godavari marathwada irrigation development … · ( 3 ) contractor no. of corrections executive...

285
( 1 ) Contractor No. of Corrections Executive Engineer FOR AUTHORISED USE ONLY SUPERINTENDING ENGINEER, JAYAKWADI PROJECT CIRCLE, AURANGABAD EXECUTIVE ENGINEER JALNA IRRIGATION DIVISION, JALNA DIST. JALNA GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION AURANGABAD VOLUM-I (A GOVERNMENT OF MAHARASHTRA UNDERTAKING) CHIEF ENGINEER & CHIEF ADMINISTRATOR COMMAND AREA DEVELOPMENT (W.R.) AURANGABAD B-1 TENDER TENDER DOCUMENT, SPECIFICATION & DRAWINGS Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna. ESTIMATED COST RS. 92,58,824/-

Upload: others

Post on 18-Mar-2020

11 views

Category:

Documents


0 download

TRANSCRIPT

  • ( 1 )

    Contractor No. of Corrections Executive Engineer

    FOR AUTHORISED USE ONLY

    SUPERINTENDING ENGINEER, JAYAKWADI PROJECT

    CIRCLE, AURANGABAD

    EXECUTIVE ENGINEER

    JALNA IRRIGATION DIVISION,

    JALNA DIST. JALNA

    GODAVARI MARATHWADA IRRIGATION

    DEVELOPMENT CORPORATION

    AURANGABAD

    VOLUM-I

    (A GOVERNMENT OF MAHARASHTRA UNDERTAKING)

    CHIEF ENGINEER & CHIEF ADMINISTRATOR COMMAND

    AREA DEVELOPMENT (W.R.) AURANGABAD

    B-1 TENDER TENDER DOCUMENT, SPECIFICATION & DRAWINGS

    Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala

    Tq.Partur Dist. Jalna.

    ESTIMATED COST RS. 92,58,824/-

  • ( 2 )

    Contractor No. of Corrections Executive Engineer

    TENDER DOCUMENT FOR

    Name of Work: Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.

    Date First available …………………………………………………………..........

    Issued to: ……………………………………………………………….. Registred in Class ……………………………………………………………….. On ………………………………………………………………..

    Divisional Accountant JALNA IRRIGATION DIVISION, JALNA

    DIST. JALNA

  • ( 3 )

    Contractor No. of Corrections Executive Engineer

    Name of Work: Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.

    INDEX

    Sr. NO.

    Particulars Pg. No.

    1 Press Notice

    10 to11

    2 Corrigendum to Press Notice

    3 Corrigendum to Tender Notice

    4 Tender Notice 12

    SECTION I DETAILED TENDER NOTICE, INFORMATION AND INSTRUCTIONS FOR TENDERERS

    1. Invitation 19

    2. Eligibility 21

    3. Details of work 21

    4. Issue of Blank Tender Forms 21

    5. Pre Tender Conference 22

    6. Revision or Amendments of tender documents 22

    7. Manner of submission of tender and its accompaniments

    22

    8. Post Qulification Certriea 24

    9. Opening of Tenders 26

    10. Envelope No. 1 26

    11. Envelope No. 1 26

    12. Instructions for submission of Envelope No. 1 26

    13 EMD (Bid Security) 26

    14 Pereformance Security Deposit 27

    15 Security Deposit 28

    16 Additional Security Deposit 28

    17 Income Tax 29

    18 GST 29

    19 Professional Tax 29

    20 Instructions Regarding Work Insurance Police 29

    21 Labour Welfare Cess 29

    22 Royalty Charges 30

    21 रोकड विरवित ववववववववववव ववववव 30

    22 Instructions for submission of Envelope No. 2 32

  • ( 4 )

    Contractor No. of Corrections Executive Engineer

    23 Tender Units 34

    24 Corrections 34

    25 Signing of tender documents

    34

    26 Acceptance of tender

    34

    27 Limitation of the award of contracts 35

    28 Validity for 120 days 35

    29 Completion of tender documents 36

    30 Language 36

    31 Licence under Contract Labour 36

    32 Certificate A 37

    Annex “A” 38

    1. Scope of Work 38

    2. Details of work 38

    3. Information for obtaining tender papers and its submission

    39

    4. Work and site conditions 39

    5. Period of completion and programme of works 40

    6. Estimated cost of work 40

    7. Earnest Money/ Security Deposit 40

    8. B-1 Tender Form 41

    SECTION II

    1. B-1 Tender form and Tender for works 45

    2. Memorandum 46

    3. Schedule “A” 48

    4. Schedule “B”

    51 to 64

    5. Schedule B Part – II 51

    6 The Evaluation Committee 65

    7 Annexure-A Method of applying for joint Venture Consortia

    66

    8 Legal Jurisdiction

  • ( 5 )

    Contractor No. of Corrections Executive Engineer

    71

    9 Statement No.1

    73

    10 Statement No.2

    74

    11 Statement No.3

    75

    SECTION III

    1. Forms

    Appendix “A” – Details of technical personnel with the contractor

    78

    Appendix “B” – Details of plants and machinery immediately available with the tenderer for use on this work

    79

    Appendix “C” – Details of works of similar type and magnitude carried out by the contractor.

    80

    Appendix “D” – Details of other works tendered for and in hand on the date of submission of tender

    81

    Appendix “E” – Details of plants and machinery proposed to be used for the work but not immediately available.

    82

    Appendix “F” – Declaration of the contractor 83

    Appendix “G” – Model form of Bank Guarantee 84

    Performance Bank Guarantee 86

    Appendix “I” – Professional tax clearance certificate

    87

    Appendix “J” – Agreement 88

    SECTION IV

    1. Conditions of Contract (B-1 Form) 90

  • ( 6 )

    Contractor No. of Corrections Executive Engineer

    SPECIAL CONDITIONS OF CONTRACT

    SECTION V Special Conditions of Contract

    119

    1. Contract to inform himself fully 119

    2. Contract drawings and specifications 119

    3. Data and drawings to be furnished by the contractor

    120

    4. Errors, Omissions, Discrepancies 120

    5. Use of site 120

    6. Contractor not to be dispose off soil etc. 121

    7. Gold/Silver, Minerals, Oils. Relics etc. found on the site

    121

    8. Access to site and work and cooperation with other contractor

    121

    9. Cleaning up 122

    10. Layout of construction roads 122

    11. Period and hours of work 123

    12. Signing field books, longitudinal section cross sections and measurement books

    123

    13. Programme of construction 123

    14. Material

    124

    15. Laboratory for testing work 128

    16. Construction equipments & Locations 129

    17. Bills and payments 130

    18. Security Deposits 131

    19. No interest on money due to the contractor 131

  • ( 7 )

    Contractor No. of Corrections Executive Engineer

    20. Other contractor for the work

    132

    21. Contract documents and matters to be treated as confidential

    132

    22. Access to the contractor’s book 132

    23. Breach on part of Govt. not to annual contract 132

    24. Local Laws 133

    25. Personnel of the contractor 133

    26. Death, Bankruptacy etc. 133

    27. Notices, How to be given 134

    28. Passing of foundation etc. 134

    29. Reference to standard specifications 134

    30. Communications and notices by contractors 135

    31. Non compliance of contract conditions 135

    32. Co-ordination with other contractors 135

    33. Undertaking under contract Labour Act 136

    34. Photographs of the works 136

    35. Data, drawings to be furnished by the contractor 136

    36. Fencing, lighting and ventilation 137

    37. Liability for accidents to persons 137

    38. The contractors to supply and be responsible for the sufficiency of the means employed

    138

    39. Covering of work 138

    40. Quantities of works 138

  • ( 8 )

    Contractor No. of Corrections Executive Engineer

    41 Accuracy of lines, levels, and grades 138

    42 Excavated materials 139

    43 Safety measures 139

    44 Maintenance 140

    45 Sundays and holidays 140

    46 Bank Guarantee 141

    47 Handing over of works 141

    48 Inspection of Works

    141

    49 Instrumentation 142

    50 Opening out works 142

    51. Removal of imperfect works 142

    52. Jurisdiction of court for disputes 142

    53. Mode of payment of quantities of excavation, masonry and concrete items executed in excess of 125%

    143

    54. Mode of payment of excavation quantities in running bill and final bill

    144

    55. Change in Grade 145

    56. Change in Locations 145

    57. Supply of spares 145

    58. Standard make of equipment 145

    59 Co-ordination in aspect of designation work component

    145

    60 General performance guarantee 145

    61 Test, Inspection and Rejection of defective materials of work

    146

    62 Registration and Statutory Inspection

    146

    63 Design, Drawing and Investigation

    146

    64 Contractor to supply. 146

  • ( 9 )

    Contractor No. of Corrections Executive Engineer

    65 Quality Assurance and maintenance manual

    149

    66 Quality control on works and materials 149

    67 Samples and testing of material

    150

    68 Collection of material 151

    69 Special Conditions 153

    70 Item wise Applicable specifications 154

    71 Technical Specifications 161

    72 Scope 161

    73 Methodology of Construction 173

    74 Section No.3 Road Work 176

    75 Section No.4 Excavation 189

    76 Section No.5 Cement Concrete 201

    77 Section No. 6 Steel Reinforcement 229

    78 Section No.7 Specifications for B.B.M./W.B.M 235

    79 Surface finish and quality control 238

    80 Mode of measurement 240

    81 Specifications Brick Masonry 254

    82 Dry Rubble Soling 267

    83 Annexure "A" Quality control tests 272

    84 List of Drawings 281

    85 VOLUME II

    86 DRAWING 281 to 285

  • ( 10 )

    Contractor No. of Corrections Executive Engineer

    PRESS NOTICE Godavari Marathawada Irrigation Development Corportion, Aurangabad

    SUPERINTENDING ENGINEER, JAYAKWADI PROJECT CIRCLE, AURANGABAD EXECUTIVE ENGINEER, JALNA IRRIGATION DIVISION, JALNA

    E-TENDER NOTICE NO. 03 FOR 2017-18 E-Tender for the following works are invited by the Executive Engineer, Jalna Irrigation

    Division, Jalna Dist. Jalna, Phone No. (02482-223082) from the contractors PWD in appropriate class mentioned in column No.7 below. The blank tender forms shall be available on the Government of Maharashtra web site http://gmidcmaharashtra.etenders.in The blank forms shall be available on the Government of Maharashtra web site http://gmidc.maharashtra.etenders.in from Dt. 20/11/2017 @ 12.01 Hours on wards to Dt.21/12/2017 up to 23.00 p.m.

    Sr. No.

    Name of work Estimated cost

    (Rupees)

    Time limit for

    completion (months)

    Earnest money

    (Rupees) 1% Bid Security

    Cost of

    Blank tender form

    Class of Registration

    of Contractor

    1 2 3 4 5 6 7

    1 Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.

    92,58,824/-

    12 Months

    93,000/-

    5000/-

    Class 4th

    & Above

    1) In order to participate in the tenders floated using the Electronic Tender Management System (ETMS) all contractors/ bidders are required to get enrolled on the ETMS portal http:maharashtra.etenders.in

    2) The bids submitted online should be signed electronically with a Digital Certificate to

    establish the identity of the bidder bidding online. The contractors has to obtain the Digital certificate.

    3) The contractor may contract ETMS Help Desk. Contact No. 020-25315555 to get the information

    required to process the tender online. Detail tender notice can be seen on the notice board in the Executive Engineers office. (Copy can be obtained free of cost from Executive Engineer on request). The competent authority reserves all rights of rejecting tender without assigning any reason.

    Executive Engineer

    Jalna Irrigation Division, Jalna Dist. Jalna

    पपपपप पपपपप

    http://gmidc.maharashtra.etenders.in/

  • ( 11 )

    Contractor No. of Corrections Executive Engineer

    (महाराष्ट्र शासन)

    पपपपपपप पपपपपपपप पपपपपपपपप पपपपप पपपपपपप, पपपपपपपप

    पपपपपपप पपपपपपप, पपपपपपपप पपपपपपप पपपप, पपपपपपपप

    कार्यकारी अभिरं्ता, पपपपपपपपप पपपपप, पपपपप

    ई-भनभिदा सुचना क्रमांक.03 सन 2017-18 Main Portal: http://maharashtra.etender.in

    Government of Maharashtra Web Site http://gmidc.maharashtra.etenders.in

    कार्यकारी अविरं्ता, ववववव ववववववववव वििाग, जालना दुरध्वनी क्रमांक (02482) 223082

    ि फॅक्स क्र. (02482) 223081 िे खालील नमूद केलेल्या कामासाठी साियजनीक बांधकाम वििाग र्ांचेकडील

    विवित िगायत पंजीबध्द असलेल्या कंत्राटदारांकडून ऑनलाईन वनविदा ब-1 वनविदा मागवित आिेत.

    अ.

    क्र.

    कामाचे नांि कामाची

    अंदावजत वकंमत

    (रुपरे्)

    इसारा रक्कम 1%

    (रुपरे्) ववव

    वववववववव

    वव

    काम पूर्य

    करण्या

    चा

    कालािधी

    कोऱ्र्ा

    वनविदा

    ची

    वकंमत रु

    कंत्राटदाराचा

    नोदंर्ीचा िगय

    1 2 3 4 5 6 7

    1.

    मौजे वववववव

    वववव ववववव

    वववव वववव

    वववववववववव

    व वववववव

    ववववववव व

    वववववववववव

    व ववववव

    ववववववव व

    ववववववव

    वववववववववव

    वववववववववव

    ववव

    वव.ववववव

    वव. ववववव

    92,58,824/

    - 93,000/- 12 मविने 5000/-

    िगय 4 व

    ववववववव

    वनविदा संच िरील संकेत स्थळािर वदनांक 20/11/2017 िेळ 12.01 ते 21/12/2017 िेळ 23.00 िा.

    परं्त उपलब्ध िोऊ शकतील.

    जे ठेकेदार ई-वनविदा प्रकीरे्त िाग घेत आिेत िरील संकेत स्थळािर वदलेल्या मागयदशयक तत्वानुसार प्रथम वडजीटल

    वसगे्नचर सवटयवफकेट, रु्जर आर्.डी. ि पासिडय प्राप्त करुन घेरे् आिश्यक आिे.

    ई वनविदा प्रक्रीर्ा कामासंदिायत सिय माविती िरील संकेत स्थळािर उपलब्ध आिे.

    ई-वनविदा संबंधी कािी सिार्ता आिश्यक असल्यास (डाऊनलोड/अपलोड) फोन क्र.020-25315555 ई-

    वनविदा कार्यप्रर्ाली मदत कक्ष [email protected] र्ांच्याशी संपकय साधण्यात र्ािा.

    प्रस्ताि सादर करण्यासाठी ठेकेदारांनी केलेल्या अवथयक खचायस जबाबदार न रािता कोर्तेिी एक वकंिा सिय ई-

    वनविदा फेटाळण्याचे वकंिा संपुर्य वनविदा प्रक्रीर्ा रद्द करण्याचे अवधकार राखुन ठेिण्यात आलेले आिेत.

    कार्यकारी अविरं्ता,

    ववववव ववववववववव वििाग, जालना

    http://maharashtra.etender.in/http://gmidc.maharashtra.etenders.in/mailto:[email protected]

  • ( 12 )

    Contractor No. of Corrections Executive Engineer

    TENDER NOTICE Godavari Marathwada Irrigation Development Corporation, Aurangabad

    (GMIDC) E-TENDER NOTICE No.03 for 2017-18

    Online Tenders (e-tender) in B-1 for the following work are invited by the Executive Engineer, Jalna Irrigation Division, Jalna Dist. Jalna Phone No. (02482-223082) on Government of Maharashtra Electronic Tender Management System (http:/maharashtra, etenders.in) through sub portal of http://gmidc.maharashtra.etenders.in from the contractors in appropriate class.

    The blank tenders forms shall be available on the Government of Maharashtra website

    (http://.maharashtra.etenders.in) from dt.20/11/2017 @ 12.01 to 21/12/2017 @ 23.00 during this

    period only contractors should submit duly filed downloaded tender documents on or before Dt. As Per Keys Dates upto 23.00 Hrs. and will be opened on the As Per Keys Dates if possible at 17.00 Hrs.

    Sr. No.

    Name of work Estimated cost

    (Rupees)

    Time limit for

    completion (months)

    Earnest money

    (Rupees) 1% Bid Security

    Cost of

    Blank tender form

    Class of Registration

    of Contractor

    1 2 3 4 5 6 7

    1 Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.

    92,58,824/-

    12 Months

    93,000/-

    5000/-

    Class 4th &

    Above

    1. Detail tender notice can be seen on the notice board in the Executive Engineers’ Office (Copy

    can be obtained free of cost from Executive Engineer on request). Blank tender booklets are available on the Government of Maharashtra website (http://Maharashtra, etenders.in) through sub portal of http:/gmidc.maharashtra.etenders.in. The competent authority reserves all rights to reject all or any tender without assigning any reason.

    2. Tender document will be available on Government of Maharashtra website

    (http://maharashtra.etenders.in) through sub portal of http://gmidc.maharashtra.etenders.in from date Dt 20/11/2017 @12.01 to 21/12/2017 Upto 23.00 The bidder has to submit the tender documents online as per key dates mentioned below.

    3. The cost of main tender is Rs. 5000/- And should be paid by online payment gatway only.

    4. The EMD (Bid Security) for tender should be paid by online payment gatway only. to ‘The

    Executive Engineer, Jalna Irrigation Division, Jalna Dist. Jalna. on or before final submission dt. 30/03/2015 .

    Executive Engineer Jalna Irrigation Division, Jalna

    Dist. Jalna

    http://.maharashtra.etenders.in/

  • ( 13 )

    Contractor No. of Corrections Executive Engineer

    KEY DATES

    Executive Enginee, Jalna Irrigation Division, Jalna Dist. Jalna. Detailed Time Table for e-Tender

    The detailed tender Notice No. 03 2017-18 of this division remains same except the detailed time table for Tender

    Seq /No.

    GMIDC Stage

    Contractor Stage

    Start Date & Time

    Expiry Date & Time

    View Forms

    Envelops

    1. Release Tender

    18/11/2017

    10.01 20/11/2017

    12.00 -

    2. -

    Main Tender Schedule

    purchase & Downloading

    Online

    20/11/2017 12.01

    21/12/2017 23.00

    D

    Commercial Envelope C1

    Technical Envelope T1

    3. - Bid

    Preparation 20/11/2017

    12.01 21/12/2017

    23.00

    Commercial Envelope C1

    Technical Envelope T1

    4. Close

    Technical Bid

    - 21/12/2017

    23.01 22/12/2017

    17.00 D

    Commercial Envelope C1

    Technical Envelope T1

    5. Close for price bid

    - 21/12/2017

    23.01 22/12/2017

    17.00 D

    Technical Envelope T1

    6. - Bid

    Submission 22/12/2017

    17.01 29/12/2017

    23.00 D

    Commercial Envelope C1

    Technical Envelope T1

    7. Technical

    Bid Opening

    - 29/12/2017

    23.01 11/01/2018

    17.00 D

    Technical Envelope C1

    8. Price Bid Opening

    - 29/12/2017

    23.01

    11/01/2018 17.00

    (if Possibal) D

    Commercial Envelope C1

    Executive Engineer Jalna Irrigation Division, Jalna

    Dist. Jalna Division

  • ( 14 )

    Contractor No. of Corrections Executive Engineer

    Tips as under:-

    1. It is necessary to give the undertaking as follows : Contractors are not allowed to make any changes in tender documents downloaded from website. If it is so the tender of such contractors will be rejected and the contractors who made such changes are liable for action as per Rules. Tender documents published on Government website are considered as authentic and legal documents. In case of any complaints about the tender.

    2. It is necessary to give undertaking as follows “I have seen detailed drawings of works on website. It is part of tender documents. I have filled tender by considering all these things. I am ready to sign on the drawings before depositing security deposit and taking work order if my tender will be accepted.

    3. In order to participate in the tender floated using the Electronic Tender Management System (ETMS), all contractors/bidders are required to get enrolled on the ETMS portal http://maharashtra, etenders.in

    4. The bids submitted online should be signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. The registered contractors has to obtain the ‘Digital Certificate, the information required to issuance of Digital Certificate he may contact ETMS Help Desk.

    5. For submitting the bids online, the contractors/bidders are required to make online payment using the electronic payments gateway service Bid Submission Fee Rs.1093/- the different modes of electronic payments accepted on the ETMS is available and can be viewed online on the ETMS website http://maharashtra.etenders.in

    6. The activities of Tender purchase Download, Preparation of Bid (Submit Bid Hash online). Submission of Bids, Submission of EMD and other Documents will be governed by the time schedules given under ‘Key Dates’.

    7. Please Note:- Contractor can prepare, change or modify his Bid/offer only during preparation state. During submission stage contractors are allowed to submit their prepared bid, system will not allow any contractor to modify his bid during submission stage.

    8. The date of Bid download Preparation and submission will be as per schedule. 9. The Bidder has to submit (Upload Scan Copies/Fill) his offer/confidential online as

    required in the tender bid capacity in the online templates in relevant envelopes. 10. The Bidder may refer E-Tendering Tool Kit available online to perform their online

    activities. 11. The contractor shall study the guidelines regarding e-tendering to get clearly e-

    tendering procedure.

    http://maharashtra.etenders.in/

  • ( 15 )

    Contractor No. of Corrections Executive Engineer

    Guidelines to contractors Regarding Government of Maharashtra e-tendering system 1. These conditions will overrule the conditions state in the Tender.

    Documents, whatever relevant and applicable.

    2. Registration of the Contractors : The contractors registered with Maharashtra in relevant categories and classes are

    eligible to participate in Open Tenders processed by Maharashtra. Contractors are

    required to get Enrolled on the Portal http://maharashtra, etenders.in and get and

    empanelled in relevant sub portal. After submitting their enrolment request online, the

    enrolment shall be required to be approved by the Representative of the Service

    Provider. After the approval of enrolment, the Contractors shall have to apply for

    empanelment online which shall be required to be approved by the Nominated Authority

    of Maharashtra/Department. Only after the approval in the relevant Category Class, the

    Contractor shall be able to participate in the Open Tenders online.

    Maharashtra may process OPEN Tenders in which eligible Contractors may enrol on the

    Portal in OPEN category to participate in such Tenders. The online Enrolment of such

    Contractors shall be required to approved by the Representative of the Service Provider.

    The approval of enrolment of Contractors of Contractors is done by the Representative

    of the Service Provider upon submission of mandatory documents by the Contractors.

    The Contractors may obtain the list and formats of required documents from the Nodal

    Officer of e-Tendering System for Government of Maharashtra/Service Provider.

    3. Obtaining a Class II – Digital Signature Certificate :

    The Bids required to be submitted online should be signed electronically with a Class

    II –Digital Signature Certificate to establish the identity of the Bidder bidding online.

    These Digital Certificates are issued by an approved Certifying Authority,, authorized by

    the Contractor of Certifying Authorities, Government of India.

    A Digital Signature Certificate may be used in the name of Authorised Representative

    of the Organisation. A Digital Certificate is issued upon receipt of mandatory identify

    proofs. Only upon the receipt of the required documents, a Digital Certificate can be

    issued.

    Bid for a particular Tender may be submitted only using the Digital Signature

    Certificate, which is used to encrypt the data and sign the has during the stage of

    Bid Preparation and Hash Submission. In case, during the process of a particular

    Tender, the Authorised User losses his/her Digital Signature Certificate (i.e. due to virus

  • ( 16 )

    Contractor No. of Corrections Executive Engineer

    attack, hardware problem operating system problem). He/she may not be able to submit

    the Bid online. Hence, the Authorised User is advised to back up his/her Digital

    Signature Certificate and keep the copies at safe place under proper security to be used

    in case of emergencies.

    In case of online tendering, if the Digital Signature Certificate issued to be Authorised

    User of a Firm is used for signing and submitting a Bid. It will be considered equivalent to

    a no objection icate /power of attorney to that User. The Digital Signature Certificate

    should be obtained by the Authorised. User enrolling on the behalf of the Firm on the e-

    Tendering System for Government of Maharashtra. Unless the Digital Signature

    Certificate is revoked, it will be assumed to represent adequate authority of the Authority

    User to bid on behalf of the Firm for the Tenders processed by the Maharashtra as per

    Information Technology Act 2000. The Digital Signature of the Authorized User will be

    binding on the firm. It shall be responsibility of Partners of the Firm to inform the

    Certifying Authority or Sub Certifying Authority. If the Authorized User changes and apply

    for a fresh Digital Signature Certificate. The procedure for application of a Digital

    Signature Certificate will remain the same for the new Authorised User.

    The same procedure hold true for the Authorized Users in a Private/Public Limited

    Company. In this case, the Authorisation Certificate will have to be signed by the

    Directors of the Company. (Process of procuring Digital Certificate will take minimum 4/5

    days).

    4. Set up of Computer System : In order to operate on the e-Tendering System for Government of Maharashtra the

    User’s Computer System is required to be set up. A Help File on setting up of the

    Computer System can be obtained from the Service Provider or downloaded from the

    Home Page of the Portal http://maharashtra.etenders.in. The Bidders may refer E-

    Tendering Took Kit available online to perform their online activities a mentioned below.

    In case of any query he may contact help Desk for the same.

    5. Online Viewing of Detailed Notice Inviting Tenders : The Contractors can view the detailed notice inviting Tenders and the created Time

    Schedule (Key Dates) for all the Tenders processed by Maharashtra using the e-

    Tendering System for Government of Maharashtra on http://maharashtra.etenders.in

    http://maharashtra.etenders.in/

  • ( 17 )

    Contractor No. of Corrections Executive Engineer

    6. Online Purchase / Download of Tender Documents :

    The Tender documents can be purchased/downloaded by registered and eligible

    Contractors from the e-Tendering System for Government of Maharashtra available on

    http://maharashtra.etenders.in. Those contractor who have already four works in have

    under the GMIDC or who have already competed the fours tenders altogether work in

    hand under tender process under GMIDC & those works are on the stage of work order

    stage, they not eligible to purchase tender /Bid Dacuments.

    7. Submission of Bid Seal (Has) on Online Bids :

    Submission of Bids will be proceeded by submission of the digitally signed Bid Seals

    (Hashes) as stated in the Tender Time Schedule (Key Dates)

    8. Generation of Super Has :

    After the expiry of the time of submission of digitally signed Bids Seals (Hashes) by

    the Contractors has lapsed, the Bid round will be closed and a digitally signed Super

    Hash will be generated by the Authorised Officers of Maharashtra. This is equivalent to

    sealing of the Tender Box.

    9. Decryption and Re-encryption Online Bids :

    Contractors have to decrypt their Bids and immediately re-encrypt their Bids-online

    and upload the relevant Documents for which they generated the respective

    Hashes during the Bid Preparation and Has Submission stage after the generation of

    Super Hash within the date and time as stated in the Notice Inviting Tenders (Key

    Dates). The Bids of only the Contractors who have submitted their Bid Seals (Hashes)

    within the stipulated time, as per the Tender Time Schedule (Key Dates), will be

    accepted by the e-Tendering System for Government of Maharashtra. A Contractor who

    has not submit his Bid Seals (Hashes) within the stipulated time will not be allowed to

    submit his Bid.

    For submitting the Bids online, the contractors/bidders are required to make online

    payment using the electronic payments gateway service Bid Submission Fee Rs.1038.

    The different modes of electronic payment accepted on the e-tendering portal.

    http://maharashtra.etenders.in/

  • ( 18 )

    Contractor No. of Corrections Executive Engineer

    10. Submission of Earnest Money Deposit :

    Earnest Money Deposit sbould be online payment getway only. Certificate of

    exemption for payments of earnest money shall not be accepted.

    11. Opening of Electronic bids :

    As per Tender Documents for details.

    12. Key Dates :

    The Contractors are strictly advised to follow the Dates and Times as indicated in the

    Time Schedule in the Notice Inviting Tender for each Tender. All the online activities are

    time tracked and the a-Government Procurement System enforces time-locks that

    ensure that no activity or transaction can take place outside the Start End Dates and

    Time of the state as defined in the Notice Inviting Tenders.

  • ( 19 )

    Contractor No. of Corrections Executive Engineer

    SECTION I GODAVARI MARATHWADA IRRIGATION DEVELOPMENT

    CORPORATION, AURANGABAD JAYAKWADI PROJECT CIRCLE, AURANGBAD

    Executive Engineer, Jalna Irrigation Division, Jalna Dist. Jalna

    DETAILED TENDER NOTICE

    1.0 INVITATION :

    1.1. Online E-tenders in B-1 form are invited by the Corporation, from the contractors

    registered in appropriate class PWD for the work, details of which are given in Annex-

    A of this section.

    1.2. Definitions and Interpretations :

    In this tender document the following terms shall have the meanings hereby assigned

    to them except where the context otherwise require.

    (a) "Corporation" shall mean the Godavari Marathwada Irrigation Development

    Corporation, Aurangabad acting through its Executive Director, as defined in

    Maharashtra Act -23 of 1998.

    Godavari Marathwada Irrigation Development Corporation, Aurangabad is a body

    coroporate constituted under the Maharashtra Act -23 of 1998 and has been

    established by the notification published in the Gazette Irrigation Department, Govt.

    of Maharashtra dated 17/8/1998. The head quarter of the Godavari Marathwada

    Irrigation Development Corporation, Aurangabad (GMIDC, Aurangabad or short

    GMIDC , and hereinafter referred to only as Corporation) is at Aurangabad. The

    official postal address for correspondence is

    The office of the Executive Director,

    Godavari Marathwada Irrigation Development Corporation

    Sinchan Bhavan, Jalna Road, Aurangabad.

    Ph No. 0240/ 2347415

    Fax No. 0240/2332426

    E-Mail : [email protected]

  • ( 20 )

    Contractor No. of Corrections Executive Engineer

    General Information of GMIDC :

    The function and powers of the corporation have been listed in the Maharashtra Act

    23 of 1998. In general, it has been entrusted with the work of investigation planning,

    designing of projects, maintenance of completed projects, construction of projects

    and irrigation management of the Major, Medium and Minor Projects (Command

    more than 250 ha.) in the Godavari river basin.

    The projects comprise irrigation and hydroelectric projects (except Bhandardara

    (Phase I & II) & Ghatgar Hydro Electric Power Projects) alongwith the command area

    development, and multipurpose schemes. The projects are to be completed so as to

    utilise water in Godavari basin allowed to Maharashtra State.

    The jurisdiction of the Corporation is covering, Aurangabad, Jalna, Parbhani,

    Latur, Hingoli, Nanded, Nashik districts fully and partial area of Osmanabad , Beed,

    Ahmednagar, under Godavari river Basin.

    1.0 "Chief Engineer" shall mean Chief Engineer & Chief Administrator, CAD (Water

    Resources Department), Aurangabad.

    2.0 "Engineer/Engineer-in-charge" shall mean the Executive Engineer in charge of the

    works and shall also include the superior Officers of the Engineering Departments of

    the Corporation, i.e. the Superintending Engineer of respective Circle or the Chief

    Engineer of respective region.

    3.0 "Engineer's representatives" shall mean the Sub-Divisional Engineer/ Assistant

    Executive Engineer/ Sub-Divisional Office/ Assistant Engineer (Grade I), who is in

    direct charge of the works and shall include any Civil Engineer of the Corporation.

    4.0 Contractor shall mean the person, firm or company who enters into contract, with the

    Corporation and shall include their executors, administrators, successors and

    submitted assignees.

    5.0 "Contract" shall mean and include agreement having one volume as below :

    Volume Tender Documents

    6.0 "Work" shall mean the work to be executed in accordance with the contract.

    7.0 “Specifications" shall mean the specifications for material and works as Specified in

    Volume-II of the contract.

    8.0 "Drawings" shall mean prints of the maps. drawings, plans in Volume-III

    of the contract and shall include and modifications of such drawings and any further

    drawings as may be issued by the Engineer-in-charge from time to time.

    9.0 "Site" shall mean the land and the other places on, under in or through

    which the works are carried out and any other lands or places provided by the

    Corporation.

    10.0 "Defect(s) liability period" shall mean period of 60 months from the date of

    issue of completion certificate by the Engineer-in-charge.

  • ( 21 )

    Contractor No. of Corrections Executive Engineer

    11.0 “CDO” shall mean Central Designs Organizations of Water Resources Department, Maharashtra State, situated in Nashik.

    Singular and Plural :

    Works imparting the singular number shall also include the plural and vice versa

    where

    the context requires.

    Heading and Marginal Headings :

    The headings and the marginal headings in the contract are solely for the

    purpose of facilitating reference and shall not be deemed to be part thereof or taken

    into consideration in the interpretation or construction thereof or of the contract.

    2. ELIGIBILITY :

    Blank tender papers will be issued to those contractors who satisfy the

    following criteria depending upon the cost of the work..

    For works costing less than Rs. 100 lakhs.

    Contractors on approved list of PWD

    For Works costing between Rs. 100 lakhs and Rs. 300 lakhs.

    Contractors on approved list in appropriate class PWD who have adequate bid

    capacity for the work as certified by the competent Corporation authority.

    For works costing more than Rs. 300 lakhs.

    Contractors on approved list in appropriate class The application forms for the

    assessment of bid capacity document can be hand from the Executive Engineer in

    charge of work. The cost of forms, period of issue and date of its submission etc. are

    given in Annexe A of this section. The contractors who have fulfilled required bid

    capacity/ post qualification shall be informed telegraphically on the address given in

    application form.

    3. DETAILS OF WORK :

    The estimated cost, earnest money deposit, class of contractor, period of

    completion of work and other information is given in Annexe A of this Section.

    4. ISSUE OF BLANK TENDER FORMS :

    Information regarding the work for which the tenders are invited as well as

    blank tender forms will be available on Government of Maharashtra website

    http://maharashtra.etenders.in through subportal of

    http://gmidc.maharashtra.etenders.in on payment of Rs. 1000/- paid by online

    payment getway only. Blank Tender forms shall be issued to only those

    contractors as explained in para 2 above. The name of office, period of issue

    of Tender forms and their tender costs etc. are given in Annexure ”A” . of this

    section.

    http://maharashtra.etenders.in/http://gmidc.maharashtra.etenders.in/

  • ( 22 )

    Contractor No. of Corrections Executive Engineer

    5. PRE-TENDER CONFERENCE (Not Applicable):

    (Applicable for the work costing above Rs. 50 lakhs)

    5.1 Pre-tender conference open to tenderers will be held in the office as stated in Annex

    A of this Section, wherein the prospective tenderers will have an opportunity to

    obtain clarification regarding the work and the tender conditions.

    5.2 The prospective tenderers are free to ask for any additional clarification either in

    writing or orally and the reply to the same will be given by the Superintending

    Engineer, in writing and these clarifications referred to as common set of conditions,

    shall form part of tender documents and which will also be common and applicable

    to all tenderers.

    5.3 The tender submitted by the tenderer shall be based on the clarifications, additional

    facility issued (if any) by the Corporation and this tender shall be unconditional.

    Conditional tenders will summarily be rejected as non-responsive.

    5.4 All tenderers are cautioned that the tenders containing any deviation from the

    contractural terms and conditions, specifications or other requirements and

    conditional tenders will be rejected as non-responsive.

    6. REVISION OR AMENDMENT OF TENDER DOCUMENTS :

    Right is reserved to revise or amend the tender documents prior to last date

    notified for the issue of tenders and such revisions or amendments or extensions

    shall be communicated to all concerned by Government of Maharashtra website

    http://maharashtra.etenders.in through subportal of

    http://gmidc.maharashtra.etenders.in notice in the press as may be considered

    suitable.

    Tenderer shall be presumed to have carefully examined all documents, forms,

    statements, special conditions, schedule, drawings and specifications of contract and

    to have fully acquainted himself with all details of the site, his own quarries for rubble,

    sand, earthwork etc. locations of materials, river and weather characteristics and

    labour conditions in general and with all the necessary information and data etc.

    pertaining to and needed for the work prior to tendering of the work.

    7. MANNER OF SUBMISSION OF e-TENDER AND ITS ACCOMPANIMENTS

    Tender is to be submitted in two separate envelopes. The tenderer shall submit the

    tender and documents in two sealed envelopes as below.

    (a) ENVELOPE NO. 1: (OF E-TENDER)

    The first Envelope clearly marked as `Envelope No. 1' shall contain the following

    documents.

    i) EMD (Bid Security) should be paid by Online Vide NEFT/RTGS Payment Gateway

    Mode. The scanned coy of the same must be attached and uploaded online.

    ii) Certificate in original or certified copy there of as a registered contractor PWD even

    though submitted earlier while issuing tender form.

    http://maharashtra.etenders.in/http://gmidc.maharashtra.etenders.in/

  • ( 23 )

    Contractor No. of Corrections Executive Engineer

    iii) Deed of Partnership or Article of Association and Memorandum of Association for

    limited Company.

    iv) Details of Technical Personnel with tenderer (Proforma in Appendix `A' of the tender

    form).

    v) List of machinery and plants immediately available with the tenderer for use on this

    work and list of machinery proposed to be utilised on this work but not immediately

    available and the manner in which it is proposed to be procured. (Proforma in

    Appendix `B' & `E' of the tender form).

    The contractor shall have to attach the documentary proof in respect of machinery

    owned by him as below :

    i) R.T.O. Registration.

    ii) Certificate of Taxation.

    iii) Goods Carriage permit in Form P-Gd C (See Rule 72(i) v).

    iv) Certificate of fitness in Form 38 (See Rule 62(i) 7)

    In the case of Non-RTO machinery, if the machinery is new the manufacturer's sale

    certificate shall be produced. In case of second hand machinery, the purchase

    document with proof of payment and Balance Sheet certified by the Chartered

    Accountant shall be produced. In lieu of the certificate of the Chartered Accountant, a

    certificate from a Scheduled Bank of having financed the machinery will be

    acceptable.

    Required Machinery for the work

    Sr.No Name of Machinery Nomber’s of Machineary Remarkas

    1 Concrete mixture 2 No. Owned/hired

    2 Needle vibrator 4 Nos. Owned/hired

    3 Truck/Tipper 2Nos. Owned/hired

    4 JCB 1 NO Owned/hired

    5 Road Roller 1 NO Owned/hired

  • ( 24 )

    Contractor No. of Corrections Executive Engineer

    vi) Details of work of similar type and Carried out magnitude work i.e 30% of tender amount in year 2014-15, 2015-2016, 2016-2017 carried out by the contractor.

    vii) Details of other works tendered for and in hand with the tenderer, the value of work

    unfinished on the last date of submission of the tender. The certificates from the head

    of offices under whom the works are in progress should be enclosed (proforma in

    Appendix `D' of the tender form). The performance of contractor should be

    satisfactory.

    viii) Power of Attorney.

    ix) Professional tax clearance (as shown and given on page no. --- & --- of the tender

    form).

    x) The Appendix “J” Agreement should be submitted in envelope No. 1 on Stamp

    paper of Rs. 100/- only signed along with witness. under Maharas

    xi) It is obligatory to submit registration certificate of GST in envelope No. 1

    xii) Undertaking (To be submitted On Rs. 100/- Stamp Paper)

    All document required to be submitted in envelope no. 1 shall be attested by Gazetted Officer

    and if required original copies should be kept ready at the time of opening of tender.

    Xiii) POST QUALIFITION CERTRIEA : ( Not Applicable)

    Assessed Available Bid Capacity = (A*N*2)-B

    A = Maximum valueof Civil Engineering works executed in any one year during the

    last three (updated to 2017-18 level)

    N = Number of years prescribed for completion of works for which bid are invited.

    B = Value at 2017-18 price level, of existing commitments and on going work to be

    completed during the next 12 months.

    Note : The statement showing the value of existing commitments and on going works

    as well as the stipulated period of completion remaining for each of the works listed

    should be countersigned by the Engineer – in – charge, not below the rank of an

    Executive Engineer.

    To qualify for award of the contract, each Tenderer in his name should have in

    the last three years

    a) Achieved a minimum annual financial turn over during last three years (in all

    Classes of civil engineer construction work only) of Rs. in any one year. In support

    of this, scanned copy of Annual Audit Report certified by the Chartered Accountant

    should be produced.

    b) Satisfactor completed (from start to finish) during last three years as a prime

    contractor of at least one similar work value not less than Rs. in not more than

    one contract of 2017-18 price level. Financial turn over and cost of completed works of

  • ( 25 )

    Contractor No. of Corrections Executive Engineer

    previous years shall be given weightage of 10% per year based on Rupee value to

    bring them to 2017-18 price level. (In Statement No.1)

    c) Executed in any one year (during last three years) the following minimum quantities

    of work (In Statement No. 2) (Approxomately 50% of tendered quantity.

    i) Earth Work 611.00 cum

    ii) Cement Concrete Work 513.00 cum

    iii) Steel Work 18.00 M.T.

    (Note : Quantity certificate should be signed by not below the rank of Executive

    Engineer. Scanned copy of Certificate should be attached.)

    (b) ENVELOPE NO. 2 -

    The second envelope clearly marked as "Envelope No. 2" shall contain the main

    tender (Vol.) including the common set of condition/ stipulations issued by the

    authority after the pre-tender conference

    The tenderer shall quote his offer in the form of percentage below or above of

    estimated cost given in Schedule `B' Part-I, at appropriate place in B-1 form. He

    should not quote his offer anywhere directly or indirectly in Envelope No. 1, failing

    which the Envelope No. 2 shall not be opened and his tender shall stand rejected.

    The contractor shall quote for the work as per details given in the main tender and

    also based on the common set of conditions issued/ additional stipulations made by

    the Corporation as informed to him by a letter from the Superintending Engineer, of

    the office as given in Annex -A of this Section, after pre-tender conference. This

    tender shall be unconditional. Documents as required in Clause 10 (iv) of this

    Detailed Tender Notice, if applicable, shall also be included.

    (c) SUBMISSION OF TENDER :

    The two sealed Envelopes No. 1 and 2 shall be sealed and again put together in one common cover and sealed. This sealed cover shall be marked on the left top corner, with the name of the work as stated in Annex `A' of this Section.

    The full name and address of tenderer and the name of the authorised agent delivering the sealed cover containing tender shall be written in the bottom left hand corner. If submitted by post, the sealed envelope marked as above shall be enclosed in another cover properly addressed and shall be sent by Registered Post Acknowledgement Due. The date and time for receipt of envelope containing tender shall strictly apply in all cases. The tenderers should ensure that their tender is received by the Officer, as stated in Annex `A' of this Section, before the expiry of the

    date and time. No delay on account of any cause will be entertained for the late receipt of the tender. Tender offered or received after the stipulated date and time is

  • ( 26 )

    Contractor No. of Corrections Executive Engineer

    over, will either not be accepted or if inadvertently accepted, will not be opened and shall be returned to the tenderer unopened.

    8. OPENING OF TENDERS :

    On the date specified in the tender notice, following procedure will be adopted for opening of the tender.

    8.1. ENVELOPE NO. 1:-

    First of all Envelope No. 1 of the tenderer will be opened to verify its contests as per

    requirements. For the purpose of this particular contract, the tenderer shall meet the

    requirement as stated at Sr. No. 7(a) above of this section. If the various documents

    verification of the same mentioned in para 7 (a) are not enclosed or do not meet

    the requirements, a note will be recorded accordingly by the tender opening authority

    and the said tenderer's Envelope No. 2 will not be considered for further action but

    the same will be recorded. Decision of the tender opening authority shall be final in

    this regard.

    8.2. ENVELOPE NO. 2 :

    This envelope shall be opened immediately after opening of Envelope No. 1 only if the contents of Envelope No. 1 are found to be acceptable to the Corporation. The tendered percentage above or below shall then be read out. The quantities and rates of the additional anticipated items as quoted by tenderer in Part-II of Schedule `B' shall also be read out.

    9. INSTRUCTIONS FOR SUBMISSION OF ENVELOPE NO. 1 :

    Documents to be submitted in Envelope No. 1 shall confirm to the instructions given

    below :

    (i)(a) EARNEST MONEY :

    All tenderers shall pay the entire EMD as below :

    (1) EMD (Bid security) should be paid by Online Payment Gateway Only

    Certificates of exemption for payment of earnest money shall not be accepted.

  • ( 27 )

    Contractor No. of Corrections Executive Engineer

    (i)(b) 9.2 PEREFORMANCE SECURITY DEPOSIT:

    In case of contractor`s bid is below more than 1% of estimated cost put to tender, following procedure shall be adopted. Contractor shall have to submit the scanned copy of Bank Guarantee in envelop No. 2 amounting to rupees as given below, drawn from Nationalized / scheduled bank in favour of Executive Engineer, Jalna Irrigation Division, Jalna payable at Jalna.

    The validity of Bank Guarantee shall be for 76 months from the submission of tender.

    Non submission of the scanned copy of Bank Guarantee as stated above (in case of contractor`s offer is below more than 1% of estimate cost put to tender) contractor`s offer shall not be considered and shall outrightly be rejected.

    Details of amount of performance security shall be as below For bids, if the tender, offer quoted as 1 to 10% below than the estimate cost put to tender, performance security shall be 1% of estimated cost put to tender.

    1) For bids, if the tender offer quoted more than 10% below to the estimate cost put to tender, then performance security shall be 1% plus the percentage by which tender offer is more than 10% below of estimated cost put to tender. (e.g. : if the quoted percent is 14% below then the performance security shall be 1% plus 4% (=14%-10%), total 5% of estimated cost put to tender).

    (Refer GR No BDG 2016/ case No 2/ Bldg 2 Dated 12/02/2016, Corrigendum Dated 1703/2016 and GR No BDG 2016/ case No 2/Bldg 2 Dated 01/04/2017).

    The original Bank Guarantee in sealed envelope with the name of work and

    tender number written on it, shall be submitted to the Executive Engineer, Jalna Irrigation Division, Jalna within 5 working days from last date of submission of tender.

    After opening the envelope no. 1, if it is found that the tenderer is not qualified for opening his envelope no.2, then his Bank Guarantee shall be returned within 7 days. Also after opening envelope no. 2, except the D.Ds of 1st and 2nd lowest bidders, the Bank Guarantee of other bidders shall be returned within 7 days.

    Bank Guarantee of the 2nd lowest bidder shall be returned 3 days after the issue of work order to the 1st lowest bidder.

    In case it is found that the Bank Guarantee submitted by the tenderer are false, his earnest money shall be forfeited to Govt. as well as the registration of the tenderer shall be suspended for the period of 1 year. In addition to the other legal action necessary to be taken as per the law.

    Non submission of additional security deposit/performance security or submission of less amount of the additional security deposit shall be liable to summarily rejection of his tender.

    The amount of performance security shall be refunded after the completion of defect liability period as per the tender conditions. Non submission of additional security deposit/ performance security of submission of less amount of the additional security deposit shall be liable to summarily rejection of his tender.

    In case of submission of false documents/ Bank Guarantee, action shall be taken against the contractor as stipulated in the above mentioned GR.

  • ( 28 )

    Contractor No. of Corrections Executive Engineer

    (ii)(a) SECURITY DEPOSIT :

    A sum as mentioned in printed B-1 Tender form at para (e) (i) of Memorandum

    will have to be deposited in cash or D.D. of Nationalised or Scheduled Bank or by the

    Contractor at the time of completing the contract documents, if his tender is accepted

    by the Corporation.

    OR

    In initial Security deposit may be paid by D.D. of Rs. 2.00 Lakhs and Rs. 2.10

    Lakhs in shape of irrevocable Bank Guarantee from any Nationalised or Scheduled

    Bank's branch situated in State of Maharashtra for a period equal to the time

    limit plus the period of defects liability (Clause 20 of B-1 Tender form, Vol. 1)

    OR

    In lieu of security deposit mentioned above, Corporation securities,

    Corporation Bonds in the prescribed form as may be approved by Corporation from

    time to time, standing in the name of tenderer shall be accepted if pledged as

    Security Deposit in the name of the Executive Engineer, as stated at Sr. No. 2.1 of

    Annex A of this section.

    OR

    The earnest money deposit by the contractor with his tender will be retained by

    the Corporation as part of security deposit if tenderer requests in writing to that effect.

    The balance to make up this security deposit may unless otherwise specified in the

    special conditions, be deposited by the contractor in the form of irrevocable bank

    guarantee or cash or in the form of bonds/ cash certificate of Corporation.

    The security deposit will be retained by the Corporation for the due and faithful

    fulfilment of contract by the contractor. In addition to the sum as above, sums as

    security deposit will be deducted from running accounts bills at the rate shown at

    Memorandum Para (g) in 1-Tender form to total upto a sum mentioned at

    Memorandum Para (e) in B1-Tender form. The sum of security deposit deducted

    from the running account bill will remain in the form of cash of Corporation securities

    standing in the name of the Executive Engineer for a period as stated in clause

    20 of B-1 Tender.

    (ii)(b) ADDITIONAL SECURITY DEPOSIT :

    In case contractor's offer is less than 90% of the updated estimated cost as

    stated at Sr.No. 5 of Annex A, Additional Security Deposit should be paid by online

    payment gatway only. to ‘The Executive Engineer, Jalna Irrigation Division, Jalna

    Dist. Jalna for a period equal to period of contract, and for an amount equal to the

    difference of the Contractor's offer and 90% of the updated cost as stated above shall

    be submitted to the Engineer-in/charge at the time of completion of tender

    documents. Non-submission of the above Additional Security Deposit will result into

    forfeiture of the E.M.D. and Additional E.M.D. Additional Security Deposit will be

  • ( 29 )

    Contractor No. of Corrections Executive Engineer

    refunded after expiry of the defect(s) liability (maintenance) period as stipulated in the

    contract.

    (iii) INCOME TAX :

    Income Tax is to be deducted from the sum to be paid to the contractor for the works

    carried out at 2.244% of the gross amount, and surcharge on Income Tax as per

    prevailing Government orders from time to time or at the rate revised time to time.

    (iv) G. S. T. :

    The contractor should quote his offer considering the GST on various items.

    The offer should be inclusive of GST No claims will be entertained on this issue. No

    reimbursement will be done in this respect.

    G.S.T. Registration Certificate as provided by competent authority under

    G.S.T under clause G.S.T is to be deducted from the sums to be paid to the

    contractor for the work carried out at 2% of gross amount on producing

    certificate of registration under G.S.T or as rate revised from time to time as per

    prevailing Govt. order issued from time to time.

    GST Tax :

    (a) The rates quoted by the contractor shall be rates excluding Sales Tax and all other taxes but shall include GST that the contractor will to pay for the performance of this Contract.

    (b) Conditions for G.S.T. :- As per Govt. of Maharashtra Finance Department, Marathi Cirular No. GST-

    2017प्र.क्र.81/कराधन-1 Mantralaya, Mumbai-32 Dated 19/8/2017

    (c) Provisional amount of GST @2% i.e.1% C.G.S.T. +1% S.G.S.T. will be deducted at source (TDS) after the enforcement of Sections 51 of Maharashtra Goods and Services Act. 201

    (v) PROFESSIONAL TAX :

    Certificate of registration with the Professional Tax Officer of the District in form I A

    Certificate of registration under section 5 (1) and 5(2) of the Maharashtra Sales Tax

    on professions, Trades, calling and employment act 1975. Form is as per Appendix I

    in this volume.

    (VI) INSTRUCTIONS REGARDING WORK INSURANCE POLICY :

    Contractors shall take out necessary insurance policy/ policies so as to provide

    adequate insurance cover for execution of the awarded contract work from

    the Director of Insurance, Maharashtra state, Mumbai – 400051 only. It’s postal

    address for correspondences “26, MHADA” Opp. Kalanagar, Badra (E) Mumbai –

    40051 (Tel. No. 6438403) (Mix) 6438461/ 6438690. Insurance policy/ policies

    taken out from any other company will not be accepted.

    However if the contractor desire to offer insurance with the local office of any

    insurance company, the same should be under the co-insurance-cum servicing

    arrangements approved by the director of insurance if the policy taken out by

    the contractor is not on co-insurance fund the same will not be accepted and

    the amount of premium calculated by the Director of Insurance will be

  • ( 30 )

    Contractor No. of Corrections Executive Engineer

    recovered directly from the amount payable to the contractor for t he executed

    contract work which may be noted.

    VII) LABOUR WELFARE CESS :

    As per Government Marathi circular No. BCA-2007/Case No. 788 / Worker 7-A

    dated 26-10-2009 workders selfare cess @ 1% of the contract amount will be

    recovered from contractor’s bill under the provision made in the Building and

    other construction workers welfare act 1996.

    VIII) ROYALTY CHARGES :

    Royalty Charges for supply of materials : As per instructions issued vide P.W.D.

    Govt. of Maharashtra Resolution of Revenue and forest Department No. Gaukhani-

    10/1062/¹Çà.%oàŠ/603 dated 11/05/2015 while framing the estimates, royalty chages

    for the items of supply of materials like rubble, metal, crushed metal, soft murum/

    hard murum, sand and soil shall be consixered in the rate analysis of respective item

    @ Rs. 155.47 per Cubic Metre or actual and shall be recovered.

    The contractor has to pay these charges directly to Revenue Dept. and original

    challans, permission documents shall be produced to concerned Executive Engineer.

    If contractor fails to produce these original documents the royalty charges shall be

    recovered from contractr's bill

    IX) पपपप पपपपपप पपपपपपपपपपप पपपपप पपपपपप पपपपपपपप

    पपप प पपपपप पपपप:

    “Contractor shall make payments of salaries and wages to all the employees and

    Laboures thourgh bank account linked to Unique Identification Number

    (AADHAR CARD) and shall submit a certificate accordingly to the Engineer in

    charge. The certificate shall be submitted by the contractor withing 60 days from the

    commencement of contract. If the time period contract is less than 60 days, the such

    certificates shall be submitted within 15 days from the date of commencement of

    contract”

    X) As per WRD, GR punrv/2016/(631/2016)/mp2/ Dated- 1/12/2016 work Done

    satisfactorily/ No objection Certiuficate of concerned Grampanchayat / Rehabilitation

    committee will be required for payment of biel of each civil Aminity.

  • ( 31 )

    Contractor No. of Corrections Executive Engineer

    APPENDIX I

    PROFESSIONAL TAX CLEARANCE CERTIFICATE

    This is to certify that M/s. ------------------------------------------------------------------------

    of (address),-----------------------------------------------------------------------------------------is a

    registered dealer under the Maharashtra State Tax on Professions, Traders, Calling

    and Employment Act No. XVI of 1975, holding Registration Certificate No. -----------------and w.e.f. ----------------------------- and under section 5(1) and 5(2) respectively.

    The said dealer has paid all tax dues upto 31 st March, ----------------------------(previous

    year) under the act. The dealer has paid the professional tax dues for the employees

    mentioned below.

    A)

    Sr. No. Name of the Employee Designation

    B)

    Sr. No. Name of owner carrying on profession status

    Designation

    There is no Professional Tax dues outstanding against the dealer under the act. This Certificate is valid for ONE year from the date of issue Place : Signature ----------------------------

    Date : Professional Tax Officer District

  • ( 32 )

    Contractor No. of Corrections Executive Engineer

    PROVIDENT FUND :

    Certificate for making payments towards workers provident fund from

    competent authority should produced

    Note : All documents required to be submitted in Envelope No. 1 shall be

    attested by Gazetted Officer and if required original copy shall be kept ready

    at the time of opening the tender.

    It should also be made clear that the employees shall be all those who receive

    the wages/ salaries from the tenderer and shall include the office and held staff

    and those operating the machinery/equipment. It should also be ensured that

    the machinery said to be deployable for the subject work is really in the

    ownership of the tenderer.

    10. INSTRUCTIONS FOR SUBMISSIONS OF ENVELOPE NO. 2. :

    Documents to be submitted in Envelope No. 2 shall conform to the instruction given

    below :

    (i) CONTRACTOR TO INFORM HIMSELF FULLY :

    The tenderer shall be deemed to have fully acquainted himself with the work and site

    conditions and carefully examined the special conditions, the specifications,

    schedules and drawings and shall be deemed to have fully informed himself

    regarding the local conditions. The tenderer shall also be deemed to have fully

    acquainted with the various leads and lifts involved in the works and materials of

    construction as well as shall be deemed to have fully acquainted with his own various

    quarries for constructon materials, their availability and adequacy etc.

    (ii) CONDITIONAL TENDER :

    Conditional tenders will be summarily rejected. The tenders which do not fulfill any of

    the conditions of the notified requirements laid down in this detailed tender notice, the

    general rules and directions for the guidance of the tenderers as mentioned in the B-1

    form or are incomplete in any respect are likely to be rejected without assigning

    reasons therefore.

    (iii) TENDERED RATE :

    The tenderer should quote his offer in the form of percentage above or below

    the estimated cost, entered in Schedule `B' Part-I, at appropriate place in B-1 form,

    both in figures as well as in words in English. The percentage will not apply to

    Schedule `B' Part-II. In case there is difference between the percentage quoted as

    expressed in words and in figures, the percentage as expressed in words will be

    taken as correct irrespective of whether it is lower or higher than that expressed in

    figure. No. alteration in the form of tender and in schedule of quantities will be

    permitted except Schedule `B' part- II. The percentage mentioned in the tender shall

    be taken as applying to all conditions of weather and will be inclusive of all taxes if

    any. The percentage should be written in words in one line only as far as possible.

    All the additional item(s) as many as foreseen by the tenderer with quantity

    (es), rate(s), amonut(s) and the detailed description shall be entered into by the

  • ( 33 )

    Contractor No. of Corrections Executive Engineer

    tenderer in the space provided below Schedule `B' Part-II - Anticipated additional

    items as foreseen by the tenderer. The tenderer is free to attach additional sheets, if

    required by him and sign the sheets, which will form part of the tender.

    The specifications for the additional item(s) as foreseen by the tenderer shall

    be in conformity with the nearest comparable item stipulated in the Hand Book of

    Standard Specifications (PWD) and the applicability shall be decided before the

    acceptance of the tender.

    The amount of all the items of Part-I of Schedule `B' with percentage (+ or -)

    and the amount of Part - II of Schedule `B' will be totalled and this will be considered

    as the offer of the tenderer.

    The work in additional items in Schedule `B' Part-II shall be paid for only when

    executed. The quantities of these items shall be fixed quantities.

    The provisions of price variation in para 33 of special conditions of contract shall be

    applicable for the works executed under Additional item of Schedule `B' of Part-II.

    The provisions of Clause 38 of Conditions of Contract - Quantity Variation Clause will

    not be applicable to the Additional anticipated items in Schedule `B' of part-II.

    (iv) If the percentage quoted by the tenderer is less than 90% or more than 110% of the

    updated estimated cost as stated at Sr. No. 5 Annex `A', then the tenderer shall

    furnish his detailed item wise justification for all items costing Rs. 50,000/- (Rs. Fifty

    Thousand only.) and above put to tender in Envelope No. 2 in order to establish the

    workability reasonableness of the rates. Tenderer shall also submit additional

    information in justification of his offer wherever called for by the Corporation, without

    which the offer will not be considered.

    (v) QUANTITIES PUT TO TENDER :

    The Schedule `B' , (Schedule of Quantities and Bid rates) of the tender is made up of

    two parts as below -

    1. Part-I- Items as put to tender by the Corporation.

    2. Part-II- Anticipated Additional Items as foreseen by the tenderer.

    (Refer Note No. 5 and 9 under Schedule `B')

    The quantities given in Schedule `B' part-I as put to tender by the Corporation for

    various items therein are approximate as some of the items of works put to tender are

    likely to be executed departmentally till the contract agency is fixed. Such quantities

    which would be executed till the fixation of contract agency will stand deducted from

    the quantities entered in the Schedule B at the time of completing the tender

    documents by the contractor. The contractor should take cognizance of this fact and

    no claims will be tenable on account of such reduction in quantity.

    The quantities of items on which the Department has carried out the work, as

    measured on the date of work order shall stand deducted from the quantities

    stipulated in Schedule B Part-I as put to tender by the Corporation for the purpose of

    application of the stipulation of Clause 38 of Conditions of Contract of the tender.

  • ( 34 )

    Contractor No. of Corrections Executive Engineer

    11. TENDER UNITS :

    The tender has been invited under the Metric System of measurements. The tenderer

    should particularly note the units mentioned in Schedule B on which rates are to be

    based.

    12. CORRECTIONS :

    No corrections should ordinarily be made in the tender documents. Any corrections in

    the entries made by the tenderer should be by crossing the incorrect portion and

    writing the corrected portion above and each such correction shall bear the

    attestation of the tenderer.

    13. SIGNING OF TENDER DOCUMENTS :

    The tender shall contain the name, residence and place of business of person or

    persons making the tender and each page of tender document including drawings,

    shall be signed by the tenderer with his full dated signature.

    The tender by partnership firm shall furnish the full names of all the partners in the

    forwarding letter. The letter shall be signed by the partner or by an authorised

    representative followed by the name and designation of the person signing.

    An attested copy of the partnesrship deed shall be furnished. Tender by Company

    shall be signed with the legal name of the company and signed by the persons

    authorised to sign in the matter.

    Whenever whether in the submission of the tender or later, in other matters the

    signatures are made by one person on behalf of the company the tenderer shall

    supply an attested copy of the power of attorney.

    Witnesses shall be persons of status and probity and their names, occupations and

    addresses shall be stated below their signatures. All signatures shall be dated.

    The tender is also liable to be rejected outright if while submitting.

    i) The tenderer proposes any alteration in the work specified in the tender or in

    the time allowed for carrying out the work, in any other conditions.

    ii) Any of the pages of tender are removed and/ or replaced.

    iii) The percentages are not entered in ink, in figures and in words by the tenderer in B-1

    form.

    iv) Any erasures are made by the tenderer in the tender.

    v) All corrections and additions or pasted slips are not signed by the tenderer and

    vi) Tender in the case of firm, each partner or the person holding the power of attorney

    authorising him to do so thereof does not sign or the signature is not attested by a

    witness in B-1 form at the space provided for the purpose.

    14. ACCEPTANCE OF TENDER :

    Acceptance of tender will rest with the authority, as indicated in Annex. `A' of this

    Section, who reserves the right to reject any or all tenders without assigning any

    reasons. The acceptance of tender may be intimated to the contractor by letter. Such

    intimation shall be deemed to be an intimation of acceptance of tender. The tenderer

  • ( 35 )

    Contractor No. of Corrections Executive Engineer

    whose tender is accepted will have to complete the contract from within 15 days of

    being notified to do so and shall abide by all the rules and regulations and special

    conditions enumerated thereon or attached herewith. In the event of failure of the

    tenderer to sign the agreement within the stipulated time, the earnest money

    including additional earnest money if any, paid by him shall be liable to be forfeited to

    Corporation and the acceptance of the tender shall be liable to be considered as

    withdrawn. In that event the work will be awarded to next or any other contractor as

    Corporation may decide.

    15. LIMITATION OF THE AWARD OF CONTRACT (S) :

    i) The GMIDC has taken up a number of Irrigation Projects for construction, In order to complete the work in time bound programme, it has been considered necessary to restrict the number of works, which may be awarded to a contractor, at time, so that the contractor can concentrate fully on the progress of the contracts awarded to him.

    ii) In view of the above position, it is hereby stipulated that no individual contractor or Joint Venture firm as separate entity or any other Joint Venture with the same individual contractor as partner to any other Joint Venture, shall be considered eligible for tendering for this work, in case three works (in the group of (1) one dam and either three canal or any other works OR (2) three canal or may other works (including dam work/ Turnkey project) have already been awarded on contract/ letter of acceptance of tender issued in the area of operation of Godavari Marathwada Irrigation Development Corporation, Aurangabad, unless the contract works awarded to him/ them is found to be complete in all respects as certified by the Executive Engineer in the completion certificate. In any case individual contractor or the Joint Venture Firm or any of the Joint Venture partner(s) of the same Joint Venture as separate entity shall not have more than three works in hand at a time. Even if, anyone of the partners of Joint Venture Firm as a separate entity OR as a partner OR in another Joint Venture and/ or of the same Joint Venture Firm has been awarded three works as specified above group wise in Godavari Marathwada Irrigation Development Corporation, Aurangabad Prior to the date of opening of this tender document that Joint Venture firm with that individual entity as a partner shall not be considered eligible for getting any other contract for the works and his/

    their tender documents shall be liable for rejection.

    iii) For the purpose of verification of the above stipulations, the contractor shall

    submit the information in the enclosed format of certificate- “A”. This certificate

    will be applicable to Joint Venture also. The names of the partners in the Joint

    Venture shall also be given, when information in the certificate is submitted for

    the Joint Venture.

    16. VALIDITY FOR 75 DAYS :

    The offer shall remain valid for a period of 75 ( Seventy Five) days from the date of the opening of tender, and thereafter until it is withdrawn by notice in writing by the tenderer, duly addressed to the authority as stated at Sr. No. 2.10 of Annex. `A' of this section, and sent by RPAD. If the acceptance of tender is not communicated within 75 days and if the offer is withdrawn by the contractor as aforesaid, earnest money paid in cash shall be refund in full.

  • ( 36 )

    Contractor No. of Corrections Executive Engineer

    17. COMPLETION OF TENDER DOCUMENT :

    While completing tender documents, the contractor must invariably complete

    appendices included in the tender documents giving correct information. However

    this information shall have to be submitted by the contractor in the prescribed formats

    separately in Envelope No. 1 as per provisions of paragraph 7 of the detailed Tender

    Notice.

    18. LANGUAGE :

    The language of all correspondence regarding this work shall be Marathi & English

    only.

    19. LICENSE UNDER CONTRACT LABOUR (REGULATION AND ABOLITION) ACT

    1970.

    19.1 The successful tenderer should produce to the satisfaction of the competent

    authority accepting the tender a valid and current license issued in his favour under

    the provisions of contract Labour (Regulation and Abolition) Act, 1970 and the

    Maharashtra Contract Labour (R & A) Rules 1971, before signing the contract. On

    failure to do so acceptance of the tenderer will be withdrawn and also the earnest

    money and additional earnest money deposit, if any, will be forfeited to Corporation.

    19.2 The contractor shall submit the certified copy of registration certificate under

    ESIS Act before payment of first RA bill is made.

  • ( 37 )

    Contractor No. of Corrections Executive Engineer

    CERTIFICATE - A (Note All the details must be filled in Strike out the item which is not applicable to the tender)

    Certified that

    1) I/(We) have not been awarded any contract for the construction of Building Work

    /Earth Work/ Embankment/ WBM Road items under the Superintending Engineer, ----

    --------------------------------------------------------------------------- as on -----------------------------

    ---( date of opening of the subject tender)

    2) I/(We) have been awarded the following contract(s) for the work of construction of

    Building Work/ Earth Work/ Embankment/ WBM Road items under the

    Superintending Engineer, ------------------------------------------------------------------------------

    as on ----------------------------------- (date of opening of the subject tender).

    Name of work : ---------------------------------------------

    Estimated cost put to tender ---------------------------------------------

    Contract No. and Date of work order ---------------------------------------------

    Contract Amount ---------------------------------------------

    Amount of work executed to date : Detailed enclosed --------------------

    Name of Division ---------------------------------------------

    Name of Circle. ---------------------------------------------

    3) I/(We) have tendered for the following work of Construction Building Work/ Earth

    Work/ Embankment/ WBM Road items under the Superintending Engineer,--------------

    ----------------------------------------------------------------------- as on ------------------------------

    (date of opening of the subject tender) and my offer is the lowest responsive offer.

    Name of work ---------------------------------------------

    Estimated cost put to tender ---------------------------------------------

    Tendered Amount ---------------------------------------------

    Name of Division ---------------------------------------------

    Name of Circle ---------------------------------------------

    Place :

    Date : Signature of the Contractor

  • ( 38 )

    Contractor No. of Corrections Executive Engineer

    ANNEX - A (SECTION - I) A) DESCRIPTION OF PROJECT : Construction of Bridge on filed approach road

    and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.

    B) STATUS OF PROJECT :

    Lower Dudhna Project earthen dam and masonry dam and ICPO outlet are 95%

    complete. Rehabilation work also complete 90%.

    C) CLIMATIC CONDITIONS :

    The climate in the project area is tropical typical of Deccan Plateau. Three district season climatic viz (i) Mansoon Mid June to Mid October (ii) Milder dry winter Mid October-February and (iii) Hot summer March to Mid June. The temperature ranges between 10o C to 45 o C . The average rainfall is about 800 mm to 1000 mm.

    D) SCOPE OF THE WORK

    1. DETAILS OF WORK

    1.1. Name of Work Construction of Bridge on filed approach road and cattles water tank Gram Panchayat Building, at village Shidhar Jawala Tq.Partur Dist. Jalna.

    1.2. Estimated Cost Rs.92,58,824/-

    1.3. Earnest Money (EMD) (1%) (Bid Security)

    Rs. 93,000/- EMD should be paid by Online Payment Gateway Only

    Certificates of exemption for payment of

    earnest money shall not be accepted

    1.4 1) Security Deposit Initial (2.5%) 2) Through R.A. Bills (2.5%)

    Rs. 2,31,471/- i) Rs. 2,31,471/- by D.D. of Nationalised or Scheduled Bank in state of Maharashtra. ii) Rs. ------ Lakhs by BG of Nationalised or Scheduled Bank in state of Maharashtra Rs. 2,31,471/-

    1.5. Date, Time and Place of Pre-bid conference

    ___________ @ 14.00 hrs. In the Office of The Superintending Engineer, Jayakwadi Project Circle, Aurangabad

    1.6. Class of Contractor Class 4th and above– 1.7. Period of completion of work 12 Calender months including

    Monsoon period.

  • ( 39 )

    Contractor No. of Corrections Executive Engineer

    2. INFORMATION FOR OBTAINING TENDER PAPERS AND ITS SUBMISSION

    2.1 Name and address of the Executive Engineer in charge of work issuing tender papers.

    Executive Engineer, Jalna Irrigation Division, Jalna Dist. Jalna

    2.2 Cost of Blank Tender forms Rs. 5000/- 2.3 Extra cost if tender papers/

    documents required by post (for each)

    Rs. -------

    2.4 Time and date of submission of tender

    As per Key Dates.

    2.5 Name and address of the Officer receiving and opening the tender document.

    Superintending Engineer,

    Jayakwadi Project Circle, Aurangabad

    2.6 Time and date of Financial bid

    opening of tenders As per Key Dates At 17.00 hrs. if possible

    2.7 The name of the authority for accepting the tender.

    Superintending Engineer,

    Jayakwadi Project Circle, Aurangabad.

    3. WORK AND SITE CONDITIONS :

    3.1 Location 40 km. from Dist. Jalna and 10 km. from Taluka place Partur 10 km. from nearest village Partur

    3.2. Nearest Railway Station Partur 3.3. Nearest Airport Aurangabad 3.4. Roads Approachable by Partur road to

    Mantha 3.5 Nearest Telephone and

    telegraph facility Partur/Mobile connectivity

    3.6 Nearest Petrol and Diesel Pump Partur 3.7 Position of Land acquisition Land acquisition is not required

    4. PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME

    4.1. Period of Completion 12 Calender months including Monsoon period.

  • ( 40 )

    Contractor No. of Corrections Executive Engineer

    Progress on above items in the intermediate period shall be linear proportionate per month.

    THE CONSTRUCTION PROGRAMME IS ENCLOSED AT THE END OF SCHEDULE “B” OF TENDER DOCUMENT BASED ON WHICH THE PHYSICAL PROGRAMME IS PREPARED IF THE TENDERER DOES NOT AGREE WITH THIS PROGRAMME. HE SHALL SUBMIT HIS OWN PROGRAMME WITHOUT CHANGING TOTAL PERIOD OF TENDER ALONGWITH TENDER DOCUMENTS INCLUSIVE OF THE PHYSICAL PROGRAMME, SUBJECT TO THE PROVISION THAT 50% OF THE WORK SHALL BE COMPLETED IN 50% OF THE CONTRACT PERIOD

    5.0. Updated estimated cost of the work based upon schedule of rates for the year when tenders were invited (Clause 38 of Section -IV(1) condition of contract)

    Rs. 92,58,824/-

    6.0. Earnest Money/ Security Deposit Para 9 (i) and (ii) of Detailed Tender Notice.)

    6.1. E.M.D. (1% of contract value)

    (Bid Security)

    Rs. 93,000/- EMD should be paid by Online Payment Gateway Only Certificates of

    exemption for payment of earnest money shall

    not be accepted. .

    6.2. i) Initial Security Deposit 2.5% of contract value

    i) Through R.A. Bills (2.5%)

    Rs. 2,31,471/- i) Rs. 2,31,471/- by D.D. of Nationalised or Scheduled Bank in state of Maharashtra. ii) Rs. ----- Lakhs by BG of Nationalised or Scheduled Bank in state of Maharashtra

    Rs. 2,31,471/- Through R.A. bills

    6.3. If Security Deposit is in the form of D.D. it should be drawn or on

    from any Nationalised Scheduled Banks in Maharashtra

    6.4 Name of Executive Engineer in charge of the work in whose name Demand Draft is to be drawn

    Executive Engineer

    Jalna Irrigation Division, Jalna

    Dist. Jalna

    B-1 TENDER FORM

    PERCENTAGE RATE TENDER & CONTRACT FOR WORKS GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION,

    AURANGABAD

  • ( 41 )

    Contractor No. of Corrections Executive Engineer

    CIRCLE : Jayakwadi Project Circle, Aurangabad

    DIVISION : Executive Engineer, Jalna Irrigation Divisio