DHULE MUNICIPAL CORPORATION, DHULE. B-1 Tender Paper

Size: px
Start display at page:

Download "DHULE MUNICIPAL CORPORATION, DHULE. B-1 Tender Paper"

Transcription

1 Dhule Municipal Corporation, Dhule (WD) 1 - City.Engr DHULE MUNICIPAL CORPORATION, DHULE. B-1 Tender Paper NAME OF WORK :- Construction Aspalt Road From Aradhana Rasvanti Xerox To Hagara Nalla at Dhule. Estimated Cost : Rs Earnest Money : Rs Total Security Deposit : 1 % E.M.D Will treated as intial S.D. & 3% from the R.A. Bill Cost of Blank Tender Set : Rs.10,000 Date of Issue of Blank Tender : 03/ 05/2014 : pm Last date of receipt of Tender : 18/ 05/2014 : pm Time limit for completion of Work : 4 months Probable date and time of openining of Tender : 27/05/2014 after am ( As possible ) Validity period : 120 dys from opening of the tender.

2 Dhule Municipal Corporation, Dhule (WD) 2 - City.Engr. Name of the work :- Construction Aspalt Road From Aradhana Rasvanti Xerox To Hagara Nalla at Dhule... I N D E X Sr.No. Description Page No. From To 1. Brief Tender Notice Detailed Tender Notice Form No.1, 2, 3,4, Condition for modern machinery (Form No. 2A) Model form of Bank Guarantee Construction Sequence Work & Methedology Declaration of Contractor General Description and Scope of work B-1 Agreement Form Schedule A' Additional General Condition & Specifications Standard specification Price Veriation Clause Control Tests And Their Frequency Affedavit Schedule B' Itemwise Rates Issued to : D.R. No dated... City Engineer (WD) Dhule Municipal Corporation, Dhule.

3 . Îú. Dhule Municipal Corporation, Dhule (WD) 3 - City.Engr. úö ÖÖ Öê ÖÖÓ¾Ö Öãôêû ÖÆüÖ ÖÖ ü ÖÖ»ÖúÖ, Öãôêû ²ÖÖÓ ÖúÖ Ö ¾Ö³ÖÖÖ - ±êú ü Ô- Ö ¾Ö üö ÃÖã Ö ÖÖ Îú. 69 ÃÖ Ö Ö. ÖµÖ㌟Ö, Öãôêû ÖÆüÖ ÖÖ ü ÖÖ»ÖúÖ, Öãôêû Æêü ÖÖ»Öᯙ úö ÖÖÓú üÿöö Ô- Ö ¾Ö üö ÖÏÖÖ»Öß«üÖ êü ( Öò Ö»ÖÖ Ô Ö) ÖÆüÖ üöâ Òü ÖÖÃÖ Ö ÃÖÖ¾ÖÔ Ö Öú ²ÖÖÓ ÖúÖ Ö ¾Ö³ÖÖÖ µööó Öêú üß»ö ÖÖ Ö ÖÖë üößéúÿö šêüêú üö üöóú ãü Ö ÖÖÖ ¾ÖŸÖ ÖÆêüŸÖ. Ó üö Ö Ö Ö úµö üœú Ö ²ÖµÖÖÖÖ üœú Ö Ö ¾Ö üö ÃÖÓ ÖÖ Öß ±úß ¹ý. úö Ö ÖãÖÔË ú üµöö ÖÖ úö»öö¾ö Öß ±êú ü Ô Ö ¾Ö üö - ¾Ö ÖêÂÖ Ö Öß ÓŸÖÖÕŸÖ 1 Ö. Ö.1 üö Ö¾ÖÖ êü ²ÖÑêú ÖÖÃÖã Ö ŸÖê û. Ö¾ÖÖ Öß ÖÆüÖ üö Ö ÖãŸÖôûÖ ÖÖ¾ÖêŸÖÖê üãÿöö ¹Óý üßú üööãöæü Ö Æü Öê üöó²ö üßú üö ú üöê. 2 êü¾ö Öã ü Ö ü ÖÖ Ö µöê Öê ÃÖã ÖÖ üßÿö Ö Ö ü¾öê ¾µÖ¾Öà ÖÖ ú üöê ÃÖÖê»Ö ü LED ²ÖÃÖ ¾ÖÖê. ŸÖÃÖê Ö Ö Æü Öê ü Ö ÎúµÖÖ ¾Ö ÖßÃÖÖšüß ÓŸÖÖÕŸÖ ¾ÖªæŸÖßú üö ú üöê. 3 Ö üö Ö ÖÖ üãö¾öóÿöß ŸÖê ÆüÖÖÏÖ ÖÖ»ÖÖ ÖÖ¾ÖêŸÖÖê üãÿöö üöó²ö üßú üö ú üöê Ö Æü Öê 4 Ö ü üö Ö Ö ü ü ŸÖê ÖÖ üöêôûö üöê ü ŸÖê ¾Ö üöê üß üöê ü µöö üß. Öß. üãÿµöö¾ö ü ³Öã ÖßÖŸÖ êú²ö»öãöæü LED Ö Ö ü¾öêãöæü ÖÖê»Ö ˆ³ÖÖ üöß ú üöê Ö Æü Öê Ö ¾Ö üö ŸÖ Ö Ö»Ö.. Ö Ö ÖÖ Öß ÖÏ ÎúµÖÖ Óú ÖÖ ü üö ü ü ÖÖÓú ¾Ö ¾Öêôû ü ÖÖÓú ¾Ö ¾Öêôû»Ö±úÖ±úÖ. Îú. ÖÏ ÎúµÖÖ ( ÖÖÃÖã Ö ) ( ÖµÖÕŸÖ) 1 Ö ¾Ö üö ÖÏúÖ ÖßŸÖ ú üöê -- ü. 03/ 05/ 2014, ÃÖúÖ.10:00 ü. 03/ 05/ 2014, ÃÖÖµÖÓ. 17: ) -- Ö ¾Ö üö üö ú Ö»ÖÖê ü ü. 03/ 05/ 2014, ÃÖÖµÖÓ. 17:01 ü. 18/ 05/ 2013, ÃÖÖµÖÓ. 17:00 ŸÖÖÓ Öú ¾Ö ÖÙ Öú»Ö±úÖ±úÖ 3) -- Ö ¾Ö üö ŸÖµÖÖ ü ú üöê. ü. 05/ 05/ 2014, ÃÖÖµÖÓ. 17:01 ü. 21/ 05/ 2014, ÃÖÖµÖÓ. 17:00 ŸÖÖÓ Öú ¾Ö ÖÙ Öú»Ö±úÖ±úÖ 4) Öò Ö»ÖÖ Ô Ö ŸÖÖÓ Öú ¾Ö ¾µÖÖ ÖÖ üß Ö ¾Ö üö ²ÖÓ ü ú üöê. -- ü. 21/ 05/ 2014, ÃÖÖµÖÓ. 17:01 ü. 22/ 05/2014, ÃÖÖµÖÓ.17:00 ŸÖÖÓ Öú ¾Ö ÖÙ Öú»Ö±úÖ±úÖ 5) -- Ö ¾Ö üö ÃÖÖ ü ü ú üöê. ü. 22/ 05/2014, ÃÖÖµÖÓ.17:01 ü. 26/ 05/ 2014, ÃÖÖµÖÓ.17:00 ŸÖÖÓ Öú ¾Ö ÖÙ Öú»Ö±úÖ±úÖ 6) ŸÖÖÓ Öú»Ö±úÖ±úÖ ˆ Ö üöê -- ü.27/ 05/ 2014, ÃÖúÖ.11:00 ü. 27/ 05/ 2014, ÃÖÖµÖÓ. 17:00 ŸÖÖÓ Öú»Ö±úÖ±úÖ 7) ¾µÖÖ ÖÖ üß»ö±úö±úö ˆ Ö üöê -- ü.27/ 05/ 2014, ÃÖúÖ.11:00 ü. 27/ 05/ 2014, ÃÖÖµÖÓ. 17:00 ¾µÖÖ ÖÖ üß»ö±úö±úö ü Ö:- 1) ÃÖ¾ÖÔ ÖÖ Ö / ãûú Ö ¾Ö üö ÖÖ üúöó Öß Ö ¾Ö üö ÖÏ ÎúµÖêŸÖ ³ÖÖÖ ÖêµÖÖÃÖÖšüß Maharashtra.etenders.in µöö ÃÖÓêúŸÖà ÖôûÖ¾Ö ü enroll ÆüÖêÖê Ö¾Ö µöú ÖÆêü ¾Ö Ö ¾Ö üö Ö Öú üö ú Ö»ÖÖê ü ú üöêãööšüß µöö ÃÖÓêúŸÖà ÖôûÖ¾Ö ü ˆ Ö»Ö² Ö ÖÆêü. 2) ¾Ö üß»ö Ö ¾Ö êü²öö²öÿö ü ÖÖß Øú¾ÖÖ ÖÖ ÆüŸÖß ú üÿöö Sify Technologies ltd. Nextenders (India) Pvt. On / / (pune) or Mobile No /04µÖÖÓ Öê Öß ÃÖÓ ÖÔú ÃÖÖ ÖÖ¾ÖÖ. 3) Ö ¾Ö üö ÖÖ üúöó Öß Ö ¾Ö üö ÃÖÓ ü³ööõÿö ÃÖ¾ÖÔ üãÿö î¾ö Ö Öò Ö»ÖÖ Ô Ö ÃÖÖ ü ü ú üöê Ö¾ÖÖµÖÔ üöæüß»ö. ŸÖÃÖê Ö ²ÖµÖÖÖÖ üœú Ö Ö ¾Ö üö ÃÖÓ ÖÖ Öê Öã»ú Æêü üß. üß. þֹý ÖÖŸÖ ¾Ö Öãôû úöö ü Ö Ö ŸÖÖÓ Öú Ö ¾Ö üö ˆ Ö üµöö µöö ÖÖÖê ü ü ¾µÖŒŸÖß Ö: ÃÖÖ ü ü ú üöê Ö¾Ö µöú ÖÆêü. µö ÖÖ Ô- Ö ¾Ö üö ÖÏ ÎúµÖêŸÖ ŸµÖÖÓ ÖÖ ÃÖÆü³ÖÖÖß ÆüÖêŸÖÖ µöêöö ü ÖÖÆüß. 4) ŸÖ ü ÃÖã Ö ÖÖ Ö ¾Ö üö Ö Öã µöö Ö µöê ÖÆüÖ¾ÖµÖÃÖÖÃÖ ÖôûŸÖß»Ö, ÃÖ ü ü Ö ¾Ö üö úöêöÿöêæüß úö üö Ö êüÿöö ü ü ú üµöö Öê ÖúÖ ü ÃÖÖ Ö ÖúÖ üß µööó Öß üööã Ö šêü¾ö»öê»öê ÖÆêü. 5) Öãôêû ÖÆüÖ ÖÖ ü ÖÖ»ÖêúÃÖÖšüß Ô- Ö ¾Ö üö ÖÏÖÖ»Öß ü µöö ÃÖÓêúŸÖà ÖôûÖ¾Ö ü ˆ Ö»Ö² Ö ÖÆêü. ÖÖ.Îú./ Öã Ö ÖÖ/ ÖÖ Öã ¾Ö./ 42 / 2014 à Öôû: Öãôêû ˆ ÖÖµÖãŒŸÖ ü ÖÖÓú : 30 / 04/ 2014 Öãôêû ÖÆüÖ ÖÖ ü ÖÖ»ÖúÖ, Öãôêû. û.

4 Dhule Municipal Corporation, Dhule (WD) 4 - City.Engr. Dhule Municipal Corporation, Dhule Public Work Department - E-Tender Notice No. 69 For The Commissioner, Dhule Municipal Corporation, Dhule is inviting sealed e_tender from registered contractor registered with public works department, Govt. of Maharashtra for the following work. Sr. No. Name of Work Estimated Cost ( in Rupees) Earnest money (in Rupees) Tender Fee Time limit intender (Calendar Months Tender schedule Sr. No. DMC Stage Vender Stage Start Date & Time 1 Release Tender am 2 - Tender Download pm 3 - Bid preparation pm 4 Close for Technical & Commercial Bid pm 5 - Bid Submission p.m 6 Technical Bid Opening am 7 Price Bid Opening am Note : Expiry Date & Time pm pm pm pm pm pm pm Envelops --- Tech. & Comm. Envelop Tech. & Comm. Envelop Tech. & Comm. Envelop Tech. & Comm. Envelop Technical Envelop Commercial Envelop 1) All Eligible / Interested bidders are required to be enrolled on portal and downloading tender documents will be available on 2) Bidders are requested to contact on following telephone numbers any doubts/ information/ difficulties to Sify technologies limited Nextenders (INDIA) Pvt. Ltd. on o / or Mobile No /04. 3) Bidders should submit the document related to tender on line however bidder should submit the earnest money in form of D.D. tender form fee in form of D.D. and all documents attechted by the Gazetted Offier s should be submitted personally before opening of the technical bid otherwise bidders can t participate in e_tendering. 4) Other Instruction can be seen in the tender form. all are any one of the tender may be rejected by competent authority. 5) The Electronic tendering system for Dhule Municipal Corporation will be available on the portal No. / WATER / 42 / Place : Dhule Dy. Commissioner Date : 30 / 04 / 2014 Dhule Municipal Corporation, Dhule

5 Dhule Municipal Corporation, Dhule (WD) 5 - City.Engr. DHULE MUNICIPAL CORPORATION, DHULE ( WORKS DEPARTMENT ) INVITATION FOR TENDERS DETAILED TENDER NOTICE Name of the work :- Construction Aspalt Road From Aradhana Rasvanti Xerox To Hagara Nalla at Dhule... Online percentage rate tenders in 'B-1 1 Form are invited by the The Commissioner, Dhule Municipal Corporation, Dhule for the following work from Contractors registered in appropriate class of the Public Works Department of Maharashtra State. The name of work, estimated cost, earnest money, security deposit, time limit for completion etc. are as under.. Sr. No. Name of Work 1 Construction Aspalt Road From Aradhana Rasvanti Xerox To Hagara Nalla at Dhule... Estimated Cost ( in Rupees) Earnest money (in Rupees) Tender Fee Time limit intender (Calendar Months Month Tender form, conditions of contract, specifications and contract drawings can be... downloaded from the e-tendering portal of Dhule Municipal Corporation s Works Department, Government of Maharashtra i.e.http//:dmc.maharashtra.etenders.in after entering the details payment of Rs /- (Rupees Ten Thousand only.) in the form of DD/Nationalised Bank in favour of The Commissioner Dhule Municipal Corporation, Dhule, Payble at Dhule as per the Tender Schedule. Further information regarding the work can be obtained from the above office. The Tender Fee in the form of DD Drawn in the name of The Commissioner Dhule Municipal Corporation, Dhule. Attested EMD Exemption certificate, Affidavit should be submitted by hand delivery in sealed covers addressed to the The Commissioner, Dhule Municipal Corportion, Dhule with the name of the work written at the top of the envelope will be received in the office of the The Commissioner, Dhule Municipal Corporation, dhule ( Phone: ) as per the Tender Schedule. Bids will be opened as per the Tender Schedule, in the presence of such intending Tenderers or his/ their authorized representatives. who may be present at that time. TENDERING PROCEDURE: A, Blank Tender Forms. Tender Forms can be downloaded from the Tendering Portal of Dhule Municipal Corporation, Government of Maharashtra i.e. http//:dmc.maharashtra.etenders.in after entering the details of payment Rs /- (Rupees Ten Thousand only.) as per the Tender Schedule. Pre_ Tender Conference. 1.2 Tenderers should have valid Class II / III Digital Signature Certificate (DSC) obtained from any Certifying Authorities. In case of requirement of DSC, interested Bidders should go to and follow the procedure mentioned in the document Procedure for application of Digital Certificate. 1.3 The Tenderers have to make a payment of Rs 1038/- online as service charges for the use of Electronic Tendering during Online Bid Data Decryption and Re-encryption stage of the Tender.(Control Transfer Of Bid Stage) 1.4 For any assistance on the use of Electronic Tendering System, the Users may call the below numbers:

6 Dhule Municipal Corporation, Dhule (WD) 6 - City.Engr. Landline No / 56 Id support.gom@nextenders.com Mobile No / Tenderers should install the Mandatory Components available on the Home Page of under the section Mandatory Components and make the necessary Browser Settings provided under section Internet Explorer Settings Guidelines to Bidders on the operations of Electronic Tendering System of Public Works Department. A Pre- requisites to participate in the Tenders Processed by DMC 1. Enrolment and Empanelment of Contractors on Electronic Tendering System: The Contractors interested in participating in the Tenders of Octroi Department, Dhule Corporation, Dhule processed using the Electronic Tendering System shall be required to enrol on the electronic Tendering System to obtain User ID. After submission of application for enrolment on the System, the application information shall be verified by the Authorized Representative of the Service Provider. If the information is found to be complete, the enrolment submitted by the Vendor shall be approved. For participating in Limited and Restricted tenders the registered vendors have to apply for empanelment on the sub-portal of DMC in an appropriate class of registration. The empanelment will have to be approved by the respective officer from the DMC. Only empanelled vendors will be allowed to participate in such tenders. The Contractors may obtain the necessary information on the process of enrolment and empanelment either from Helpdesk Support Team or may visit the information published under the link Enrol under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System. 2. Obtaining a Digital Certificate: The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid Data is required to be signed electronically using a Digital Certificate (Class II or Class III). This is required to maintain the security of the Bid Data and also to establish the identity of the Contractor transacting on the System. The Digital Certificates are issued by an approved Certifying Authority authorized by the Controller of Certifying Authorities of Government of India through their Authorized Representatives upon receipt of documents required to obtain a Digital Certificate. Bid data / information for a particular Tender may be submitted only using the Digital Certificate which is used to encrypt the data / information and sign the hash value during the Bid Preparation and Hash Submission stage. In case during the process of preparing and submitting a Bid for a particular Tender, the Contractor loses his/her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she may not be able to submit the Bid online. Hence, the Users are advised to store his / her Digital Certificate securely and if possible, keep a backup at safe place under adequate security to be used in case of need. In case of online tendering, if the Digital Certificate issued to an Authorised User of a Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to a no objection certificate / power of attorney to that User to submit the bid on behalf of the Partnership Firm. The Partnership Firm has to authorize a specific individual via an authorization certificate signed by a partner of the firm (and in case the applicant is a partner, another partner in the same form is required to authorise) to use the digital certificate as per Indian Information Technology Act, Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority of the Authority User to bid on behalf of the Firm for the Tenders processed on the Electronic Tender Management System of Government of Maharashtra as per Indian Information Technology Act, The Digital Signature of this Authorized User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate will remain the same for the new Authorised User.

7 Dhule Municipal Corporation, Dhule (WD) 7 - City.Engr. The same procedure holds true for the Authorized Users in a Private / Public Limited Company. In this case, the Authorisation Certificate will have to be signed by the Director of the Company or the Reporting Authority of the Applicant. For information on the process of application for obtaining Digital Certificate, the Contractors may visit the section Digital Certificate on the Home Page of the Electronic Tendering System. 3. Recommended Hardware and Internet Connectivity: To operate on the Electronic Tendering System, the Contractors are recommended to use Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512 kbps bandwidth. 4. Set up of Computer System for executing the operations on the Electronic Tendering System: To operate on the Electronic Tendering System of Government of Maharashtra, the Computer System of the Contractors is required be set up. The Contractors are required to install Utilities available under the section Mandatory Installation Components on the Home Page of the System. The Utilities are available for download freely from the above mentioned section. The Contractors are requested to refer to the E-Tendering Toolkit for Bidders available online on the Home Page to understand the process of setting up the System, or alternatively, contact the Helpdesk Support Team on information / guidance on the process of setting up the System. 5. Payment for Service Provider Fees: In addition to the Tender Document Fees payable to DMC, the Contractors will have to pay Service Providers Fees of Rs. 1,038/- through online payments gateway service available on Electronic Tendering System. For the list of options for making online payments, the Contractors are advised to visit the link E- Payment Options under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System B. Steps to be followed by Contractors to participate in the e-tenders processed by DMC 1. Preparation of online Briefcase: All Contractors enrolled on the Electronic Tendering System of Government of Maharashtra are provided with dedicated briefcase facility to store documents / files in digital format. The Contractors can use the online briefcase to store their scanned copies of frequently used documents / files to be submitted as a part of their bid response. The Contractors are advised to store the relevant documents in the briefcase before starting the Bid Preparation and Hash Submission stage. In case, the Contractors have multiple documents under the same type (e.g. multiple Work Completion Certificates) as mentioned above, the Contractors advised to either create a single.pdf file of all the documents of same type or compress the documents in a single compressed file in.zip or.rar formats and upload the same. It is mandatory to upload the documents using the briefcase facility. Therefore, the Contractors are advised to keep the documents ready in the briefcase to ensure timely bid preparation. Note: Uploading of documents in the briefcase does not mean that the documents are available to DMC (WD) at the time of Tender Opening stage unless the documents are specifically attached to the bid during the online Bid Preparation and Hash Submission stage as well as during Decryption and Reencryption stage. 2. Online viewing of Detailed Notice Inviting Tenders: The Contractors can view the Detailed Tender Notice along with the Time Schedule (Key Dates) for all the Live Tenders released by DMC on the home page of DMC e-tendering Portal on under the section Recent Online Tender. 3. Download of Tender Documents: The Pre-qualification / Main Bidding Documents are available for free downloading. However to participate in the online tender, the bidder must purchase the bidding documents online by filling up details of Demand Draft towards the cost of Tender Form Fee

8 Dhule Municipal Corporation, Dhule (WD) 8 - City.Engr. 4. Online Bid Preparation and Submission of Bid Hash (Seal) of Bids: Submission of Bids will be preceded by online bid preparation and submission of the digitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key Dates) published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the templates provided by the Tendering Authority of DMC. The templates may be either form based, extensible tables and / or uploadable documents. In the form based type of templates and extensible table type of templates, the Contractors are required to enter the data and encrypt the data using the Digital Certificate. In the uploadable document type of templates, the Contractors are required to select the relevant document / compressed file (containing multiple documents) already uploaded in the briefcase. Notes: a. The Contractors upload a single document or a compressed file containing multiple documents against each unloadable option, b. The Hashes are the thumbprint of electronic data and are based on one - way algorithm. The Hashes establish the unique identity of Bid Data, c. The bid hash values are digitally signed using valid Class - II or Class - III Digital Certificate issued any Certifying Authority. The Contractors are required to obtaindigital Certificate in advance, d. After the hash value of bid data is generated, the Contractors cannot make any change / addition in its bid data. The bidder may modify bids before the deadline for Bid Preparation and Hash Submission as per Time chedule mentioned in the Tender documents, e. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Bidding Processes. 5. Close for Bidding (Generation of Super Hash Values): After the expiry of the cut - off time of Bid Preparation and Hash Submission stage to be completed by the Contractors has lapsed, the Tender will be closed by the Tender Authority. The Tender Authority from DMC(WD) shall generate and digitally sign the Super Hash values (Seals). 6. Decryption and Re-encryption of Bids (submitting the Bids online): After the time for generation of Super Hash values by the Tender Authority from DMC(WD) has lapsed, the Contractors have to make the online payment of Rs. 1,038/- towards the fees of the Service Provider. After making online payment towards Fees of Service Provider, the Contractors are required to decrypt their bid data using their Digital Certificate and immediately re-encrypt their bid data using the Public Key of the Tendering Authority. The Public Key of the Tendering Authority is attached to the Tender during the Close for Bidding stage. Note: The details of the Processing Fees shall be verified and matched during the Technical Opening stage. At this time, the Contractors are also required to upload the files for which they generated the Hash values during the Bid Preparation and Hash Submission stage The Bid Data and Documents of only those Contractors who have submitted their Bid Hashes (Seals) within the stipulated time (as per the Tender Time Schedule), will be available for decryption and reencryption and to upload the relevant documents from Briefcase. A Contractor who has not submitted his Bid Preparation and Hash Submission stage within the stipulated time will not allowed to decrypt/ re-encrypt the Bid data/ submit documents during the stage of Decryption and Re-encryption of Bids ( Submitting the Bids online ) 7. Shortlisting of Contractors for Financial Bidding Process: The Tendering Authority will first open the Technical Bid documents of all Contractors and after scrutinizing these documents will shortlist the Contractors who are eligible for Financial Bidding Process. The shortlisted Contractors will be intimated by Opening of the Financial Bids: The Contractors may remain present in the Office of the Tender Opening Authority at the time of opening of Financial Bids. However, the results of the Financial Bids of all Contractors shall be available on the DMC(WD) e-tendering Portal immediately after the completion of opening process. 9. Tender Schedule (Key Dates):

9 Dhule Municipal Corporation, Dhule (WD) 9 - City.Engr. The Contractors are strictly advised to follow the Dates and Times allocated to each stage under the column "Contractor Stage" as indicated in the Time Schedule in the Detailed Tender Notice for the Tender. All the online activities are time tracked and the Electronic Tendering System enforces timelocks that ensure that no activity or transaction can take place outside the Start and End Dates and Time of the stage as defined in the Tender Schedule. At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be extended A) Civil Works 1.4 ENVELOPE No. 1: (Documents) The first envelope "Envelope No. 1" shall contain the following documents: a) Scanned copy of Forwarding Letter. b) Bidders should submit the document related to tender on line however bidder should submit the earnest money in form of D.D. tender form fee in form of D.D. and all documents attechted by the Gazetted Offier s should be submitted personally before opening of the technical bid otherwise bidders can t participate in e_tendering. c) Scanned copy of Certificate as a Registered contractor with the Government of Maharashtra as may be applicable. d) Scanned copy of Contractor shall submit Registration Certificate of Maharashtra Value Added Tax Act 2005 (Under clause 8 and 9). e) Scanned copy of Details of the other works tendered for and in hand with the value of the work unfinished on the last date of submission of tender (in Form No.1). The Certificate from the Head of the Offices under whom the works are in progress should be enclosed. f) Scanned copy of The list of Machinery and plants immediately available with the tenderer for use on this work and list of machinery proposed to be utilized on this work, but not immediately available and the manner in which it is proposed to be procured (in form No. 2 ) In absence of this, tender is liable for rejection which may pleased be noted. g) Scanned copy of Details of works of similar type and magnitude carried out by the contractor (in form No.3) h) Details of technical personell on the pay rolls of the tenderer ( In from No. 5 ) i) Attested copy of partnership deed if the tenderer is a partnership firm and Power of Attorney. j) Declaration of the Contractor. ( On stamp paper worth Rupees 100/- ) The Bond of affidavit (as per page No. 93 ) should be submitted with the Tender fee's D.D. / pay order. 1.5 ENVELOPE No. 2 TENDER (FINANCIAL BID) The second envelope "Envelope No. 2" shall contain only the main tender including the Common Set of Conditions / Deviation issued by the Department after the pre-tender Conference. A tender submitted without this would be considered as invalid. The Tenderer should quote his offer duly signed in terms of percentage of estimated rates at the appropriate place of tender documents to be submitted only in Envelope No. 2 He should not quote his offer any where directly or indirectly in Envelope No. 1. The contractor shall quote for the work as per details given in the main tender and also based on the detailed set of conditions issued / Additional stipulations made by the Department as informed to him by a letter from Chief Engineer / Superintending Engineer after Pre-Tender Conference. His tender shall be unconditional. 1.6 SUBMISSION OF TENDER: - Refer to Section 'Guidelines to Bidders on the operations of Electronic Tendering System of Public Works Department' for details. 1.7 OPENING OF TENDERS:

10 Dhule Municipal Corporation, Dhule (WD) 10 - City.Engr. On the date, specified in the Tender Schedule, following procedure will be adopted for opening of the Tender. (A) ENVELOPE No. 1 :- ( Documents ) First of all Envelope No. 1 of the tender will be opened online to verify its contents as per requirements. If the various documents contained in this envelope do not meet the requirements of the Department, a note will be recorded accordingly by the tender opening authority and the said tenderers Envelope No. 2 will not be considered for further action and the same will be recorded.the decision of the tender opening authority in this regard will be final and binding on the contractors. (B) ENVELOPE No. 2: (Financial Bid) a)this envelope shall be opened online immediately after opening of Envelope No. 1, only if contents of Envelope No. 1 are found to be acceptable to the Department. The tendered rates in Schedule 'B' or percentage above/below the estimated rates shall then be read out. (From Page No.) in the presence of bidders who remain present at the time of opening of Envelope No EARNEST MONEY : As shown on page No. 4, Earnest Money should be paid in form of Fixed Deposit Receipt/Term Deposit Receipt (seperatly for each work ) valid for a period of one year from the last date of submission of tender forms, drawn on any Nationalised Bank for the like amount in favour of the The Commissioner, Dhule Municipal Corporation, Dhule submitted as per the tender schedule. Earnest money in the form of D.D or cash will not be accepted.. The earnest money will be refunded in due course in case of tenderers whose tenders are not accepted. In case of successful tenderer the Earnest money will be refunded after recovering initial security deposit and completion of contract documents by the Tenderer. The amount of Earnest Money will be forfeited to Government in case the successful contractor does not pay the amount of initial security deposit within specified time limit. Earnest Money Exemption Certificate issed by Registration authorities as per Government Resolution CAT /CR -172/Bldg-2 Dated 20/4/98. shall be accepted in lieu of Earnest Money. 1.9 SECURITY DEPOSIT: The successful tenderer shall have to pay half the security deposit in approved security form (preferably in the form of National Saving Certificate) or in cash or in the form of Bank Guarantee (in the form as prescribed by Government) from any Schedule Bank and balance Security Deposit will be recoverable through the bills at the percentage as shown in item(s) of the Memorandum in printed B-1 form or as may be decided by the City Engineer during course of execution of the work looking to the position and circumstances that may prevail, whose orders will be final and binding on the contractor. The security deposit for the due performance of the contract shall be as detailed in the Tender Documents elsewhere, Fifty percent of the security deposit will have to be deposited within ten days (including Government holidays) of the acceptance of the tender and the remaining fifty percent will be recovered from the Running Bills at the rate as specified in the tender form, on the cost of work as per C.S.R. prevailing at the time of acceptance of tender. Amount of total security deposit to be paid shall be 4 % of the cost of work, worked out as per D.S.R for the respective District. Initial Security Deposit may be in Bank Guarantee form in format on Page to of tender document for full period of completion of work and it should be extendable up to expiry of valid extension if any, as directed by Engineer-in-charge.1.10 ISSUE OF FORMS: Information regarding contract as well as blank tender forms can be downloaded from the etendering website upon providing the details of the payment of cost as detailed in the N.I.T TIME LIMIT: The work is to be completed within time limit as specified in the N.I.T. which shall be reckoned from the date of written order for commencing the work and shall be inclusive of monsoon period TENDER RATE: No alteration in the form of tender and the schedule of tender and no additions in the scope of special stipulations will be permitted. Rates quoted for the tender shall be taken as applicable for all leads and lifts TENDER UNITS:

11 Dhule Municipal Corporation, Dhule (WD) 11 - City.Engr. The tenderers should particularly note the units mentioned in the Schedule "B" on which the rates are based. No change in the units shall be allowed. In the case of difference between the rates written in figures and in words, the correct rate will be the one, which is lower of the two CORRECTION: No corrections shall be made in the tender documents. Any corrections that are to be made shall be made by crossing the incorrect portion and writing the correct portions above with the initials of tenderer TENDER'S ACCEPTANCE : Acceptance of tender will rest with the The Commissioner, Dhule Municipal Corporation, Dhule who reserves the right to reject any or all tenders without assigning any reason therefore. The tenderer whose tender is accepted will have to enter in to a regular B-1 agreement within 10 days of being notified to do so. In case of failure on the part of Tenderer to sign the agreement within the stipulated time, the earnest money paid by him shall stand forfeited to the Government and the offer of the tenderer shall be considered as withdrawn by him CONDITIONAL TENDER : The tenders who do not fulfil the condition of the notification and the general rules and directions for the guidance of contractor in the agreement form or are incomplete in any respect are likely to be rejected without assigning any reason therefore. (a) The Tenderers shall be presumed to have carefully examined the drawings, conditions and specifications of the work and have fully acquainted themselves with all details of the site, the conditions of rock and its joints, pattern, river, weather characteristics, labour conditions and in general with all the necessary information and data pertaining to the work, prior to tendering for the work. (b) The data whatsoever supplied by the Department along with the tender documents are meant to serve only as guide for the tenderers while tendering and the Department accepts no responsibility whatsoever either for the accuracy of data or for their comprehensiveness. (c) The quarries for extraction of metal, murum etc. provided in the sanctioned estimate are as per survey conducted by the Department. The Contractor should however examine these quarries and see whether full quantity of materials required for execution of the work strictly as per specification are available in these source before quoting the rates. In case the materials are not available due to reasons whatsoever, the contractor will have to bring the materials from any other source with no extra cost to Government. The rates quoted, should therefore be for all leads and lifts from wherever the materials are brought at site of work and inclusive of royalty to be paid to the Revenue Department by the Contractor. POWER OF ATTORNEY: If the tenderers are a firm or company, they should in their forwarding letter mention the names of all the partners together with the name of the person who holds the power of Attorney, authorizing him to conduct all transactions on behalf of the body, along with the tender The tenderer may, in the forwarding letter, mention any points are may wish to make clear but the right is reserved to reject the same or the whole of the tender if the same becomes conditional tender thereby The contractor or the firms tendering for the work shall inform the Department if they appoint their authorized Agent on the work No foreign exchange will be released by the Department for the purchase of plants and machinery for the work by the Contractor Any dues arising out of contract will be recovered from the contractor as arrears of Land Revenue, if not paid amicably. Moreover, recovery of Government dues from the Contractors will be affected from the payment due to the Contractor from any other Government works under execution with them All pages of tender documents, conditions, specifications, correction slips etc. shall be initialled by the tenderer. The tender should bear full signature of the tenderer, or his authorized power of Attorney holder in case of a firm The Income Tax at 2.30 % including surcharge or percentage in force from time to time or at the rate as intimated by the competent Income Tax authority shall be deducted from bill amount whether measured bill, advance payment or secured advance.

12 Dhule Municipal Corporation, Dhule (WD) 12 - City.Engr The successful tenderer will be required to produce, to the satisfaction of the specified concerned authority a valid concurrent license issued in his favour under the provisions of the Contract Labour (Regulation and Abolition) Act 1970 for starting the work. On failure to do so, the acceptance of the tender shall be liable to be withdrawn and also liable for forfeiture of the earnest money The tenderer shall submit the list of apprentices engaged by the Contractor under Apprentice Act VALIDITY PERIOD : The offer shall remain open for acceptance for minimum period of 120 days from the Date of opening of Envelope No. 2 (Financial Bid) and thereafter until it is withdrawn by the contractor by notice in writing duly addressed to the authority opening the tender and sent by Registered Post Acknowledgment due. (Ref. to memorandum on Page of B-1 Form Chapter) 1.26 PERFORMANCE SECURITY DEPOSIT : Clariffication of offer: The Tenderer who quotes more than 15% below the estimated rates must submit an Additional Security Deposit equal to the amount below so quoted by him below 15% in the form of demand draft from any Nationalized Bank having branches in Maharashtra in favour of the City Engineer, as spefified in Tender Data for a period of one year / for the stipulated period of completion whichever is more at the time of payment of Initial Secutiry Deposit. Failing which, the work order will not be issued to the Tenderer and all his deposits for this work will be forfeited to the absolute disposal of Government..

13 Dhule Municipal Corporation, Dhule (WD) FORM NO. 1. Tendered For and In List of Works Hand as on Date of Submission of This Tender Sr. Name of Work Place and Works in Hand Anticipated Work in Hand Remark No. Country Tendered Cost Cost of Remaining Wor Date of Completion Estimated Cost Dated When Decision is Expected Stipulated Date of or Period of Completion FORM NO. 2 List of Plant and Machinary Immediately Available With the Tenderer for This Work Sr. No. Name of Equipment No. of Units Kind and Make capacity Age and Condition Present Location Remark PUBLIC WORKS DEPARTMENT Dy Ex.Engr.

14 Dhule Municipal Corporation, Dhule (WD) FORM NO. 3. Name of Tenderer :- Details of Works of Similar Types and Magnitude Carried Out By the Contractor Sr. No. Name of Work Cost of Work Date of Starting Stipulated Date of Actual Date of Remark Completion Completion FORM NO. 4. ( Not Applicable ) List of Works Carried Out in Interior Backward, and Hilly Areas During the Presiding 5 Years. Sr. No. Name of Work Cost of Work Date of Starting Date of Completion Remark Not Applicable PUBLIC WORKS DEPARTMENT Dy Ex..Engr.

15 Dhule Municipal Corporation, Dhule (WD) FORM NO. 5 Details of Technical Personnel Available With the Contractor. 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 Remarks

16 Dhule Municipal Corporation, Dhule (WD) City.Engr. SATEMENT No. 2(A) (Applicable for works for which use of modern machinery for asphalting is specified.) CONDITIONS FOR MODERN MACHINERY Ownership of the following machinery by the contractor is compulsory. The documentary proof of the ownership of these machinery shall be produced by the contractor in Envelope No.1 of the tender. In the absence of this the main tender in Envelope No. 2 will not be opened. 1) MODERN DRUM MIX PLANT conforming to clause of MOST specification of ) Mechanical sprayer 3) Paver finisher (with electronic sensing device or without sensing device as the case may be) conforming to clause of MOST specification of ) Vibratory tendem roller of 8 to 10 tons static weight with amplitude and frequency of vibration described for bituminous work. Comforming to clause of MOST Specification of The contractor shuld submit the following information of machinery for immediat deployment on this work. Type of machinery Modern Drum Mix Plant Mechanical sprayer Paver finisher Vibratory tendem roller Number of units Name of works on which deployment is made location Output in tons of mix per day Quantity in tons of hot mix balance for execution on works in hand NOTE :- To ensure the required temperature of Hot Mix, the location of Hot Mix plant should be such that the Hot Mix load should reach to the site within 60 to 75 minutes.

17 Dhule Municipal Corporation, Dhule (WD) City.Engr. (on stamp paper worth Rupees 100/-) MODEL FORM OF BANK GUARANTEE BOND In consideration of the Government of Maharashtra (here in after referred to as the Government ) having agreed to exempt (here in after referred to as the Contractor ) from depositing with the Government in cash the sum of Rs. (Rupees only) being the amount of Security Deposit payable by the Contractor to the Government under the terms and conditions of the Agreement dated the day of and made between the Government of the one part, and the Contractor of the other part (hereinafter referred as the said Agreement ) for as security for due observance and performance by the Contractor of the terms and conditions of the said Agreement, on the Contractor furnishing to the Government a Guarantee in the prescribed form of a Schedule Bank in India being in fact these presents in the like sum of Rs. (Rupees only). We Act and having one of our Local Head Office at do hereby : 1. Guarantee to the Government : (a) (b) Due performance and observance by the Contractor of terms, covenants and conditions on the part of the Contractor contained in the said Agreement, AND Due and punctual payment by the Contractor to the Government of all sums of money, losses, damages, costs, charges, penalties and expenses payable to the Government by the Contractor under or in respect of the said Agreement. 2. Undertake to pay to the Government on demand and without demur and not withstanding any dispute or disputes raised by the Contractor (s) in any suit or proceeding filed in any court of Tribunal relating there to the said sum of Rs.. (Rupees Only) or such lesser sum as may demand by the Government from us our liability hereunder being absolute and unequivocal and agree that. 3 (a) The guarantee herein contained shall remain in full force and effect during the subsistence of the said Agreement and that the same will be continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been duly paid and its claims satisfied or discharged and till the Government certifies that the terms and conditions of the said Agreement have been fully properly carried out by the Contractor. (b) We shall not be discharged or released from the liability under this Guarantee by reasons of - c ) (d) (i) Any change in the constitution of the Bank or the Contractor; or (ii) Any agreement entered into between the Government and the Contractor with or without our consent; (iii) Any forbearance or indulgence shown to the Contractor; (iv) Any variation in the terms, convenants or conditions contained in the said Agreement; (v) Any time given to the contractor. (vi) Any other conditions or circumstances under which, in law, a surety would be discharged. Our liability here under shall be joint and several with that of thecontractor as if we were the principal debtors in respect of the said sum of Rs. /- (Rupees Only) and We shall not revoke this guarantee during its currency except with the previous consent in writing on the Government. IN WITNESS WHERE OF the Common Seal of has been hereunto affixed this day of 200 The Common Seal of was pursuant to the resolution of the Board of Directors of the Company dated the day of herein affixed in the presence of who, in token thereof, have hereto set their respective hands in the presence of:- (1) (2)

18 Dhule Municipal Corporation, Dhule (WD) City.Engr. WORK SEQUENCE AND METHODOLOGY. Name of the work :- Construction Aspalt Road From Aradhana Rasvanti Xerox To Hagara Nalla at Dhule... The above mentioned work shall be started simultaneously and executed with following Sequence and Methodology. (For Road Bituminous Work) 1) Cleaning the site, fixing temporary chainage stone. 2) The work of C.D.works shall be carried out as per detailed drawings. The top of coping shall be upto anticipated finished R.T.L. 3) The road side gutters shall be excavated with respect of inverted levels to the specified section. If the excavated stuff is of B. C. soil or unsuitable for embankment preparation, then it shall be disposed off at suitable lead at contractor s cost as directed to have continuity of gutter, 4) The widening of embankment shall be executed up to bottom level of existing road crust in layers and then the side slopes of prepared widening of earth work are to be dressed to (2:1) slope Providing earth work for full width of embankment as per standard section. 5) The drainage layers of H.M. blanketing is to be carried out wherever proposed with watering and compaction 6) The widening of existing carriage way is to be taken up on R.H.S./L.H.S. It consists of excavation on sides of existing roadway with 5% slope Simultaneously the collection of metal, murum required for W.B.M. widening is to be stacked on opposite side of excavation. The excavated stuff is to be scarped and if suitable, then to be used for widening of embankment, or otherwise to be disposed off. The detailed sketch showing sequence and method is enclosed hereinafter. Metal strip is then spread and compacted by spreading earth work at the sides of metal strip for required width of formation. Similar procedure is repeated for metal strip widening on other side. 7) The strengthening by B.B.M. will be executed and then side widths will be filed with hard murum and compacted so as to give finished roadway of required width. 8) 20 mm carpet with liquid seal coat will be tackled. 9) Road side furniture will be provided as per requirement. 10) Site shall be cleaned with removal of loose balanced construction materials if any. and as per directions of Engineer in charges. NOTE This is the tentative construction scheme. If the Contractor intends to have some deviation for better execution of work, he shall submit his scheme and get it approved prior starting of work, from Engineer in charge

19 Dhule Municipal Corporation, Dhule (WD) City.Engr. DECLARATION OF THE CONTRACTOR 1. I/We hereby declare that I/We have made myself/ourselves thoroughly conversant with the local conditions regarding all materials and labour on which I/We have based my/our rates for tender. The specifications of this work have been carefully studied and understood by me/us before submitting this tender. I/We undertake to use only the best materials approved by the City Engineer, (WD) Dhule Municipal Corporation, Dhule. or his duly authorised assistant during the execution of the work and to abide by his decisions. 2. I/We hereby further declare that my/our tender is unconditional in every manner of what so ever in nature. Contractor

20 Dhule Municipal Corporation, Dhule (WD) City.Engr. GENERAL DESCRIPTION AND SCOPE OF WORK GENERAL DESCRIPTION NAME OF WORK : Construction Aspalt Road From Aradhana Rasvanti Xerox To Hagara Nalla at Dhule... SCOPE OF WORK :-

21 Dhule Municipal Corporation, Dhule (WD) City.Engr. FORM B-1 PERCENTAGE RATE TENDER AND CONTRACT FOR WORKS DEPARTMENT : WORKS DEPARTMENT Name of Corportion : DHULE MUNICIPAL CORPORATION, DHULE DIVISION : NASHIK General Rules and Directions for the Guidance of Contractors. 1. All works proposed to be executed by contract shall be notified in a form of invitation to tender pasted on a board hung up in the office of the City Engineer and signed by the City Engineer, (WD) Dhule Municipal Corporation, Dhule. This form will state the work to be carried out as well as the date for submitting and opening tenders, and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender and the amount of security deposit to be deposited by the successful tenderer, and the percentage, if any, to be deducted from bills. Copies of the specifications, designs and drawings, estimated rates, scheduled rates and any other documents required in connection with the work shall be signed by the City Engineer for the purpose of identification and shall also be open for inspection by contractors at the office of the City Engineer during office hours. Where the works are proposed to be executed according to the specifications recommended by a contractor and approved by a competent authority on behalf of the Governor of Maharashtra such specifications with designs and drawings shall form part of the accepted tender. 2. In the event of the tender being submitted by a firm, it must be signed by each partner thereof, and in the event of the absence of any partner, it shall be signed on his behalf by a person holding a power of attorney authorising him to do so. 2(A)i) The contractor shall pay along with the tender the sum of Rs 56159/- (Rupees Fifty Six Thousand One Hundred Fifty Nine only ) as and by way of earnest money. The contractor may pay the said amount by forwarding along with the tender Treasury challan or term deposit receipt for a period of one year of any Scheduled Bank/Treasury Challan for the like amount in favour of the City Engineer, (WD) Dhule Municipal Corportion, Dhule. The said amount shall not carry any interest what so ever. ii) iii) iv) In the event of his tender being accepted, subject to the provision of sub-clause (iii) below, the said amount of earnest money shall be appropriated towards the amount of security deposit payable by him under conditions of General Conditions of Contract. If, after submitting the tender, the contractor withdraws his offer, or modifies the same or if after the acceptance of his tender the contractor fails or neglects to furnish the balance of security deposit without prejudice to any other rights and powers of the Government, hereunder, or in law, Government shall be entitled to forfeit the full amount of the earnest money deposited by him. In the event of his tender not being accepted, the amount of earnest money deposited by the contractor shall, unless it is prior there to forfeited under the provisions of sub-clause (iii) above, be refunded to him on his passing receipt therefor. 3. Receipts for payments made on account of any work, when executed by a firm, should also be signed by all the partners except where the contractors are described in their tender as a firm, in which case the receipt shall be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipts for the firm. 4. Any person who submits a tender shall fill up the usual printed form stating at what percentage above or below the rates specified in schedule `B' (memorandum showing items of work to be

22 Dhule Municipal Corporation, Dhule (WD) City.Engr. carried out) he is willing to undertake the work. Only one rate or such percentage on all the Estimated rates/schedule rates shall be named. Tenders which propose any alteration in the works specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which contain any other conditions, of any sort will be liable to rejection. No printed form of tender shall include a tender for more than one works but if contractor who wish to tender for two or more works, they shall submit a separate tender for each. Tenders shall have the name and number of the work to which they refer, written outside the envelope. 5. The City / Superintending Engineer or his duly authorised Assistant shall open tenders in the presence of contractors who have submitted tenders or their representatives who may be present at the time, and he will enter the amounts of several tenders in a comparative statement in a suitable form. In the event of a tender being accepted, the contractor shall for the purpose of identification, sign copies of the specifications and other documents mentioned in rule 1. In the event of tender being rejected, the divisional officer shall authorise the Treasury officer / Scheduled Bank concerned to refund the amount of the earnest money deposited, to the contractor making the tender, on his giving a receipt for the return of the money. 6. The officer competent to dispose off the tenders shall have the right of rejecting all or any of the tenders. 7. No receipt for any payment alleged to have been made by a contractor in regard to any matter relating to this tender or the contract shall be valid and binding on Government unless it is signed by the City Engineer. 8. The memorandum of work to be tendered for and the schedule of materials to be supplied by the Public Works Department and their rates shall be filled in and completed by the office of the City Engineer before the tender form is issued. If a form issued to an intending tenderer has not been so filled in and completed he shall request the said office to have this done before he completes and delivers his tender. 9. All work shall be measured net by standard measure and according to the rules and customs of the Public Works Department and their rates shall be without reference to any local custom. 10. Under no circumstances shall any contractor be entitled to claim enhanced rates for items in this contract. 11. Every registered contractor should produce along with his tender certificate of registration as approved contractor in the appropriate class and renewal of such registration with the date of expiry. 12. All corrections and additions or pasted slips should be initialed. 13. The measurements of work will be taken according to the usual method in use in the Public Works Department and no proposal to adopt alternative methods will be accepted. The City Engineer's decision as to what is the usual method in use in the Department will be final. 14. The tendering contractor shall furnish a declaration along with the tender showing all works for which he has already entered into contract, and the value of work that remains to be executed in each case on the date of submitting the tender. 15. Every tenderer shall furnish along with the tender, information regarding the income-tax circle or ward of district in which he is assessed to income-tax the reference to the number of assessment and the assessment year. 16. In view of the difficult position regarding the availability of foreign exchange no foreign exchange would be released by the Department for the purchase of plant and machinery required for the execution of the work contracted for. (GOB/PWD/CFM/1058<196>62517 dated ) 17. The contractor will have to construct shed for storing controlled and valuable materials issued to him under Schedule `A' of the agreement, at the work site, having double locking arrangement. The materials will be taken for use in the presence of the Departmental person. No materials will be allowed to be removed from the site of works. 18. The contractors shall also give a list of machinery in their possession and which they propose to use on the work in the form of Statement No. II.