.3 The following procedure shall be followed in e-tendering.
a The Bidder registered for e-tendering system will be allotted a Digital Key and only such
registered Bidders shall submit the bids by e-tendering System. Registered Bidders
shall pay cost of blank tender form and Bid Security by gateway system to PMC.
b The bid shall be submitted online only in Technical and Financial bid format only. All
documents stated in the qualification criteria should be duly signed by the bidder, shall
be scanned and uplinked on PMC website.
c Bidders are advised to submit their offers by e-tendering system only and not by
submitting in hard copies (conventional system). The soft copies of the bid document
for study and information are available on website www.mahatenders.gov.in
19.4 All documents stated, shall be submitted online only by the bidder. The bidder shall strictly
ensure that all such attachments are complete and signed in all respects before he scans
the documents and Upload it on PMC website. Bids which do not satisfy the requirements
stated will be treated as non-responsive.
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
13
19.5 The bidder shall quote his offer on the bid forms as prescribed in template available online
at the appropriate place. He shall not quote his offer anywhere directly or indirectly.
19.6 Price quoted online in template provided online only would be considered for evaluation.
20 OPENING OF TENDER
The bids will be opened online on the date specified above (if possible) in the presence
of the intending bidder or their authorized representatives who may choose to remain
present. Following procedure will be adopted for opening of the tender: First of all
documents mentioned in the checklist of the tender will be opened to verify its contents
as per the requirements. If the various documents contained in this checklist do not meet
the requirement of the PMC, a note will be recorded accordingly by the bid opening
authority and the financial offer of such bidder will not be considered for further action but
the same will be rejected.
a The technical bid evaluation of the bidders will be done after verification of the original
certificates/ documents (scanned copies uploaded online towards qualification criteria
furnished by the bidders.)
b The report of the Technical bid scrutiny shall be available on the PMC website for 3
days after uploading of the Scrutiny Report. The prospective bidders may submit their
queries in writing to the Executive Engineer within 3 days of uploading of Scrutiny
Report. Any query after 3 days of uploading of the Scrutiny Report shall not be
entertained
c The bidders shall be required to furnish a declaration in online stating that the soft
copies uploaded by the mare genuine. Any incorrectness/ deviation noticed will be
viewed seriously apart from canceling the work duly forfeiting the BID Security including
suspension of business. After opening of checklist documents if contents of the same
are found to be acceptable to the PMC and the EMD is deposited with PMC by gate
way system then only the financial offer shall be opened.
d The bids will be opened online on 05/12/2023 @ 3:00 PM if possible in the presence
of the intending bidder or their authorized representatives who may choose to remain
present. Following procedure will be adopted for opening of the tender: First of all, check
list documents of the tender will be opened to verify the contents as per the
requirements. If the various documents contained in this check list do not meet the
requirements of the PMC, a note will be recorded accordingly by the bid opening
authority and the financial offer of such bidder will not be considered for further action
but the same will be rejected.
A) The technical bid evaluation of the bidders will be done after verification of the original
certificates / documents (scanned copies uploaded online towards qualification criteria
furnished by the bidders.)
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
14
B) The bidders shall be required to furnish a declaration in online stating that the soft copies
uploaded by them are genuine. Any incorrectness / deviation noticed will be viewed
seriously apart from canceling the work duly forfeiting the BID Security including
suspension of business.
21 Condition applicable to all works.
Star Rate
Applicable for Reinforcement Steel, Cement and Bitumen,
Structural Steel.
Price Escalation clause
Applicable for Labour, Material and fuel & lubricant (Max. 5%
of Accepted Contract Price excluding GST, Royalty and
Testing). The limit of 5% will be applicable up to the
completion of work.
Item not included in
Tender
a. If tender rate is above, rate will be at par as per Current
DSR
b. If tender rate is below, rate will be as per tender quoted
rate on Current DSR
(above or below will be worked out based on the cost put to
the tender and the quoted price including Lump sum (Part
1) and Misc. Works (part 2) as per Form of Tender - Financial
Offer)
Escalation shall not be applicable to Extra items
The Reinforcement steel shall be TMT Fe 500 grade confirming to IS 1786. The approved
manufacturers for procurement of reinforcement steel are – RINL, SAIL, Tata and JSW.
The Contractor shall use the reinforcement steel from any of these manufacturers. The
steel from any other source will not be allowed. Only OPC 43/53 Grade cement confirming
to latest edition of IS:8112/IS:12269 shall be used for all Concrete works.
22 RIGHT RESERVED:-
Right to reject any or all tenders without assigning any reason is reserved with
Municipal Commissioner, Pune Municipal Corporation, Pune whose decision will be
final and legally binding on all the tenderers.
i) The Municipal Commissioner, Pune Municipal Corporation at their discretion may
extend the dead line for submission of tender by issuing an amendment.
ii) The Municipal Commissioner, Pune Municipal Corporation shall have the right to
revise or amend the contract document prior to receipt of tender.
23 PROCESS TO BE CONFIDENTIAL: -
Information relating to the examination, clarification, evaluation and comparison of bids and
recommendations for the award of a contract shall not be disclosed to bidders or any other
persons not officially concerned with such process. Any effort by a bidder to influence the
PMC’s processing of bids or award decisions may result in the rejection of his bid.
24 POWER OF ATTORNEY:
Pune Municipal Corporation
A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover /
Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune
Contractor: No. of Corrections Executive Engineer
15
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, along with the
tender.
25 ENQUIRIES
Clarifications before pre bid conference, if any, can be sought from:
The Chief Engineer (Projects),
Pune Municipal Corporation,
3rd
Floor, PMC Main Building,
Shivajinagar, Pune - 411 005.
26 There is no provision for arbitration. The disputes between contractor and PMC will be
dealt with as per provisions of contract. In case of dispute the decision given by the
Municipal Commissioner, PMC will be final and binding on the contractor. However, if the
contractor lodges the case in court of law, the PMC has full power to withdraw the work
and allot the same to other agency at the risk and cost of the contractor. In this case no
claim of the contractor will be entertained. The contractor should lodge the case in court
of law in the jurisdiction of Pune District Court.
27 DISCLAIMER
Every effort is being made to keep the Website up to date and running smoothly 24X7.
However, PMC takes no responsibility, and will not be liable for, the website being
temporarily unavailable due to any technical issue at any point of time. In that event PMC
will not be liable or responsible for any damages or expenses arising from any difficulty,
error, imperfection or inaccuracy with this website, it includes all associated services, or
due to such unavailability of the website or any part there of or any contents or any
associated services.
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
16
STATEMENT / FORM NO. I
Details of work tendered for and in hand as on the date of submission of this tender
Name of the Tenderer :
Sr.
No.
Name of work Name of
employer
Place
and
Country
Work in hand Anticipated
date of
Completion
Works tendered for
Contract
Cost
Cost of
remaining
work
Estimated
Cost
Date when
decision is
expected
Stipulated date
or period of
completion
1 2 3 4 5 6 7 8 9 10
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
17
STATEMENT / FORM NO. II
Details of completed work of similar type and magnitude by the Contractor during last 5 years.
Name of the Tenderer :
Sr.
No.
Name of Work Name of
employer
Cost of work Date of issue of
work order
Stipulated date of
Completion
Actual date of Completion
1 2 3 4 5 6 7
A)
B)
C)
D)
E)
F)
G)
H)
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
18
STATEMENT / FORM NO. III
Details of Plants and Machinery proposed to be used/ deployed and immediately available with the tenderer for this work and the
manner in which it is proposed to be procured.
Name of the Tenderer :
Sr.
No
.
Name of Equipment
Max. age as
on 31/03/2019
Capacity No. of Units
Kind and
make
Age and
Condition
Present
Location
1 2 3 4 5 6 7 8
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
19
STATEMENT / FORM NO. IV
Technical personnel with the tenderer for this work and personnel to be deployed on this work.
Name of the Tenderer :
Sr.
No.
Name of Person Qualification Whether working in
field or in office
Experience of
execution of
similar works
Period for which
the person is
working with the
Tenderer
1 2 3 4 5 6
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
20
CHAPTER - II
INSTRUCTIONS TO TENDERER
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
21
CHAPTER - II
PUNE MUNICIPAL CORPORATION, PUNE
INSTRUCTIONS TO TENDERER
TENDER DOCUMENTS :
1.1. CONTENTS OF TENDER DOCUMENT :
a) The tender document for the purpose of this tender is issued in three volumes which include
the following documents together with any addendum (Common set of Deviation) thereto.
Volume-I: Includes tender notice, instructions to tenderers, Undertakings, conditions of
contract, Additional conditions, special conditions, General conditions, price
variation clause, Sample forms.
Volume-II: Includes Scope of work, Design criteria for Tenderers, Technical
specification, financial bid, schedule of interim payments, schedule of
variation, tender form ‘C’ Declaration forms, and program of work.
Volume III: Tender Drawings
CSD Common set of deviation issued after pre-bid conference indicating
clarification, amendments if any.
b) The tenderer is expected to examine carefully all instructions, conditions, terms,
specifications and drawings of the tender documents. Failure to comply with the
requirements of tender submission will be at tenderer’s risk and results in rejection of
tender.
1.2. AMENDMENTS TO TENDER DOCUMENTS:
a) At any time prior to the dead line for submission of tender, the PMC may for any reason,
whether at his own initiative or in response to a clarification request, modify the tender
document by issuing an addendum/addenda/Common Set of Deviation, the addendum will
be sent in writing to all prospective tenderers who have purchased the tender document for
interpretation in the tender and will be binding on them.
1.4. TENDER PRICES:
a) The tenderer shall quote his single lump sum offer in the template of online envelope no 2
to be submitted as per procedure laid down in Clause ‘b & c’ as under.
b) The lump sum price quoted by the tenderer shall include all the costs, towards designing,
drawings, getting the same checked and approved as per requirements of PMC,
preparation of detailed working drawings (including approval thereof), executing and
completing the works as per defined scope of work and based on design criteria for
tenderer’s proposal including rectifying any defects therein. The lump sum offer shall
provide for all superintendence labour, material, plant, equipment, site offices, laboratory
and vehicles, and all other things required for completion of work including all taxes like
Cess duties, etc. testing charges including 10 % testing at approved third party laboratory
and such charges except for the exemptions provided for in the contract.
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
22
c) The contractor has to carry out shifting of all existing utilities and services if any fouling in the
area of project as per direction of engineer. The payments will be made as per tender rates.
The work will be measured as actual executed on site. The coordination and approval of
concern utility/service provider has to be obtained by contractor. There are some of utilities
which are unknown, with the permission of user department contractor may be asked to
remove the services.
1.5. TENDER LIABLE FOR REJECTION:
a). The tender is likely to be rejected if on opening it is found that
i) The tenderer has not strictly followed the procedure laid down for submission of
tender.
ii) The tenderer has proposed conditions which are inconsistent with or contrary to the
terms and conditions specified.
iii) Additions, corrections or alterations are made by the tenderer on any page of the
tender documents.
iv) Any page or pasted slips are missing.
v) The tenderer has not signed the tender with seal.
vi) The tenderer has specified any additional condition.
vii) The tenderer has not attached the addendum to the main tender form.
viii) The tenderer has not attached Common Set of Deviations. (CSD)
ix) in case the technical proposal of tender who has quoted lowest price and who has
satisfied other criteria is not conforming to the stipulations made, the tenderer
without revising the cost shall modify the same to conform to the stipulations. If the
tenderer refuses to modify this, then the tender shall be treated as non-responsive
and rejected
1.6. CORRECTION OF ERRORS:
If there is any discrepancy between the offer quoted in figures and in words, the lower of
the two shall be treated as the offer. The decision Chief Engineer (Projects), PMC in this
regard will be binding on contractor.
1.7. AWARD CRITERIA
The PMC may award the contract to the successful bidder whose bid has been determined
to be substantially responsive and has been determined as the lowest evaluated bid,
provided further that the Bidder to be qualified to perform the contract satisfactorily. The
prospective responsive bidder will be given letter of acceptance/ work order asking him to
fulfill the agreement on requisite stamp papers and pay necessary security deposit required
and also to fulfill the other requirements as directed by Engineer In-Charge. The cost of
requisite stamp papers has to be borne by the contractor.
1.8. DECIDING AWARD OF CONTRACT
The process of decision and award of the contract shall be as under:
(a) Only those Bids, which are found to be substantially responsive, shall be
considered. The Envelope-II of non-qualifying bids shall be retained unopened.
Only bids that qualify shall be considered for further evaluation. The decision of the
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
23
PMC regarding the Technical Evaluation, qualification, and opening of bids shall be
final and binding on all bidders.
(b) Bidders who qualify as aforesaid shall furnish detailed cost breakup/ rate analysis
and other clarifications to the proposal submitted by them as may be requested by
the PMC to evaluate the reasonableness of the bid.
(c) The bidder who qualifies and with the lowest Evaluated Bid Price, determined may
be invited for further negotiations as may be necessary. If the negotiations with the
firm are successful, the award will be made to that bidder. If, however it is seen that
a contract with reasonable terms cannot be concluded with the bidder with the
lowest evaluated bid, the bidder with the second lowest evaluated bid will be invited
for negotiations. The process will be repeated until an agreed contract is concluded.
(d) The acceptance of the tender rests with the competent authority of Pune Municipal
Corporation, Pune. The right to reject any or all the tenders without assigning any
reason thereof is reserved by Pune Municipal Corporation, Pune. The tenderer
whose tender is accepted will have to enter into a regular agreement in the type &
form prescribed by Pune Municipal Corporation, Pune & abide by all the rules
and regulations embodied therein.
(e) No corrections, additions or alterations in the tender document shall be made. No
special stipulations in the tender document shall be permitted.
(f) The tender shall be liable to be rejected outright if;
i. If the specified Earnest Money in specified form is not paid.
ii. The tenderer proposes any conditions & alterations in the conditions of the
tender.
iii. Any erasures are made in the tender documents.
iv. If Contractor’s technical note containing method of execution and work plan
not enclosed.
(g) If the tendering contractors are a firm or company, they shall, in their forwarding
letter should mention the names of all the partners of the firm or the company as
the case may be and the names of the partners who hold the power of attorney
authorizing him to conduct transactions on behalf of the Company / Firm. Copy of
power of attorney duly signed by all partners shall be enclosed in Envelope-I.
(h) Conditions and Scope of Work of the contract are subject to amendment till the time
of acceptance of the tender.
(i) The notes and conditions stipulated in this notice will form a part of the agreement.
1.9. NOTIFICATION OF AWARD FURNISHING PERFORMANCE SECURITY AND SIGNING
OF AGREEMENT
The Bidder whose Bid has been accepted will be notified of the award by the PMC prior to
expiry of the bid validity period by personally or e-mail, fax confirmed by registered letter.
This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”)
will state the sum that the PMC will pay to the Contractor in consideration of the design,
drawings, execution, completion, any defects rectification in DLP and maintenance of the
service road of the Works by the Contractor as prescribed by the Contract (hereinafter and
in the Contract called the “Contract Price”)
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
24
The notification of award will constitute the formation of the Contract, subject to furnishing
of a Security Deposit. The PMC shall notify the successful bidder that the bid has been
accepted and that he should present himself for signing the Agreement.
1.10 FOR SPECIAL ATTENTION OF TENDERER:
The tenderer is expected to visit the site before quoting the tender and get fully acquainted
with the site conditions and site requirements.
The tenderer shall study the traffic volume and evolve a diversion scheme for traffic and
get it approved from PMC and concern department. It will be the responsibility of contractor
to obtain necessary permission for diversion from concerned department and to ensure that
the traffic on roads shall be uninterrupted.
There may be some local problems, which will be required to be tackled by the contractor.
Local suppliers may create problems for supply of sand and metal during execution, which
shall have to be solved by the successful bidder. On this account no extension of time limit
will be granted, nor any compensation will be given.
Police protection, if considered necessary will have to be arranged by the contractor at his
own cost.
Power and water supply required for work and labours etc. have to be arranged by the
contractor. Pune Municipal Corporation, Pune does not take any guarantee for power
and water supply at the site.
Pune Municipal Corporation, Pune staff will, however, extend help in solving local
problems for obtaining permission, obtaining power supply etc.
1.11. Instructions regarding work to be done will be given to the contractor from time to time. No
compensation & extension on this account will be given to the contractor.
1.12. The Contractor shall make himself aware of the possible underground utilities along the
alignment of the road.
1.13. Contractor shall make his arrangement for temporary approach road and material stacking
yards etc. at his cost. The Contractor will not be allowed to stock the material on existing
road within right of the way.
1.14 The contractor shall work as per instructions given by the authorized person appointed by
PMC.
1.15. The dewatering as required due to storm water, underground seepage/ rain water and from
any other sources etc. is an incidental activity to work and cost shall be included in Lump-
sum rate. No separate payment will be made for dewatering.
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
25
CHAPTER - III
ADDITIONAL CONDITIONS OF CONTRACT
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
26
CHAPTER - III
PUNE MUNICIPAL CORPORATION, PUNE
ADDITIONAL CONDITIONS AND INSTRUCTIONS TO TENDERERS
Name of the Owner: PMC
In all the contents mentioned anywhere in this tender, the owner is Pune Municipal Corporation
and the competent authority of the Pune Municipal Corporation at appropriate level. The use of
word 'Corporation' or PMC anywhere in the contents, to mean the owner of work shall have by
similar and same meaning as in use Pune Municipal Corporation.
1. COMPETENCY OF TENDER:
The work will be awarded only to the bidder whose bid is considered as responsive, capable of
performing the class of work specified. Before passing the final award, any or all bidders may have
to demonstrate that he has the necessary experience facilities, abilities, manpower & financial
resources to execute the work in satisfactory manner & also within the stipulated time. The bidder
may also be required to furnish to the PMC, a statement in respect of their experience and financial
resources.
2. PAYMENTS:
The tenderers must understand clearly that the rates quoted are for completed items of work &
include all taxes excluding GST, cost due to labour, all leads & lifts involved & scaffolding, plants,
supervision, service roads, diversion, dewatering, power, etc. and to include all expenses to cover
the cost of night and round the clock working as and when required. No claim for additional payment
beyond the prices or rates quoted will be entertained & the contractor will not be entitled
subsequently to make any claim on the ground of any representation or on any promise by any
person or on the ground of any failure on his part to obtain all necessary information for the purpose
of making his tender and fixing the several prices and rates therein and shall not relieve him from
any risks or liabilities arising out of or consequence upon the submission of the tender. Labour
welfare tax (Cess) 1% will be deducted from contractor’s RA bill in addition to IT & GST.
3. ERASURE:
Persons tendering are informed that no deletion or any alteration by them in the text of the
documents set herewith will be allowed. Any such deletion, or any alteration will be disregarded
and the tender may be treated as non-responsive.
4. ACCEPTANCE:
Intimation of acceptance of tender will be given by an email or a letter sent by Registered Post to
the address given in the tenders below the signature of the tenderer. The tenders not fulfilling
conditions mentioned in the document and/or incomplete in any respect shall be liable for rejection.
5. ADDITIONAL PRECAUTIONS TO BE TAKEN BY THE CONTRACTOR TO PREVENT
ACCIDENT:
These are in addition to and over and above those mentioned elsewhere in the contract documents.
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
27
a) The Contractor shall deploy full time safety officer at site to monitor the safety of workers
as well as commuters.
b) As the workers have to work at height and on busy traffic area adequate safety measures
like barricades, caution boards, safety nets etc. should be taken by the contractor.
c) The Workers working at heights shall compulsorily use Safety Belts. All workers shall use
safety helmets, florescent jackets etc.
d) No live electric lines should be allowed to run along the ground. No blasting is permitted.
e) Only trained and experienced hands should be allowed to handle all works in the scope of
tender.
f) Machinery in good working condition shall only be deployed for work.
6. CONTRACTORS TO GET ACQUAINTED THEMSELVES FULLY:
6.1 The contractor shall be deemed to have carefully examined the work and site conditions
including labour, the general and the special conditions, the specifications, schedules, drawings
and shall be deemed to have visited the site of the work & to have fully informed himself regarding
the local conditions and carried out his own investigations to arrive at the rates quoted in the tender.
In this regard, he will be given necessary information to the best of knowledge of Department, but
without any guarantee to it.
If the bidder has any doubts as to the meaning of any portion of the general conditions, the
Special conditions, the scope of work, the specifications and drawings, or any other matter
Concerning the contract, he shall, in good time before submitting his tender, set forth, the
Particulars thereof and submit them to the Engineer in writing, in order that such doubts may
be clarified before pre-bid meeting. Once a tender is submitted the matter will be decided in
accordance with the tender conditions.
6.2. Languages(s) and Law
a) Language The language is English
b) Law The Contract shall be governed by and construed in accordance with
the governing law of India and also the laws in force in the State of Maharashtra and no
suit or other proceeding relating to the Contract shall be filed or taken by the Contractor in
any Court of Law except in the High Court of Mumbai which shall have exclusive jurisdiction
to hear and determine all actions and proceedings in connection with and arising out of the
Contract, and the Contractor shall submit to the jurisdiction of the aforesaid Court of Law
for the purpose of any such action and proceedings
6.3 Errors, Omissions and Discrepancies:
a) In case of errors, omissions and/or disagreement between written and scaled
dimensions in the drawings or between the drawing and specifications, etc., the
following order of preference shall apply.
i) Between scaled and written dimensions/description on a drawing, the latter
shall apply.
ii) Between the quantities shown in schedule of quantities and those arrived
from drawings, the later shall be prevail.
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
28
iii) Between the written description of item in the Schedule of quantities and the
detailed description in the specifications of the same item the later shall be
prevail.
b) In case of difference between the rates written in figures and words the lower of the two
shall be treated as the offer. The decision Chief Engineer (Projects) PMC in this regard
will be binding on contractor. In other cases, the correct rate would be that which is
lower.
c) In all cases of omissions and/or doubts or discrepancies in the dimension or description
of any item or specifications, a reference shall be made to the Engineer-in-Charge
whose elucidation, elaboration or decision shall be considered as authentic. The
Contractor shall be held responsible for any errors that may occur in the work through
lack of such reference and precautions.
6.4 Contract Documents
The following documents shall be part of the Contract
a) Any modification / amendments issued by Employer prior to tender submission date,
Correspondence between the employer and contractor after opening the bid and prior to
letter of acceptance.
b) Agreement on Stamp Paper.
c) Letter of Acceptance & Work Order.
d) Tender Notice & Detailed Tender Notice.
e) Tender Document Volume I, II and III.
f) Corrigendum and Common Set of Deviations if any.
6.5 Priority of Contract Documents
The several documents forming the contract are to be taken as mutually explanatory of one
another, but in case of any ambiguities or discrepancies the priority shall be as indicated
below:
1. Agreement.
2. Declaration of Contractor and printed ‘C’ form and schedules duly filled in.
3. Correspondence after submitting tender and before letter of acceptance
/Modifications /amendments/CSD.
4. Item-wise technical specifications.
5. M O R T & H Specifications for Roads and Bridges, ISI, IRC, B.I.S. codes of practice.
6. General Technical Specifications.
7. Additional Specifications
8. Scope of work.
9. Special Condition of Contract.
10. General Condition of Contract.
11. NIT Drawings
6.5 Mix Design:
a) CONCRETE MIX:
The minimum cement content and maximum water cement ratio permissible in the R.C.C. /PSC
components shall be as per MoRTH Specifications. It shall be mandatory to prepare detailed mix
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
29
design for all grades of concrete from the approved laboratory and mix design shall be got
approved from the Engineer-in-charge. No additional payment shall be made for additives & other
ingredients required to be used in the concrete. The additives to be added in the mix shall be of ISI
Standard and of approved brand. In case of change of source of material (cement aggregate,
admixtures) the mix design shall be redone and got approved from Engineer-in-charge every time
without any extra cost. Only Ready Mix Concrete is allowed for all concrete work.
b) ASPHALT MIX:
The minimum bitumen content shall be as specified in respective items specifications & other
components shall be as per MORTH Specifications. It shall be mandatory to prepare detailed mix
design for asphalt mix from the approved laboratory and job mix design shall be got approved from
the Engineer-in-charge. No additional payment shall be made for extra bitumen contents & other
ingredients if required to be used in the above mix. The additives to be added in the mix shall be
of ISI Standard and of approved brand. In case of change of source of material (aggregate,
additives) the mix design shall be redone and got approved from Engineer-in-charge every time
without any extra payment.
The minimum bitumen content for BM, DBM & BC shall be 4.00%, 4.50% & 6.00%
respectively.
6.7 Working Methodology and Progress Schedules:
a) The Contractor shall submit within the time stipulated by the Engineer-in-Charge, in
writing the details of actual methods that would be adopted by the Contractor for the
execution of any items as required by Engineer at each of the locations, supported
by necessary detailed drawing and sketches including those of the plant &
machinery that would be used, their location, arrangement for conveying and
handling materials etc. and obtain prior approval of the Engineer-in-Charge well in
advance of starting of such item of work. The Engineer-in-Charge reserves the right
to suggest modifications or make corrections in the method proposed by the
Contractor whether accepted previously, or not, at any stage of the work to obtain
the desired accuracy, quality & progress, which shall be binding on the Contractor.
No claim on account of such change in the method of execution will be entertained
by the Corporation.
b) Progress Schedule
The contractor, before commencement of the work, shall furnish resource based
activity linked schedule in the form of CPM/ PERT network chart and cash flow
requirements in the form of “S” curve in quadruplicate for the approval of Engineer.
c) The Contractor shall employ sufficient plants, equipment and labours as may be
necessary to maintain the progress schedules. The working and shift hours shall
be restricted to one shift a day. These shall not be varied without prior approval of
the Engineer. Work would not be normally allowed to be carried out during night.
In exceptional circumstances, if the Contractor requests, certain portion of work may
be allowed to be carried out during night under supervision. The Contractor shall
provide adequate and necessary lighting arrangement etc. for night work as directed
by Engineer without any extra cost.
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
30
6.8 As Built Drawings and other Documentation
On the basis of all Drawings relating to the Works the Contractor shall prepare “As-Built” drawings
using the computing software Auto CAD Version 2023 or later version to record the precise details
of the Works complete. The Contractor, at the time of issue of the Statement of Completion, shall
forward the final copy of the Auto CAD Drawings in Pen Drive. In addition, the contractor shall
submit 4 (four) hard copies of all the drawings. The as built drawings shall be submitted with
lamination and spiral binding. The Contractor shall also arrange to take photographs as directed
by the Engineer, depicting various details & stages of progress of works and submit them in
duplicate in proper albums for records. Video shooting of the work shall be carried out periodically
and CD/Pen Drive containing 180-minute Video film shall be presented to Employer on virtual
completion of the work.
All detailed working drawings, design calculations and fabrication drawings for Temporary works
(such as form work, staging, centring, scaffolding, specialized construction, handling and launching
equipment and the like) as well as bar bending schedule for reinforcement, material list for
structural fabrication as well as detailed drawings for templates and anchorage and temporary
support details for pre-stressing cables etc. shall be prepared by the Contractor at his own cost
and forwarded to the Engineer at least 2 weeks in advance of actual constructional requirements.
Within one week of receipt, the Engineer will check & return one copy of the same for the
Contractor’s use with amendments if any marked on them after due discussion and agreement
with the Contractor. Such approval shall not relieve the Contractor of any of his responsibilities in
connection with Temporary Works. The Contractor will supply two copies of the approved drawings
for the Engineer’s use. The cost of preparing all such items of work shall be deemed to have been
included in the respective rates / prices quoted by the Contractor.
6.9 Treasure and Trove Discovered:
In the event of discovery by the Contractor or his employees during the progress of the works of
any treasure, fossils, minerals or any other articles of value, or interest, the Contractor shall give
immediate intimation thereof to the Engineer and fourth-with hand over to the Engineer such
treasures or things which shall be the property of PMC / Govt. as the case may be.
6.10 Agent and Work Order Book:
a) The Contractor shall engage an authorized all time agent on the work capable of managing and
guiding the work and understanding the specifications and contract conditions. A qualified and
experienced Engineer shall be provided by the Contractor as his Agent for technical matters as
approved by the Engineer-in-Charge. The Site Agent (Project Manager) shall take orders as will
be given by the Engineer-in-Charge or his representative and shall be responsible for carrying
them out. This Agent shall not be changed without prior intimation to the Engineer-in-charge. To
ensure proper supervision control, the Engineer-in-Charge has unquestionable right to ask for
changes in the quality and strength of contractor's supervisory staff and to order removal from work
of any of such staff. The Contractor shall comply with such orders and effect replacements to the
satisfaction of the Engineer-in-Charge.
b) A work order book shall be maintained on site and it shall be the property of PMC, wherein the
instructions are given in writing to the contractor pertaining to the work. The Contractor shall
promptly acknowledge the instructions given therein by the Engineer or his representative or his
superior officer, and comply with them. The contractor shall report the compliance of the
instructions in good time so that it can be checked. The blank work order book with machine
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
31
numbered pages will be provided by the PMC free of charge for this purpose. The Contractor will
be allowed to copy out the instruction therein from time to time.
6.11 Initial Measurement for Record:
For proper measurements of the work it is necessary to have an initial set of levels or other
Measurements taken and the same are recorded in the authorised field book or M.B. of the PMC
by the Engineer or his authorised representative and will be signed by the Contractor who will
be entitled to have a true copy of the same made at his cost. Any failure on the part of the
Contractor to get such level etc. recorded before starting the work will render him liable to accept
the decision of the Engineer as to the basis of taking measurements. Likewise, the contractor
will not cover any work, which will render its subsequent measurement difficult or impossible
without first getting the same jointly measured by himself and the authorised representative of
the Engineer. The Contractor shall sign the record of such measurements as its acceptance
and he will be entitled to have a true copy of the same at his cost.
6.12 Handing over of Work:
All work and materials, before finally taken over by PMC will be entire liability of the Contractor
for guarding, maintaining and making good any damage of any magnitude. Interim payments
made for such work will not alter this position. The interim payment shall be treated as advance
for purpose of payment.
The handing over by the Contractor and taking over by the Engineer-in-charge or his authorised
agent will be always in writing of which copies will be given to the Engineer-in-charge, his
authorised representative and the Contractor. It is to specify that the corporation will count the
defect liability period from the date of taking over of entire work.
6.13 Assistance in Procuring Priorities, Permit, etc.:
The Engineer on written request by Contractor will, if in his opinion the request is reasonable
and in the interest of work and its progress, assist the contractor in securing the priorities, for
deliveries, transport, permits for controlled materials, etc. where such are needed. The PMC
will not however be responsible for the non-availability of such facilities or delays in this behalf
and no claims on account of such failure or delays shall be allowed by the PMC.
7. SAMPLES AND TESTING OF MATERIALS:
7.1
a) All materials to be used on work, such as structural steel, nuts and bolts, paints,
cement, lime, bricks, aggregates, steel, structural and high tensile steel, bearings,
expansion joints, stones, asphalt, woods, tiles, etc. shall be got approved in advance
from Engineer-in-Charge and shall pass the test and analysis required by him, which
will be (a) as specified in the specifications of the items concerned and / or (b) as
specified by the Indian Road Congress Standard Specifications and code of practice
for Roads and Bridges or (c) I.S.I. specification (wherever and whenever applicable) or
(d) such recognised specifications acceptable to the Engineer-in-Charge as equivalent
thereto or in the absence of such authorised specification (e) such requirements / tests
and / or analysis as may be specified by the Engineer-in-Charge in the order of
precedence given above.
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
32
b) The Contractor shall establish a well-equipped field laboratory at his cost for testing of
construction materials. The field tests shall include but not limited to sieve analysis,
moisture content, flakiness index & compressive strength of concrete cubes, testing of
cement, aggregates etc. The testing shall be carried out as specified in MORT & H
Specifications and other applicable codes for works.
c) The Contractor shall at his risk and cost make all arrangement and/or shall provide for
all such facilities as the Engineer may require for collecting, preparing, and forwarding
required number of samples for tests or for analysis at such time and to such place or
places as may be directed by the Engineer and bear all charges and cost of testing
including transport. Such samples shall also be deposited with the Engineer-in- Charge
till these are sent for testing. Samples of material shall also be preserved during the
construction period.
d) The Contractor shall, if and when required, submit at his cost the samples of materials
to be tested or analysed and if so directed shall not make use or incorporate in the work
any materials until required tests have been made & the test results of the materials are
finally accepted by Engineer-in- Charge.
7.2 Co-ordination:
When several agencies for different sub works of the projects are to work simultaneously
on the project site, there must be full co-ordination between the different contractors to
ensure timely completion of the whole project. The scheduled dates for completion
specified in each contract shall, therefore, be strictly adhered to. Each Contractor may
either make their independent arrangements for water, power, housing, etc. or may come
to mutual agreement and in this behalf and make joint agreement with the approval of the
Engineer.
No Contractor shall take any steps or action that may cause disruption, discontent or
disturbance to work, labour or arrangements etc. of other contractors in the project.
Any action by any contractor, which the Engineer in his unquestioned discretion may
consider as infringement of the above code, would be considered as a breach of the
contract and shall be dealt with accordingly. In case of any dispute or disagreement among
the various contractors the Engineer's decisions regarding the Co- ordination, Co-operation
and facilities to be provided by any of the contractors, etc. shall be final and binding on the
Contractors concerned and such a decision shall not vitiate any contract nor absolve the
Contractor of his obligations under the contract nor form the grounds for any claim or
compensation.
7.3 Temporary Quarters:
The contractor shall at his own expense maintain sufficiently experienced supervisory staff
etc. required for the work and shall make his own arrangements for housing such staff with
all necessary amenities. General layout plan for such arrangement be got approved from
the Engineer-in-Charge. It will be the responsibility of the Contractor to get his layout plan
of temporary structure approved from the local competent authorities.
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
33
7.4 Payments:
Refer Clause no 2 of this chapter above.
7.5 Patented Devices:
Patented Devices, Materials and Processes
Whenever the Contractor desires to use any designed, device, material or process covered
by letter of patent or copyright, the right for such use should be secured by suitable legal
arrangement and agreement with the patent PMC and the copy of their agreement shall be
filed with the Engineer-in-Charge.
7.6 Water Supply:
The bidder shall confirm availability of adequate water for works, and sources thereof before
submitting the tender. The contractor shall make his own arrangements at his own cost for
entering in to contract with concerned authorities for obtaining the connection and carry the
water up to the work sites as required by him. The contractor is advised to provide water
storage tank of adequate capacity to take care of possible shut down of water supply
system.
7.7 Electricity:
The Contractor will have to make his own arrangement at his own cost for obtaining or
providing electric supply at work site.
8. SAFETY, MEASURES AND AMENITIES:
8.1 SAFETY MEASURES
The Contractor shall take all necessary precautions for the safety of the workers and
preserving their health while working on such jobs as required special protection and
precautions wherever required. The following are some of the requirements listed though
not exhaustive. The Contractor shall also comply with the directions issued by the Engineer
in his behalf from time to time and at all times.
a) Providing protective headwear to workers in quarries and also at site to protect them against
accidental fall of materials from above.
b) Providing protective footwear, hand wear and head wear to workers in situation like mixing
and placing of mortar or concrete, in quarries and places of mortar or concrete, in quarries
and places where the work is to be done under wet conditions as also for movements over
surface infested with oyster growth & to protect them against accidental fall of material
from above.
c) Taking such normal precautions like providing handrails to the edges of the floating
platforms or working platforms at high level or barrages not allowing rails of metal parts.
8.2 Amenities:
a) Supply workmen with proper belts, ropes, etc. when working on any masts, cranes, circle
hoist, dredger, etc.
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
34
b) Taking necessary steps towards training the workers concerned of the use of machinery
before they are allowed to handle it independently and taking all necessary precautions in
and around the areas where machines, hoists and similar units are working.
c) Providing life belts to all men working at such situations from where they may accidentally
fall into water, equipping the boats with adequate number of life belt etc.
d) Avoiding bare live wires etc. as would electrocute workers.
e) Making all platforms, staging and temporary structures sufficiently strong and not causing
the workmen and supervisory staff to take undue risks.
f) Provide sufficient first-aid, trained staff and equipment to be available quickly at the work
site to render immediate first-aid treatment in case of accidents due to suffocation, drowning
and other injuries.
g) Take all necessary precautions with regards to safety of traffic plying on adjoining roads.
h) Providing full length gum boots, leather hand gloves, leather jackets with fireproof aprons
to cover the chest and back reaching up to knees and plain goggles for the eyes to the
labour working with hot asphalt handling vibrators in cement concrete and also where use
of any or all these items is essential in the interest of health and well-being of the labourers
in the opinion of the Engineer.
i) Provide proper ladder with handrail and landing plat form if height is more than 3 metres.
8.3. Explosives:
The use of explosives & blasting are banned on this work.
8.4. Damage by Floods or Accidents:
The Contractor shall take all precautions against damages by floods or from any accidents
etc. No compensation will be allowed to the contractor on this account for correcting and
repairing any such damage to work during construction. The contractor shall be liable to
make good at his cost any plant or material belonging to the PMC lost or damaged by floods
or from any other causes while in his charge.
8.5 Relation with Public Authorities:
The Contractor shall comply with all rules, regulations byelaws and direction given from
time to time by any local or public authority in connection with this work and shall pay all
charges which are leviable without any extra cost.
Police protection:
For the special protection of camp and the contractors’ works, PMC will help the Contractor
as far as possible to arrange for such protection with the concerned authorities if so
requested by the contractor in writing. The full cost of such protection shall be borne by the
contractor.
8.6. Indemnity:
The Contractor shall indemnify the PMC against all actions, suit, claims and demands
brought or made against it in respect of anything done or committed to be done by the
contractor in execution of or, in connection with the work of this contract by and against any
loss or damage to the PMC in consequence to any action or suit being brought against the
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
35
contractor for anything done or committed to be done, for the execution of the work of this
contract.
PMC may at its discretion and entirely at the cost of the contractor, defend such suit, either
jointly with the contractor or singly in case the latter chose not to defend the case.
8.7 Medical and sanitary arrangement to be provided for labour employed in the construction
by the contractor:
a) The contractor shall provide adequate supply of pure and wholesome potable water for the
use of laboures on works in camps.
b) The contractor shall construct trenches, semi-permanent latrine for the use of labourers,
separate latrine shall be provided for men and women.
c) The Contractor shall build sufficient no of huts on a suitable plot for use of the labourers
according to the following specifications.
i. Hut of bamboos and grass may be constructed.
ii. A good site not liable to submergence shall be selected on high ground remote from
jungle but well provided with trees, shall be chosen wherever it is available. The
neighborhood of tank, jungles, trees, and woods should be particularly avoided.
Camps should not be established close to large cutting of earthwork.
iii. The lines of huts shall have open space of at least 10 meters between rows. When
a good natural site cannot be procured particular attention should be given to the
drainage.
iv. There should be no over-crowding. Floor space at the rate of 3 sq m. (30 sq. ft.) Per
head shall be provided. Care should be taken to see that the huts are kept clean
and in good order.
v. The Contractor must find his open land and if he wants Government land he should
apply for it. Assessment for it if demanded will be payable by contractor. However,
PMC does not bind itself for making available the required land.
d) The contractor shall construct a sufficient number of bathing places. Washing
places should also be provided for the purpose of washing clothes.
e) The contractor shall make sufficient arrangement for draining away the surface and
sewage water as well as water from the bathing and washing places and shall
dispose off his waste water in such a way as not to cause any nuisance.
f) The contractor shall engage a Medical Officer with a travelling dispensary for a
camp containing 500 or more persons if there is no Government or other private
dispensary situated within 8 km. from the camp. In case of emergency the contractor
shall arrange at his cost transport for quick medical help to his sick workers.
g) The contractor shall provide the necessary staff for effecting the satisfactory
conservancy and cleanliness of the camp to the satisfaction of the Engineer-in-
Charge. At least one sweeper per 200 persons or part should be engaged.
h) The Assistant Director of public Health shall be consulted before opening a labour
camp and his instructions on matters such as water supply, sanitary convenient to
the camp site accommodation and food supply to be followed by the contractor.
i) The contractor shall make arrangement for all anti-malaria measures to be provided
for the labour employed on the work. The anti-malaria measures shall be as directed
by Assistant Director of public Health.
Pune Municipal Corporation
Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in
Mukundrao Ambedkar Junction, Vishrantwadi
Contractor: No. of Corrections Executive Engineer
36
j) In addition to above all provisions of the relevant labour act pertaining to basic
amenities to be provided to the labours shall be applicable which, will be arranged
by the contractor.
9. LABOUR AND GENERAL LAWS:
9.1 The Contractor shall employ labour in sufficient numbers either directly or through approved
sub-contractors to maintain the required rate of progress and of quality to ensure
workmanship of the degree specified in the Contract and to the satisfaction of the Engineer.
a) The Contractor shall not employ in connection with the works, any person who has
not completed his eighteen-year of age.
b) The Contractor shall furnish to the Engineer fortnightly distribution returns of the
number & description by trades of works people employed on the Works.
c) The Contractor is required to report immediately to the Engineer any accident or
unusual occurrence connected with the work & how he / they acted upon.
d) The Contractor shall also submit on the 4th
and 19th
of every month to the Engineer
a true statement showing in respect of the second half of the preceding month and
the first half on the current months.
i) The accidents that occurred during the said fortnight showing the
circumstances under which they happened and the extent of damage and
injury caused by them, and
ii) The number of female workers who have been allowed benefit under the
Maternity Benefit Act 1961 or Rules made there under and the amount paid
to them.
e) The Contractor shall pay to the labour employed by him either directly or through
sub-contractors wages not less than fair wages as defined in the Contractor Labour
Regulations as contained hereinafter in regard to all matters provided therein.
f) The Contractor shall comply with the provisions of the Payment of Wages Act 1936,
Minimum Wages Act 1948, employees Liability Act 1937, Workman’s Maternity
Benefit Act 1961, Contract Labour (Regulation of Abolition) Act 1970 and Interstate
Migrant Workman (Regulation of Employment and Conditions of Services) Act
1979, or any modification thereof or any other law relating to and rules made
thereunder from time to time.
g) The Contractor shall indemnify the Department against any payments to be made
and for the observance of the Regulations aforesaid without prejudice to his right to
claim indemnity from his Subcontractor.
h) The decision of the Engineer in matters relating to the reports from the inspecting
Officers, as defined in “Contract - Labour Regulation” (Contained hereafter) shall be
final and binding and deductions for recovery of any amount payable to the
Contractor.
9.2 The Contractor shall at his own expenses comply with or cause to be complied with the
Model Rules for Labour Welfare as contained hereafter or rules framed by Department from
time to time for the protection of health and for making sanitary arrangements for workers
employed directly or indirectly on the Works.
In case the Contractor fails to make arrangements as aforesaid, the Engineer shall be
entitled to do so and recover the cost thereof from the Contractor.
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents
Vishrantwadi & Ghorpadi Tender documents

More Related Content

Similar to Vishrantwadi & Ghorpadi Tender documents

CV Vinod Kumar Technip
CV Vinod Kumar TechnipCV Vinod Kumar Technip
CV Vinod Kumar Technip
VINOD KUMAR
 
CSCM Sla cscm
CSCM Sla cscmCSCM Sla cscm
CSCM Sla cscm
Est
 

Similar to Vishrantwadi & Ghorpadi Tender documents (20)

030 2008-02789 (1)
030 2008-02789 (1)030 2008-02789 (1)
030 2008-02789 (1)
 
01_ONLINE_NOTICE[1]
01_ONLINE_NOTICE[1]01_ONLINE_NOTICE[1]
01_ONLINE_NOTICE[1]
 
Tender Notice Sample
Tender Notice SampleTender Notice Sample
Tender Notice Sample
 
Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015Rajasthan Solar Roof Top tender 2014-2015
Rajasthan Solar Roof Top tender 2014-2015
 
CV Vinod Kumar Technip
CV Vinod Kumar TechnipCV Vinod Kumar Technip
CV Vinod Kumar Technip
 
Q130302108111
Q130302108111Q130302108111
Q130302108111
 
Draft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docxDraft Bid Evaluation Report-2.docx
Draft Bid Evaluation Report-2.docx
 
Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...
Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...
Implementation of 500 MW Grid Connected Roof Top Solar PV System Scheme in Di...
 
Railway Tender
Railway TenderRailway Tender
Railway Tender
 
scope - CCTV Tender.pdf
scope - CCTV Tender.pdfscope - CCTV Tender.pdf
scope - CCTV Tender.pdf
 
1217 loc tenders
1217 loc tenders1217 loc tenders
1217 loc tenders
 
Tender ecr (revised)
Tender ecr (revised)Tender ecr (revised)
Tender ecr (revised)
 
CSCM Sla cscm
CSCM Sla cscmCSCM Sla cscm
CSCM Sla cscm
 
Report on Industrial training at BRPNNL Patna
Report on Industrial training at BRPNNL PatnaReport on Industrial training at BRPNNL Patna
Report on Industrial training at BRPNNL Patna
 
1324 2013 04-09-13-28-52-1365494332
1324 2013 04-09-13-28-52-13654943321324 2013 04-09-13-28-52-1365494332
1324 2013 04-09-13-28-52-1365494332
 
Final tender
Final tenderFinal tender
Final tender
 
Nit55
Nit55Nit55
Nit55
 
Government Of India Wants To Hire A Public Relations Firm
Government Of India Wants To Hire A Public Relations FirmGovernment Of India Wants To Hire A Public Relations Firm
Government Of India Wants To Hire A Public Relations Firm
 
Mukesh__CV_SQS_QS
Mukesh__CV_SQS_QSMukesh__CV_SQS_QS
Mukesh__CV_SQS_QS
 
1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf1545313910708_TENDER_NOTICE_LAD.pdf
1545313910708_TENDER_NOTICE_LAD.pdf
 

Recently uploaded

VIP Call Girls Ankleshwar 7001035870 Whatsapp Number, 24/07 Booking
VIP Call Girls Ankleshwar 7001035870 Whatsapp Number, 24/07 BookingVIP Call Girls Ankleshwar 7001035870 Whatsapp Number, 24/07 Booking
VIP Call Girls Ankleshwar 7001035870 Whatsapp Number, 24/07 Booking
dharasingh5698
 
Call for Papers - Educational Administration: Theory and Practice, E-ISSN: 21...
Call for Papers - Educational Administration: Theory and Practice, E-ISSN: 21...Call for Papers - Educational Administration: Theory and Practice, E-ISSN: 21...
Call for Papers - Educational Administration: Theory and Practice, E-ISSN: 21...
Christo Ananth
 
result management system report for college project
result management system report for college projectresult management system report for college project
result management system report for college project
Tonystark477637
 

Recently uploaded (20)

ONLINE FOOD ORDER SYSTEM PROJECT REPORT.pdf
ONLINE FOOD ORDER SYSTEM PROJECT REPORT.pdfONLINE FOOD ORDER SYSTEM PROJECT REPORT.pdf
ONLINE FOOD ORDER SYSTEM PROJECT REPORT.pdf
 
MANUFACTURING PROCESS-II UNIT-2 LATHE MACHINE
MANUFACTURING PROCESS-II UNIT-2 LATHE MACHINEMANUFACTURING PROCESS-II UNIT-2 LATHE MACHINE
MANUFACTURING PROCESS-II UNIT-2 LATHE MACHINE
 
MANUFACTURING PROCESS-II UNIT-1 THEORY OF METAL CUTTING
MANUFACTURING PROCESS-II UNIT-1 THEORY OF METAL CUTTINGMANUFACTURING PROCESS-II UNIT-1 THEORY OF METAL CUTTING
MANUFACTURING PROCESS-II UNIT-1 THEORY OF METAL CUTTING
 
MANUFACTURING PROCESS-II UNIT-5 NC MACHINE TOOLS
MANUFACTURING PROCESS-II UNIT-5 NC MACHINE TOOLSMANUFACTURING PROCESS-II UNIT-5 NC MACHINE TOOLS
MANUFACTURING PROCESS-II UNIT-5 NC MACHINE TOOLS
 
Online banking management system project.pdf
Online banking management system project.pdfOnline banking management system project.pdf
Online banking management system project.pdf
 
Roadmap to Membership of RICS - Pathways and Routes
Roadmap to Membership of RICS - Pathways and RoutesRoadmap to Membership of RICS - Pathways and Routes
Roadmap to Membership of RICS - Pathways and Routes
 
Top Rated Pune Call Girls Budhwar Peth ⟟ 6297143586 ⟟ Call Me For Genuine Se...
Top Rated  Pune Call Girls Budhwar Peth ⟟ 6297143586 ⟟ Call Me For Genuine Se...Top Rated  Pune Call Girls Budhwar Peth ⟟ 6297143586 ⟟ Call Me For Genuine Se...
Top Rated Pune Call Girls Budhwar Peth ⟟ 6297143586 ⟟ Call Me For Genuine Se...
 
VIP Call Girls Ankleshwar 7001035870 Whatsapp Number, 24/07 Booking
VIP Call Girls Ankleshwar 7001035870 Whatsapp Number, 24/07 BookingVIP Call Girls Ankleshwar 7001035870 Whatsapp Number, 24/07 Booking
VIP Call Girls Ankleshwar 7001035870 Whatsapp Number, 24/07 Booking
 
Introduction and different types of Ethernet.pptx
Introduction and different types of Ethernet.pptxIntroduction and different types of Ethernet.pptx
Introduction and different types of Ethernet.pptx
 
Introduction to IEEE STANDARDS and its different types.pptx
Introduction to IEEE STANDARDS and its different types.pptxIntroduction to IEEE STANDARDS and its different types.pptx
Introduction to IEEE STANDARDS and its different types.pptx
 
The Most Attractive Pune Call Girls Budhwar Peth 8250192130 Will You Miss Thi...
The Most Attractive Pune Call Girls Budhwar Peth 8250192130 Will You Miss Thi...The Most Attractive Pune Call Girls Budhwar Peth 8250192130 Will You Miss Thi...
The Most Attractive Pune Call Girls Budhwar Peth 8250192130 Will You Miss Thi...
 
Call for Papers - Educational Administration: Theory and Practice, E-ISSN: 21...
Call for Papers - Educational Administration: Theory and Practice, E-ISSN: 21...Call for Papers - Educational Administration: Theory and Practice, E-ISSN: 21...
Call for Papers - Educational Administration: Theory and Practice, E-ISSN: 21...
 
(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
(PRIYA) Rajgurunagar Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
 
UNIT-III FMM. DIMENSIONAL ANALYSIS
UNIT-III FMM.        DIMENSIONAL ANALYSISUNIT-III FMM.        DIMENSIONAL ANALYSIS
UNIT-III FMM. DIMENSIONAL ANALYSIS
 
Call Girls in Nagpur Suman Call 7001035870 Meet With Nagpur Escorts
Call Girls in Nagpur Suman Call 7001035870 Meet With Nagpur EscortsCall Girls in Nagpur Suman Call 7001035870 Meet With Nagpur Escorts
Call Girls in Nagpur Suman Call 7001035870 Meet With Nagpur Escorts
 
High Profile Call Girls Nagpur Meera Call 7001035870 Meet With Nagpur Escorts
High Profile Call Girls Nagpur Meera Call 7001035870 Meet With Nagpur EscortsHigh Profile Call Girls Nagpur Meera Call 7001035870 Meet With Nagpur Escorts
High Profile Call Girls Nagpur Meera Call 7001035870 Meet With Nagpur Escorts
 
Java Programming :Event Handling(Types of Events)
Java Programming :Event Handling(Types of Events)Java Programming :Event Handling(Types of Events)
Java Programming :Event Handling(Types of Events)
 
result management system report for college project
result management system report for college projectresult management system report for college project
result management system report for college project
 
(ANJALI) Dange Chowk Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
(ANJALI) Dange Chowk Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...(ANJALI) Dange Chowk Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
(ANJALI) Dange Chowk Call Girls Just Call 7001035870 [ Cash on Delivery ] Pun...
 
(SHREYA) Chakan Call Girls Just Call 7001035870 [ Cash on Delivery ] Pune Esc...
(SHREYA) Chakan Call Girls Just Call 7001035870 [ Cash on Delivery ] Pune Esc...(SHREYA) Chakan Call Girls Just Call 7001035870 [ Cash on Delivery ] Pune Esc...
(SHREYA) Chakan Call Girls Just Call 7001035870 [ Cash on Delivery ] Pune Esc...
 

Vishrantwadi & Ghorpadi Tender documents

  • 1. PUNE MUNICIPAL CORPORATION PROJECTS DEPARTMENT NAME OF WORK:- A. Design and Construction of Rail Over Bridge on Pune-Miraj Railway Line in Lieu of LC Gate No. 586 (ROB - I) at Ghorpadi, Pune and B. Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune. TENDER NO:- PMC/Chief Engg/(Project)2023-37 VOLUME:- I OWNER: Projects Department, Pune Municipal Corporation, Main Building, Shivajinagar,Pune - 411005, Maharashtra Email : ceproject@punecorporation.org Website: www.punecorporation.org
  • 2. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 1 NAME OF WORK: - A) Design and Construction of Rail Over Bridge on Pune-Miraj Railway Line in Lieu of LC Gate No. 586 (ROB - I) at Ghorpadi, Pune and B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune CHECK LIST List of all documents, forms, statements, conditions, schedules, drawings etc. should be submitted with the tender. The above list shall contain the following documents particularly otherwise the tender is likely to berejected. Blank tender forms shall be issued to Contractors under the current work by Pune Municipal Corporation. Sr. No Brief Details of Documents Required 1 Payment of Earnest Money and Blank Tender form as stated in the tender notice along with necessary documents in support of eligibility criteria stated in the tender notice and in the detailed tender notice 2 List of Works in Hand and tendered for (Statement No I) along with requisite Certificate 3 List of Works of similar type and magnitude carried out by Contractor (Statement No. II) along with requisite certificate 4 Details of Plant and Machinery proposed to be deployed on the work Immediately (Statement No III) along with requisite certificate 5 List of Technical Personnel available with the tenderer and Personnel to be deployed on this work (Statement No IV) 6 Attested Copy of Partnership Deed/ Memorandum and Article of Association. If the tendering contractors are a firm or company, they shall, in their forwarding letter should mention the names of all the partners of the firm or the company as the case may be and the names of the partners who hold the power of attorney authorizing him to conduct transactions on behalf of the Company / Firm. Copy of such power of attorney duly signedby all partners shall be up linked. In case of, joint alliance consent letter of bidder & contractor for technical eligibility 7 Attested copy of PAN Card and latest Income Tax Return Returns for last 5 financial years. 8 GST No., Contract Certificate (as per Works Contract Act 1989)/ updated Govt. WCT VAT, Service Tax & LBT registration. 9 Attested Copy of valid Registration Certificate. Any Govt./Semi Govt contractoror any RERA registered developer or any registered company 10 Contractors proposed methodology and Construction programme as stated in the bid document with resource logistics for this work 11 Bid capacity calculations; certified in original by the Chartered Accountant certifying this tender specifically. 12 The documents and certificates justifying other technical qualification criteria like turnover, completion of works , solvency certificate etc. 13 The contractor has to comply to all legal activities pertaining to Provident Fund Act 1952, Contract Labour Act (Regulation and Abolition) 1970, It is binding on the contractor to comply to legal procedure mentioned in above Act. For this the relevant Contractor / Contracting Firm must submit Rs.500/- stamp paper which certifies their compliance to above mentioned Acts. Any New law declared by the Government regarding Tax/Fees must be accepted by the Contractor. 14 Corporate Debt Restructuring (CDR) by company auditor
  • 3. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 2 Note: (i) All documents must be signed by the Tenderer. (ii) Information asked in prescribed Proforma shall be submitted in prescribed format only. (iii) The enclosures document (Sr. No 1 to 14) shall be in the form of attachments duly signed by the Bidder/contractor and uploaded in e-tendering system. The attachments shall be signed scanned copies of original documents duly certified by competent authorities. At the time of opening of tenders (documents), every bidder shall produce all such original documents (from which the scanned copies are uploaded) for verification from PMC authorities. (iv) If PMC finds any discrepancy between original and scanned documents uploaded on PMC e- tender/website, the bid submitted by the bidder shall be treated as non- responsive and rejected. (v) For assistance and clarification about gate way payment system in case of further clarifications regarding gate way system for payment of EMD and cost of blank tender form the bidder must approachto PMC Tender Section.
  • 4. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 3 NAME OF WORK: - A) Design and Construction of Rail Over Bridge on Pune-Miraj Railway Line in Lieu of LC Gate No. 586 (ROB - I) at Ghorpadi, Pune and B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune. INDEX VOLUME-I Chapter No. Brief Description of contents Page No. From To Volume – I Notice Inviting Tenders I Detailed Tender Notice II Instructions to Tenderers III Additional Conditions of Contract IV General Conditions of Contract V Special Conditions of Contract VI Price Variation Clause – Annexure – A VII Contract Details – Annexure – B VIII Sample Performa
  • 5. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 4 Notice Published in News Paper
  • 6. PUNE MUNICIPAL CORPORATION PROJECTS DEPARTMENT Offers by way of e-tendering in ‘C’ Forms (Lump-sum contract) on Contractors own design and Miscellaneous items on item rate basis (B1) are invited by the Chief Engineer (Projects), Pune Municipal Corporation from pre-registered contractors with Pune Municipal Corporation / any Govt. or semi Govt. Department, in e-tendering system for following works. 1. The offer for the work shall be exclusive of GST, Royalty and Material Testing Charges. The GST at applicable Rate shall be paid separately by PMC. 2. The Contractor shall quote his offer on the Lump-sum cost of work (C form) and percentage rate on miscellaneous items (B1) excluding Royalty, material testing charges which will be paid separately. Tender No Name of work Total Project Cost incl. GST, Royalty and Testing charges (Rs.) Cost put to Tender excluding GST, Royalty & Material Testing (Rs) GST (18%) Rs Royalty Rs Material Testing Charges Rs. Earnest Money 0.5% Rs Security Deposit 5% Rs Time Limit in Calendar months including monsoon Defect Liability Period Cost of Tender Document Rs Concern Contact Person 1 2 3 4 5 6 7 8 9 10 11 12 13 PMC/Chief Engg/(Project)2023-37 A) Design and Construction of Rail Over Bridge on Pune-Miraj Railway Line in Lieu of LC Gate No. 586 (ROB - I) at Ghorpadi, Pune and B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune 109,15,92,747/- 91,91,11,558 /- 16,54,40,080/- 46,22,409/- 24,18,700/- 45,95,558/- 4,59,55,578/- 24 Months 20 Years 59,179/- Mr. Ranjit Mutkule -9689931268 Ms. Rashmi Deshmukh - 9689938881  Bidders can avail the e-tender document from 06/11/2023 to 04/12/2023 up to 3.00 PM.  Pre-bid meeting will be held on 21/11/2023 at 11.00 AM at the office of the Municipal Commissioner, PMC, Pune.  The last date of Submission by way of e-tendering will be 04 /12/2023 up to 3.00 PM. The details of above works, such as Security Deposit, Earnest Money Deposit, Terms & Conditions of the Tender and Schedule B of works, are available on web site www.mahatenders.gov.in. Tenders for these works are to be submitted by e-tendering system. Executive Engineer (Projects) Pune Municipal Corporation, Shivajinagar, Pune - 411005
  • 7. CHAPTER NO - I DETAILED TENDER NOTICE
  • 8. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 1 CHAPTER NO. 1 DETAILED TENDER NOTICE Sealed tenders in “C” Form (Lump-sum basis) on Contractors own design and percentage rates (B1) for Miscellaneous works are invited by the Chief Engineer (Projects), Pune Municipal Corporation, Pune from the eligible Contractors who are registered in appropriate class with PWD/MSRDC/ CPWD/NHAI and other Government and Semi-Government organization for the work of “A) Design and Construction of Rail Over Bridge on Pune- Miraj Railway Line in Lieu of LC Gate No. 586 (ROB - I) at Ghorpadi, Pune and B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune.” 1 The scope of the works in brief is as under: 1.1 The scope of work includes design, drawings and construction of A) Design and Construction of Rail Over Bridge on Pune-Miraj Railway Line in Lieu of LC Gate No. 586 (ROB - I) at Ghorpadi, Pune and B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune. The detailed scope of the work is defined in Volume II. The Contractor shall deploy two separate teams / other resources for both A and B works and commence both works simultaneously. 2 Estimated Cost Put to Tender: Estimated cost put to tender excluding GST, Royalty and Testing Charges is Rs. 91,91,11,558/- (Rs. Ninety-One Crore Ninety-One Lakh Eleven Thousand Five Hundred Fifty Eight only) 3 LANGUAGE OF THE TENDER: All documents relating to the tender shall be in the English language & all documents relating to the tender work and correspondence shall be in the English/Marathi language. 4 CURRENCIES OF THE BID AND PAYMENT: The prices (Lump-Sum) shall be quoted by the tenderer entirely in Indian National Rupees. All payments shall be in Indian National Rupees Currency only. 5 Earnest Money Deposit: - Rs. 45,95,558/- (Rs. Forty Five Lakh Ninety Five thousand Five Hundred Fifty Eight only). The EMD shall be paid by Gateway system of PMC as per clause 20.3 (a) hereunder. a) An earnest money deposit of Rs. 45,95,558/- (Rs. Forty Five Lakh Ninety Five thousand Five Hundred Fifty Eight only) should be paid as stated above. Cheque or cash will not be accepted. The EMD is liable to be forfeited, in case the contractor refuses to enter in to the agreement after receiving the letter of acceptance for construction work from PMC.
  • 9. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 2 b) Tender of those who do not deposit earnest money shall be summarily rejected. c) The amount of earnest money will be refunded to the unsuccessful tenderer on deciding about the acceptance or otherwise of the tender or on expiry of the validity period whichever is earlier. In case of the successful tenderer, it will be converted into a part of initial security deposit to be paid after awarding of the work. If the successful tenderer does not pay the balance initial security deposit in the prescribed time limit and complete the agreement, his earnest money deposit will be forfeited. d) Exemption certificate will not be accepted in lieu of Earnest Money Deposit. e) The PMC shall be entitled to forfeit the full amount of Earnest Money Deposited by the tenderer, without prejudice to any rights and powers of the PMC here under or in law, if, i)) The bidder withdraws /modifies the bid after bid opening or otherwise during the period of Bid Validity. ii) The successful bidder after the acceptance of his tender fails or neglects to furnish the Initial Security Deposit in an acceptable form iii) The bidder does not accept the correction of the bid price, pursuant to Clause of tender. iv) The successful Bidder fails to sign the agreement as per tender stipulations, v) Fraudulent practice is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation vi) Submission of wrongful, ambiguous or misleading information, documents, certificates intentionally or unintentionally. 6 SECURITY DEPOSIT a) The Security Deposit shall be 5 % (Five percent) of contract cost of project put to tender or accepted tender cost whichever is higher (including GST, Royalty and Testing Charges). Such security deposit shall be for a period of construction plus entire defect liability period plus one month. b) In case of the successful tenderer, the EMD amount will be compulsorily retained as a part of initial security deposit. c) 1.50% security deposit should be credited by contractor in the form of DD/FDR from nationalized / scheduled bank in the name of “The Municipal Commissioner, Pune Municipal Corporation, Pune” after issue of letter of acceptance d) Balance security deposit of 3% of total contract sum will be recovered through initial 3 running bills or upto 50% of the progress whichever is earlier or the Contractor may produce 3% BG from Nationalized/ Scheduled Bank in the name
  • 10. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 3 of “The Municipal Commissioner, Pune Municipal Corporation, Pune along with 1st RA Bill submission. e) Total 5 % SD will be refunded one month after the end of defect liability period, subject to the condition that the Contractor must have rectified all the defects notified by the PMC during the defect liability period. 7 ADDITIONAL SECURITY DEPOSIT: If the quoted percentage of tender is below, the Contractor shall pay Additional Security Deposit as given below. a) For Quote up to 10% below - 1% of estimated cost put to tender. b) For quote between 10% to 15% below - 1% of estimated cost put to tender + (Quoted % -10%) of estimated cost put to tender For example, if the quote is 14% below then the amount of additional security deposit shall be 1% + (14%-10%) i.e. 5 % of Cost put to tender. c) For quote lower than 15% below – Add. SD as (b) above + (Quoted % -15%)X2 of estimated cost put to tender For example, if the quote is 19% below then the amount of additional security deposit shall be 1% + (15%-10%) +(19%-15%) X2 i.e. 14 % of Cost put to tender. i. This additional Security Deposit shall be paid by Bidder in the form of NEFT/RTGS. ii. The Additional Security Deposit shall be deposited by the Successful i.e. L1 bidder within 8 days after opening of financial bid. iii. If the L1 bidder fails to submit the additional security deposit within 8 days of opening financial bid, his bid will be rejected without any notification and the EMD will be forfeited and he will be debarred from participating in any tendering process of Pune Municipal Corporation for one year, and the L2 bidder will be asked, if he is ready to work at the rate lower than L1 bidder, his offer will be accepted and work will be awarded to him after payment of necessary additional security deposit. iv. The Additional Security Deposit of Successful bidder will be refunded after completion of work and payment of final bill. 8 TIME LIMIT FOR COMPLETION OF WORK: The time limit for completion of work is 24 (Twenty-Four) calendar months including Monsoon. This will be counted from the date of issue of work order. 9 ISSUE OF BLANK TENDER FORM: - Registered bidders can avail and download the e-tender document from website www.mahatenders.gov.in from 06/11/2023 to 04/12/2023 up to 3.00 PM. A pre-bid meeting will be held on 21/11/2023 at 11.00 am at the Office of the Municipal Commissioner, Pune Municipal Corporation, Shivajinagar, Pune- 411005.
  • 11. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 4 10 LAST DATE OF SUBMISSION: - Tender shall upload through online on website – www.mahatenders.gov.in up 04/12/2023 up to 3.00 PM only. 11 PLACE OF SUBMISSION: - 1. Tenders are to be submitted by e - tendering process on web site as stated in this document. The contractors registered for e-tendering system will be given Digital Key & only those registered contractors who deposit the cost of blank tender form and EMD by e-gate way system are permitted to submit the tenders by e-tendering System. Registered Contractors are advised to pay cost of blank tender form & earnest money deposit by gateway system to PMC as stated on PMC website and in demonstration menu highlighted on this website. All bidders are advised to submit their financial offers by e-tendering system only and not by submitting in hard copies (conventional system). However, the soft copies for study and information are available on web site www.mahatenders.in 2. The Tenders shall upload on PMC website the documents listed in the check list (Sr. No. 1 to 12) as stated. PMC authorities shall verify such uploaded documents in comparison with the original documents (original documents which are scanned and uploaded) and any discrepancy in such scanned documents and original documents is detected, the offer submitted by the concerned bidder shall be treated as non- responsive and hence will not be opened. As such the bidder shall produce such original documents for verification to PMC authorities at the time of opening. If the bidder fails to produce such original documents for verification, which is an essential step to compete in financial bid process, his submittedbid shall be treated as non-responsive. 3. The Bidder shall submit the hard copy of their technical bid to the Projects department within 3 days’ after last date of submission of bid. 12 DATE AND PLACE OF OPENING OF TENDER: - The bids will be opened online on 05/12/2023 @ 3:00 PM in the presence of the intending bidder or their authorized representatives who may choose to remain present. Following procedure will be adopted for opening of the tender: First of all, documents mentioned in the checklist of the tender will be opened to verify its contents as per the requirements. If the various documents contained in this checklist do not meet the requirements of the PMC, a note will be recorded accordingly by the bid opening authority and the financial offer of such bidder will not be considered for further action but the same will be rejected. a) The technical bid evaluation of the bidders will be done after verification of
  • 12. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 5 the original certificates / documents (scanned copies uploaded online towards qualification criteria furnished by the bidders.) b) The report of the Technical bid scrutiny shall be available on the PMC website for 3 days after uploading of the Scrutiny Report. The prospective bidders may submit their queriesin writing to the Executive Engineer within 3 days of uploading of Scrutiny Report. Any query after 3 days of uploading of the Scrutiny Report shall not be entertained. c) The bidders shall be required to furnish a declaration in online stating that the soft copies uploaded by them are genuine. Any incorrectness/ deviation noticed will be viewed seriously apart from cancelling the work duly forfeiting the BID Security including suspension of business. After opening of check list documents if contents of the same are found to be acceptable to the PMC and the EMD is deposited with PMC by gate way system then only the financial offer shall be opened. d) The successful bidder shall furnish the duly signed print outs of blank bid documents including CSC/CSD and addendum if any, before concluding the agreement. 13 COST OF BLANK TENDER FORM (NON-REFUNDABLE): - a) Blank tender form cost per set is Rs. 59,179/- (Rs. Fifty-Nine thousand One Hundred Seventy-Nine only) and should be deposited by PMC gateway system only through online. b) The Tender Form Fee will not be refunded under any circumstances. 14 VALIDITY OF THE OFFER: - a) It is a firm and irrevocable offer, and shall remain valid and open for a period of 120 days from the last date of submission of the tender. Non- adherence to this requirement will be a ground for declaring the Proposal as non-responsive. In exceptional circumstances, PMC may solicit the Bidder’s consent for extension of the period of bid validity. The request and response shall be in writing. A Bidder accepting PMC’s request for validity of offer extension shall not be permitted to modify his offer. b) The above work will be carried out under the supervision of the appointed Project Management Consultant of PMC, and by the Engineer-in-charge of PMC with their representatives. 15 ELIGIBILITY OF TENDERER: - (QUALIFICATION CRITERIA) a. This invitation is open to all prospective Bidders who have the required capacity and competence to carry out the work as per the post-qualification criteria presented herein.
  • 13. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 6 b. To be eligible for award of the contract the tenderer shall provide satisfactory evidence to the PMC of their eligibility, capability and adequacy of resources to carry out the work / contract effectively as per check list provided in the tender document. c. Any tenderer meeting minimum qualifying criteria in terms of Financial and Work Experience in construction of River Bridge/Flyover/ROB/ Bridge with Viaduct/Grade separator etc. subject to the provisions of this tender document will be pre-qualified. d. For evaluation under the Financial Capability and Work experience / technical capabilities, the strength of the Bidding Company only (as a sole Contractor) shall be considered. e. Joint ventures or Consortium is not allowed. f. The bidding company or group company or subsidiary company those who have entered into Corporate Debt Restructuring (CDR) and those who are in process of Corporate Debt Restructuring (CDR) are not eligible to participate for this tender. g. To qualify for award of work, the Bidder shall have in its name and furnish the information detailed out below- i) Valid Registration Certificate under GST ii) Income Tax returns filed during last 5 years along with Audited balance sheet. iii) Income tax PAN Card iv) Copies of documents defining the constitution or legal status, place of Registration and principal place of business; written power of attorney of the Signatory of the Bid to commit the Bidder; v) Total monetary value of construction work performed for each of the last five years; vi) Experience in works of a similar nature and size for each of the last five years, and Details of works under way or contractually committed; and clients who may be Contacted for further information on those contracts; vii) Major items of construction equipment proposed to carry out the Contract; viii) Qualifications and experience of key site management and technical personnel proposed for the Contract; ix) Evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of other financial resources); x) Authority to seek references from the Bidder's bankers; xi) Information regarding any litigation or arbitration resulting from Contracts executed by the Bidder in the last five years or currently under execution. The information shall include the names of the parties concerned, the disputed amount, cause of litigation, and matter in dispute; h. To be eligible for the work, the Bidder must have completed the similar work i.e. river bridge/flyover/ROB/RUB/Grade Separator etc. during last five years as below. i. One similar work having cost not less than 80% of the cost put to tender. or ii. Two similar works having cost not less than 50% of the cost put to tender. or
  • 14. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 7 iii. Three similar works having cost not less than 40% of the cost put to tender. In case the similar works includes river bridge/flyover/ROB/RUB/Grade Separator etc. as well as road work, the cost of the river bridge/flyover/ROB/ RUB/Grade Separator works will only be considered for eligibility. The Certificate issued by Client shall show the bifurcation of the works clearly. The above works should have been completed during any of the last five years from the Date of Notice Inviting Tender. Work directly carried out by the bidder for Govt./ Semi Govt. Organization/ Local Bodies shall only be considered. The work completion Certificate from the Officer of rank not less than Executive Engineer shall be attached to support the eligibility criteria satisfaction. The Cost shall be updated to March 2023 price level by weightage of 10% per year as below. Financial Year of completion of work Multiplying factor 2022-23 1.00 2021-22 1.10 2020-21 1.21 2019-20 1.33 2018-19 1.46 iv. The Bidder must have completed minimum quantities of items as mentioned below in any single year during the last five years. Work directly carried out by the contractor for Govt./ Semi Govt. Organization shall only be considered. No sub-contracting work carried out by bidder shall be allowed. Structural Concrete of Grade M 30 and more (Cum) High Tension Steel Strands (MT) Reinforced Earth WALL ( Sq. M) Structural Steel (MT) 5084 31 1426 285 The Bidder shall submit the certificate issued by the officer not below the rank of Executive Engineer as a proof of execution of above quantities. v. Bidder’s Maximum Annual Turnover during last five years shall be more than 75% of Annual Project Cost put to tender. Annual Project Cost = Cost put to Tender / Time Limit in Years The Turnover of previous years shall be updated to March 2023 price level by weightage of 10% per year The certificate for this should be certified by the Chartered Accountant (C.A.) and shall be enclosed.
  • 15. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 8 vi. Liquid assets and/or credit facility of not less than 20% of the Cost put to Tender. (Credit lines/ letter of credit / Solvency Certificate of a Nationalized/ Scheduled Bank should be attached.) Bank Solvency Certificate of minimum 20% of Estimate cost put to the tender available for this project. (The Bank certificate shall be for this project with name of the project on it) VII. BID CAPACITY: - Bid Capacity of Bidder shall be at least equal to cost of project as per the details elaborated below: The bidder who meets the minimum qualification criteria as specified above will be qualified only if their available bid capacity is more than or equal to Cost of project for which he has offered his bid. The available bid capacity will be calculated as below: Assessed Available Bid Capacity = (A x N x 1.5 - B) A = Maximum value of civil engineering works executed in any one year during the last five years (updated to 2023 level by factor of escalation of 10% per year, for preceding years) taking into account the works completed as well as works in progress N = Number of years prescribed for completion of the works for which bids are invited B = Value, at 2023 price level, of existing commitments and on-going works to be completed during the N years. Note:- 1) The contractor should enclose calculations showing available bid capacity certified by the Chartered Accountant. 2) The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works lists should be countersigned by the respective Employer or his authorized representative, not less than the rank of Executive Engineer. i. The bidder should have experience of detailed structural design of Railway Over- Bridge, Flyover or River Bridge with Pre Stressed Concrete Superstructure, carried out either departmentally (Own design cell) or through an agency appointed as Design Consultant. The design Consultant should have designed PSC Bridge/PSC I Girder Bridge (on Road or Railway/River). Design Consultant shall be got approved from Engineer in charge prior to execution of work. j. All bidders shall provide in Forms of Bid and Qualification Information Statement/Form Nos. I to IV of Volume I, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary
  • 16. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 9 k. The minimum equipment required with Tenderer (Ownership/ hire) Documents of all the machinery are to be attached) is as follows. List of equipment and machinery required is enlisted in table given below Sr. No. Type of Equipment Max. age as on 31/03/23 Capacity Nos. Required Remark 1. Excavator 10 1.25 Cum 5 Owned/Hired 2. JCB/Loader 10 0.50 Cum 3 Owned/Hired 3. RMC Plant With Computerized Controls Connected to Printer to take prints of batch slips 10 Min. 30 Cum 2 Min. One Owned 4. Concrete Pump 10 2 Owned 5. Concrete Boom Placer 5 1 Owned/Hired 6. Transit Mixers 10 6 Cum 10 Min. 5 Owned 7. Crane 10 Required capacity 4 Owned/Hired 8. WMM Plant 10 - 1 Owned/Hired 9. Hot Mix Plant (Batch Type) 10 Min. 120 TPH capacity 1 Owned/Hired 10. Motor Grader 10 Engine output above 150 kw 1 Owned/Hired 11. Vibratory Soil Compactor 5 Min. 10 T operating wt. 2 Min. 1 Owned 12. Tendom Vibratory Roller 5 Min. 8 T 2 Owned/Hired 13. Water Tanker/Sprinklers 5 - 2 Owned/hired 14. Dumper/Tipper 10 - 8 Owned/hired 15. Dewatering pump sets of 10 HP each. 5 4 Owned/Hired 16. Generator 33 KVA 5 2 Owned/Hired 17. Air Compressor 5 2 Owned/Hired 18. Concrete Vibrators i) Internal ii) Form Vibrators 5 5 - 8 6 Owned Owned 19. Survey Equipment i) Total Station ii) Auto Level 5 1 - 1 2 Owned Owned Notes:- a. For RMC Plant, Concrete Pump and Transit Mixers, the Tenderer shall submit the proof of ownership. b. For all other machinery excluding RMC plant, Concrete Pump and owned Transit Mixers, the tenderer should submit duly notarized undertaking on Rs. 500 stamp paper for
  • 17. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 10 deployment of plants and machinery mentioned above along with any other machinery as and when required for execution of the work. The above list is for minimum machinery required for the project. If any additional machinery is required for execution of the work, the Contractor shall deploy the same without any extra payment. The Contractor shall deploy/establish the Automatic Concrete Weigh Batching Plant with Pan Mixing arrangements on site or within 20 Km from any one of the sites. The contractor has to bear all these costs in his rate/offer/bid quoted. If the distance of tenderer’s Automatic Concrete Weigh Batching Plant is more than 20 Km from the site, then the Contractor should establish his Concrete plant within 20 Km from site within 2 months from date of issue of the work order. If contractor fails to establish the plants within period up to 2 months irrespective of work, the PMC reserves the right to terminate the contract and forfeit the security deposit. The contractor/tenderer should submit his undertaking on his letter head stating “the above stipulations as per plant/plants locations” in technical submission. If Contractor fails to submit the same, PMC reserves the right to reject the tender. Batch mixing Plant (viz. Wet mix, GSB, Bituminous items) The contractor shall provide hot mixing batching plant (minimum 120 TPH) for all asphalting works and Ready Mix batching plant for concrete work; which shall have an in built Programmable Logic Controller (PLC). The batch mixing plant shall sense data like aggregate weight & temperature of batches through the digital sensors and logic controller. The contractor must deploy the required machineries on site. The Own/hired Hot Mix plant should be within 40 km lead from the site. Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain the completion of works in accordance with the prescribed construction schedule are shown in the above list. The bidders should, however, undertake their own studies and furnish with their bid, a detailed construction planning and methodology supported with layout and necessary drawings and calculations (detailed) to allow the employer to review their proposals. The numbers, types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements. 15.1 Sub-contractors' experience and resources shall not be taken into account in Determining the bidder's compliance with the qualifying criteria except to the extent stated above 15.2 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified and/ or forfeiture of EMD if they have: a) Made misleading or false representations in the forms, statements and b) Attachments submitted in proof of the qualification requirements; and/or
  • 18. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 11 c) Record of poor performance such as abandoning the works, not properly Completing the contract, inordinate delays in completion, litigation history, or financial failures etc.; d) PMC will reserve the right to qualify or disqualify bidders and to open financial envelope no. 2. 16 PRE-TENDER CONFERENCE: - a. Pre-Tender conference is open to all eligible tenderers and will be held on 21/11/2023 @ 11:00 AM in the office of the Municipal Commissioner, Pune Municipal Corporation, wherein the prospective tenderers will have an opportunity to obtain clarifications regarding the work and the tender conditions. b. The prospective tenderers are free to ask for any additional information or clarification either in writing or verbally. The Bidders may also raise their queries through mail on email id ceproject@punecorporation.org. The bidders shall mail their queries before the pre-bid meeting which is to be held on 21/11/2023. Any queries mailed after pre-bid meeting will not be taken in to account for any clarification. The clarifications to the queries of the prospective bidders same will be given during pre-bid meeting and this clarification referred to as “Common Set of Deviations” will be applicable to all tenderers. Common set of deviations, if any, issued by PMC will form part and parcel of the tender documents. c. The tender submitted by the tenderer shall be strictly as per NIT and Corrigendum/ Addendum issued by the Chief Engineer (Projects). The tender offer shall be unconditional. Conditional tenders/offers will be summarily rejected. d. All tenderers are cautioned that, the tender containing any deviations from the contractual terms and conditions, specifications, or other requirements will be rejected as non-responsive. 17 COST OF BIDDING: The tenderer shall bear all costs associated with the preparation and submission of the bid and the employer will in no case be responsible and liable for those costs. 18 SITE VISIT: The Tenderer, at his own cost, responsibility and risk is encouraged to visit and examine the site of works and its surrounding and obtain all information like availability of construction materials, natural terrain, status of road work, extent and possibility of underground and overhead utilities, local physical and social conditions, condition of strata etc. that may be necessary for preparing the bid and entering into a contract for construction of the works. The soil investigation information and the bore-log details furnished in the tender documents are only indicative and for general guidelines. If Tenderer felts underground soil exploration is necessary, the same may be ascertained by him at his own expenses during the course of visit to site. The contractor shall be responsible for his own interpretation of the information furnished in the tender.
  • 19. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 12 The detailed information regarding existing utilities is not available with PMC. If Tenderer felts these details are necessary, the same may be ascertained by him at his own expenses during the course of visit to site. The contractor shall be responsible for his own interpretation of the information furnished in the tender. The contractor shall be deemed to have collected information having regard to consideration of cost and time before submitting his tender as to, a) the form and nature thereof including surface conditions. b) the hydrological and climatic conditions. c) the extent and nature of work and materials necessary for execution and completion by the works and remedying of any defects therein. d) the means of access to the site and the accommodation he may require a) risks, contingencies and all circumstances which may influence or affect his tender. b) Local conditions. Thus, the contractor shall be deemed to have satisfied himself as to the correctness and sufficiency of the ‘Tender’. The costs of visiting the sites and collecting the necessary information shall be borne by Tenderers. 19 MANNER OF SUBMISSION OF TENDER AND ITS ACCOMPANIMENTS 19.1 Bid shall be submitted by e-tendering system. For this purpose, Bidders are required to register themselves with Civil Engineering Department of PMC. 19.2 Bid shall be submitted by e-tendering process only on PMC website. 19.3 The following procedure shall be followed in e-tendering. a The Bidder registered for e-tendering system will be allotted a Digital Key and only such registered Bidders shall submit the bids by e-tendering System. Registered Bidders shall pay cost of blank tender form and Bid Security by gateway system to PMC. b The bid shall be submitted online only in Technical and Financial bid format only. All documents stated in the qualification criteria should be duly signed by the bidder, shall be scanned and uplinked on PMC website. c Bidders are advised to submit their offers by e-tendering system only and not by submitting in hard copies (conventional system). The soft copies of the bid document for study and information are available on website www.mahatenders.gov.in 19.4 All documents stated, shall be submitted online only by the bidder. The bidder shall strictly ensure that all such attachments are complete and signed in all respects before he scans the documents and Upload it on PMC website. Bids which do not satisfy the requirements stated will be treated as non-responsive.
  • 20. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 13 19.5 The bidder shall quote his offer on the bid forms as prescribed in template available online at the appropriate place. He shall not quote his offer anywhere directly or indirectly. 19.6 Price quoted online in template provided online only would be considered for evaluation. 20 OPENING OF TENDER The bids will be opened online on the date specified above (if possible) in the presence of the intending bidder or their authorized representatives who may choose to remain present. Following procedure will be adopted for opening of the tender: First of all documents mentioned in the checklist of the tender will be opened to verify its contents as per the requirements. If the various documents contained in this checklist do not meet the requirement of the PMC, a note will be recorded accordingly by the bid opening authority and the financial offer of such bidder will not be considered for further action but the same will be rejected. a The technical bid evaluation of the bidders will be done after verification of the original certificates/ documents (scanned copies uploaded online towards qualification criteria furnished by the bidders.) b The report of the Technical bid scrutiny shall be available on the PMC website for 3 days after uploading of the Scrutiny Report. The prospective bidders may submit their queries in writing to the Executive Engineer within 3 days of uploading of Scrutiny Report. Any query after 3 days of uploading of the Scrutiny Report shall not be entertained c The bidders shall be required to furnish a declaration in online stating that the soft copies uploaded by the mare genuine. Any incorrectness/ deviation noticed will be viewed seriously apart from canceling the work duly forfeiting the BID Security including suspension of business. After opening of checklist documents if contents of the same are found to be acceptable to the PMC and the EMD is deposited with PMC by gate way system then only the financial offer shall be opened. d The bids will be opened online on 05/12/2023 @ 3:00 PM if possible in the presence of the intending bidder or their authorized representatives who may choose to remain present. Following procedure will be adopted for opening of the tender: First of all, check list documents of the tender will be opened to verify the contents as per the requirements. If the various documents contained in this check list do not meet the requirements of the PMC, a note will be recorded accordingly by the bid opening authority and the financial offer of such bidder will not be considered for further action but the same will be rejected. A) The technical bid evaluation of the bidders will be done after verification of the original certificates / documents (scanned copies uploaded online towards qualification criteria furnished by the bidders.)
  • 21. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 14 B) The bidders shall be required to furnish a declaration in online stating that the soft copies uploaded by them are genuine. Any incorrectness / deviation noticed will be viewed seriously apart from canceling the work duly forfeiting the BID Security including suspension of business. 21 Condition applicable to all works. Star Rate Applicable for Reinforcement Steel, Cement and Bitumen, Structural Steel. Price Escalation clause Applicable for Labour, Material and fuel & lubricant (Max. 5% of Accepted Contract Price excluding GST, Royalty and Testing). The limit of 5% will be applicable up to the completion of work. Item not included in Tender a. If tender rate is above, rate will be at par as per Current DSR b. If tender rate is below, rate will be as per tender quoted rate on Current DSR (above or below will be worked out based on the cost put to the tender and the quoted price including Lump sum (Part 1) and Misc. Works (part 2) as per Form of Tender - Financial Offer) Escalation shall not be applicable to Extra items The Reinforcement steel shall be TMT Fe 500 grade confirming to IS 1786. The approved manufacturers for procurement of reinforcement steel are – RINL, SAIL, Tata and JSW. The Contractor shall use the reinforcement steel from any of these manufacturers. The steel from any other source will not be allowed. Only OPC 43/53 Grade cement confirming to latest edition of IS:8112/IS:12269 shall be used for all Concrete works. 22 RIGHT RESERVED:- Right to reject any or all tenders without assigning any reason is reserved with Municipal Commissioner, Pune Municipal Corporation, Pune whose decision will be final and legally binding on all the tenderers. i) The Municipal Commissioner, Pune Municipal Corporation at their discretion may extend the dead line for submission of tender by issuing an amendment. ii) The Municipal Commissioner, Pune Municipal Corporation shall have the right to revise or amend the contract document prior to receipt of tender. 23 PROCESS TO BE CONFIDENTIAL: - Information relating to the examination, clarification, evaluation and comparison of bids and recommendations for the award of a contract shall not be disclosed to bidders or any other persons not officially concerned with such process. Any effort by a bidder to influence the PMC’s processing of bids or award decisions may result in the rejection of his bid. 24 POWER OF ATTORNEY:
  • 22. Pune Municipal Corporation A) Design and Construction of ROB on Pune – Miraj Railway & B) Construction of Flyover / Grade Separator in Mukundrao Ambedkar Junction, Vishrantwadi, Pune Contractor: No. of Corrections Executive Engineer 15 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, along with the tender. 25 ENQUIRIES Clarifications before pre bid conference, if any, can be sought from: The Chief Engineer (Projects), Pune Municipal Corporation, 3rd Floor, PMC Main Building, Shivajinagar, Pune - 411 005. 26 There is no provision for arbitration. The disputes between contractor and PMC will be dealt with as per provisions of contract. In case of dispute the decision given by the Municipal Commissioner, PMC will be final and binding on the contractor. However, if the contractor lodges the case in court of law, the PMC has full power to withdraw the work and allot the same to other agency at the risk and cost of the contractor. In this case no claim of the contractor will be entertained. The contractor should lodge the case in court of law in the jurisdiction of Pune District Court. 27 DISCLAIMER Every effort is being made to keep the Website up to date and running smoothly 24X7. However, PMC takes no responsibility, and will not be liable for, the website being temporarily unavailable due to any technical issue at any point of time. In that event PMC will not be liable or responsible for any damages or expenses arising from any difficulty, error, imperfection or inaccuracy with this website, it includes all associated services, or due to such unavailability of the website or any part there of or any contents or any associated services.
  • 23. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 16 STATEMENT / FORM NO. I Details of work tendered for and in hand as on the date of submission of this tender Name of the Tenderer : Sr. No. Name of work Name of employer Place and Country Work in hand Anticipated date of Completion Works tendered for Contract Cost Cost of remaining work Estimated Cost Date when decision is expected Stipulated date or period of completion 1 2 3 4 5 6 7 8 9 10
  • 24. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 17 STATEMENT / FORM NO. II Details of completed work of similar type and magnitude by the Contractor during last 5 years. Name of the Tenderer : Sr. No. Name of Work Name of employer Cost of work Date of issue of work order Stipulated date of Completion Actual date of Completion 1 2 3 4 5 6 7 A) B) C) D) E) F) G) H)
  • 25. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 18 STATEMENT / FORM NO. III Details of Plants and Machinery proposed to be used/ deployed and immediately available with the tenderer for this work and the manner in which it is proposed to be procured. Name of the Tenderer : Sr. No . Name of Equipment Max. age as on 31/03/2019 Capacity No. of Units Kind and make Age and Condition Present Location 1 2 3 4 5 6 7 8
  • 26. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 19 STATEMENT / FORM NO. IV Technical personnel with the tenderer for this work and personnel to be deployed on this work. Name of the Tenderer : Sr. No. Name of Person Qualification Whether working in field or in office Experience of execution of similar works Period for which the person is working with the Tenderer 1 2 3 4 5 6
  • 27. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 20 CHAPTER - II INSTRUCTIONS TO TENDERER
  • 28. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 21 CHAPTER - II PUNE MUNICIPAL CORPORATION, PUNE INSTRUCTIONS TO TENDERER TENDER DOCUMENTS : 1.1. CONTENTS OF TENDER DOCUMENT : a) The tender document for the purpose of this tender is issued in three volumes which include the following documents together with any addendum (Common set of Deviation) thereto. Volume-I: Includes tender notice, instructions to tenderers, Undertakings, conditions of contract, Additional conditions, special conditions, General conditions, price variation clause, Sample forms. Volume-II: Includes Scope of work, Design criteria for Tenderers, Technical specification, financial bid, schedule of interim payments, schedule of variation, tender form ‘C’ Declaration forms, and program of work. Volume III: Tender Drawings CSD Common set of deviation issued after pre-bid conference indicating clarification, amendments if any. b) The tenderer is expected to examine carefully all instructions, conditions, terms, specifications and drawings of the tender documents. Failure to comply with the requirements of tender submission will be at tenderer’s risk and results in rejection of tender. 1.2. AMENDMENTS TO TENDER DOCUMENTS: a) At any time prior to the dead line for submission of tender, the PMC may for any reason, whether at his own initiative or in response to a clarification request, modify the tender document by issuing an addendum/addenda/Common Set of Deviation, the addendum will be sent in writing to all prospective tenderers who have purchased the tender document for interpretation in the tender and will be binding on them. 1.4. TENDER PRICES: a) The tenderer shall quote his single lump sum offer in the template of online envelope no 2 to be submitted as per procedure laid down in Clause ‘b & c’ as under. b) The lump sum price quoted by the tenderer shall include all the costs, towards designing, drawings, getting the same checked and approved as per requirements of PMC, preparation of detailed working drawings (including approval thereof), executing and completing the works as per defined scope of work and based on design criteria for tenderer’s proposal including rectifying any defects therein. The lump sum offer shall provide for all superintendence labour, material, plant, equipment, site offices, laboratory and vehicles, and all other things required for completion of work including all taxes like Cess duties, etc. testing charges including 10 % testing at approved third party laboratory and such charges except for the exemptions provided for in the contract.
  • 29. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 22 c) The contractor has to carry out shifting of all existing utilities and services if any fouling in the area of project as per direction of engineer. The payments will be made as per tender rates. The work will be measured as actual executed on site. The coordination and approval of concern utility/service provider has to be obtained by contractor. There are some of utilities which are unknown, with the permission of user department contractor may be asked to remove the services. 1.5. TENDER LIABLE FOR REJECTION: a). The tender is likely to be rejected if on opening it is found that i) The tenderer has not strictly followed the procedure laid down for submission of tender. ii) The tenderer has proposed conditions which are inconsistent with or contrary to the terms and conditions specified. iii) Additions, corrections or alterations are made by the tenderer on any page of the tender documents. iv) Any page or pasted slips are missing. v) The tenderer has not signed the tender with seal. vi) The tenderer has specified any additional condition. vii) The tenderer has not attached the addendum to the main tender form. viii) The tenderer has not attached Common Set of Deviations. (CSD) ix) in case the technical proposal of tender who has quoted lowest price and who has satisfied other criteria is not conforming to the stipulations made, the tenderer without revising the cost shall modify the same to conform to the stipulations. If the tenderer refuses to modify this, then the tender shall be treated as non-responsive and rejected 1.6. CORRECTION OF ERRORS: If there is any discrepancy between the offer quoted in figures and in words, the lower of the two shall be treated as the offer. The decision Chief Engineer (Projects), PMC in this regard will be binding on contractor. 1.7. AWARD CRITERIA The PMC may award the contract to the successful bidder whose bid has been determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder to be qualified to perform the contract satisfactorily. The prospective responsive bidder will be given letter of acceptance/ work order asking him to fulfill the agreement on requisite stamp papers and pay necessary security deposit required and also to fulfill the other requirements as directed by Engineer In-Charge. The cost of requisite stamp papers has to be borne by the contractor. 1.8. DECIDING AWARD OF CONTRACT The process of decision and award of the contract shall be as under: (a) Only those Bids, which are found to be substantially responsive, shall be considered. The Envelope-II of non-qualifying bids shall be retained unopened. Only bids that qualify shall be considered for further evaluation. The decision of the
  • 30. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 23 PMC regarding the Technical Evaluation, qualification, and opening of bids shall be final and binding on all bidders. (b) Bidders who qualify as aforesaid shall furnish detailed cost breakup/ rate analysis and other clarifications to the proposal submitted by them as may be requested by the PMC to evaluate the reasonableness of the bid. (c) The bidder who qualifies and with the lowest Evaluated Bid Price, determined may be invited for further negotiations as may be necessary. If the negotiations with the firm are successful, the award will be made to that bidder. If, however it is seen that a contract with reasonable terms cannot be concluded with the bidder with the lowest evaluated bid, the bidder with the second lowest evaluated bid will be invited for negotiations. The process will be repeated until an agreed contract is concluded. (d) The acceptance of the tender rests with the competent authority of Pune Municipal Corporation, Pune. The right to reject any or all the tenders without assigning any reason thereof is reserved by Pune Municipal Corporation, Pune. The tenderer whose tender is accepted will have to enter into a regular agreement in the type & form prescribed by Pune Municipal Corporation, Pune & abide by all the rules and regulations embodied therein. (e) No corrections, additions or alterations in the tender document shall be made. No special stipulations in the tender document shall be permitted. (f) The tender shall be liable to be rejected outright if; i. If the specified Earnest Money in specified form is not paid. ii. The tenderer proposes any conditions & alterations in the conditions of the tender. iii. Any erasures are made in the tender documents. iv. If Contractor’s technical note containing method of execution and work plan not enclosed. (g) If the tendering contractors are a firm or company, they shall, in their forwarding letter should mention the names of all the partners of the firm or the company as the case may be and the names of the partners who hold the power of attorney authorizing him to conduct transactions on behalf of the Company / Firm. Copy of power of attorney duly signed by all partners shall be enclosed in Envelope-I. (h) Conditions and Scope of Work of the contract are subject to amendment till the time of acceptance of the tender. (i) The notes and conditions stipulated in this notice will form a part of the agreement. 1.9. NOTIFICATION OF AWARD FURNISHING PERFORMANCE SECURITY AND SIGNING OF AGREEMENT The Bidder whose Bid has been accepted will be notified of the award by the PMC prior to expiry of the bid validity period by personally or e-mail, fax confirmed by registered letter. This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”) will state the sum that the PMC will pay to the Contractor in consideration of the design, drawings, execution, completion, any defects rectification in DLP and maintenance of the service road of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”)
  • 31. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 24 The notification of award will constitute the formation of the Contract, subject to furnishing of a Security Deposit. The PMC shall notify the successful bidder that the bid has been accepted and that he should present himself for signing the Agreement. 1.10 FOR SPECIAL ATTENTION OF TENDERER: The tenderer is expected to visit the site before quoting the tender and get fully acquainted with the site conditions and site requirements. The tenderer shall study the traffic volume and evolve a diversion scheme for traffic and get it approved from PMC and concern department. It will be the responsibility of contractor to obtain necessary permission for diversion from concerned department and to ensure that the traffic on roads shall be uninterrupted. There may be some local problems, which will be required to be tackled by the contractor. Local suppliers may create problems for supply of sand and metal during execution, which shall have to be solved by the successful bidder. On this account no extension of time limit will be granted, nor any compensation will be given. Police protection, if considered necessary will have to be arranged by the contractor at his own cost. Power and water supply required for work and labours etc. have to be arranged by the contractor. Pune Municipal Corporation, Pune does not take any guarantee for power and water supply at the site. Pune Municipal Corporation, Pune staff will, however, extend help in solving local problems for obtaining permission, obtaining power supply etc. 1.11. Instructions regarding work to be done will be given to the contractor from time to time. No compensation & extension on this account will be given to the contractor. 1.12. The Contractor shall make himself aware of the possible underground utilities along the alignment of the road. 1.13. Contractor shall make his arrangement for temporary approach road and material stacking yards etc. at his cost. The Contractor will not be allowed to stock the material on existing road within right of the way. 1.14 The contractor shall work as per instructions given by the authorized person appointed by PMC. 1.15. The dewatering as required due to storm water, underground seepage/ rain water and from any other sources etc. is an incidental activity to work and cost shall be included in Lump- sum rate. No separate payment will be made for dewatering.
  • 32. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 25 CHAPTER - III ADDITIONAL CONDITIONS OF CONTRACT
  • 33. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 26 CHAPTER - III PUNE MUNICIPAL CORPORATION, PUNE ADDITIONAL CONDITIONS AND INSTRUCTIONS TO TENDERERS Name of the Owner: PMC In all the contents mentioned anywhere in this tender, the owner is Pune Municipal Corporation and the competent authority of the Pune Municipal Corporation at appropriate level. The use of word 'Corporation' or PMC anywhere in the contents, to mean the owner of work shall have by similar and same meaning as in use Pune Municipal Corporation. 1. COMPETENCY OF TENDER: The work will be awarded only to the bidder whose bid is considered as responsive, capable of performing the class of work specified. Before passing the final award, any or all bidders may have to demonstrate that he has the necessary experience facilities, abilities, manpower & financial resources to execute the work in satisfactory manner & also within the stipulated time. The bidder may also be required to furnish to the PMC, a statement in respect of their experience and financial resources. 2. PAYMENTS: The tenderers must understand clearly that the rates quoted are for completed items of work & include all taxes excluding GST, cost due to labour, all leads & lifts involved & scaffolding, plants, supervision, service roads, diversion, dewatering, power, etc. and to include all expenses to cover the cost of night and round the clock working as and when required. No claim for additional payment beyond the prices or rates quoted will be entertained & the contractor will not be entitled subsequently to make any claim on the ground of any representation or on any promise by any person or on the ground of any failure on his part to obtain all necessary information for the purpose of making his tender and fixing the several prices and rates therein and shall not relieve him from any risks or liabilities arising out of or consequence upon the submission of the tender. Labour welfare tax (Cess) 1% will be deducted from contractor’s RA bill in addition to IT & GST. 3. ERASURE: Persons tendering are informed that no deletion or any alteration by them in the text of the documents set herewith will be allowed. Any such deletion, or any alteration will be disregarded and the tender may be treated as non-responsive. 4. ACCEPTANCE: Intimation of acceptance of tender will be given by an email or a letter sent by Registered Post to the address given in the tenders below the signature of the tenderer. The tenders not fulfilling conditions mentioned in the document and/or incomplete in any respect shall be liable for rejection. 5. ADDITIONAL PRECAUTIONS TO BE TAKEN BY THE CONTRACTOR TO PREVENT ACCIDENT: These are in addition to and over and above those mentioned elsewhere in the contract documents.
  • 34. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 27 a) The Contractor shall deploy full time safety officer at site to monitor the safety of workers as well as commuters. b) As the workers have to work at height and on busy traffic area adequate safety measures like barricades, caution boards, safety nets etc. should be taken by the contractor. c) The Workers working at heights shall compulsorily use Safety Belts. All workers shall use safety helmets, florescent jackets etc. d) No live electric lines should be allowed to run along the ground. No blasting is permitted. e) Only trained and experienced hands should be allowed to handle all works in the scope of tender. f) Machinery in good working condition shall only be deployed for work. 6. CONTRACTORS TO GET ACQUAINTED THEMSELVES FULLY: 6.1 The contractor shall be deemed to have carefully examined the work and site conditions including labour, the general and the special conditions, the specifications, schedules, drawings and shall be deemed to have visited the site of the work & to have fully informed himself regarding the local conditions and carried out his own investigations to arrive at the rates quoted in the tender. In this regard, he will be given necessary information to the best of knowledge of Department, but without any guarantee to it. If the bidder has any doubts as to the meaning of any portion of the general conditions, the Special conditions, the scope of work, the specifications and drawings, or any other matter Concerning the contract, he shall, in good time before submitting his tender, set forth, the Particulars thereof and submit them to the Engineer in writing, in order that such doubts may be clarified before pre-bid meeting. Once a tender is submitted the matter will be decided in accordance with the tender conditions. 6.2. Languages(s) and Law a) Language The language is English b) Law The Contract shall be governed by and construed in accordance with the governing law of India and also the laws in force in the State of Maharashtra and no suit or other proceeding relating to the Contract shall be filed or taken by the Contractor in any Court of Law except in the High Court of Mumbai which shall have exclusive jurisdiction to hear and determine all actions and proceedings in connection with and arising out of the Contract, and the Contractor shall submit to the jurisdiction of the aforesaid Court of Law for the purpose of any such action and proceedings 6.3 Errors, Omissions and Discrepancies: a) In case of errors, omissions and/or disagreement between written and scaled dimensions in the drawings or between the drawing and specifications, etc., the following order of preference shall apply. i) Between scaled and written dimensions/description on a drawing, the latter shall apply. ii) Between the quantities shown in schedule of quantities and those arrived from drawings, the later shall be prevail.
  • 35. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 28 iii) Between the written description of item in the Schedule of quantities and the detailed description in the specifications of the same item the later shall be prevail. b) In case of difference between the rates written in figures and words the lower of the two shall be treated as the offer. The decision Chief Engineer (Projects) PMC in this regard will be binding on contractor. In other cases, the correct rate would be that which is lower. c) In all cases of omissions and/or doubts or discrepancies in the dimension or description of any item or specifications, a reference shall be made to the Engineer-in-Charge whose elucidation, elaboration or decision shall be considered as authentic. The Contractor shall be held responsible for any errors that may occur in the work through lack of such reference and precautions. 6.4 Contract Documents The following documents shall be part of the Contract a) Any modification / amendments issued by Employer prior to tender submission date, Correspondence between the employer and contractor after opening the bid and prior to letter of acceptance. b) Agreement on Stamp Paper. c) Letter of Acceptance & Work Order. d) Tender Notice & Detailed Tender Notice. e) Tender Document Volume I, II and III. f) Corrigendum and Common Set of Deviations if any. 6.5 Priority of Contract Documents The several documents forming the contract are to be taken as mutually explanatory of one another, but in case of any ambiguities or discrepancies the priority shall be as indicated below: 1. Agreement. 2. Declaration of Contractor and printed ‘C’ form and schedules duly filled in. 3. Correspondence after submitting tender and before letter of acceptance /Modifications /amendments/CSD. 4. Item-wise technical specifications. 5. M O R T & H Specifications for Roads and Bridges, ISI, IRC, B.I.S. codes of practice. 6. General Technical Specifications. 7. Additional Specifications 8. Scope of work. 9. Special Condition of Contract. 10. General Condition of Contract. 11. NIT Drawings 6.5 Mix Design: a) CONCRETE MIX: The minimum cement content and maximum water cement ratio permissible in the R.C.C. /PSC components shall be as per MoRTH Specifications. It shall be mandatory to prepare detailed mix
  • 36. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 29 design for all grades of concrete from the approved laboratory and mix design shall be got approved from the Engineer-in-charge. No additional payment shall be made for additives & other ingredients required to be used in the concrete. The additives to be added in the mix shall be of ISI Standard and of approved brand. In case of change of source of material (cement aggregate, admixtures) the mix design shall be redone and got approved from Engineer-in-charge every time without any extra cost. Only Ready Mix Concrete is allowed for all concrete work. b) ASPHALT MIX: The minimum bitumen content shall be as specified in respective items specifications & other components shall be as per MORTH Specifications. It shall be mandatory to prepare detailed mix design for asphalt mix from the approved laboratory and job mix design shall be got approved from the Engineer-in-charge. No additional payment shall be made for extra bitumen contents & other ingredients if required to be used in the above mix. The additives to be added in the mix shall be of ISI Standard and of approved brand. In case of change of source of material (aggregate, additives) the mix design shall be redone and got approved from Engineer-in-charge every time without any extra payment. The minimum bitumen content for BM, DBM & BC shall be 4.00%, 4.50% & 6.00% respectively. 6.7 Working Methodology and Progress Schedules: a) The Contractor shall submit within the time stipulated by the Engineer-in-Charge, in writing the details of actual methods that would be adopted by the Contractor for the execution of any items as required by Engineer at each of the locations, supported by necessary detailed drawing and sketches including those of the plant & machinery that would be used, their location, arrangement for conveying and handling materials etc. and obtain prior approval of the Engineer-in-Charge well in advance of starting of such item of work. The Engineer-in-Charge reserves the right to suggest modifications or make corrections in the method proposed by the Contractor whether accepted previously, or not, at any stage of the work to obtain the desired accuracy, quality & progress, which shall be binding on the Contractor. No claim on account of such change in the method of execution will be entertained by the Corporation. b) Progress Schedule The contractor, before commencement of the work, shall furnish resource based activity linked schedule in the form of CPM/ PERT network chart and cash flow requirements in the form of “S” curve in quadruplicate for the approval of Engineer. c) The Contractor shall employ sufficient plants, equipment and labours as may be necessary to maintain the progress schedules. The working and shift hours shall be restricted to one shift a day. These shall not be varied without prior approval of the Engineer. Work would not be normally allowed to be carried out during night. In exceptional circumstances, if the Contractor requests, certain portion of work may be allowed to be carried out during night under supervision. The Contractor shall provide adequate and necessary lighting arrangement etc. for night work as directed by Engineer without any extra cost.
  • 37. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 30 6.8 As Built Drawings and other Documentation On the basis of all Drawings relating to the Works the Contractor shall prepare “As-Built” drawings using the computing software Auto CAD Version 2023 or later version to record the precise details of the Works complete. The Contractor, at the time of issue of the Statement of Completion, shall forward the final copy of the Auto CAD Drawings in Pen Drive. In addition, the contractor shall submit 4 (four) hard copies of all the drawings. The as built drawings shall be submitted with lamination and spiral binding. The Contractor shall also arrange to take photographs as directed by the Engineer, depicting various details & stages of progress of works and submit them in duplicate in proper albums for records. Video shooting of the work shall be carried out periodically and CD/Pen Drive containing 180-minute Video film shall be presented to Employer on virtual completion of the work. All detailed working drawings, design calculations and fabrication drawings for Temporary works (such as form work, staging, centring, scaffolding, specialized construction, handling and launching equipment and the like) as well as bar bending schedule for reinforcement, material list for structural fabrication as well as detailed drawings for templates and anchorage and temporary support details for pre-stressing cables etc. shall be prepared by the Contractor at his own cost and forwarded to the Engineer at least 2 weeks in advance of actual constructional requirements. Within one week of receipt, the Engineer will check & return one copy of the same for the Contractor’s use with amendments if any marked on them after due discussion and agreement with the Contractor. Such approval shall not relieve the Contractor of any of his responsibilities in connection with Temporary Works. The Contractor will supply two copies of the approved drawings for the Engineer’s use. The cost of preparing all such items of work shall be deemed to have been included in the respective rates / prices quoted by the Contractor. 6.9 Treasure and Trove Discovered: In the event of discovery by the Contractor or his employees during the progress of the works of any treasure, fossils, minerals or any other articles of value, or interest, the Contractor shall give immediate intimation thereof to the Engineer and fourth-with hand over to the Engineer such treasures or things which shall be the property of PMC / Govt. as the case may be. 6.10 Agent and Work Order Book: a) The Contractor shall engage an authorized all time agent on the work capable of managing and guiding the work and understanding the specifications and contract conditions. A qualified and experienced Engineer shall be provided by the Contractor as his Agent for technical matters as approved by the Engineer-in-Charge. The Site Agent (Project Manager) shall take orders as will be given by the Engineer-in-Charge or his representative and shall be responsible for carrying them out. This Agent shall not be changed without prior intimation to the Engineer-in-charge. To ensure proper supervision control, the Engineer-in-Charge has unquestionable right to ask for changes in the quality and strength of contractor's supervisory staff and to order removal from work of any of such staff. The Contractor shall comply with such orders and effect replacements to the satisfaction of the Engineer-in-Charge. b) A work order book shall be maintained on site and it shall be the property of PMC, wherein the instructions are given in writing to the contractor pertaining to the work. The Contractor shall promptly acknowledge the instructions given therein by the Engineer or his representative or his superior officer, and comply with them. The contractor shall report the compliance of the instructions in good time so that it can be checked. The blank work order book with machine
  • 38. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 31 numbered pages will be provided by the PMC free of charge for this purpose. The Contractor will be allowed to copy out the instruction therein from time to time. 6.11 Initial Measurement for Record: For proper measurements of the work it is necessary to have an initial set of levels or other Measurements taken and the same are recorded in the authorised field book or M.B. of the PMC by the Engineer or his authorised representative and will be signed by the Contractor who will be entitled to have a true copy of the same made at his cost. Any failure on the part of the Contractor to get such level etc. recorded before starting the work will render him liable to accept the decision of the Engineer as to the basis of taking measurements. Likewise, the contractor will not cover any work, which will render its subsequent measurement difficult or impossible without first getting the same jointly measured by himself and the authorised representative of the Engineer. The Contractor shall sign the record of such measurements as its acceptance and he will be entitled to have a true copy of the same at his cost. 6.12 Handing over of Work: All work and materials, before finally taken over by PMC will be entire liability of the Contractor for guarding, maintaining and making good any damage of any magnitude. Interim payments made for such work will not alter this position. The interim payment shall be treated as advance for purpose of payment. The handing over by the Contractor and taking over by the Engineer-in-charge or his authorised agent will be always in writing of which copies will be given to the Engineer-in-charge, his authorised representative and the Contractor. It is to specify that the corporation will count the defect liability period from the date of taking over of entire work. 6.13 Assistance in Procuring Priorities, Permit, etc.: The Engineer on written request by Contractor will, if in his opinion the request is reasonable and in the interest of work and its progress, assist the contractor in securing the priorities, for deliveries, transport, permits for controlled materials, etc. where such are needed. The PMC will not however be responsible for the non-availability of such facilities or delays in this behalf and no claims on account of such failure or delays shall be allowed by the PMC. 7. SAMPLES AND TESTING OF MATERIALS: 7.1 a) All materials to be used on work, such as structural steel, nuts and bolts, paints, cement, lime, bricks, aggregates, steel, structural and high tensile steel, bearings, expansion joints, stones, asphalt, woods, tiles, etc. shall be got approved in advance from Engineer-in-Charge and shall pass the test and analysis required by him, which will be (a) as specified in the specifications of the items concerned and / or (b) as specified by the Indian Road Congress Standard Specifications and code of practice for Roads and Bridges or (c) I.S.I. specification (wherever and whenever applicable) or (d) such recognised specifications acceptable to the Engineer-in-Charge as equivalent thereto or in the absence of such authorised specification (e) such requirements / tests and / or analysis as may be specified by the Engineer-in-Charge in the order of precedence given above.
  • 39. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 32 b) The Contractor shall establish a well-equipped field laboratory at his cost for testing of construction materials. The field tests shall include but not limited to sieve analysis, moisture content, flakiness index & compressive strength of concrete cubes, testing of cement, aggregates etc. The testing shall be carried out as specified in MORT & H Specifications and other applicable codes for works. c) The Contractor shall at his risk and cost make all arrangement and/or shall provide for all such facilities as the Engineer may require for collecting, preparing, and forwarding required number of samples for tests or for analysis at such time and to such place or places as may be directed by the Engineer and bear all charges and cost of testing including transport. Such samples shall also be deposited with the Engineer-in- Charge till these are sent for testing. Samples of material shall also be preserved during the construction period. d) The Contractor shall, if and when required, submit at his cost the samples of materials to be tested or analysed and if so directed shall not make use or incorporate in the work any materials until required tests have been made & the test results of the materials are finally accepted by Engineer-in- Charge. 7.2 Co-ordination: When several agencies for different sub works of the projects are to work simultaneously on the project site, there must be full co-ordination between the different contractors to ensure timely completion of the whole project. The scheduled dates for completion specified in each contract shall, therefore, be strictly adhered to. Each Contractor may either make their independent arrangements for water, power, housing, etc. or may come to mutual agreement and in this behalf and make joint agreement with the approval of the Engineer. No Contractor shall take any steps or action that may cause disruption, discontent or disturbance to work, labour or arrangements etc. of other contractors in the project. Any action by any contractor, which the Engineer in his unquestioned discretion may consider as infringement of the above code, would be considered as a breach of the contract and shall be dealt with accordingly. In case of any dispute or disagreement among the various contractors the Engineer's decisions regarding the Co- ordination, Co-operation and facilities to be provided by any of the contractors, etc. shall be final and binding on the Contractors concerned and such a decision shall not vitiate any contract nor absolve the Contractor of his obligations under the contract nor form the grounds for any claim or compensation. 7.3 Temporary Quarters: The contractor shall at his own expense maintain sufficiently experienced supervisory staff etc. required for the work and shall make his own arrangements for housing such staff with all necessary amenities. General layout plan for such arrangement be got approved from the Engineer-in-Charge. It will be the responsibility of the Contractor to get his layout plan of temporary structure approved from the local competent authorities.
  • 40. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 33 7.4 Payments: Refer Clause no 2 of this chapter above. 7.5 Patented Devices: Patented Devices, Materials and Processes Whenever the Contractor desires to use any designed, device, material or process covered by letter of patent or copyright, the right for such use should be secured by suitable legal arrangement and agreement with the patent PMC and the copy of their agreement shall be filed with the Engineer-in-Charge. 7.6 Water Supply: The bidder shall confirm availability of adequate water for works, and sources thereof before submitting the tender. The contractor shall make his own arrangements at his own cost for entering in to contract with concerned authorities for obtaining the connection and carry the water up to the work sites as required by him. The contractor is advised to provide water storage tank of adequate capacity to take care of possible shut down of water supply system. 7.7 Electricity: The Contractor will have to make his own arrangement at his own cost for obtaining or providing electric supply at work site. 8. SAFETY, MEASURES AND AMENITIES: 8.1 SAFETY MEASURES The Contractor shall take all necessary precautions for the safety of the workers and preserving their health while working on such jobs as required special protection and precautions wherever required. The following are some of the requirements listed though not exhaustive. The Contractor shall also comply with the directions issued by the Engineer in his behalf from time to time and at all times. a) Providing protective headwear to workers in quarries and also at site to protect them against accidental fall of materials from above. b) Providing protective footwear, hand wear and head wear to workers in situation like mixing and placing of mortar or concrete, in quarries and places of mortar or concrete, in quarries and places where the work is to be done under wet conditions as also for movements over surface infested with oyster growth & to protect them against accidental fall of material from above. c) Taking such normal precautions like providing handrails to the edges of the floating platforms or working platforms at high level or barrages not allowing rails of metal parts. 8.2 Amenities: a) Supply workmen with proper belts, ropes, etc. when working on any masts, cranes, circle hoist, dredger, etc.
  • 41. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 34 b) Taking necessary steps towards training the workers concerned of the use of machinery before they are allowed to handle it independently and taking all necessary precautions in and around the areas where machines, hoists and similar units are working. c) Providing life belts to all men working at such situations from where they may accidentally fall into water, equipping the boats with adequate number of life belt etc. d) Avoiding bare live wires etc. as would electrocute workers. e) Making all platforms, staging and temporary structures sufficiently strong and not causing the workmen and supervisory staff to take undue risks. f) Provide sufficient first-aid, trained staff and equipment to be available quickly at the work site to render immediate first-aid treatment in case of accidents due to suffocation, drowning and other injuries. g) Take all necessary precautions with regards to safety of traffic plying on adjoining roads. h) Providing full length gum boots, leather hand gloves, leather jackets with fireproof aprons to cover the chest and back reaching up to knees and plain goggles for the eyes to the labour working with hot asphalt handling vibrators in cement concrete and also where use of any or all these items is essential in the interest of health and well-being of the labourers in the opinion of the Engineer. i) Provide proper ladder with handrail and landing plat form if height is more than 3 metres. 8.3. Explosives: The use of explosives & blasting are banned on this work. 8.4. Damage by Floods or Accidents: The Contractor shall take all precautions against damages by floods or from any accidents etc. No compensation will be allowed to the contractor on this account for correcting and repairing any such damage to work during construction. The contractor shall be liable to make good at his cost any plant or material belonging to the PMC lost or damaged by floods or from any other causes while in his charge. 8.5 Relation with Public Authorities: The Contractor shall comply with all rules, regulations byelaws and direction given from time to time by any local or public authority in connection with this work and shall pay all charges which are leviable without any extra cost. Police protection: For the special protection of camp and the contractors’ works, PMC will help the Contractor as far as possible to arrange for such protection with the concerned authorities if so requested by the contractor in writing. The full cost of such protection shall be borne by the contractor. 8.6. Indemnity: The Contractor shall indemnify the PMC against all actions, suit, claims and demands brought or made against it in respect of anything done or committed to be done by the contractor in execution of or, in connection with the work of this contract by and against any loss or damage to the PMC in consequence to any action or suit being brought against the
  • 42. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 35 contractor for anything done or committed to be done, for the execution of the work of this contract. PMC may at its discretion and entirely at the cost of the contractor, defend such suit, either jointly with the contractor or singly in case the latter chose not to defend the case. 8.7 Medical and sanitary arrangement to be provided for labour employed in the construction by the contractor: a) The contractor shall provide adequate supply of pure and wholesome potable water for the use of laboures on works in camps. b) The contractor shall construct trenches, semi-permanent latrine for the use of labourers, separate latrine shall be provided for men and women. c) The Contractor shall build sufficient no of huts on a suitable plot for use of the labourers according to the following specifications. i. Hut of bamboos and grass may be constructed. ii. A good site not liable to submergence shall be selected on high ground remote from jungle but well provided with trees, shall be chosen wherever it is available. The neighborhood of tank, jungles, trees, and woods should be particularly avoided. Camps should not be established close to large cutting of earthwork. iii. The lines of huts shall have open space of at least 10 meters between rows. When a good natural site cannot be procured particular attention should be given to the drainage. iv. There should be no over-crowding. Floor space at the rate of 3 sq m. (30 sq. ft.) Per head shall be provided. Care should be taken to see that the huts are kept clean and in good order. v. The Contractor must find his open land and if he wants Government land he should apply for it. Assessment for it if demanded will be payable by contractor. However, PMC does not bind itself for making available the required land. d) The contractor shall construct a sufficient number of bathing places. Washing places should also be provided for the purpose of washing clothes. e) The contractor shall make sufficient arrangement for draining away the surface and sewage water as well as water from the bathing and washing places and shall dispose off his waste water in such a way as not to cause any nuisance. f) The contractor shall engage a Medical Officer with a travelling dispensary for a camp containing 500 or more persons if there is no Government or other private dispensary situated within 8 km. from the camp. In case of emergency the contractor shall arrange at his cost transport for quick medical help to his sick workers. g) The contractor shall provide the necessary staff for effecting the satisfactory conservancy and cleanliness of the camp to the satisfaction of the Engineer-in- Charge. At least one sweeper per 200 persons or part should be engaged. h) The Assistant Director of public Health shall be consulted before opening a labour camp and his instructions on matters such as water supply, sanitary convenient to the camp site accommodation and food supply to be followed by the contractor. i) The contractor shall make arrangement for all anti-malaria measures to be provided for the labour employed on the work. The anti-malaria measures shall be as directed by Assistant Director of public Health.
  • 43. Pune Municipal Corporation Design and Construction of ROB on Pune – Miraj Railway & Construction of flyover and grade separator in Mukundrao Ambedkar Junction, Vishrantwadi Contractor: No. of Corrections Executive Engineer 36 j) In addition to above all provisions of the relevant labour act pertaining to basic amenities to be provided to the labours shall be applicable which, will be arranged by the contractor. 9. LABOUR AND GENERAL LAWS: 9.1 The Contractor shall employ labour in sufficient numbers either directly or through approved sub-contractors to maintain the required rate of progress and of quality to ensure workmanship of the degree specified in the Contract and to the satisfaction of the Engineer. a) The Contractor shall not employ in connection with the works, any person who has not completed his eighteen-year of age. b) The Contractor shall furnish to the Engineer fortnightly distribution returns of the number & description by trades of works people employed on the Works. c) The Contractor is required to report immediately to the Engineer any accident or unusual occurrence connected with the work & how he / they acted upon. d) The Contractor shall also submit on the 4th and 19th of every month to the Engineer a true statement showing in respect of the second half of the preceding month and the first half on the current months. i) The accidents that occurred during the said fortnight showing the circumstances under which they happened and the extent of damage and injury caused by them, and ii) The number of female workers who have been allowed benefit under the Maternity Benefit Act 1961 or Rules made there under and the amount paid to them. e) The Contractor shall pay to the labour employed by him either directly or through sub-contractors wages not less than fair wages as defined in the Contractor Labour Regulations as contained hereinafter in regard to all matters provided therein. f) The Contractor shall comply with the provisions of the Payment of Wages Act 1936, Minimum Wages Act 1948, employees Liability Act 1937, Workman’s Maternity Benefit Act 1961, Contract Labour (Regulation of Abolition) Act 1970 and Interstate Migrant Workman (Regulation of Employment and Conditions of Services) Act 1979, or any modification thereof or any other law relating to and rules made thereunder from time to time. g) The Contractor shall indemnify the Department against any payments to be made and for the observance of the Regulations aforesaid without prejudice to his right to claim indemnity from his Subcontractor. h) The decision of the Engineer in matters relating to the reports from the inspecting Officers, as defined in “Contract - Labour Regulation” (Contained hereafter) shall be final and binding and deductions for recovery of any amount payable to the Contractor. 9.2 The Contractor shall at his own expenses comply with or cause to be complied with the Model Rules for Labour Welfare as contained hereafter or rules framed by Department from time to time for the protection of health and for making sanitary arrangements for workers employed directly or indirectly on the Works. In case the Contractor fails to make arrangements as aforesaid, the Engineer shall be entitled to do so and recover the cost thereof from the Contractor.