Municipal Corporation Yamuna Nagar-Jagadhri PUBLIC NOTICE/TENDER NOTICE

Similar documents
Municipal Corporation Yamuna Nagar-Jagadhri PUBLIC NOTICE/TENDER NOTICE

SHORT TERM TENDER/COMMUNITY PARTICIPATION NOTICE

Municipal Corporation Yamuna Nagar-Jagadhri PUBLIC NOTICE/TENDER NOTICE

Notice Inviting E-Tender - (E-Tendering Website: Online bids are hereby invited for the following work:

PRESS NOTICE. Haryana Urban Development Authority Division Notice Inviting Rate Tender

SHORT TERM NOTICE INVITING E-TENDER

Municipal Corporation Yamuna Nagar-Jagadhri PUBLIC NOTICE/TENDER NOTICE

HARYANA URBAN DEVELOPMENT AUTHORITY

XEN SECTION-1. CONDITIONS OF E-TENDERING Instruction to Contractor on Electronic Tendering

Municipal Corporation Yamuna Nagar-Jagadhri SHORT TERM TENDER/COMMUNITY PARTICIPATION NOTICE

Rs lacs. 3 (Three) Months. Rs lacs

BIDDING DOCUMENT. Name of work:- Up gradation and construction of boundary wall of green belts in Sector 3 & 3A, at I.E. Karnal

Notice Inviting E-Tender

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA

Municipal Corporation Faridabad

TENDER FORM. Tender No. ITEM RATE TENDER AND CONTRACT FOR WORKS GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS

BID DOCUMENT SECTION I

Notice inviting e-bids for Printing and Supply of IEC Material

Date of receipt/ opening of tenders

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

HARYANA STATE AGRICULTURAL MARKETING BOARD Executive Engineer(IHM) Sector-6 -Panchkula NOTICE INVITING TENDERS

Form M.W.4] Rule XIII(2) & HP 190 Form M.W.7]

SUBMISSION & OPENING OF TENDER

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED WARORA DIVISION,WARORA TENDER No. T - / TENDER FORM

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

MAHARASHTRA MARITIME BOARD MUMBAI

FRANCHISING TOLL COLLECTION AT TOLL POINT TP-22 [UKLANA TOHANA MUNAK ROAD (NEAR PUNJAB BORDER)] FOR A PERIOD OF ONE YEAR I N D E X

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata

i) Instructions to Bidders Definitions (Section-3) Form of Bid (Section-4) 28-30

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

MAHARASHTRA INDUSTRIAL DEVELOPMENT CORPORATION TENDER DOCUMENT TENDER FOR

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

INDEX. 1. Index 1. 2 Tender invitation notice Notice Inviting Tender Letter Submitting Tender 9

INDEX. PERCENTAGE RATE/ITEM RATE TENDER AND CONTRACT Sr. No. 1 Press Notification & Tender

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Municipal Committee Nangal Choudhary Notice Inviting Tenders Single Percentage/Item Rate Online Tenders

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

MAHARASHTRA JEEVAN PRADHIKARAN CIRCLE, AHMEDNAGAR

E-TENDER NOTICE CHIEF GENERAL MANAGER

GUJARAT STATE ELECTRICITY CORPORATION LIMITED. CORPORATE OFFICE, VIDYUT BHAVAN, RACE COURSE, VADODARA TENDER FOR THE WORK OF

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

INDEX. 1. Index 2. Instruction to contractor 2 3. Notice Inviting Tender 3-5 Tender & Contract For Works Schedulee of Quantities 11-12

[1] ITEM RATE TENDER AND CONTRACT FOR WORKS GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS

4.00 Lac Two Month Lac Two Month Lac Two Month Lac Two Month 3.02 Lac Two Month 2.65 Lac Two Month 2.

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

CSIR-CENTRAL. Press notice. (Notice. A/c s, Split Pilani. Type.

The last date for submission of the bids is at

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

INDIAN INSTITUTE OF TECHNOLOGY INDORE

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

CONTRACT DOCUMENTS FOR UTTAR PRADESH POWER TRANSMISSION CORPORATION LIMITED ELECTRICITY CIVIL TRANSMISSION DIVISION MUZAFFARNAGAR

REQUEST FOR PROPOSAL. For

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

THE KERALA STATE CIVIL SUPPLIES CORPORATION LIMITED MAVELI BHAVAN, GANDHI NAGAR, KOCHI-20 NO-P /12 DATED: 6/3/2013

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

Notice for inviting E-Tender for hiring of vehicles

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

Onda Panchayat Samiti Karyalaya Onda,Bankura

TENDER FOR SUPPLY OF PRE-PRINTED THERMAL PAPER ROLL USED FOR BRTS IBUS ETM MACHINE WITH BRANDING RIGHTS

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

SUPPLY OF MEDICINAL GASES FOR THE YEAR

Tender. for. Indian Institute of Technology Jodhpur

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

RESERVE BANK OF INDIA Human Resource Management Department Civil Lines, Nagpur

TERMS & CONDITIONS OF E-TENDER/ CONTRACT FOR

BHARAT HEAVY ELECTRICALS LIMITED,

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

INDIAN INSTITUTE OF TECHNOLOGY INDORE

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

MUNICIPAL CORPORATION AKOLA

UV-Visible Spectrophotometer

ESI CORPORATION MODEL HOSPITAL

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

Transcription:

Municipal Corporation Yamuna Nagar-Jagadhri PUBLIC NOTICE/TENDER NOTICE Municipal Corporation Yamunanagar-Jagadhri hereby invites online bids on its website: https://mcynr.haryanaeprocurement.gov.in from the Eligible Contractors/Firms enlisted on the approved list of Haryana State PWD, CPWD, HUDA, HSAMB, Municipalities etc. having expertise and experience in completion of the similar works in Single Stage Two Cover System i.e. Request for Pre-Qualification/Technical Bid (online Bid under PQQ / Technical Envelope) and Request for Financial Bid (Comprising of Price Bid Proposal under online available Commercial Envelope):- SR. NO. NAME OF DEPARTMENT/BOA RD/CORP./AUTH NAME OF WORK/NOTICE/TENDER OPENING DATE CLOSING DATE (TIME) AMOUNT/EMD (APPROX.) in Rupees Bid Docoument cost in Rs. Society EMD Contractor Time Limit WEBSITE OF THE NODAL OFFICER/CONTACT DEPARTMENT/BOARD/COR DETAILS/EMAIL P.AUTH TENDERREF.N O / TENDER NO 1 Municipal Corporation Yamunanagar- Jagadhri. Supply of ready mixed bituminous concrete Bags for Patach works in ward no. 13, 14 & 15 04.01.2019 from 4:30 PM to 11.01.2019 upto 3:00 PM 312500 1000+590= 1590 3125 6250 1 Month https://mcynr.haryanaepr ocurement.gov.in/ Executive Engineer, Mobile No:- 9818656867 Email id:- xen.mcynr@gmail.com 2 Municipal Corporation Yamunanagar- Jagadhri. Supply of material & Laying of patch work in ward no. 13, 14 & 15 04.01.2019 from 4:30 PM to 11.01.2019 upto 3:00 PM 90120 1000+590= 1590 901.2 1802.4 1 Month https://mcynr.haryanaepr ocurement.gov.in/ Executive Engineer, Mobile No:- 9818656867 Email id:- xen.mcynr@gmail.com 3 Municipal Corporation Yamunanagar- Jagadhri. Supply of ready mixed bituminous concrete Bags for Patach works in ward no. 12, 16 & 22 04.01.2019 from 4:30 PM to 11.01.2019 upto 3:00 PM 375000 1000+590= 1590 3750 7500 1 Month https://mcynr.haryanaepr ocurement.gov.in/ Executive Engineer, Mobile No:- 9818656867 Email id:- xen.mcynr@gmail.com 4 Municipal Corporation Yamunanagar- Jagadhri. Supply of material & Laying of patch work in ward no. 12, 16 & 22 04.01.2019 from 4:30 PM to 11.01.2019 upto 3:00 PM 76260 1000+590= 1590 762.6 1525.2 1 Month https://mcynr.haryanaepr ocurement.gov.in/ Executive Engineer, Mobile No:- 9818656867 Email id:- xen.mcynr@gmail.com,-sd- Executive Engineer, Municipal Corporation Yamunanagar-Jagadhri.

Time Table for Tender Notice For Contractor and L & C Societies. Both. (For Sr. No. 1 to 4 ) Sr. No. Description Start Date & Time of Bid Preparation/Submission End Date & Time of Bid Preparation & Submission Opening of Technical Bid Opening of Financial Bid 1. For Works at Sr. No. 1 to 4 04.01.2019 (4:30 PM) 11.01.2019 (3:00 PM) 11.01.2019 (04:00 PM) 11.01.2019 (04:00 PM) Note :- 1. Tender will be opened as per the Key Dates. 2. The Detailed Tender Notice and Tender Document can be seen on website: https://mcynr.haryanaeprocurement.gov.in or www.mcynr.com or downloaded online from the Portal: https://mcynr.haryanaeprocurement.gov.in by the Firms/Individual registered on the Portal. 3. An e-servicing fee of Rs. 1000/- other than tender fee will be charged as per Govt. Instructions. 4. Possession of Digital Signature Certificate (DSC) and Registration of the Contractors on the portal i.e. https://mcynr.haryanaeprocurement.gov.in is a Pre-requisite for e-tendering. 5. If the Contractor/Agency did not submit its EMD/Tender fee online through e-challan within stipulated time period. They will not be allowed to proceed for further tender process. 6. Special Concessions and Benefits will be given to Micro, Small and Medium Enterprises (MSME) in case of Procurement of Goods & Services supplied by MSMEs as per the rules of Govt. A certificate from Appropriate Authority needs to be submitted along with. 7. Application for Tender Documents must accompany with an Attested Copy of Registration Certificate of the Contractor. 8. Commissioner, Municipal Corporation, Yamunanagar-Jagadhri reserves the right to reject any or all the tenders without assigning any reason. 9. The Societies have to submit resolution, Duly Attested by the Registrar of Societies or Authorized agent. 10. Bitumen/Cement/Bricks and all other materials shall be arranged by the contractors/ society themselves & work shall be executed with Hot Mix Plant & Paver. 11. The payment shall be made after testing of samples from ANY GOVT. APPROVED LAB as per actual work done at site with quality and quantity on both (HSR+NS). The samples may be collected any time, during or after the execution of work. 10. For any other queries, Executive Engineer, Municipal Corporation Yamunanagar-Jagadhri may be contacted on Tel No. 01732-237841, 9818656867. 11. As the Bids are to be submitted online and are required to be encrypted and digitally signed, the Bidders are advised to obtain Digital Signature Certificate (DSC) at the earliest. For Further details, the Bidders should follow Instruction to the Bidder, given in DNIT on the above said portal. 12. The Agency/Contractor has to quote the rates separate on HSR items and separate on N.S. Items. 13. For the work at Sr. No. 1 & 3 Only manufactures/authorized dealer are allowed. Executive Engineer Municipal Corporation, Yamunanagar-Jagadhri..

Terms and Conditions 1. Contractor/Agency/Society has to submit its EMD/Tender fee and e-service Fee online through e- Challan within stipulated time period. 2. Special Concessions and Benefits will be given to Micro, Small and Medium Enterprises(MSME) in case of Procurement of Goods & Services supplied by MSMEs as per the rules of Govt. A certificate from Appropriate Authority needs to be submitted alongwith. 3. Interested bidders can purchase the tender document online from website https://mcynr.haryanaeprocurement.gov.in. 4. The Commissioner, Municipal Corporation, Yamunanagar-Jagadhri reserves the right to reject or accept any tender in full or part even without assigning any reason. 5. The agency has to do the work strictly as per the specifications. In case any deficiency in the work is noticed during the inspection of work/testing at any time in future, the agency personally will be responsible instead of any Municipal Official. The agency is liable to pay for any recovery due to deficiency in the work executed by that agency. 6. The work should strictly be completed within the prescribed time limit failing which action under clause-2 will be initiated. If the work is not completed within the prescribed time limit, 3% of the Estimated Cost will be charged as penalty and thereafter 1% extra per month will be charged in addition to the latter one, subject to the maximum 10% of the estimated cost. 7. In case of any dispute, the orders of Commissioner, Municipal Corporation Yamunanagar- Jagadhri shall be final. 8. The final payment of agency will be made after receiving the Sample Report and Inspection of Monitoring Committee. 9. The quantity of work can be increased /decreased as per the site conditions. 10. No material will be supplied by the department. 11. Defect Liability Period (DLP) for each development work shall be 3 years. Moreover, Contractor shall be liable to rectify any defect occurred due to differential settlement of sub grade/base of street/roads due to laying of water supply line and sewerage during DLP. No extra payment shall be claimed by contractor for relaying of IPB blocks in such differentially settled part of road. 12. Earnest Money Deposit(EMD) to be deposited in the form of RTGS and not in the form of Bank Guarantee and shall be refunded after submission of PBG by contractual agency. 13. Performance Bank Guarantee (PBG) shall be deposited by the bidding agency @5% of estimates cost of project in the form of Bank Guarantee which shall be refunded after completion of DLP. 14. Security for running bills shall be deducted @5% and shall be refunded after completion of DLP. 15. The amount in lieu of ESI & PF if recoverable at any time shall be born by the Agency.

16. If at the time of submission of E-tenders, any error occurs due to technical reason of the website, Municipal Corporation, Yamunanagar-Jagadhri will not be responsible. 17. Agencies should note that online tenders will only be submitted at the fore said website https://mcynr.haryanaeprocurement.gov.in as per the details/instructions uploaded therein. 18. No Bitumen escalation shall be given for job mix formula in bituminous work. 19. The Contractor/Society/Agency has to declare and enclose the documents related to annual turnover of more than One Crore Rupees for Tenders above Fifty Lacs along with PAN/TIN No/GST, Address Proof and Bank Solvency etc. 20. Further information and schedule of quantities, the detailed plans and specifications can be seen in the office during the office hours. 21. Tender should be quoted at a percentage above or below the rate as per detailed estimate/dnit. 22. The successful tenderer shall have to sign an affidavit to the effect that they have no relation or connection with firm contractor blacklisted by Municipal Corporation,Yamuna Nagar-Jagadhri, from time to time. 23. The EMD for the tender will not be returned to the contractors/firms till the acceptance of work. 24. GST or any other Statutory Deductions applicable as per Govt. rules shall be deducted from the bills of the contractor. 25. The Superintending Engineer/Executive Engineer / Municipal Engineer have the power to change any specifications, any terms as per the site requirement. 26. The quality control tests will be got done by department and the material for such tests will be supplied by the contractor free of cost. In case the material is not found up to the requirement, the same will be rejected. 27. Any items of work not provided in the contract schedule of rates, if required to be executed will be paid as per Haryana PWD Schedule of rates 1988, together with the ceiling premium exhibited in the NIT for various Chapters subject to premium or discount tendered by the contractor, wherein the item exist in Haryana PWD schedule of rates, 1988. The Dept. reserves the option to take away any item of work or any part thereof at any time during the currency of contractor and re allot to another contractor with due notice to the contractor without liability of compensation. 28. The agency has to get inspected the bed of the street/road to the Engineer in charge before laying lean concrete/any sort of layer. 29. The agency has to use 43 grade O.P.C cement bag. 30. Contractor/Agency/Society is required to provide Cautionary Measurement/Sign Boards etc. during execution of work, and are fully responsible for any loss/compensation in case of accident, misshapen at the site of work. 31. In case of bituminous works every payment will be done after the satisfactory report of the 3rd party.

32. The Contractor has to start the work immediately and make an agreement with the Municipal Corporation, Yamuna Nagar-Jagadhri within a week after receipt of the work order. It is responsibility of the Contractor. 33. The agency has to complete the work as per specifications and within the stipulated time period. 34. The Contractor will be bound to follow all the conditions written in the tender form MW4, D.N.I.T. and tender notice. 35. The societies will have to submit an undertaking stating the name of one of members of the society as the representative of the society who will represent the society in this office for day to day affairs of the Municipal Corporation. 36. Vibrator/rubber mold Interlocking paver blocks (M-35) to be provided by the executing agency for P/L of interlocking paver blocks (Tiles to be used shall be of ISI MARK) works. 37. PVC Pipe to be used shall be of ISI MARK. 38. All Terms & Conditions mentioned in MW-4 are bindings on the Contractors/Agency. 39. Contractor/Agency has to submit excise paid/gst bill and sale tax invoice of ISI Mark Tiles before payment of bill. 40. The rate quoted by Contractor/Firm should be included of all taxes. 41. The Agency/Contractor has to quote the percentage rates on the item taken in BOQ/DNIT. 42. Contractor/Agency/Society now has to pay GST on tender documents fee. The tender document fee is inclusive of GST. 43. The scope of work taken in the DNIT/Estimate maybe amended/changed i.e. increase, decrease in qty, introduction of new item, (HSR or NS) as per the actual condition of the site and agency/contractor is bound to execute the same on the existing rates taken in the BOQ/DNIT or incase of extra items which are not in the contract the work shall be executed at market rate including GST plus 10 % contractor profit. 44. Contractor/Agency/Society now has to pay GST on tender documents fee. The tender document fee is inclusive of GST. 45. The Agency shall have to upload his email address as well as postal address along with technical bid. 46. The agency has to depute one surveyor & One Junior Engineer, with an automatic dumpy level to prepare the level sheets before starting the work at his own cost. 47. All level sheet are to be got verified from engineer incharge of Municipal Corporation Yamunanagar-Jagadhri.

48. Every payment will be done according to the level sheets of the garbage. 49. The agency has to draw the X-section & L-section of the site at his own level/cost. 50. For the execution of work the agency has to provide one poclane at his own cost with necessary staff. 51. The agency has to provide all necessary safety equipments to every worker/staff at his own cost. Executive Engineer Municipal Corporation, Yamunanagar-Jagadhri

Special Instruction for online bin Preparation Under this process, the Pre-qualification/ Technical online bid Application as well as online Price Bid shall be invited at single stage under two covers i.e. PQQ/Technical & Commercial Envelope. Eligibility and qualification of the Applicant will be first examined based on the details submitted online under first cover (PQQ or Technical) with respect to eligibility and qualification criteria prescribed in this Tender document. The Price Bid under the second cover shall be opened for only those Applicants whose PQQ/ Technical Applications are responsive to eligibility and qualifications requirements as per Tender document. 1. The payment for Tender Document Fee and e-service Fee shall be made by eligible bidders online directly through Debit Cards & Internet Banking Accounts and the payment for EMD can be made online directly through RTGS/NEFT available at the Single e-procurement portal of GoH (Govt. of Haryana) and also mentioned under the Tender Document. 2. Intending bidders will be mandatorily required to online sign-up (create user account) on the website https://haryanaeprocurement.gov.in to be eligible to participate in the e-tender. He/She will be required to make online payment of towards EMD fee in due course of time. The intended bidder fails to pay EMD fee under the stipulated time frame shall not be allow to submit his / her bids for the respective event / Tenders. 3. The interested bidders must remit the funds at least T+1 working day (Transaction day + One working Day) in advance i.e. on or before; and make payment via RTGS /NEFT to the beneficiary account number specified under the online generated challan. The intended bidder / Agency thereafter will be able to successfully verify their payment online, and submit their bids on or before the expiry date & time of the respective events/tenders at https://haryanaeprocurement.gov.in The interested bidders shall have to pay mandatorily e-service fee (under document fee Non refundable) of Rs.1000/- (Rupee One Thousand Only) online by using the service of secure electronic gateway. The secure electronic payments gateway is an online interface between bidders & online payment authorization networks. The Payment for document fee/ e-service fee can be made by eligible bidders online directly through Debit Cards & Internet Banking. The Bidders can submit their tender documents (Online) as per the dates mentioned in the key dates:- Important Note: 1) The Applicants/bidders have to complete Application / Bid Preparation & Submission stage on scheduled time as mentioned above. If any Applicant / bidder failed to complete his / her aforesaid stage in the stipulated online time schedule for this stage, his / her Application/bid status will be considered as Applications / bids not submitted. 2) Applicant/Bidder must confirm & check his/her Application/bid status after completion of his/her all activities for e-bidding. 3) Applicant/Bidder can rework on his/her bids even after completion of Application/Bid Preparation & submission stage (Application/Bidder Stage), subject to the condition that the rework must take place during the stipulated time frame of the Applicant/Bidder Stage. 4) In the first instance, the online payment details of tender document fee + e-service and EMD & PQQ/Technical Envelope shall be opened. Henceforth financial bid quoted against each of the item by the shortlisted bidder/ Agency wherever required shall be opened online in the presence of such bidders/ Agency who either themselves or through their representatives choose to be present. The bidder can submit online their bids as per the dates mentioned in the schedule/key Dates above.

1. Eligibility Criterion: A) The eligible contractors /firms enlisted on the approved list of Haryana State PWD, CPWD, HUDA, HSAMB/IRRIGRATION M.E.S., Railways, and others Central Governments or State Governments/State etc. 2. Bid documents can be downloaded online from the portal https://mcynr.haryanaeprocurement.gov.in by the Agencies/ Contractor/ L&C ( Societies) registered on the Portal. The bids to be submitted online are required to be digitally signed, the bidders are therefore advised to obtain Digital Signature at the earliest. For further details, terms and conditions please visit the website https://mcynr.haryanaeprocurement.gov.in. 3. The Bidders are therefore required to keep the scanned copies of prequalification and other documents of the above mentioned documents ready. The bids shall be submitted online in two separate envelopes: Envelope 1: Technical Bid The bidders shall upload the required eligibility & technical documents online in the Technical Bid. Envelope 2: Commercial Bid The bidders shall quote the prices in price bid format under Commercial Bid. 4. The contractual agencies should submit their tender documents (Online) strictly as per schedule dates. 5. In case, the day of opening of tenders happens to be holiday, the tenders will be opened on the next working day. The time and place of receipt of tenders and other conditions will remain unchanged. 6. The L & C societies shall produce an attested copy of the resolution of the Co-Operative department for submission of online bids in the e-tendering system and should be submitted physically to MC Sonipat office along with other Bid documents. 7. The tender of the bidder who does not satisfy the qualification criteria in the bid documents are liable to be rejected summarily without assigning any reason and no claim whatsoever on this account will be considered. 8. If any tenderer, modifies or withdraws his tender subsequent to submitting it to the Municipal Corporation while on one hand he is liable to be blacklisted, on the other hand his earnest money shall be forfeited without prejudice to other rights and remedies available to the MC. 9. The approval of the acceptance of tender will rest with the concerned competent authority who does not bind himself to accept the lowest tender and reserves to himself the authority to reject any or all of tenders received without the assignment of any reason. 10. Sales / works Tax, Income Tax, Labour cess or any other tax will be deducted from the bills of contractor as per the instructions of the Govt.

Instructions to bidder on Electronic Tendering System These conditions will over-rule the conditions stated in the tender documents, wherever relevant and applicable. 1. Registration of bidders on e-procurement Portal:- All the bidders intending to participate in the tenders process online are required to get registered on the centralized e - Procurement Portal i.e. https://haryanaeprocurement.gov.in. Please visit the website for more details. 2. Obtaining a Digital Certificate: 2.1) The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. These Digital Certificates are issued by an Approved Certifying Authority, by the Controller of Certifying Authorities, Government of India. 2.2) A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant s PAN Card) and Address proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be issued. For more details please visit the website https://haryanaeprocurement.gov.in. 2.3) The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or Sub-certifying Authority authorized by the Controller of Certifying Authorities or may obtain information and application format and documents required for the issue of digital certificate from. 2.4) The bidder must ensure that he/she comply by the online available important guidelines at the portal https://haryanaeprocurement.gov.in for Digital Signature Certificate (DSC) including the e-token carrying DSCs. 2.5) Bid for a particular tender must be submitted online using the digital certificate (Encryption & Signing), which is used to encrypt and sign the data during the stage of bid preparation. In case, during the process of a particular tender, the user loses his digital certificate (due to virus attack, hardware problem, operating system or any other problem) he will not be able to submit the bid online. Hence, the users are advised to keep a backup of the certificate and also keep the copies at safe place under proper security (for its use in case of emergencies). 2.6 In case of online tendering, if the digital certificate issued to the authorized user of a firm is used for signing and submitting a bid, it will be considered equivalent to a no-objection certificate /power of attorney / lawful authorization to that User. The firm has to authorize a specific individual through an authorization certificate signed by all partners to use the digital certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm in the department tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm. 2.7 In case of any change in the authorization, it shall be the responsibility of management / partners of the firm to inform the certifying authority about the change and to obtain the digital signatures of the new person / user on behalf of the firm / company. The procedure for application of a digital certificate however will remain the same for the new user. 2.8 The same procedure holds true for the authorized users in a private/public limited company. In this case, the authorization certificate will have to be signed by the directors of the company. 3. Pre-requisites for online bidding: In order to operate on the electronic tender management system, a user s machine is required to be set up. A help file on system setup/pre-requisite can be obtained from Nextenders (India) Pvt. Ltd. or downloaded from the home page of the website - https://haryanaeprocurement.gov.in.. The link for downloading required java applet & DC setup are also available on the Home page of the e-tendering Portal. 4. Online Viewing of Detailed Notice Inviting Tenders: The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the tenders floated through the single portal eprocurement system on the Home Page at https://haryanaeprocurement.gov.in. 5. Download of Tender Documents: The tender documents can be downloaded free of cost from the eprocurement portal https://haryanaeprocurement.gov.in 6. Key Dates: The bidders are strictly advised to follow dates and times as indicated in the online Notice Inviting Tenders. The date and time shall be binding on all bidders. All online activities are time tracked and the system enforces time locks that ensure that no activity or transaction can take place outside the start and end dates and the time of the stage as defined in the online Notice Inviting Tenders. 7. Online Payment of Tender Document Fee, eservice fee, EMD fees & Bid Preparation & Submission (PQQ/ Technical & Commercial/Price Bid): i) Online Payment of Tender Document Fee + e-service fee: The online payment for Tender document fee, eservice Fee & EMD can be done using the secure electronic payment gateway. The Payment for Tender Document Fee and eservice Fee shall be made by bidders/ Vendors online directly through Debit Cards & Internet Banking Accounts and the Payment for EMD shall be made online directly through RTGS / NEFT. The secure electronic payments gateway is an online interface between contractors and Debit card / online payment authorization networks. ii). PREPARATION & SUBMISSION Of online APPLICATIONS/BIDS:

Detailed Tender documents may be downloaded from e-procurement website (https://haryanaeprocurement.gov.in) and tender mandatorily be submitted online. Scan copy of Documents to be submitted/uploaded for Prequalification or Technical bid under online PQQ/ Technical Envelope: The required documents (refer to DNIT) shall be prepared and scanned in different file formats (in PDF /JPEG/MS WORD format such that file size is not exceed more than 10 MB) and uploaded during the on-line submission of PQQ or Technical Envelope. FINANCIAL or Price Bid PROPOSAL shall be submitted mandatorily online under Commercial Envelope and original not to be submitted manually) 8. ASSISTANCE TO THE BIDDERS:- Technical Support Assistance will be available between 09:00 am To 5:30 pm From Monday to Friday -0172-2582008, 2582009. Office will remain closed on Saturday, Sunday and National Holidays. Important Note:- All queries would require to be registered at our official email- chandigarh@nextenders.com for on-time support. (Only those queries which are sent through email along with appropriate screenshots or error description will be considered as registered with the Help-desk). Contact our helpdesk on or before prior to 4 hours of the scheduled closing date & time of respective e-auction/ Tender event. For queries pertaining to epayment of EMD, please contact the helpdesk at least 2 business days prior to the closing date & time of eauction/tender event. Help-desk support will remain closed during lunch break i.e. from 1:30 PM up to 2:15 PM on each working day. Office Address for Training workshop on 1 st, 2 nd Wednesday (from 3:30 pm up to 5:00 pm) of each month Nextenders India Pvt.Ltd Municipal Corporation Faridabad Near B.K.Chowk, Opp. B.K.Hospital NIT, Faridabad Contact for Training +91-9310335475 Nextenders India Pvt.Ltd Public Health Division No 2 Hisar, Model Town, Opp. N.D Gupta Hospital, Hisar Contact for Training +91-9034357793 Nextenders (India) Pvt. Ltd. Nirman Sadan (PWD B&R) Plot No.- 01, Basement, Dakshin Marg, Sec- 33 A, Chandigarh -160020 Contact for Training -0172-2582008,2009 Help Desk contact details for Saturday and Sunday are as under for escalation Level-1 1.Mr.Lalit Saini 9034357793 Email Chandigarh@nextenders.com Timings- 9:00 am to 5:30 pm 2.Mr. Tinku Singh-9310335475 Email Chandigarh@nextenders.com Timings-9:00 am to 5:30 pm NOTE:- Bidders participating in online tenders shall check the validity of his/her Digital Signature Certificate before participating in the online Tenders at the portal https://haryanaeprocurement.gov.in. For help manual please refer to the Home Page of the e-procurement website at https://haryanaeprocurement.gov.in, and click on the available link How to...? to download the file.

Guideline for Online Payments in e-tendering Post registration, bidder shall proceed for bidding by using both his digital certificates (one each for encryption and signing). Bidder shall proceed to select the tender he is interested in. On the respective Department s page in the e-tendering portal, the Bidder would have following options to make payment for tender document & EMD: A. Debit Card B. Net Banking C. RTGS/NEFT Operative Procedures for Bidder Payments A) Debit Card The procedure for paying through Debit Card will be as follows. (i) Bidder selects Debit Card option in e-procurement portal. (ii) The e-procurement portal displays the amount and the card charges to be paid by bidder. The portal also displays the total amount to be paid by the bidder. (iii) Bidder clicks on Continue button (iv) The e-procurement portal takes the bidder to Debit Card payment gateway screen. (v) Bidder enters card credentials and confirms payment (vi) The gateway verifies the credentials and confirms with successful or failure message, which is confirmed back to e-procurement portal. (vii) The page is automatically routed back to e-procurement portal (viii) The status of the payment is displayed as successful in e-procurement portal. The e-procurement portal also generates a receipt for all successful transactions. The bidder can take a print out of the same, (ix) The e-procurement portal allows Bidder to process another payment attempt in case payments are not successful for previous attempt. B) Net Banking The procedure for paying through Net Banking will be as follows. (i) Bidder selects Net Banking option in e-procurement portal. (ii) The e-procurement portal displays the amount to be paid by bidder. (iii) Bidder clicks on Continue button (iv) The e-procurement portal takes the bidder to Net Banking payment gateway screen displaying list of Banks (v) Bidder chooses his / her Bank (vi) The Net Banking gateway redirects Bidder to the Net Banking page of the selected Bank (vii) Bidder enters his account credentials and confirms payment (viii) The Bank verifies the credentials and confirms with successful or failure message to the Net Banking gateway which is confirmed back to e-procurement portal. (ix) The page is automatically routed back to e-procurement portal (x) The status of the payment is displayed as successful in e-procurement portal. The e-procurement portal also generates a receipt for all successful transactions. The bidder can take a print out of the same. (xi) The e-procurement portal allows Bidder to process another payment attempt in case payments are not successful for previous attempt. C) RTGS/ NEFT The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using this module, bidder would be able to pay from their existing Bank account through RTGS/NEFT. This would offer a wide reach for more than 90,000 bank branches and would enable the bidder to make the payment from almost any bank branch across India. I. Bidder shall log into the client e-procurement portal using user id and password as per existing process and selects the RTGS/NEFT payment option. ii. Upon doing so, the e-procurement portal shall generate a pre-filled challan. The challan will have all the details that is required by the bidder to make RTGS-NEFT payment. iii. Each challan shall therefore include the following details that will be pre-populated: Beneficiary account no: (unique alphanumeric code for e-tendering) Beneficiary IFSC Code: Amount: Beneficiary bank branch: Beneficiary name: iv. The Bidder shall be required to take a print of this challan and make the RTGS/NEFT on the basis of the details printed on the challan. v. The bidder would remit the funds at least T + 1 day (Transaction + One day) in advance to the last day and make the payment via RTGS / NEFT to the beneficiary account number as mentioned in the challan. vi. Post making the payment, the bidder would login to the e-tendering portal and go to the payment page. On clicking the RTGS / NEFT mode of payment, there would be a link for real time validation. On clicking the same, system would do auto validation of the payment made. Sr no. Scenario Do's / Don t's

Do s It is the bidder s responsibility to ensure that RTGS/NEFT payments are made to the exact details as mentioned in the challan which are: 1) Beneficiary account no: <client code> + <random number> 2) Beneficiary IFSC Code: As prescribed by ICICI Bank (this shall remain same across all tenders) 3) Amount: As mentioned on the challan. It is specific for every tender/transaction 4) Beneficiary bank branch: ICICI Bank Ltd, CMS 5) Beneficiary name: As per the challan For every tender, details in the challan are different and specific to that tender only. Bidder should not make use of a challan for making payment for another tenders EMD It is advised that all the bidders make payment via RTGS/NEFT at least one day in advance to the last day of tender submission as certain amount of time is required for settlement and various parites are involved. The payment may not be available for the bidder validation. In such cases bidder may not be able to submit the tender Bidder has to make only single payment against a challan as per the amount mentioned on the challan. Bidder must do the payment before tender validity gets expired 1 In the event of making Payment through NEFT/RTGS Don t s Bidder should not enter erroneous details while filling the NEFT/RTGS form at their bank. The following possibilities may arise: 1) Incorrect IFSC code mentioned:- Transaction would be rejected and the amount would be refunded back in to the bidders account 2) Incorrect Beneficiary account number mentioned(<client code> + <random number>):- a) In case, the beneficiary account number mentioned is incorrect the transaction would be rejected and the bid would not be accepted. 3) Incorrect Amount mentioned: The amount would be rejected if the amount mentioned in while making the payment is incorrect. Such cases will be captured as unreconciled transactions and will be auto-refunded directly to bidder s account. In the event of any discrepancy, payment would not be considered and bidder would not be allowed to bid/ participate. Bidder is not supposed to use challan generated in one tender for payment against another tender since details in the challan are unique to the tender and bidder combination. Bidder must not make multiple or split payments against a particular challan. Any split payment received against the same challan will be refunded back to the bidder. Bidder would not be entitled to claim that he is deprived of participating in the tender because his funds are blocked with the division on account of incorrect payment made by the bidder

CONDITIONS OF CONTRACT Clause-1 Security deposit. this will be the same percentage as that tender at (d) of Pre-page: The person/persons whose tender may be accepted (hereinafter called contractor) shall deposit an amount equal to ten percent of the estimated cost of the work with the Executive Engineer (Earnest money shall be accounted for as per memorandum) within 10 days of the acceptance of the tender by way of security deposit, in case of a default, the earnest money already lying with the Executive Engineer shall stand absolutely forfeited to the MUNICIPAL CORPORATION, YAMUNANAGAR-JAGADHRI. or his successor in office and the contract, shall stand terminated or in the alternative at the discretion of the Engineer-in charge, the contractor may be required to permit MUNICIPAL CORPORATION, YAMUNANAGAR-JAGADHRI. at the time of making any payment to him for the work done under the contract to deduct such sum as will (with the earnest money deposit by him) amount of 10% of all money payable. Such deductions to be held by MUNICIPAL CORPORATION, YAMUNANAGAR- JAGADHRI. by way of security deposit. All compensation or other sums of money payable by the contractor to MUNICIPAL CORPRA-TION, YAMUNANAGAR-JAGADHRI. under the terms of this contract may be deducted from his security deposit or from any sums which may be due or become due to the contractor by MUNICIPAL CORPORATION, YAMUNANAGAR-JAGADHRI. on any account whatsoever, and in the event of his security deposit or from any sums which may be due or become due to the contractor by MUNICIPAL CORPORATION, YAMUNANAGAR-JAGADHRI. on any account whatsoever, and in the event of his security deposit being reduced by reason of any such deduction the contractor shall within 10 days thereafter make good in cash as aforesaid any sum or sums may have been deducted from his security deposit or any part thereof. Clause-2 Compensation of delay: The time allowed for carrying out the works as entered in the tender shall be strictly observed by the contractor and shall be reckoned from the date on which the order to commence work is given to the contractor. The work shall through out the stipulated period of the contract be proceeded with all due diligence (time being deemed to be the essence of the contract on part of the contractor) and the contractor shall pay as compensation an amount of the equal to one percent which the Executive Engineer-in-charge may levy on the amount of the estimated cost of the whole work as shown by the tender for everyday that the work remains uncommenced or unfinished, after the proper dates. And, further to ensure good progress during the execution of the work, the contractor shall be bound in all cases in which the time allowed for any work exceeds one month, to complete one fourth of the whole of the work before one fourth of the whole time allowed under the contact has elapsed; one half of the work, before one half of such time has elapsed; and three-fourth of the work, before threefourth of such time has elapsed. In the event of the contractor failing to comply with this condition, he shall be liable to pay as compensation an amount equal to one percent which the Engineer-in-charge may levy on the said estimated cost of the whole work for everyday that the due quantity of work remains incomplete; provided always that the entire amount of compensation to be paid under the provision of this clause shall not exceed ten percent on the estimated cost of work as shown in the tender. The Superintending Engineer MUNICIPAL CORPORATION, YAMUNANAGAR-JAGADHRI. may on representation from the contractor reduce the amount of compensation and his decision in writing shall be final. Clause-3 Action when whole of security deposit is forfeited In any case in which under any clause or clauses of this contract the contractor shall have rendered himself liable to pay any compensation to the Executive Engineer on behalf of the MUNICIPAL CORPORATION, YAMUNANAGAR-JAGADHRI shall have power to adopt any of the following courses as he may deem best suited to the interests of MUNICIPAL CORPORATION, YAMUNANAGAR- JAGADHRI Page 1

(a) To rescind the contract of which recision notice in writing to the contractor under the hand of Executive Engineer shall be conclusive evidence, and in which case the security deposit of the contractor shall stand forfeited, and be absolutely at the disposal of the MUNICIPAL CORPORATION, YAMUNANAGAR-JAGADHRI (b) To employ labour paid by the MUNICIPAL CORPORATION, YAMUNANAGAR-JAGADHRI. and to supply material to carry out the work, or any part of the work, debiting the contractor with the cost of the labour and the price of the materials (as to the amount of which cost and price a certificate of the Executive Engineer shall be final and conclusive against the contractor), and crediting him with the value of the work done, in all respects in the same manner and at the same rates as if it had been carried out by the contractor under the terms of his contract; The certificate of the Executive Engineer as to the value of the work done shall be final and conclusive against the contractor. (c) To measure up the work of the contractor, and to take such part thereof as shall be unexecuted out of his hands, and to give it to another contractor to complete, in which case any expenses which may be incurred in excess of the sum which would have been paid to the original contractor if the whole work had been executed by him ( as to the amount of which excess the certificates in writing of the Executive Engineer shall be final and conclusive) shall be borne and paid by the original contractor, and may be deducted from any money due to him by MUNICIPAL CORPORATION, YAMUNANAGAR-JAGADHRI. under the contract or otherwise or from his security deposit or the proceed of sale thereof, or a sufficient part thereof. In the event of any of the above courses being adopted by the Executive Engineer, the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials, or entered into any engagements, or made any advances on account of, or with a view to, the execution for the work or the performance of the contract; and, in case the contract shall be rescinded under the provision aforesaid, the contractor shall not be entitled to recover or be paid and sum for any work therefore actually performed under this contract unless and until the Executive Engineer shall have certified in writing the performance of such work and the value payable in respect thereof, and the contractor shall only be entitled to be paid the value so certified. Clause-4 Contractor remains liable to pay compensation if action not taken under Clauses 3: In any case in which any of the powers conferred upon the Executive Engineer by clause 3 hereof shall have become exercisable and the same are not exercised, the non exercise thereof shall not constitute waiver of any of the conditions hereof, and such powers shall, not withstanding be exercisable in the event of any future case of default by the contractor for which by any clause or clauses hereof he is declared liable to pay compensation amounting to the whole of his security deposits, and the liability of the contractor for past and future compensation shall remain unaffected. Power to take possession or require removal or sell contractor s plant: In the event of the Executive Engineer putting in force either of the power (a) or (c) vested in him under the proceeding clause, he may, if he so, desires, take possession of all or any tools, plant; materials and stores, in or upon the works, or the site thereof, or belonging to the contractor, or procured by him and intended to be used for the execution of the work or any part thereof, paying or allowing for the same in account at the contract rates, or in case of these not being applicable at current market rates to be certified by the Executive Engineer whose certificate there of shall be final otherwise the Executive Engineer may by notice in writing to the contractor or his clerk of the works, foreman or other authorized agent require him to remove such tools, plant, materials or stores from the premises (within a time to be specified in such notice); and in the event of the contractor s failing to comply with any such requisition, the Executive Engineer may remove them at the contractor s expenses or sell them by auction or private sale on account of the contractor and at his risk in all respects, and the certificate of the Executive Engineer as to the expense of any such removal, and the amount of the proceeds and expense of any such sale, shall be final and conclusive against the contractor. Page 2

Clause 5 Extension of time: if the contractor shall desire an extension of the time for completion of the work on the ground of his having been unavoidably hindered in its execution or on any other ground, he shall apply in writing to the Executive Engineer within 30 days from the date of the hindrance but before the expiry of the contractual period on account of which desires such extension as aforesaid, and the competent authority shall, if, in his opinion (which shall be final), reasonable grounds be shown therefore, authorise such extension of time, if any, as may, in his opinion, be necessary or proper. Clause 5 (a) Contractor to submit a return every month on any work claimed as extra: District rate mean the Haryana PWD Building and Road Branch rates for that District The contractor shall deliver in the office of the Executive Engineer on or before 10 th day of every month during the continuance of the work covered by his contract a return showing details of any work claimed for as extra, and such return shall also contain the value of such work as claimed by the contractor, which value shall be based upon the rates and prices in the contract of Schedule of Rates in force in the District for the time being. The contractor shall include in such monthly return particulars of all claims of whatever kind, however, arising which at the date thereof he has or may claim to have against the Executive Engineer or in respect of a manner arising out of execution of work and the contractor shall deemed to have waived all claims not included in such return and will have no right to enforce any such claim not so inclined whatever be the circumstances. Clause 6 Final Certificate: Without prejudice to the rights of MUNICIPAL CORPORATION, YAMUNANAGAR- JAGADHRI. under any clause hereinafter contain on completion of the work, the contractor shall be furnished with the certificate by the Executive Engineer (hereinafter call the Engineer-in-charge) of such completion, but no such certificate shall be given, nor shall the work be considered to be complete until the contractor shall have removed from premises on which the work shall be executed, all scaffolding, surplus materials and rubbish, and clean of the dirt, all woodwork, walls, floors other part of any building in, upon or about which the work is to be executed, or of which he may have had possession for the purpose of execution thereof, and the measurement in the said certificate shall be binding and conclusive against the contractor; If the contractor shall fail to comply with the requirements of this clause as to removal of scaffolding, surplus materials and rubbishs and cleaning of dirt on or before the date fixed for the completion of the work, the Engineer-in-charge may, at the expense of the contractor, remove such scaffolding, surplus materials and rubbish, and dispose of the same as he thinks fit, and clean of such dirt as aforesaid; and the contractor shall forthwith pay the amount of all expenses so incurred and shall have no claim in respect of such scaffolding or surplus materials as aforesaid, except for any sum actually realized by the sale thereof. Clause 7 Payments on intermediate certificates to be regarded as advances: No payment shall be made for works the estimated cost of less than one thousand Rs. till after the whole of the works shall have been completed and a certificate of completion is given. But in the case of works estimated to cost more than rupees on thousand the contractor shall on submitting the bill therefore, be entitled to receive a monthly payment proportionate to the part thereof then approved and passed by Engineer-in-charge, whose certificate of such approval and passing of the sum so payable shall be final and conclusive against the contractor; But all such intermediate payments shall be regarded as payments by way of advance against the final payments only and not as payment for the work actually done and completed, and shall not preclude the requiring of bad, unsound and imperfect or unskillful work to be removed an taken away and reconstructed, or re-erected, or be considered as an admission of the due performance of the contract, or any part thereof in any respect or the accruing of any claim, nor shall it conclude, determine or effect in any way the powers of the Engineer-in-charge under these terms and conditions or any of them as to the final settlement and adjustment of accounts or otherwise, or in any other way vary or affect the contract. The final bill shall be submitted by the contractor within one month of the date fixed for completion of the work, Page 3

Otherwise the Engineer-in-charge s certificate of the measurement shall be final and binding on all parties. The amount payable, however, shall be determined after pre-audit of the bill by the accounts Department otherwise the amount already determined by the Engineer-in-charge shall become binding on both parties. Both the Engineer-in-charge and the Accounts Department shall inform the contractors by registered post of the fact the movement of the final bill and the amount thereof. Clause-7(a) Security to be released 3 months after the payment of final bill: The deduction referred to in clause l herein before or such part-thereof as may be due to the contractor under this contract shall be payable to contractor after a period of three month has elapsed after the payment of final bill. Clause-8 Bills to be submitted monthly : A bill shall be submitted by the contractor each month on or before the date fixed by the Engineer-in-charge for all works executed in the previous month, and the Engineer-in-charge shall take, or cause to be taken, the requisite measurements for the purpose of having the same verified, and the claim, so far as admissible, adjusted, if possible, before the expiry of ten days from the presentation of the bill. If the contractor does not submit the bill with in the time fixed as aforesaid, the Engineer-in-charge may depute a subordinate to measure up the said work in the presence of the contractor, whose counter signature to the measurement list will be sufficient warrant, and the Engineer-in-charge may prepare a bill from such list which shall be binding on the contractor in all respect. Clause-9 Bill to be on printed format : The contractor shall submit all bills in triplicate on printed forms to be had on application from the office of the Engineer-in-charge and the charges in the bills shall always be entered at the rates specified in the tender, or, in the case of any extra work ordered in pursuance of these conditions, and not mentioned or provided for in the tender, at the rates hereinafter provided for such work. Clause-10 Store supplied : If the specification or the estimate of the work provides for the use of any special description of materials to be supplied from Engineer-in-charge s store, or, if it is required that the contractor shall use certain stores to be provided by the Engineer-in-charge (such materials & stores and the prices to be charged therefore hereinafter mentioned being, so far as practicable, for the convenience of the contractor, but not so as in any way to control the meaning or effect of this contract, specified in the schedule or memorandum hereto annexed), the contractor shall be supplied with such materials and stores as required from time to be used by him for the purpose of the contract only, and values of the full quantities of materials and stores, required from time to be used by him for the purpose of the contract only, and value of the full quantity of materials and stores so supplied at the rates specified in the said schedule or memorandum may be set off or deducted from any sums then due, or from the security deposit. All materials supplied to the contractor shall remain the absolute property of the MUNICIPAL CORPORATION,, and shall be kept in safe custody of contractor but shall not on any account be removed from the site of the work without the written permission of the Engineer-in-charge, and shall at all times be open to inspection by him. Any such materials unused and in perfectly good condition at the time of the completion of the contract, shall be returned to the Engineer-in-charge s store by a notice in writing under his hand he shall so required, but the contractor shall not be entitled to return any such materials unless such consent, and shall have no claim for compensation on account of any such materials so supplied to him as aforesaid being unused by him, or for any wastage in or damage to any such materials. Page 4