MAHARASHTRA KRISHNA VALLEY DEVELOPMENT...

64
1 Contractor No. of correction Executive Engineer . [ For Authorised Use Only ] Submitted for Approval Recommended for Approval MAHARASHTRA KRISHNA VALLEY DEVELOPMENT CORPORATION , PUNE. (A Govt. of Maharashtra undertaking) CHIEF ENGINEER ( S.P. ), WATER RESOURCES DEPARTMENT; PUNE. SUPERINTENDING ENGINEER, SATARA IRRIGATION PROJECT CIRCLE; SATARA. EXECUTIVE ENGINEER, URMODI DAM DIVISION,SATARA PRE QUALIFICATION DOCUMENT NAME OF WORK :- Construction of Balance work of Pump House and Manifold System of Stage-I at Wathar Kiroli and Stage-II at Kombadwadi of Urmodi Lift Irrigation Scheme. Estimated Cost : - Rs.980.75 Lakhs Cost of Pre Qualification Booklet Rs. 5,000.00

Transcript of MAHARASHTRA KRISHNA VALLEY DEVELOPMENT...

1

Contractor No. of correction Executive Engineer

.

[ For Authorised Use Only ]

Submitted for Approval Recommended for Approval

MAHARASHTRA KRISHNA VALLEY DEVELOPMENT

CORPORATION , PUNE.

(A Govt. of Maharashtra undertaking)

CHIEF ENGINEER ( S.P. ), WATER RESOURCES DEPARTMENT; PUNE.

SUPERINTENDING ENGINEER, SATARA IRRIGATION PROJECT CIRCLE; SATARA.

EXECUTIVE ENGINEER, URMODI DAM DIVISION,SATARA

PRE QUALIFICATION DOCUMENT

NAME OF WORK :- Construction of Balance work of Pump House and Manifold System of Stage-I at Wathar Kiroli and Stage-II at Kombadwadi of Urmodi Lift Irrigation Scheme.

Estimated Cost : - Rs.980.75 Lakhs Cost of Pre Qualification Booklet Rs. 5,000.00

2

Contractor No. of correction Executive Engineer

INDEX

Sr. No. Particulars Page No. Press Tender Notice.

5 to 7

1.00 SECTION I : INFORMATION & INSTRUCTIONS TO APPLICANTS

8

1.1 General

9 to 10

1.2 Method of applying

10 to 12

1.3 Manner of Submission of Pre Qualification

13 to 14

1.4 Definition

14

1.5 Final decision making authority

14

1.6 Clarification

15

1.7 Particulars provisional

15

1.8 Site visit

15

1.9 Minimum eligibility criteria for Pre Qualification

15

1.10 Eligibility Criteria 16 to 17 1.11 Evaluation criteria for Pre Qualification

17

1.12 No evaluation will be done 18 ANNEX-A

A Description of the project 19 B Status of the project. 19 C Climatic conditions 19

D Scope of the work 19

3

Contractor No. of correction Executive Engineer

Sr. No. Particulars Page No. 1. Details of the work 21 2. Information for obtaining documents 22 3. Work and site conditions 23 4. Period of completion 24 5. Other data for statements and proforma 24 6. Minimum criteria for Pre Qualification 25 7. Composition evaluation committee 26 8. List of minimum machinery required 26 to 27

2.00 SECTION- II : PRE QUALIFICATION INFORMATION

28

Letter of Transmittal 29 Statement – 1. 30 Statement -2. 31 Statement -3. 32 Proforma – 1 33 to 34 Proforma – 1. (a) 35 to 36 Proforma - 1. (b) 37 to 38 Proforma - 1. (c) 39 Proforma -2 40 Proforma -3 42 Proforma -3 (a) 43 Proforma -4 44 Proforma -4. (a) 45 Proforma -4. (b) 46 Proforma -5 47 to 49 Proforma -6 50 Proforma -7 51 Proforma -8 52 Proforma -9 53 Proforma -10 54 Proforma -11 55 to 59 Proforma -12 60 Proforma -13 61 Proforma -14. 62 to 63 Proforma -15. 64

4

Contractor No. of correction Executive Engineer

Issue of Pre Qualification form for the work of Construction of Balance

work of Pump House and Manifold System of Stage-I at Wathar Kiroli and Stage-II at

Kombadwadi of Urmodi Lift Irrigation Scheme.

Class of Registration of the Bidder : Class IC and above

Limit of Tendering : Rs. Lakhs Validity period of registration : From

To Issued to : ------------------------------------------------------------------------------------------------------------------ ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Dr. No. : Date : Sr.No. Date : ------------------------------------------------------------------------------------------------------------ Sr. Divisional Accounts Officer

Urmodi Dam Division Satara

5

Contractor No. of correction Executive Engineer

Maharashtra Krishna Valley Development Corporation,Pune-11. E- TENDER NOTICE NO. 1 FOR 2010-2011

Main portal:http:\\maharashtra.etenders.in MKVDC portal:http:\\mkvdc.maharashtra.etenders.in

Online application for Pre-qualification/ Bid Capacity of below mentioned work is invited by

Maharashtra Krishna Valley Development Corporation, Pune, from contractors registered in appropriate class with Public Works Department of Government of Maharashtra. The pre-qualification documents are available on website from 05/10/2011 to 01/11/2011

Sr. No

Name of work Estimated cost (Rs in Lakhs )

Time limit for

completion

Cost of Blank Pre -

qualification documents

(Rs.)

Class of registration

1 2 3 4 5 6 1 Constructing Mechanised

C.C.Lining / U.C.R. Masonry Lining for Feeder canal, Khatav Deepcut, Khatav canal km. 1 to 76 & Man canal Km. 1 to 31 of Urmodi Project, Dist. Satara

8896.23 48 months including Monsoon

25000/- I-A

2 Construction of Balance Work of Pump House and Manifold system for Stage-I at Wathar (Kiroli) & Stage-II at Kombadwadi of Urmodi Lift Irrigation Scheme.

980.75 24 Months including Monsoon

5,000/- I-C & Above

The contractors participating for first time in e-tendering bids will have to procure digital Signature certificate, user name & password from competent authorities as per guidelines mentioned on home page of the website. All requisite information required for the submission of pre-qualification documents is available in the above website. If any assistance is required for e-tendering (upload / download) please contact Mr. Nikhil Kulkarni system integrator (Mob. No. 9819658559, Ph.No.020-4146666 E-mail [email protected] )

Executive Engineer, Urmodi Dam Division, Satara (Telephone no. 02162-246043, Email: [email protected])

6

Contractor No. of correction Executive Engineer

MAHARASHTRA K RISHNA VALLEY DEVELOPMENT CORPORATION, PUNE DETAILED TENDER NOTICE NO. 02 FOR 2011-12

CIRCLE :- Satara Irrigation Project Circle, Satara.

DIVISION :- Urmodi Dam Division,Satara. 1.Online digitally signed application for Pre-Qualification for the following work is invited by the Executive Engineer, Urmodi Dam Division,Satara from the contractors registered with Public Works Department, Govt. of Maharashtra in appropriate class.

Sr. No Name of Work

Estimated Cost Put to Tender

(Rs Lakhs)

Earnest Money Deposit

(Rs. Lakh)

Time Limit

Cost of blank tender form (Rs.)

Class of Registration

1

Construction of Balance work of Pump

House and Manifold System of Stage-I at

Wathar Kiroli and Stage-II at Kombadwadi

of Urmodi Lift Irrigation Scheme.

980.75 9.81 24

months 15,000/-

I C &

Above

2. The forms of Pre-qualification documents are available on the eTendering website of MKVDC

http://mkvdc.maharashtra.etenders.in. The aspiring Bidders will have to download Pre-qualification form

from the website mentioned above. While submitting the dully filled Pre-qualification Documents, the

Bidders are required to Deposit Prequalification Document form fee of Rs.5000/- (Rs.Five Thousand

only) in any form in the name of Executive Engineer, Urmodi Dam Division,Satara on account No.

45112010094341 in the I.D.B.I Bank at Pratapganj Peth Satara. The Scanned copy of Proof of Deposit of

such amount should be uploaded.

Those contractors whose Pre-qualification Form Fee amount is not reflected in the I.D.B.I. Bank at

Pratapganj Peth Satara account No. 45112010094341 will not be evaluated further. The pre

qualification document should be online on the website www.mkvdc.maharashtra.etenders.in.

The Pre-qualification Documents will be available from 05/10/2011 to 01/11/2011 upto 14.00 hrs.

downloading. The bidder has to download the Pre-qualification application form from website.

The bidder has to submit the pre qualification document and Tender document by scanning

7

Contractor No. of correction Executive Engineer

document uploading on the website (on line submission). The last date submission of duly filled

Pre qualification Documents is 01/11/2011 upto 14.00 Hrs. on website. No change the

prequalification documents is allowed after 14.00 Hrs. on 01/11/2011. The contractor has to

prepare & submit prequalification document online on or before 01/11/2011 upto 14.00 Hrs. and

again submit bid online (encryption / decryption) upto 05/11/2011 upto 14.00 Hrs. Opening of Pre

qualification documents will be done on 05/11/2011 at 15.00 Hrs. if possible or next suitable date.

The result of Pre qualification will be available on website and will be communicated to the

successful bidders by email.

3. The blank tender forms will have to be downloaded by the Pre qualifed contractor only from the

website of MKVDC http:/mkvdc.maharashtra.etenders.inunder “ Tender Purchase ” from

26/11/2011 to 06/12/2011. While submitting the dully filled Tender Documents the Bidders are

required to deposit Tender fee amount Rs. 15000/- in any form in the name. The Scanned copy of

Proof of Deposit of such amount should be uploaded. Those contractor whose Blank Tender

Document form fee amount is not reflected in the I.D.B.I. Bank at Pratapganj Peth, Satara account

No. 45112010094341 there envelop No. 2 will not be opened.

4. For online submission of tender, Duly filled tender form should be submitted on or before

06/12/2011 at 14.00 Hrs. on http:/mkvdc.maharashtra.etenders.in. No change in the tender

document is allowed after 14.00 Hrs. on 06/12/2011. The bidder has to submit the bid again online

(encryption & decryption) on or before 13/12/2011 upto 14.00 Hrs.

5. Opening of tender forms will be done 13/12/2011 at 15.00 hrs. if possible or next suitable date.

6. The contractor should upload the documents in readable form. He should take trial of uploads

by taking printout. The unreadable documents will be treated as null & void. The remaining

documents will be evaluated. The decision of opening Authority regarding this will be binding to

all contractors.

7. All rights are reserved to reject any or all Pre qualification / Tender documents without

assigning any reason by the competent authority.

.

Excutive Engineer

8

Contractor No. of correction Executive Engineer

Urmodi Dam Diviion, Satara

SECTION – I

INFORMATION AND INSTRUCTIONS TO THE APPLICANTS

9

Contractor No. of correction Executive Engineer

SECTION I

1.0 INFORMATION AND INSTRUCTIONS TO APPLICANT:

1.1 GENERAL

“Corporation” Shall mean the Maharashtra Krishna Valley Development Corporation , Pune

acting through it’s Executive Director, as defined in Maharashtra Act XV of 1996

Maharashtra Krishna Valley Development Corporation , Pune is body corporate constituted

under Maharashtra Act XV of 1996 and has been established by the notification published in the

Gazette Irrigation Department dated 4.4.1996. The head quarters of the Maharashtra Krishna

Valley Development Corporation , (MKVDC, Pune or MKVDC for short and hereinafter

referred to only as Corporation) is Pune. The official postal address for correspondence is

The Office of the Executive Director,

Maharashtra Krishna Valley Development Corporation,

Sinchan Bhavan, Barne Road,

Mangalwar Peth, Pune – 411 011

GENERAL INFORMATION

The functions and powers of the Corporation have been listed in the Maharashtra Act XV of 1996. In

general, it has been entrusted with the work of investigation, planning, designing of projects, of

completed projects, construction of projects and irrigation management of the Major Medium , and Minor

projects (command are more than 250 Ha) in the Krishna River Basin

1.1.1 The online tenders in B-1 form are invited by the corporation, from the registered contractors with

P.W.D. of Govt. of Maharshtra for the work mentioned in Annexure A of section. Before issue of main

tender documents, the online pre-qualification application are invited from the contractors.

1.1.2 The contractors should download Pre Qualification Documents from the website. The Pre-

Qualification Documents will not be issued by this office. The bidder should submit the pre qualification

document by scanning the documents and uploading them on website (online submission) .

1.1.3 The online forms of master filter should be filled in completely and all questions should be answered All

information requested for in the enclosed forms should be furnished against the respective columns in the

form . If any particular query is not relevant, it should be stated as “ Not Applicable” Only dash reply

will be treated as incomplete information. All applicants are cautioned that incomplete information in the

application or any changes made in the prescribed forms will render application to be treated as non

responsive.

10

Contractor No. of correction Executive Engineer

1.1.4 The pre-qualification documents shall be typed on applicant’s letter head and the scanned copy should be

uploaded.

1.1.5 Any over writing or correction shall be attested. All pages of the Pre Qualification Documents shall

be numbered and should be submitted as a package with a signed letter of transmittal.

1.1.6 All the information must be filled in English language only.

1.1.7 Information and certificate(s) furnished along with the application form ( the respective application that

who vouch to the suitability, technical know-how and capability of the applicant) should be signed by the

applicant

1.1.8 The applicant is encouraged to attach any additional information, (photographs of works which were

already carried out which he thinks necessary in regards to his capabilities). No further information will

entertained after submission of Pre Qualification Documents unless it is requested by the Maharashtra

Krishna Valley Development Corporation, Pune (hereinafter referred to as MKVDC or Corporation)

1.1.9 The pre-Qualification Documents in prescribed forms as required in this booklet duly completed and

signed should be uploaded on website along with all relevant documents. The documents must be

submitted in connection with the Pre- Qualification shall be treated as confidential and will not be

returned.

a) The cost incurred by applicant in preparing this offer, in providing clarification or attending

discussions, conferences in connection with this document, shall not be reimbursed by the MKVDC,

Pune 411 011 under any circumstances.

b) In the event of any applicant wishing to withdraw from Pre Qualification, the applicant must write an

explanatory letter to the Chief Engineer (SP), Water Resources Department, Pune-11, to return the

documents. However, the cost of Pre qualification documents already paid shall not be refunded, in any

case or on account of any reason.

1.2 METHOD OF APPLYING

1.2.1 If the application is made by an individual, it shall be signed by the individual above his full name

and current address.

1.2.2 If the application is made by proprietary firm, it shall be signed by the proprietor above his full name

and the full name of his firm with its current address

1.2.3 If the application is made by a firm in partnership, it shall be signed by all the partners of the firm above

their full names and current addresses or by a partner holding valid power of attorney for the firm by

signing the application, in which case as certified copy of the power of attorney shall accompany the

application. A certified copy of the partnership deed, current address of all partners of the firm shall also

accompany the application.

11

Contractor No. of correction Executive Engineer

1.2.4 If the application is made by limited company or a Corporation, it shall be signed by a duly authorized

person holding the power of attorney for signing the application, in which case as certified copy of the

power of attorney shall accompany the application. Such limited company or corporation may be required

to furnish satisfactory evidence of its existence before the Pre Qualification is awarded.

1.2.5 If the application is made by a Joint Venture or consortia of two or more firms as partners.

a) The application shall be signed so as to be legally binding on all partners.

b) A Joint Venture between single contractors, Partnership Firm, Joint Stock Limited Company,

Private/Public Limited Company may be permitted subject to the following condition-

i) The Joint Venture should be partnership firm, duly registered with the Registrar of Firms,

Maharashtra State. In such a case a signed Memorandum of Understanding (MOU) as per the format

prescribed by the Corporation between two associating firm/Company/individual already enrolled in

the list of G.O.M.(P.W.D.) registered contractors, shall be submitted with the application then the

proposed Joint Venture shall be considered eligible to receive pre qualification documents. The

tenderer shall be informed accordingly, whereupon the tenderer shall be required to enter into a Joint

Venture (JV) partnership by signing an instrument as per the Memorandum of Understanding referred

to above on judicial stamp paper of appropriate value. The various conditions mentioned in Para 1.2.5

(b) shall be incorporated in J.V.Agreement. The Joint Venture deed shall be submitted by the

contractor well before the date of submission of tender. The tender of such a Joint Venture shall not

be received by the Corporation unless the Joint Venture agreement registered with Registrar of

firms is submitted to the tender receiving authority.

ii) The Joint Venture deed shall be got approved from MKVDC, before it is registered with the

Registrar of firms , Maharashtra State.

iii) Specific stipulation should be made in Joint Venture deed to seek prior written approval of

Maharashtra Krishna Valley Development Corporation, Pune before any changes are proposed to be

made in the Joint Venture deed, once it is registered with Registrar of firms, Maharashtra State.

iv) The Joint Venture partnership shall not be dissolved till the completion of defect liability period as

stipulated in the tender conditions and till all the liabilities thereof are liquidated.

v) The shares of assets and liabilities of lead firm shall be more than 60% and the percentages share

of each other firm in Joint Venture partnership deed shall not be less than 20%. All the firm should be

enrolled in the list of G.O.M.(PWD) registered contractors.

vi) One of the partners shall be nominated, as being in-charge and this authorization shall be

evidenced by submitting a power of attorney signed by legally authorized signatories of all the

partners.

12

Contractor No. of correction Executive Engineer

vii) The Partners in-charge shall be authorized to incur liabilities and receive instructions for and on

behalf of any and all partners of the Joint Venture and entire execution of the contract including

payment shall be done exclusively with the partner in-charge.

viii) All Partners of the Joint Venture shall be liable Jointly and separately for execution of the

contract in accordance with contract terms, and a relevant statement to this effect shall be included in

the authorization mentioned under- (vi) above.

ix) Complete information pertaining to each partner in the respective firms duly signed by each such

partner shall be submitted with the application.

x) In case of Joint Venture of foreign and Indian partners the Indian Partners should be registered

with P.W.Department of Government of Maharashtra .

xi) Separate information in respect of each firm (entered into Joint Venture) should be submitted in

Proforma 1 to 14

c) In case of Joint Venture, the sponsoring firm has to submit complete information and identify

the lead firm. It would be necessary for the Joint Venture to establish to the satisfaction of the

committee that the Venture has been made practical, workable and legally enforceable

arrangements amongst the parties, that responsibilities regarding the execution and financial

arrangements have been clearly laid down and assigned that the individual parties to whom such

responsibilities etc. assigned are capable in their individual capacity to discharge them completely

and satisfactorily and also that the lead firm has necessary skill and capacity to lead responsibilities

and involvement for the entire period of execution as well as leading role in control and direction on

the resources of the entire Joint Venture.

d) In case of any dispute or any breach of contract, the lead firm shall be held solely responsible for any

recoveries due to the govt. or any fulfillment of works mentioned in the tender. A registered

undertaking thereof (on stamp paper of Rs. 100/-) shall be submitted by the lead firm along with

J.V.Agreement as prescribed in proforma No.10.

e) An independently pre-qualified firm, or Joint Venture consortia may, during the tender period,

strengthen its capacity by subsequent incorporation of another pre-qualified firm or Joint Venture to

form new Joint Venture amongst themselves but should seek approval of the Chief Engineer,

(Specified Project) , Pune not later than 15 days prior to bid opening.

f) Bidders may be pre-qualified independently or in a Joint Venture but they would be allowed to

submit only one bid.

13

Contractor No. of correction Executive Engineer

1.3 Manner of Submission of Pre-qualification and its accompaniment

The Pre-Qualification document is to be submitted online.

The Pre-Qualification documents are to be downloaded from the website

www.mkvdc.maharashtra.gov.in the bidder should fill the downloaded documents and upload all

the documents by scanning.

The contractor shall submit the documents listed as below along with pre-qualification booklet

along with checklist prescribed in proforma-14. The additional information for documents shall

be submitted in separate file as mentioned in clause 1.1.7

i) Certificate in original or certified copy thereof as a registered contractor with the PWD,

Government of Maharashtra in appropriate class, even though submitted earlier while issuing

pre-qualification booklet. Certificates should be valid on the date of submission.

ii) The balance sheet of last 5 years duly certified by the Chartered Accountant.

iii) VAT Registration Certificate provided by Maharashtra Value Added Tax Act.2005 under

Clause 8 & 9 of Rule-58 from Sales Tax Department.

iv) Deed of partnership or Articles of Association and Memorandum of Association for limited

company.

v) Details of Technical personnel with tenderer ( Please refer Proforma -3)

vi) 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 (Please refer Proforma 4,4(a) and 4(b).

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

as below.

a. R.T.O. Registration.

b. Certificate of Taxation.

c. Goods carriage permit in Form P-Gd C (see Rule 72( i ) v) .

d. Certificate of fitness in Form No.38 (see Rule 62 ( i) 7 ).

In case of Non-Passing of machinery by R.T.O. (being a new machinery) 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, a certificate from a

Schedule Bank of having financed the machinery will be acceptable.

vii) Details of work of similar type and magnitude carried out by the contractor duly certified by the

head of office under whom the works were completed in Statement 3.

14

Contractor No. of correction Executive Engineer

viii) Details of other works completed by the Contractor, Certificates from the head of Officer under

whom the works are completed should be enclosed in Proforma-1 , 1 A ,1 B, 1 C.

ix) Details of other works in hand with the tendered in Statement-2 and Proforma 1 & 1 B , 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 ( in Profroma 1(b). The

performance of contractor should be satisfactory.

x) Power of Attorney.

xi) Professional Tax registration and Clearance certificate.

xii) The detail year wise quantities executed and amount of work completed and ongoing for the last

five years in Proforma 1(c)

xiii) Employee’s provident fund registration and its clearance.

All documents are required to be submitted with pre-qualification document shall be attested by

Gazetted Officer and if required Original copies shall be made available for verification.

xiv) The forms of pre-qualifications are available on the e-tendering website of Maharashtra

htpp://mkvdc.maharashtra.etenders.in . The aspiring bidder will have to download pre-

qualification document from the above website after depositing amount Rs.5000/- in favor of

Executive Engineer, Urmodi Dam Division,Satara on account No 45112010094341 of IDBI

Bank, Pratpganj Peth Satara. towards the cost of Pre-Qualification Document non refundable.

The scanned copy of proof of deposit of such amount is to be uploaded.

1.4 DEFINITIONS:

In this document ( as hereinafter defined ) the following word and expression will have the

meaning hereby assigned to them.

I MKVDC :

MKVDC means Maharashtra Krishna Valley Development Corporation, Sinchan Bhavan, Barne

Road, Magalwar Peth, Pune-411 011 .

II APPLICANT :

Applicant means individual proprietary firm, firm in partnership, Limited Company, Corporation

or group of firms forming a Joint Venture/Consortia, applying to become eligible to tender.

III Website:-means http:// maharashtra.etenders.in

1.5 FINAL DECISION MAKING AUTHORITY:

The Committee headed by Chief Engineer, (S.P.), Water Resources Departments Pune-11, reserves

right to accept or reject any of the applications for pre-qualification without assigning any reasons

thereof and his decision will be final.

15

Contractor No. of correction Executive Engineer

1.6 CLARIFICATIONS:

The clarification(s) if any may please be sought separately from either Executive Engineer, Urmodi

Dam Division ,Satara (Tel.02162/2246043) or from the Superintending Engineer, Satara

Irrigation Project Circle, Satara ( Tel. 02162/244654) . Mentioned in Annex-A Para 2.1, 2.5. It is

binding on applicant contractor to produce the clarification/ originals of any document enclosed in pre-

qualification document on the date & time specified by Superintending Engineer / Executive Engineer.

If he fails to produce the clarification/ documents as requested by Superintending Engineer / Executive

Engineer in that case his Pre-qualification Document will not be evaluated and will be rejected.

1.7 PARTICULARS PROVISIONAL :

The particulars of the proposed works given in Annex-A to this section are provisional and must be

considered only as advance information to assist applicants. The accuracy of the particulars is not

guaranteed in any form and this pre-qualification document or the model. Tender provision shall not

form part of any contract which may subsequently be entered into tender documents .

1.8 SITE VISIT :

The work site can be inspected by the applicant, if he so desires, by prior appointment with the

Executive Engineer, Urmodi Dam Division,Satara

1.9 MINIMUM ELIGIBILITY CRITERIA FOR PRE QUALIFICATION:

The applicant must be well established contractor with experience and capability in construction of

work similar to the work given in this document. The applicant applying for pre qualification must

provide evidence of having adequate experience in modern technology in carrying out similar works

(mentioned in 6.4) with adequate quality control facilities supported by testing laboratory.

Experience of the prime contractors approved by the owner only will be considered for pre-

qualification. In such case a share of the experience of the prime and sub contractor shall be counted in

the proportion as stated in the agreement of subletting. In absence of stipulation of sharing of experience

in the agreement the experience shall be taken in proportion of 80:20 for prime and sub contractor

respectively. In case the subletting is not approved by the owner, the experience of the work shall be

considered that of prime contractor.

In order to assess the experience and capability of contractor for execution of work under consideration,

a minimum criteria has been specified. In Para 6 for Annex-A. This minimum criteria is judged from the

past experience of the contractor. The applicant bidder, as a prime contractor/sub contractor should have

adequate bid capacity, executed the quantities of main items (as stated in Annex-A) in any one year

during over a period of last five years. The other requirements such as that of turnover and that of

execution of similar work is also stated in Para 6 of Annex-A. The applicant should have minimum 50%

equipment of the requirement as indicated in Para-8 of Annex-A in his ownership & remaining

equipment on hire agreement ( to be provided by necessary documents). The applicant should give in

16

Contractor No. of correction Executive Engineer

writing on Rs. 100/- stamp paper that he will employ one Engineer and two Laboratory Assistant with

Field Laboratory for Quality Control and Quality Assurance of the work.

Only those applicants, who satisfy the minimum criteria of eligibility, be evaluated for pre –

qualification. A evaluation committee appointed for this will approve the evaluation. The decision of

the evaluation committee will be final and binding on applicant. No correspondence will be entertained

in this regard. Only the firm /contractors who become successfully pre –qualified will be informed by

Registered Post or by telegraphically or Telephone by Executive Engineer, Urmodi Dam Division

Satara and pre-qualified contractors will be eligible for getting tender documents.

1.10 ELIGIBILITY CRITERIA :

The formula for evaluation of Bid Capacity is

BID CAPACITY = (A x N x 2 ) – B

Where

A = Maximum value of Civil Engineering works executed in any one year during the period of last five

years ( updated to the price level, of the year in which the tenders are opened) which will take into

account the completed and ongoing works.

The maximum value of Civil Engineering works (A) executed in a year shall be minimum of

following :

1) Ascertained from the certificates from Executive Engineer in case of Government and Semi-

Government and from the head offices in case of limited companies & registered Co-Op. Societies or

organizations . The information is to be submitted in proforma 1 (a) and 1(b) as enclosed in section-II.

for completed and ongoing works respectively . Information given in any other format than prescribed.

shall not be taken into account for calculating value of “A”.

2) Ascertained from balance sheet of last 5 years duly certified by the Chartered Accountant.

The submission of information in (1) and (2) above is obligatory. In case of non submission of any one

or both, it shall be concluded that contractor does not have adequate Bid Capacity and shall not be

considered for pre qualification.

B = Value of existing commitments and ongoing works (updated to price level of the year in which the

tenders are opened) to be completed in the period stipulated for completion of work of the present tender.

(All certificates should be countersigned by the Engineer-in-charge not below the rank of Executive

Engineer of the concerned Department).

The Value of B shall be ascertained from the certificate as prescribed in proforma 1(b) and statement

No.2 enclosed in Section-II.

N=Number of years prescribed for completion of the civil work for which the bids are invited.

(Note :- Please mention the reference in enclosed proforma /Annexure from where the values of A & B

have been taken.)

17

Contractor No. of correction Executive Engineer

Only those applicants who has satisfy the minimum criteria as stated in para 6.2 of Annex –A will

be evaluated for prequalification.

1.11 EVALUATION CRITERIA FOR THE PRE QUALIFICATION :

A) Pre-qualification of prospective tenders is to be done to ensure that final bids for the work are

received from well established contractors with experience and capability for executing this work. Any

applicant, who is able to satisfactorily establish that he / they can undertake the work and complete it

within this stipulated time, will be able to get pre-qualified.

The evaluation for pre-qualification of the applicants shall be approved by a committee as mentioned in

para-7 of Annex-A

The evaluation committee shall have freedom to ask for clarifications and further related information

from the applicants, check reference and make inquiries in respect of works of prospective tenderer.

B) The evaluation will be done from the information submitted by the bidder. The various formats for

giving information are given in Section-II Bidder is expected to go through these formats carefully and

submit the information properly.

C) The pre-qualification information booklet should be indexed and paged. The evaluation for

prequalification is to be done for the eligible applicants who satisfy minimum criteria. it will be,

Therefore, advisable that applicant shall given a short note ( Please refer proforma 6 of section II )

explaining how he is eligible and fulfills the criteria by giving reference of the information given in

booklet.

D) The contractor, if the work is awarded to them will have to provide adequate quality control testing

laboratory.

1.11.1 If an applicant is judged to be financially unsound, he would be disqualified.

1.11.2 In case the number of qualifying applicants are less than three, the committee may use its

discretion to relax the appropriate criteria with a view to qualify at least three applicants and thus

ensure adequate competition in tendering.

1.11.3 Necessary information will be collected from the details furnished in proforma and additional

information may be called for at discretion of the committee.

1.11.4 In case of Joint Venture partnership or a partnership the yearly turnover to bid capacity and

quantities of main items executed of prime and sub contractors shall be added together for

determining the minimum criteria of pre qualification. No addition is however permitted for

working out the maximum cost of similar type of work executed.

1.11.5 The decision of evaluation committee will be final & binding on the applicants. No correspondences

will be entertained in this regard. Only the eligible contractors who becomes successfully prequalified

will be informed by registered post or by telegraphically or by telephone to Executive Engineer , Urmodi

Dam Division,Satara and prequalified contractor will be eligible for getting tender document.

18

Contractor No. of correction Executive Engineer

1.12 NO EVALUATION WILL BE DONE :

i) If the information given in Section-2, Proforma 1 to 14 and Statement 1 to 3 is incomplete

/misleading / false. Such application will be considered as non responsive and will not be

considered for eligibility.

ii) If the record of poor performance such as abandoning work, not proper completing contract,

inordinate delays in completion and financial failure. The contractor shall give the undertaking to

this regard in proforma-12 and enclose with the pre qualified document

iii) If the applicants does not fulfill the criteria for eligibility laid down in para 6 of Annex -A.

iv) a) If the applicant fails to submit attested copies of documents by Gazetted officer/and also self

attested with name or the attesting person in bracket below the signature in addition to the

attestation by gazetted officer .

b) All documents shall be self attested by the bidder and should mention the name in bracket

below the signature.

v) If the applicant fails to submit of any of the following documents/ certificate –

a. Maharashtra Sale Tax Registration / Value Added Tax Registration certificate under Works

Contract tax Act.

b. Professional Tax clearance Certificate.

c. Documentary proof of plant and equipment owned by applicant as mentioned in proforma 4

(a).

d. Copy of valid registration with PWD (GOM).

e. In case JV applicant shall submit following documents.

MOU of firms / Contractors entering into JV partnership deed of individual firm, Power of

Attorney for signing these documents.

vi) If not presented neatly and readable manner.

vii) Contractor shall required to produce all original documents mentioned in pre qualified document

when asked to do so. if he fails to produce original documents on specified date in that case pre

qualified document submitted by contractor shall be rejected and not considered for further

evaluation.

viii) If applicant does not submit information in the prescribed format.

ix) If the applicant does not submit Pre Qualification document properly as per procedure given in

para 1.2 Page No 8 ( Method of applying).

19

Contractor No. of correction Executive Engineer

ANNEX-A

A. DESCRIPTION OF THE PROJECT : Urmodi Irrigation Project envisages construction of Storage Reservoir of 9.96 TMC across river Urmodi at village Parali,Tal &Dist. Satara to Irrigate 8300 ha.in Satara Taluka,9725 Ha.from Khatav Taluka and 9725 Ha.from Man Taluka.

B. STATUS OF THE PROJECT : The work of dam is already completed. From LIS component the work of commissioning one row of rising main is completed and 42 Kms of Khatav Canal is completed.Canal works from Km.43 to 76 and Km.1to 31 of Man Canal are in progress. C. CLIMATIC CONDITIONS : The work site is situated in moderate rainfall zone. The rainy season normally commences early in June & last up to October having a few sporadic pre monsoon & post monsoon showers, some of these can be quite heavy. The temperature various from minimum 15 0 C in winter to 42 0 C in summer

D.SCOPE OF WORK : Urmodi project envisages construction of earthen dam across Urmodi River a tributory of Krishna River

to Irrigate 8300Ha. of land in Satara Taluka,9725 ha. of land in Khatav Taluka & 9725 Ha. of land in Man

Taluka.

Water from Urmodi dam is taken to Kanher left bank canal through Kanher link canal.Further it moves

through Kanher canal and Arphal canal.From Arphal canal Km.45 the water is taken and by lifting it in two stages

at Wathar Kiroli (Stage-I) & Kombadwadi (Stage-II) the water is let in the Khatav canal of Urmodi project for

further irrigation in Khatav & Man canal.

At present partial work of pump house at stage-I& stage-II is completed. 4 out of 12 pumps at stage-i & 3

out of 9 pumps at stage-II are installed. Out of three rows of rising main one row has been commissioned & water

is let out in Khatav canal.

(A) StageI –Pump house & manifold system at Wathar Kiroli.

At present the pump house at Wathar Kiroli (Stage-I) is partly completed.Out of Three bays of pump

house is partly complete & Two are yet to be done which are included in this tender.

20

Contractor No. of correction Executive Engineer

Out 12 pumps, 4 pumps are installed along with the manifold system. Remaining manifold system is yet

to be completed which is included in this tender.

Also the pump house building for remaining pumps is also to be constructed under this tender.

(A) StageII –Pump house & manifold system at Kombadwadi.

At present the pump house at Kombadwadi (Stage-II) is partly completed.Out of two bays of pump house

one is complete & one is yet to be done which is included in this tender.

Out 9 pumps, 3 pumps are installed along with the manifold system. Remaining manifold system is yet to

be completed which is included in this tender.

Also the pump house building for remaining pumps is also to be constructed under this tender.

The main items of these tender to be executed are as below.

Sr. No. Item Unit Quantity

1 Concrete for Structures works TCM 8

2 Steel Reinforcement MT 569

3 M.S.Pipe RMT 426

21

Contractor No. of correction Executive Engineer

1. DETAILS OF THE WORKS.

1.1 Name of Work

Construction of Balance work of Pump House and Manifold System of Stage-I at Wathar Kiroli and Stage-II at Kombadwadi of Urmodi Lift Irrigation Scheme.

1.2 Estimated Cost

Rs. 980.75 Lakhs.

1.3 Earnest Money

1% The bidder is required to deposit amount of Earnest Money (EMD) in any form in the name of Executive Engineer, Urmodi Dam Division,Satara on account no. 45112010094341 in the IDBI Bank Pratapganj peth Satara. The scanned copy of proof of deposit of such amount should be uploaded. Those contractor whose EMD amount is not reflected in the IDBI Bank Pratapganj Peth Satara account no. 45112010094341, their tender document envelope no. 2 will not be opened. EMD Rs. 9.81 Lakhs in form Of D.D. OR Rs. 3.00 Lakhs in form of D.D. of Nationalized /Scheduled Bank payable at Pratapganj Peth Satara Branch & Rs. 6.81 Lakhs in form of irrevocable Bank Guarantee from Nationalized /Scheduled Bank in Maharashtra State

1.4 Security Deposit 5% Rs. 49.04 Lakhs

i) Initial 2.50% Rs. 24.52 Lakhs in form of D.D. OR Rs. 6.00 Lakhs in form of D.D. of Nationalized /Scheduled Bank payable at Pratapganj Peth Satara Branch & Rs. 18.52 Lakhs in form of irrevocable Bank Guarantee from Nationalised /Scheduled Bank in Maharashtra State

ii) Through R.A.Bill 2.50% Rs. 24.52 Lakhs

1.5 Class of Contractor I C & Above

1.6 period of completion

of work

24 Calendar Months (Including Monsoon)

22

Contractor No. of correction Executive Engineer

2. INFORMATION FOR OBTAINING PRE-QUALIFICATION DOCUMENTS,

TENDER PAPERS AND ITS SUBMISSION .

2.1 Name and address of the Executive Engineer-in charge of the work issuing tender papers/ pre-qualification documents and in whose name Earnest & Security Deposit is to be pledged.

Executive Engineer, Urmodi Dam Division,Satara Tel.02162/ 246043 P. Q. Documents and tenders are to be downloaded from web-site and will not be issued by the office.

2.2 Period of issue of application forms for pre-qualification documents.

05/10 /2011 To 01/11 /2011

2.3 Cost of application forms for Pre-qualification documents.

Rs. 5,000/-

2.4 Time and Date of submission pre-qualification documents (online)

(i) 05/10/2011 to 01/11/2011 Up to 14.00 Hrs. (ii) Incryption / Decryption 02/11/2011 to 05/11/2011 upto 14.00 Hrs.

2.5 Name and address of the officer receiving pre-qualification documents

The Superintending Engineer, Satara Irrigation Project Circle, Krishnanagar Colony , Satara , Pin- 415 003

2.6 Period of issued Blank Tender Form (forms will be available on website only for pre-qualified bidder)

26/11/2011 to 06/12/ 2011

2.7 Cost of Blank tender Form Rs. 15,000/-

2.8 Extra cost of tender papers/ P.Q. documents required by post ( for each)

P. Q. Documents and tenders are to be downloaded from web-site .

2.9 Date, Time and Place of pre tender conference Will be intimated separately to successful bidders.

2.10 Time and Date of submission of Tender

26/11/2011 to 10/12/2011 at 14.00 Hrs.

2.11 Name and address of the officer receiving and opening tender document

The Superintending Engineer, Satara Irrigation Project Circle, Krishnanagar Colony , Satara, Pin- 415 003

2.12 Time and date of opening of tender 10/12/2011 at 15.00 Hrs.

2.13 The name of authority for accepting the tender Chief Engineer ( S.P.) Water Resources Department, Pune

23

Contractor No. of correction Executive Engineer

3. WORK AND SITE CONDITIONS :

3.1 Location

About 40 Km. from District Place Satara About 25 Km. from Taluka Place Koregaon. About 5 Km. from nearest village Wathar

3.2 Nearest Railway Station

About 12 Km. at Rahimatpur Tal. Koregaon Dist. Satara

3.3 Nearest Airport

Karad ,30Km away

3.4 Roads

Approachable by all weather road. Rahimatpur-Karad Road

3.5 Nearest Telephone facility and

Telegraph facility

At Wathar which is 5 Km. away

At Wathar which is 5 Km. away

3.6 Nearest petrol and diesel pump

At Rahimatpur which is 10 Km. away

3.7 Position of land acquisition

Land acquisition process is completed.

3.8 Position of funds

Project has received the funds under AIBP of

Government of India.

24

Contractor No. of correction Executive Engineer

4. PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME.

4.1 Period of completion : 24 Months

4.2 Construction Programme of Major Items to be executed. :

Year Concrete TCM

Steel Reinforcement

MT

M.S Pipe RMT

First Year

4 284.50 213

Second Year 4

284.50 213

Total 8 569.00 426 5. DATA FOR FILLING STATEMENT / PROFORMA 1(a), 1(b). 1(c)

5.1 Date of calculating balance cost of the work : . .2011

in hand of the bidder for Statement-2

5.2 The period of calculating value of the works : 24 months ( including monsoon )

in hand of the bidder which he has to complete

vide Statement-2

5.3 Items for which information about quantities : 1) Concrete ( Excluding lining )

executed is required for use in proforma

1(a),1(b)and 1(c) 2) Steel reinforcement.

3) M.S Pipe

5.4 The five year period (for use in statement 1& 2 etc.)

Year No. Year

Vth 2006-2007

IVth 2007-2008

IIIrd 2008-2009

Iind 2009-2010

Ist 2010-2011

Present Year 2011-2012

Next Year 2012-2013

25

Contractor No. of correction Executive Engineer

6. MINIMUM ELIGIBILITY CRITERIA FOR PRE QUALIFICATION :

The applicant shall meet the following minimum criteria. Only those applicants who satisfy the

minimum criteria of eligibility as stated below will be qualified.

6.1 GENERAL EXPREIENCE :

The contractor sub contractor the applicant bidder should have executed prescribed minimum quantity of

following main items of work during last 5 Years on all his works taken together

1. Concrete for structure works 4.80 TCM

2. Steel Reinforcement 341.40 MT

3 M.S Pipe 1000mm to2400mm dia 255.60 RMT

6.2 BID CAPACITY:

The required bid capacity for this work is Rs. 981 Lakhs.

6.3 ANNUAL TURNOVER :

The applicant bidder should have attained maximum annual turnover not less than of Rs. 491 Lakhs

(excluding advance such as machinery /mobilization advance etc.) in one year during last five years.

6.4 EXPERIENCE OF SIMILAR WORK :

The Contractor should have successfully completed at least one similar type of work of construction of

pump house on a single contract having similar nature and complexity having cost not less than Rs.493

Lakhs and having executed main items of work such as concrete and steel reinforcement work

etc.completed.

26

Contractor No. of correction Executive Engineer

7. COMPOSITION OF THE EVALUATION COMMITTEE The evaluation Committee for pre qualification of applicants shall be as below.

1 Chief Engineer (S.P.) ,

Water Resources Department, Mangalwar Peth, Sinchan

Bahvan, Pune-11

Chairman

2 Superintending Engineer,

Satara Irrigation Project Circle, Satara

Member

3 Superintending Engineer,

Vigilance Unit, Pune.

Member

4 Superintending Engineer,

Central Designs Organisations, Nasik.(PH).

Member

5 Executive Engineer,

Urmodi Dam Division, Satara

Member Secretary

The committee shall have freedom to ask for clarification and further related information

from the applicants, check references and make enquiries in respect of works of prospective

tenderers.

8. EVALUATION PROCEDURE AND ALLOCATION OF POINTS:

Not Applicable.

As per WRD G.R.No. ºÉÆEòÒhÉÇ-1098/(237/98)/¨ÉÉä|É-(|É) ÊnùxÉÉÆEò 05/12/2000

9. LIST OF MACHINERY REQUIRED FOR THIS WORK: The list of Minimum Machinery that is expected to be available with the contractor.

Sr.No. Equipment Type Minimum Nos. required

1 Tipper/Dumpers 5

2 Water Tanker 2

3 Batching Plant 1

4 Transit Mixer 4

5 Vibrator 6

6 Pump Set 10 H.P.To 19H.P 5

7 Mobile Crane 2

27

Contractor No. of correction Executive Engineer

Note :- Proof of machinery owned by the firm either in the firm of RC/TC books or any other

form required to be produced. Invoice will not be considered for ownership of the

equipment by the firm Out of total minimum machinery required as above, the

Applicant shall have at least 50% of the machinery of his own and he shall submit the

details of how balance 50% machinery will be made available during construction.

10. QUALITY CONTROL REQUIREMENTS : On award of contract, the Contractors will have to provide adequate quality control staff and

well equipped laboratory for taking necessary field test as per instructions of Engineer in charge.

If he fails to fulfill the requirement, the required manpower for testing and field laboratory with

equired equipments will be deployed by the Engineer in charge and the charges will be recovered

from the contractor.

28

Contractor No. of correction Executive Engineer

SECTION – II

PREQUALIFICATION INFORMATION

29

Contractor No. of correction Executive Engineer

2.1 LETTER OF TRANSMITTAL To, The Superintending Engineer, Satara Irrigation Project Circle, Satara -415 003 Subject :- Submission of Pre- qualification application for the work of Construction of Balance

work of Pump House and Manifold System of Stage-I at Wathar Kiroli and Stage-II at Kombadwadi of Urmodi Lift Irrigation Scheme.

Dear Sir, v Having examined the details given in invitation and technical note for the above mentioned

work. v I/ (We) hereby submit the Pre-qualification information and relevant documents. v I/ (We) hereby certify the truth and correctness of all statements made and information supplied

in the enclosed statements 1 to 3 and Proforma 1 to 14 v I/ (We) have furnished all information and details necessary for Pre-qualification as bidder(s)

and that no further information remains to be supplied. v I/ (We) authorise the project authorities to verify the correctness thereof as well as to approach

any Govt. department individuals, employees, firms and/ or corporation to verify correctness of information and certificate submitted by me/ us. to prove my/our competence and general reputation.

v I/ (We) submit the following certificate(s) in support of our eligibility, technical know how, capability and having successfully completed the works from the client/owners of respective works.

1. 2. 3. Encl. Signature of Applicant contractor Seal of applicant : Date of Submission :

30

Contractor No. of correction Executive Engineer

2.2 STATEMETNT NO.1 Statement for determining Value of “A” i.e. maximum value of Civil Engineering Works. Sr.No. Name of work Value of Civil Engineering works done during the year ( Excluding advance such as mobilisation

advance and machinery advance etc.) Rs. in Lakhs. Vth Year IVth Year IIIrd Year IInd Year Ist Year Total

1 2 3 4 5 6 7 8

Factor for updating 1.5 1.4 1.3 1.2 1.1 Updated Value of work

Note: 1) For number of years please refer Para 5.4 of Annex A to Section 1 2) Figures in Col.3 to 7 should be supported by certificates given by Executive Engineer, in case of Govt./Semi Govt. Works and by project authorities in all other cases. 3) The maximum value of Civil Engineering works (A) executed in a year shall be minimum of the following. a) ascertained from the Certificates mentioned above. b) ascertained from the total contract amount received by the contractor. For this, he shall submit the balance sheets of last five years duly certified by the Chartered Accountant.

31

Contractor No. of correction Executive Engineer

2.3 STATEMETNT NO.2 Statement for determining Value of “B” i.e. value of existing commitments and ongoing works to be completed in the period stipulated for completion of the work Certificates regarding this will be required to be Countersigned by the Engineer-in-charge. Sr.No. Name of

work Month & Year of commencement of work

Amount of contract

Revised tender cost

Period of completion

Schedule date of completion

Balance cost as on date given in Annex-A Para5.1

Value of works to be completed between period given in Annex-A Para 5.2

Reference page No. of certificates.

1 2 3 4 5 6 7 8 9 10

Note: Figures in Col.3 to 9 should be supported by certificates issued by Executive Engineer, in case of Govt./Semi Govt. Works and head of offices in case of other organisations and project authorities in all other cases. Certified that the above information is true and correct to the best of my knowledge and belief.

32

Contractor No. of correction Executive Engineer

2.3(a) STATEMENT NO.3 Statement showing the similar type of work carried out by the contractor in last five years. Sr.No. Name of

similar type of work

Agreement No. Amount of work done

Date of completion of

work

Concerned Executive Engineer’s

office Name and address &

Tel No.

Proforma 1(a)of similar type of work

attached.

Remarks.

1 2 3 4 5 6 7 8

33

Contractor No. of correction Executive Engineer

2.4 (a) PROFORMA-1

(SEPARATE INFORMATION FOR EACH WORK) For the work completed/under progress As 31.3.2011

CERTIFICATE

01 Name of work

2. Estimated Cost

3. Agreement No

4.. Name of Contractor

5. Tendered Cost.

6. Date of work order.

7 Stipulated period of completion

8 Schedule date of completion

9 Extension granted 1st 2nd 3rd

10 final Date of completion

11 .Revised Cost of work

12 Cost of work executed

13 Balance amount of work

14 Reasons for non completion of work in schedule period of completion

--

15 A) Whether any penalties/stop notices/compensation liquidated damages imposed

34

Contractor No. of correction Executive Engineer

16. Details of work done

Earthwork

M3

Masonry

M3

Concrete

( M3)

Concrete Lining

M2

Cost of work ( Rs: Lakhs)

Tendered Qty Revised Qty Executed Qty Balance Qty Year wise Breakup Vth IVth IIIrd IInd Ist

17 Remarks of Executive Engineer about the

Contractor working style quality consciousness, tendency of claims arbitration

Outward No. Seal Date ( E.E. Stamp with Name )

35

Contractor No. of correction Executive Engineer

2.4 PROFORMA-1 (a) Details of the works completed ( Separate information for each works)

01 Name of work

02 Agreement No. & Year

03 Place and country

04 Total tendered cost of work ( Rs. in Lakhs)

05 Brief description of works including principal features and quantities of main items of the work

06 Annual Turnover

Items Unit Quantities executed (Certificate of concerned authorities is essential )

6.1 Physical Vth Year

IVth Year

IIIrd Year

IInd Year

Ist Year

Item as stated in Annex-A Para5.3

1. Excavation 2.Embankment 3.Concrete 4.Reinforcement 5. M.S. Needle 6.2 Financial Rs. in Lakhs

Financial turnover in lakhs defined as billing for works (excluding advance payments such as mobilisation and machinery advance received) duly certified by concerned authorities

Rs. in Lakhs

36

Contractor No. of correction Executive Engineer

07 period of completion

a) Date of commencement b) Original stipulated period of completion c) Scheduled date of completion d) Expected date of completion e) Actual period taken for completion f) Certificate of concerned authority

regarding completion of work if completed in time(Y/N)

g) Reason for non completion of work in stipulated time limt if so.

8 Where there any penalties /fines/stop notices /compensation /liquidated damages imposed (Yes or No) (if yes, give amount and explanation)

9 Name, Designation, and complete address with whom the contents of the proceeding paragraphs 1 to 8 could be verified.

10 Name of applicant’s Engineer-in-charge of the work and educational qualification

11 Give details of your experience in monthly placement of important items such as those in Annex-A

12 Give details of your experience in mobilising large value contract with modern technology on the deployment of latest heavy construction equipment.

13 Details of quality control arrangement made by the contractor of his own on these works.

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

37

Contractor No. of correction Executive Engineer

2.5 PROFORMA-1 (b) Details of the works in hand ( Separate information for each works)

01 Name of work

02 Agreement No. & Year

03 Place and country

04 Total tendered cost of work ( Rs. in Lakhs)

05 Brief description of works including principal features and quantities of main items of the work

06 Annual Turnover

Items Unit Quantities executed (Certificate of concerned authorities is essential )

6.1 Physical Vth Year

IVth Year

IIIrd Year

IInd Year

Ist Year

Item as stated in Annex-A Para5.3

1. Excavation

2.Embankment

3.Concrete

4.Reinforcement

5. M.S.Needle

6.2 Financial turnover

Rs. in Lakhs

38

Contractor No. of correction Executive Engineer

07 i) percentage of physical completion ii) Cost of work completed iii) Revised tender cost iv) Balance cost on the date stipulated

( Refer Para 5.1 in Annex-A)

v) Stipulated date of completion vi) Anticipated date of completion 8 Whether work progress is as per tender

programmer (Yes/No) , If not, explain the reason

9 Expected year wise programme of completion (For year refer Para 5.4 of Annex-A)

i) Present Year ii) Next Year iii)

10 Were there any fines , claims or stop noticed field by the Employer (Yes/No)

11 Details of quality control arrangement made by the contractor of his own on these works.

12 Name , Designation and complete address with whom the contents can be verified.

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

39

Contractor No. of correction Executive Engineer

2.6 PROFORMA -1 (c) Year wise quantities executed on completed and ongoing works during past 5 years. .

Sr.No.

Year Items as per Annex-A Total financial turn over Amount Rs. in Lakh

Ref page No.

1 2 3 4 5 1 Fifth Year Completed Ongoing Total 2 Fourth Year Completed Ongoing Total 3 Third Year Completed Ongoing Total 4 Second Year Completed Ongoing Total 5 First Year Completed Ongoing Total 6 Any time before 5 years

completed.

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

40

Contractor No. of correction Executive Engineer

2.7 PROFORMA-2

FINANCIAL STATEMENT ( To be given separately for each Partner in case of Joint Venture )

1 Capital

a) Authorised

b) Issued and paid up

2. a) Date of incorporation of the firm

b Duration of existence of the firm

3 Furnished balance sheet and profit and loss statement with Auditor’s report for the last five years, it should interalia with the following information

i) Your working capital

ii) Your Turnover on Civil Engineering works.

Year as stated in Annex-A

Amount of turnover during the year (Rs. in lakhs)

Multiplying Factor

Amount of turnover brought to current price level ( by multiplying amounts in col.2 by factor give in Col.3 ( Rs. in lakhs)

1 2 3 4 Vth Year 1.50

IVthYear 1.40

IIIrd Year 1.30

IInd Year 1.20

Ist Year 1.10

41

Contractor No. of correction Executive Engineer

iii) Your Gross Income

Year Gross Income (Rs.in lakhs)

Year Gross Income (Rs.in lakhs)

Vth IInd IVth Ist IIIrd

4 Total liabilities a) Current Ratio 1 Current Assets (Rs. in lakhs) 2 Current liabilities ( Rs. in lakhs) b) Total liabilities to net worth 5 Debit equity ratio

(Defined as Debit/Equity)

6 What is maximum value of project that you can handle ( Rs. in lakhs )

7 Have you ever denied tendering facilities by any Govt. Dept./Public Sector undertaking ( Give details)

8 What are your source of finance ( Please give complete details, Bank reference also)

9 Certificate of financial soundness from Bankers of applicant.

10 Furnish the following information for last five years (duly certified by the respective Banks)

a) Bank Guarantee limit enjoined by the firm during each of the last five years with Bank wise break up.

b) Portion of Bank Guarantee already utilised as on date of application.

11 Overdraft limits enjoyed during each of the last five years with Bank wise break up ( Rs. in lakhs.)

12 Name and address of Bankers to whom reference can be made .

13 Have you ever been declared bankrupt( if yes, please give details)

Certified that the above information is true and correct to the best of my knowledge and belief.

42

Contractor No. of correction Executive Engineer

2.8 PROFORMA-3

RESOURCES: PERSONNEL ( Please give details of Key Technical & Administration Personnel in the following proforma )

1 Details of the Board of Directors

a) Name of Directors b) Organisation c) Address d) Remarks 2 Details of Key Technical and

Administrative personnel and consultant and supervisory technical staff which the applicant will employ on the proposed work

a) Individual’s Name b) Educational Qualification c) Details of training given for each

type of work

d) Present position of office e) Professional experience and

number of years of experience on similar work

f) Years with applicant. g) Language known h) Distribution of above personnel on

works in hand and on this work for which applied for pre-qualification

i) Remarks 3 Contractor shall submit a valid and

current license issued in his favour under the provision of Contract Labour ( Regulation and Abolition) Act, 1970 and the Maharashtra Contract Labour ( R & A )_ Rules 1971

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

43

Contractor No. of correction Executive Engineer

PROFORMA-3 A

EXPERIENCE CERTIFICATE OF PROJECT MANAGER / PROJECT ENGINEER

Name of Manager :- Qualification :- Year of passing :-

Period of experience

Name of Firm Postal Address of Firm

Phone No. E-Mail Address

Certificate :- I will produce proof of above experience at any time when asked to do so. Signature of Manager/Project Engineer.

44

Contractor No. of correction Executive Engineer

2.9 PROFORMA-4

RESOURCES: PLANT & EQUIPMENT

Sr.No. Item of execution as stated in Annex-A

Machinery with contractor

Machinery to be deployed for other works

Machinery to be used for this work

Machinery Owned Hire Type No. Type No. Type No. Type No.

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

45

Contractor No. of correction Executive Engineer

2.10 PROFORMA-4(a)

Details of plant and Equipment owned by the contractor which shall be used for construction of said wok in the following Proforma

( Separate information for each type of equipment is required. Colour photograph of each machine which is costing more than Rs. 10 Lakhs shall be enclosed.)

1 Name of Equipment 2 Number of Units 3 Make & Year of Manufacture 4 Source from where procured 5 Production Capacity 6 Type of prime mover 7 Horse Power /K.V.of prime mover 8 Normal lift plant hours specified by the

Manufacturer

9 Number of actual working hours put in by the machine

10 Present Location 11 Availability of equipment for this work 12 If machine is costing more than 10 lakhs attach

coloured photographs.

13 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 From P –Gd C (see Rule

72(i)7)

iv) Certifiacte of fitness in Frorm No. 38 ( see Rule 62(i)7) Note:-In case of Non R.T.O. 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 certificate of Chartered Accountant, a certificate from the Scheduled Bank of having financed the machinery will be acceptable.

14 Remarks.

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

46

Contractor No. of correction Executive Engineer

2.11 PROFORMA-4(b) Details of Additional plant and Equipment’s which shall be produced by the applicant

for this work in the following Proforma

( Separate information for each type of equipment.)

1 Name of Equipment

2 Number of Units

3 Kind of Make

4 Country of Origin

5 Capacity

6 Approximate cost Rupees in Lakhs.

7 How the equipment is proposed to be procured and give details of source/manufacturer

8 Remarks

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

47

Contractor No. of correction Executive Engineer

2.12 PROFORMA-5

STRUCTURE AND ORGANISATION

1 Name of Applicant

2 Nationality of Applicant

3 Office Address Telegraphic Address Telephone No. Telex No. Fax No.

4 a) Year established ( When and where) and legal name as formed individual /Firm/Company.

b) Class of registration with P.W.D.Government of Maharashtra

5 Whether the Applicant’s is

a) An individual .

b) A Proprietary Firm

c) A limited company or corporation

d) A member of a group of companies ( if yes, give name , address, connections and description of other companies.)

e) A Subsidiary of a large organisation (if yes give name and address of the organisation ) If the company is subsidary what involvement, if any will the parent company have in the project.

f) Joint Venture consortia ( if yes give name and address of ech partner)

6 Attach the oganisation chart showing the structure of the orgnisation including the positions of the directors and key personnel.

7 What best describes you

a) Engineers and Contractors

b) Consulting Engineers & Contractors

48

Contractor No. of correction Executive Engineer

c) If other, please specify.

8 Number of years of experience

a) As a prime contractor

i) In own country

ii) Internationally ( Specify country)

b) In a Joint Venture i) In own country

ii) Internationally

c) As a Sub Contractor

i) In own country

ii) Internationally

9 How many years has your organisation been in business under your present name. And what were your fields when you established your organisation . When did you add new fields ( if any)

10 Were you required to suspend construction for a period of more than six months continuously after you started. If so , the reasons thereof.

11 Have you ever failed to complete any work awarded to you ( If so which, where and why)

12 In how many projects have you asked arbitration after ratification ( if so, when, where, and why) and how many cases settled in your favour.

13 In how many projects you were imposed penalties for delay..

14 Have any key personnel of partner of your organization ever been an officer or partner of some other organization that failed to complete the construction contract.(if so, state name of individual / other organization )

49

Contractor No. of correction Executive Engineer

15 Have any key personnel of partner of your organization ever failed to complete contract. awarded in his name .

16 In what fields do you claim specialization and are interested to work

17 Give details of your experience in modern concrete technology and work for manufacturing and quality control

18 Give details of your material testing laboratory and mobile laboratories

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

50

Contractor No. of correction Executive Engineer

2.13 PROFORMA-6

ADDITIONAL INFORMATION 1. Please add any further information which : the applicant considers relevant in regard to his capabilities. 2. Please give a brief note indicating how the : the applicant considers himself eligible for pre-qualification for the work. Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

51

Contractor No. of correction Executive Engineer

2.14 PROFORMA-7 Details of works tendered for as on the date of submission of pre-qualification document.

Sr.No.

Particulars (1) (2) (3) (4) (5) (6) etc.

1. Name of work

2. Estimated Cost

3. Tendered Cost ( Rs. in Lakhs)

4. Date when decision is expected

5. Stipulated date and period of completion

6 Name, designation and address with whom the contents of the above information can be verified.

7 Remarks.

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

52

Contractor No. of correction Executive Engineer

2.15 PROFORMA-8

CERTIFICATE

( Note:- All the details must be filled in. Strike out the item which is not applicable to the tenderer ) Certified that

1. I/ (We) have not been awarded any contract for the work of Dams/Cananls or any other type of work in the Maharashtra Krishna Valley Development Corporation on ( Enter the date of Opening of Tender) 2. I/ (We) have been awarded following contract(s) for the work of Dams/Canals other works on ( Enter the date of Opening of Tender) in the Maharashtra Krishna Valley Development Corporation area. ( The works awarded prior to formation of MKVDC are also to be included)

Sr.No. Particulars 1 2 3 4 5 & so on 1. Name of Work 2. Estimated cost put to tender 3. Contract No. and date of work order 4 Contract Amount 5. Amount of work executed to date 6 Period of completion 7 Scheduled date of completion 8 Name of Division 9 Name of Circle.

3. I/ (We) have tendered following work (s) in MKVDC as on ( Enter the date of Opening of Tender) and my offer is lowest responsive offer .

Sr.No. Particulars 1 2 3 4 5 & so on 1. Name of Work 2. Estimated cost put to tender 3. Tender Amount 4 Date when decision is expected 5. Schedule date of completion 6 Name of Division 7 Name of Circle.

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

53

Contractor No. of correction Executive Engineer

2.16 PROFORMA-9 JOINT VENTURE

If the applicant intends to enter into a Joint Venture for the project, please give the following information otherwise state “ Not applicable”

1. Name and address of Joint Venture

2. Name and address of all Partners of Joint Venture

3. Name of Firm leading the Joint Venture

4. Indicate the responsibility of the firm leading the Joint Venture and responsibility of other Joint Venture partners.

5. Names and address of bankers of the Joint Venture

6. Details regarding financial participation of each firm in the Joint Venture. Certified copy of the agreement of Joint Venture shall be attached.

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor

54

Contractor No. of correction Executive Engineer

2.17 PROFORMA-10 ( To be typed on Rs. 100 stamp paper ) Responsibilities of lead contractor in case of Joint Venture

I, ............................................................................................................................................................... Partner of ...............................................................................................firm as lead contractor of the tender contractor and Shri.................................................................................other partner of the firm in the Joint Venture for the tender contract . We have registered a partnership firm known as ................ bearing Registration No........ for the year 200 , dated................................registered in the office of the Registrar of partnership firm at ...................................... for the purpose of tender. We hereby certify that, in case of my dispute, breach of contract of liability (physical or financial ) on the part of any partner of the Joint Venture firm , we as the lead firm of the Joint Venture shall be liable and responsible to fulfill all the terms and conditions of the tendered contract and for all the liabilities including recoveries if any or financial liabilities arising out of the contract or physical completion of work, till the expiration of the liability period under the contract. Place : Date : Signature of stamp of lead firm Witness: 1)............................................................................................ 2) ............................................................................................

55

Contractor No. of correction Executive Engineer

PROFORMA-11 MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE AGREEMENT FOR CONSTRUCTING ................................................................................................................. .................................................................................................................................................. DEED OF PARTNERSHP ( JIOINT VENTURE OF ........................................................ .................................................................................................................................................. This Memorandum of Understanding for Joint Venture Agreement made and entered into all at “.................................”this.............day of ................2010 by & between : 1. .................................................................................................with its registered office at ........................................................................................................hereinafter referred to as ................................................................................................................................................... AND 2. ............................................................................................................................... with its ................................................................................................................................................... ................................................................................................................................................... .......................................................................................... hereinafter referred as “.............. DEFINITIONS In this deed the following words and expressions shall have the meaning set out below “ The Joint Venture (“JV” for short) shall mean...........................and ............................. Joint Venture collectively acting in collaboration for the purpose of this agreement. “ Apex Co-ordination Body (ACB) shall mean the body comprising Managing Directors of the parties to Joint Venture.” “The Owner ” shall mean – Chief Engineer (S.P.) Water Resources Department, Pune-11 “The works ” shall mean the Construction.......................................................................... .................................................................................................................................................. .................................................................................................................................................. “The Contract” shall mean the Contract entered into or to be entered into between the Joint Venture and the owner for the works.

56

Contractor No. of correction Executive Engineer

JOINT VENTURE ( JV)

Where as the Parties hereto declare that they agree and undertake to form a Joint Venture for the

purpose of execution of the works, as an integrated Joint Venture, The JV shall be called as

“............................................... JOINT VENTURTE ”for short.

Provided that the Parties are not, under this agreement, entering into any permanent partnership or Joint

Venture to Tender or undertake any contract other than the subject works.

Nothing herein contained shall be considered construe the Parties or Partners to constitute

either Party the agent of the other.

WITNESSES

Whereas the Executive Engineer ........................................................................................................

hereinafter referred as the Executive Engineer, have agreed to award the work of Construction

of ..............................................................................................................................................................

.......................................................................................hereinafter referred as “ the works, to the

Joint Venture ”

Where as......................................and .................................... wish to execute the Contract if awarded as

per the terms of this indenture.

Now therefore this Deed of Partnership Witnesses as follows :

1. That these recitals are and shall be deemed to have been part and parcel of the present

MOU for JV.

2. That this J.V. Agreement shall come into force from the date of this J.V. i.e.....................2011

3. That the operation of this MOU for shall come into force from the date of this J.V.

i.e.....................2011

4. That the name of the Joint Venture firm shall be “................ Joint Venture .............(.J.V.) in short.

5. That........................and ............................... shall jointly execute the works according to all

terms and conditions as stated in the relevant instructions contained in the Bid documents/

57

Contractor No. of correction Executive Engineer

Contract as integrated JV styled as “....................................... JOINT VENTURE.”in short.

6. That this Agreement for Joint Venture firm (herein after referred to as JV) shall regulated

the relations between the parties and shall include, without being limited to them, the following

conditions.

(a) ........................... shall be lead Company incharge of the Joint Venture for all intents

and purposes.

(b) The parties hereto shall be jointly and severally liable to MKVDC for all acts, deed

and things pertaining to the contract. The contract for the works shall be signed

by Shri.....................................................................................to whom necessary General

Power of Attorney signed by all signatory / les, suitable as described above shall be issued

by the JV and delivered to the owner.

(c) That the Director of one of the parties to the JV M/s................................................................

......................................................................................... shall be lead Manager of the JV firm and

shall have the power to control and manage the affairs of J.V.

(d) That on behalf of the Joint Venture Shri.( ...............................................................................)

shall have the authority to incur liabilities, receive instructions and payments , sign and

execute the contract for and one behalf of the Joint Venture All

(e) One or Two Bank accounts shall be opened in the name of J.V. to be operated by the

individual signatories as mutually decided by representatives of the Joint Venture Partners.

(f) That each of the parties to the JV agrees and undertake to place at the disposal of the JV

benefits of its individual experiences, technical knowledge and skill and shall in all respect

bear its share of the responsibility including the provision of information advice and other

assistance required in connection with the works. The share and the participation of the

.............................................. partners in the JV shall broadly be as follows.

Name of the Contractor : Share percentage

....................................... ................................

(g) And all rights, interests, liabilities, obligations, work experience and risks ( and all

net profits or net losses ) arising out of the Contract shall be shared or borne by the

Parties in proportion to these shares. Each of the parties shall furnish its proportionate

share in any bonds, guarantees, sureties required for the works as well as its proportionate

share in working capital and other financial requirements, all in accordance with the

decisions of the Apex Coordinating Body.

(h) Any loan/advance shall be shared by the .........................................................................and

58

Contractor No. of correction Executive Engineer

.................................. at the ratio of ................................................................... respectively.

(i) All funds finance or working capital required for carrying out and executing the works

or contract shall be procured and utilized by the parties as mutually agreed by then and

they shall be liable and responsible for the same.

(j) Site Management :

The execution of the work on the site will be managed by a Project Manager reporting to the

ACB. The Project Manager shall be authorized to represent the JV on site in respect of matters

arising out of or under contract.

(k) That “....................... ..................................... “ and”........................................................... shall

be jointly and severally liable towards the owner for the execution of the contract commitment in

accordance with contract conditions.

(l) The JV deed shall be registered with the Registrations Firms M.S. Prior written approval

of MKVDC shall be obtained before any changes are proposed to be made in this Joint Venture

Agreement once it is registered with the Register of firms, Maharashtra State, after the initial

approved to the JV deed by the Corporation.

(m) This Joint Venture Agreement shall not be dissolved till the completion of the defect

liability period as stipulated in the Tender Document conditions of the works and till all

the liabilities thereof are liquidated.

(n) That question relating to validity and interpretation of this Deed shall be governed by the

Laws of India.

(o) That No party to the JV has the right to assign any benefit, obligation or liability under the

agreement to any third party without first obtaining the written consent of the other partner and

the MKVDC.

(p) Bank account(s) in the name of Joint Venture firm may be opened with any Scheduled or

Nationalized Bank and the representatives of JV partners are authorized to operate upon such

accounts individually.

59

Contractor No. of correction Executive Engineer

(q) That both the parties to the JV shall be responsible to maintain or cause to maintain proper Books

of Accounts in respect of the business of the JV firm and the same shall be closed as at the end of

the every financial year.

(r) That the financial year of the firm shall be the year ended on the 31st day of March every year

(s) That upon closure of the books of account. Balance sheet and profit and loss Account as to the

state of affairs of the firm as the end of the financial year and as to the profit or loss made or

incurred by the firm for the year ended on that date, respectively shall be prepared and the same

shall be subject to audit by a Chartered Accountant.

(t) The firm holding the power of attorney shall be responsible for the fulfilling the condition during

the defect liability period after completion of work

LEAGL JURISDICTION :

(u) All matters pertaining to or emancing from this JV agreement involving the owner shall be

subject to jurisdiction of High Court of Judicature at Mumbai.

NOTICES AND CORRESPONDANCE :

(v) All correspondence and notices to the J.V. shall be sent to any one of the following addressee.

(1) ................................................. (2)............................................................................

.................................................. ...........................................................................

Will be intimated in due course within a week from date of “Work Order”

IN WITNESS WEHEREOF the parties have caused their duly authorized representative to sign

below.

Signed for and behalf of

.................................................... .........................................................................

Signed for and behalf of

.................................................. ..........................................................................

WITNESS 1)........................................ 2) .......................................

60

Contractor No. of correction Executive Engineer

2.18 PROFORMA-12 ( Declaration of contractor regarding poor performance ) To, Superintending Engineer, Satara Irrigation Project Circle, Satara. Sir, I, ....................................................................................................(contracor) declare that during

the last two years from the date of this undertaking.

1. As a contractor. I have never been penalized for any work carried out by me nor I have been blacklisted by any Govt.Dept .previously.

2. I have not abandoned any work for reasons attributable to me.

3. I have not delayed completion of any work for reasons attributable to me.

I undertake that the above information is true to the best of my knowledge and belief. I am fully aware that my pre-qualification bid or Tender will be treated as Non-Responsive and will be summarily rejected at any time if above information is found to be false and misleading by the concerned authority.

Signature of Contractor.

61

Contractor No. of correction Executive Engineer

PROFORMA-13

Quality Control Equipment with Contractor and Quality assurance plan of Contractor

1) Quality Control Equipment with Contractor.

Sr.No Name Make Capacity

2) Quality assurance plan of Contractor

a) Details of personnel for looking quality of works b) Methodology proposed for quality assurance of work c) Method of reporting of quality assurance.

62

Contractor No. of correction Executive Engineer

PROFORMA-14 CHECK LIST OF DOCUMENTS SUBMITTED ALONG WITH PRE-

QUALIFICATION DOCUMENTS. ( TO BE FILLED IN BY CONTRACTOR )

Name of Contractor – Code No -

Sr.No Name of Document Page No. From To 1 Letter of Transmittal 2 Certified copy of Registration with

P.W.D

3 Balance sheet certified by the Chartered Accountant.

a Year No.1 b Year No.2 c Year No.3 d Year No.4 e Year No.5

4 Income Tax Clearance Certificate 5 VAT Regisration Certificate 6 Deed of Partnership oo Articles of

Association and Memorandom of Association for Limited Company.

7 Power of Attorney 8 Professional tax.

a Registration b Clearance

9 Employees Provident Fund a Registration b Clearance

10 Sales Tax a Registration b Clearance

11 Labour Licence a Registration b Clearance

12 Statement No.1 Value-A 13 Statement No.2 Value-B 14 Statement No.3 Similar work 15 Proforma-1 (a) For completed work 16 Proforma-1 (b) Work in hand.

63

Contractor No. of correction Executive Engineer

Sr.No Name of Document Page No. From To

17 Proforma-1 (c) for Quantities executed 18 Proforma-2 Financial Statement 19 Proforma-3 Personnel 20 Proforma-3 (a) Experience Certificate

of Similar work. .

21 Proforma-4 Plants & Equipments. 22 Proforma-4(a) Owned Plants 23 Proforma-4(b) Additional Plants 24 Proforma-5 Structural organisation. 25 Proforma-6 Additional Information. 26 Proforma-7 Details of work tendered. 27 Proforma-8 Certificate of Awarded

works.

28 Proforma-9 Information of J.V 29 Proforma-10 Responsibilities of lead

contractor

30 Proforma-11Memorandom of J.V. 31 Proforma-12 Poor Performance 32 Proforma-13 Q.C Equipment 33 Proforma-14 Check list 34 Proforma-15 Undertaking about

inclusion of work in hand.

35 Bid Capacity 36 Turnover 37 Machinery Details

Signature of Contractor.

Note: If the contractor does not fill this proforma accurately and completely,the submission will be treated as

incomplete. Department will not be responsible in case the contractor is disqualified due to incompleteness of this

pro-forma,though he has submitted the requisite information along with his prequalification submission.

64

Contractor No. of correction Executive Engineer

PROFORMA-15

Undertaking about inclusion of all works in hand in statement No 1(b) and correctness of the data.

To, Superintending Engineer, Satara Irrigation Project Circle, Satara. Sir,

1. I undertake that the given information in prequalification documents are true and correct.

2. I have not omitted any work in hand i.e information provided in proforma 1(b) includes all the works in hand.

3. I know that if at any time ,it is noticed that I have not submitted, information regarding all the

work in hand ( works in hand means,the works for which final bill is not passed and work is physically incomplete ),that I will be disqualified from tender process at any stage of the bidding by the department.

Signature of Contractor.