request for proposal...biodata of key personnel be given) yes/no 6 details of infrastructure...

101
PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person PIMPRI CHINCHWAD MUNICIPAL CORPOARTION ENVIRONMENT DEPARTMENT Short Tender Notice No -ENV/01/2017-18. REQUEST FOR PROPOSAL NAME OF WORK: Operation and Maintenance of Existing Mechanical Composting Plant along with Operations and Maintenance of Sanitary Landfill facility at Moshi for five years.

Upload: others

Post on 18-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

PIMPRI CHINCHWAD MUNICIPAL CORPOARTION

ENVIRONMENT DEPARTMENT

Short Tender Notice No -ENV/01/2017-18.

REQUEST FOR PROPOSAL

NAME OF WORK: Operation and Maintenance of Existing Mechanical Composting

Plant along with Operations and Maintenance of Sanitary Landfill facility at Moshi for five years.

Page 2: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Page 3: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Pimpri Chinchwad Municipal Corporation Pimpri-411018

Environment Department “Short Tender Notice No. ENV/01/2017-18”

REQUEST FOR PROPOSAL

1. RFP are here by invited for the “Operation and Maintenance of Existing Mechanical Composting Plant along with Operations and Maintenance of Sanitary Landfill facility for five years at Moshi.” as per Municipal Solid waste Management Rules, 2016, published by Ministry of Environment and Forests and Climate Change (MOEF&CC), GOI and as per manual of MSW management prepared by CPHEEO, from reputed contractors. The bidder shall have similar experience and shall have sound financial and technical strength. The detailed terms of Reference, qualification criteria are provided in the RFP document.

Name of Work Bid Security Performance Security Period Cost of Bid

document Operation and

Maintenance of Existing Mechanical

Composting Plant along with Operations and Maintenance of

Sanitary Landfill facility at Moshi for

five years.

Rs. 15,00,000/- Rs. 75 Lacs 60 months

Rs. 15,000/- (Non-refundable)

2. Joint Venture Consortium is not permitted. 3. The RFP documents are available on website “pcmcindia.gov.in” to the bidders with

registered key. To obtain the registration key the bidders are advised to contact Executive Engineer or his duly authorized representative. This official will guide interested bidders to document the authorization process to obtain the registration key.

4. The RFP document will be uploaded on the website on 16/06/2017, and will be taken off on 30/06/2017. The other details will be available on website during the period of Bid submission process.

5. Right to reject any or all the Bids is reserved by the competent authority. 6. Last date of submission of Bid is 30/06/2017 up to 15.00 Hrs. 7. Opening of Technical Bid on 30/06/2017 @ 16.00 Hrs. (If Possible) Advt. No. : 608 No.Env/1/kavi/464/2017 Dt.13/6/2017 Sd/-

COMMISIONER Pimri Chinchwad Municipal Corporation

Pimpri-411018.

Page 4: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

“ENVIRONMENTAL ENGINEERING DEPARTMENT” Name of the Work: Operation and Maintenance of Existing Mechanical Composting Plant along with Operations and Maintenance of Sanitary Landfill facility at Moshi for five years.

1. Cost of bid documents: Rs. 15000.00 2. Earnest Money Deposit Rs. 15,00,000/- 3. Performance Security Rs. 75,00,000/-

Commissioner Pimpri Chinchwad Municipal

Corporation

Page 5: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Tender : Operation and Maintenance of Existing Mechanical Composting Plant along with Operations and Maintenance of Sanitary Landfill facility at Moshi for five years. CHECK LIST To ensure that your offer submitted to PCMC is complete in all respects, please go through the following checklist & tick mark for the enclosures attached with your offer:

S.N. Description Remark Status Reference page no.

1 Letter of Application Yes/No

2 Scanned copies of Bank Gurantee/DDs/ Receipt of PCMC E-Payment system for Earnest money deposit , and tender fee

Yes/No

3 Tender document duly signed & sealed on every page, as a confirmation of acceptance of the terms & conditions of the tender.

Yes/No

4 Details of similar work done, work orders, and certificates from the clients, as per the Bid Evaluation Criteria of the tender document

Yes/No

5 Details of Technical staff available (Brief Biodata of key Personnel be given) Yes/No

6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No

7 Power of Attorney for Signing of Application as per Format given in tender document on a stamp paper of Rs.100 and duly notarized

Yes/No

8

Financial Capability Document as required in tender document Annual accounts viz. Profit & loss account, Audited Balance sheet of last three financial years showing net worth and turnover of company certified by Chartered Accountant.

Yes/No

9 IT returns for past three financial years duly certified by the Chartered Accountant Yes/No

10 Document showing status of the bidder viz. Registration of the Firm/Company/ NGO/ Society etc.

Yes/No

11 PAN CARD Yes/No

12 Registration Document under Provident Fund & ESI Rules (if required) Yes/No

Page 6: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

13

Affidavit regarding ability to arrange required number of manpower , vehicles, machineries, equipments etc. as per requirement of the contract, on a non judicial stamp paper of Rs. 100/- duly notarized .

Yes/No

14 Under taking narrating that bidder is not disqualified / black listed any where Yes/No

15

Affidavit regarding Any relationship with the Elected members of Municipal Corporation on a non judicial stamp paper of Rs. 100/- duly notarized

Yes/No

Page 7: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

SECTION-I

INSTRUCTIONS TO BIDDERS

GENERAL 1. Notice Inviting Bids 1.1. The Commissioner, Pimpri Chinchwad Municipal Corporation, invites online bids from

competent bidders for Operation and Maintenance of Existing Mechanical Composting Plant along with Operations and Maintenance of Sanitary Landfill facility at Moshi.

2. Objective

To comply with Solid Waste Management Rules, 2016. Improve the existing standards of public health and environmental quality by establishing efficient mechanism for processing of Municipal Solid Waste. Improve productivity of materials and equipment.

3. Scope of work 3.1. Mechanical Compost Plant

1. Required and necessary repairs (including all types of Civil, Electrical and Mechanical repairs) of Existing 500 Metric Tons / Day capacity mechanical compost plant.

2. Operation and maintenance of the Mechanical compost plant for Five Years as per Schedule II of Solid Waste Management Rules, 2016 and follow technical specifications as per CPHEEO 2016 SWM Manual Published by Ministry of Environment, Forests and Climate Change (MOEF&CC)

3. The scope includes processing of 500 Metric Tons / Day Municipal Solid Waste at Waste Disposal Site Moshi through existing compost plant.

4. It shall be the responsibility of operator to clean and sweep of entire area of plant. 5. Bidder shall be responsible for uninterrupted operation of the facility and make

arrangements for appropriate alternate power supply (DG Set) in the facility. 6. The Contractor has to, at his own cost and responsibility, increase equipments/machinery

in order to meet the requirement of work for smooth uninterrupted functioning of the plant.

3.2. Sanitary Landfill Facility

1. To Operate and Maintain the Sanitary Landfill Facility as per the Schedule I of Solid Waste Management Rules, 2016 and also follow all technical specifications as per CPHEEO 2016 SWM Manual Published by Ministry of Environment, Forests and Climate Change (MOEF&CC)

2. The contractor is responsible for making arrangement for daily soil cover as specified in the Schedule I of Solid Waste Management Rules, 2016

3.3. Procurement/ Arrangement of equipments, vehicles and other accessories for Repair, operate and maintenance of existing compost plant at Moshi. 1. PCMC will not provide any additional equipments/ machinery, vehicles or manpower

for Repair, operate and maintenance of existing compost plant at Moshi apart from those available on site.

2. Contractor shall arrange all the required equipments and vehicles at their own cost.

Page 8: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

3.4. Repairs and Maintenance

1. Operator shall carry out regular major/minor (Civil, Electro-Mechanical) repairing and maintenance of all equipments and vehicles and existing plant at his own cost.

3.5. Capacity and Awareness Building

1. Designing and implementing public awareness campaigns to elicit the best response from public in practicing source segregation. Involve NGO, Corporators, PCMC officials in public awareness campaigns.

3.6. Waste Discharge and Inspection

1. The Bidder shall be responsible for the sale of the compost, and recyclables so generated as a result of the Treatment process. The Bidder has to follow the Policy on Promotion of City Compost published by Government of India, Ministry of Chemical & Fertilizers (F.No.11026/14/2015-M&E) dated 10th February 2016. The Bidder shall ensure that the composition of the compost is in compliance with the MSW Rules 2016, CPHEEO Manual 2016 and that the same is transported/ stored / packed in line with the regulatory stipulations at all times during the Contract Period. The Bidder may install a suitable machinery of appropriate capacity to consolidate /compact/ collect all the RDF, Rejects, so as to reduce the volume of waste during transportation. The cost towards installing and operating such machinery shall be borne by the bidder. After successful completion of work such machinery shall become the property of the employer. The RDF shall be disposed as per the instructions of the engineer in charge and the reject from mechanised composting plant and other rejection shall be dumped in SLF. According to the standards presented to the SWM Rules 2016

2. The Bidder shall, immediately from the time of separation/identification of such waste, at its

own cost, shall collect, load and transport the rejects in the SLF Facility as stated by the Engineer in charge.

3. The bidder shall conduct such tests to ensure conformance of the operations of the Project

Facilities with the standards prescribed in prevalent Law/ Rules/ Statutes at his own cost. 3.7. Record keeping of the work & waste inspection procedure 1. The bidder shall maintain all the records in electronic format, he shall develop a software for

recording such data on daily basis and get it approved from the engineer in charge.

2. The Bidder shall be responsible for maintaining records of the rejected waste so handed over to the SLF Facility.

3. The Bidder shall use its own resources including manpower, machinery, etc to handle the rejected waste including storage, loading/ unloading, etc.

4. Obtain and maintain records with regards to the operation of the Project Facilities namely the composition (physical as well as chemical) of the End Product, weight of rejects, weight of end product, composition of rejects (approximate weight basis or volumetric basis), resources deployed by the Bidder on a daily basis and any other records as required by the Municipal Body and Government Authorities

5. Bidder shall obtain necessary authorization permits from competent authority at his own cost.

Page 9: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

6. Review the O&M Plan for Mechanical Compost Plant and Sanitary Landfill Facility submitted by the Bidder from time to time and bring to the attention of the engineer in charge, for deviations if any from the same. He should also submit monthly progress report. The report should contain volume of waste handled, volume and quantity of waste processed, quantity of RDF, compost, recyclables rejects, etc. generated at the time of processing, details of team deployed for processing, and any other details as required by the engineer in charge.

7. The operator should maintain visitors book at site to record the comments from the visitors, the photo copy of the same should be submitted to the office of engineer in charge once every month.

3.8. Pollution prevention during operation Bidder shall at his own cost take necessary preventive measures for-

a. Noise b. Odour Control by proper spraying of chemicals. c. Ambient Air Quality d. Litter e. Bird control f. Vermin and other pests g. Dust h. Wheel cleaning facility of vehicles

3.9. Fire Management

1. For Fire management, the bidder must obtain NOC for operation from the concerned department under fire prevention and protection act 2006 along with related insurances against fire. The bidder shall provide all the equipment, machinery & manpower required to control and stop fire at Moshi MSW site as directed by the fire department of PCMC.

3.10. Periodic Maintenance and Inspection

a. Surface Water drainage system b. Leachate Management System c. Environmental Management System d. Soil Cover system for SLF

3.11. Manpower Requirements and Training The Bidder must deploy sufficient skilled and unskilled manpower so as to operate the facility and also provide training to officers and supervisors for the facility to operate at full efficiency. 3.12. Treatment and Disposal of Leachate If Treatment facility is not available on site, then the operator will have to lift & dispose the Leachate to the nearby treatment facility or at locations as directed by the engineer in charge. If the available treatment facility faces a break down for repairs and is inoperable then in such case the bidder at his own cost will lift the Leachate and dispose the same as directed by the engineer in charge. 3.13. Other Works

Page 10: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

1. The operator should also maintain the buildings, approach roads in good condition acceptable to employer from time to time.

2. The bidder should pay all the deposits and the bills against the electricity, water supply as utilised by the operator during the operation and maintenance period.

3. The bidder shall plan and maintain at least 500 Nos. Of fruit bearing trees of various species as directed by the engineer in charge.

4. All necessary Tests as per SWM Rules, 2016, at his own cost 4. Deleted

5. Bid Evaluation Criteria for Technical Qualification

The Applicants competence and capability is proposed to be established by the following parameters: (a) Related Experience in the field of Municipal Solid waste management (b) Financial capability of the company

The Applicant must satisfy all of the following Qualification Criteria for experience. Qualification for Experience in the field of MSW management of bidder shall be considered.

1. Qualification Criteria – Technical and Experience

a) Satisfactorily completed operation and maintenance of mechanical composting plant of capacity not less than 400 Metric Tons/ Day and operation and maintenance of Sanitary Landfill Facility of capacity not less than 300 Metric Tons/ Day as a prime contractor, and provided further that all other qualification criteria are satisfied during last five years ending last day of month previous to the one in which bids are invited should be either of the following:

i. Three similar completed works costing not less than amount equal to Rs 5,00,00,000/- for each work .

ii. Two similar completed works costing not less than amount equal to Rs 7,50,00,000/- for each work .

iii. One similar completed work costing not less than amount equal to Rs 10,00,00,000/- for that work.

(The similar work constitutes Mechanical Composting plant and Sanitary Landfill Facilities). Subsidiary/sister company’s credential shall not be taken while evaluating the said qualification of the bidder.

Page 11: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

NOTE TO BIDDERS

1. The bidders to use these factors for the purpose of evaluation of the completed works in the past

and bringing those to the current price level for the above criteria.

2016-17 1.00

2015-16 1.10

2014-15 1.21

2013-14 1.33

2012-13 1.46

The work order showing experience shall be supported with work done certificate from competent authority / Mayor / Commissioner of the local body confirming at least 1 year successful operation and maintenance by the Contractor. Unsupported Claims of experience will not be considered for evaluation

b) The Number of Technical personnel, Qualifications and Experience will be a follows-

Sr. No. Personnel Qualification

Particular Experience (minimum

requirement)

No. of Persons.

1

Project Manager

B.E./Diploma (Environmental/Electrical/Mechanical) +5Years Experience in field of SWM

4 years as on construction / operation & maintenance of mechanized composting sites

1

2

Environment Engineer-cum- Resident/ Property Manager

B.E Environment + 3 Years Experience Or Diploma Environment + 6 years Exp.

2 years on construction / operation and maintenance of mechanized composting plant or similar works of SWM

1

3

Mechanical Engineer

B.E.Mechanical + 3 Years Exp. Or Diploma Mechanical + 6 years Exp.

2 years on mechanical plant or similar works of SWM

As Required

4

Electrical Engineer

B.E./ Diploma Electrical + 3 Years Exp. Or Diploma + 6 years Exp.

2 years as on any project

As Required

5 Lab Assistant BSC microbiology or

equivalent 2 yrs of experience in similar field

As Required

6 Security personal

2 yrs of experience in similar field

As Required

7 Data entry operator

Graduate in any field 2 yrs of experience in

As Required

Page 12: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Sr. No. Personnel Qualification

Particular Experience (minimum

requirement)

No. of Persons.

similar field

8 Operation Manager

BSC or equivalent 2 yrs of experience in similar field

As Required

9 Plant Supervisor

BSC or equivalent 2 yrs of experience in similar field

As Required

10 Weigh Bridge operator

Graduate in any field 2 yrs of experience in similar field

As Required

11 Windrows Tipping floor supervisor

Graduate in any field 2 yrs of experience in similar field

As Required

12 Casual Labour

2 yrs of experience in similar field

As Required

13 Labours on segregation platform

2 yrs of experience in similar field

As Required

14 Bob Cat Driver

2 yrs of experience in similar field

As Required

15 Excavator Loader driver

2 yrs of experience in similar field

As Required

16 JCB Driver 2 yrs of

experience in similar field

As Required

17 Dumper Driver

2 yrs of experience in similar field

As Required

18 Static Fixed Graber operator

2 yrs of experience in similar field

As Required

19 Gardner ( Mali )

2 yrs of experience in similar field

As Required

20 Roller Operator

2 yrs of experience in similar field

As Required

*Bidder has to fill Annexure I and II specifying details of works done and Technical Personnel to be provided. 2. Qualification Criteria –Financial Capability

(a) Average annual Turnover of last three years should be minimum Rs 50.00Crores ( Rupees Fifty Crores)

Page 13: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

(b) The Contractor should have a minimum Net Worth of Rs 5.00Cr (Rupees Five Crores)at the close of preceding financial year

The Applicants should provide Chartererd Accountant Certificate for information regarding the above information.

The Bid document must be accompanied by the audited Balance Sheet, Profit and Loss Account and income tax return of last three financial years of the Applicant.

6. Eligible Bidders a. This invitation to bid is open to all Bidders who satisfy the technical and financial

qualification criteria as per the tender document. 7. Availability of Bid Document a. The tender will be available online on website www.pcmcindia.gov.in. The bidder who

wishes to participate will submit the online tenders with requisite documents as per the tender conditions.

8. Conflict of Interest a. All Bidders, found to be in conflict of interest, shall be disqualified. A Bidder may be

considered to have a conflict of interest with one or more parties in a bidding process, if they: (a) have controlling shareholders in common; or (b) have the same legal representative for purposes of a bid

9. Cost of Bidding a. The Bidder shall bear all costs associated with the preparation and submission of his bid

and PCMC will in no case be responsible or liable for those costs. 10. Site Visit a. The Bidder is advised to visit and examine the Moshi dumping station and obtain for

himself on his own responsibility all information that may be necessary for preparing the bid and entering into a contract for Operation and Maintenance of Existing Mechanical Composting Plant along with Operations and Maintenance of Sanitary Landfill facility at Moshi for Five Years. The costs of visiting the service area shall be at the Bidder’s own expenses.

b. The Bidders must familiarize themselves with local conditions and to take them into account in preparing their proposals

11. Contents of Bidding Documents a. Any Addendum /Corrigendum issued by PCMC shall be the part of bid document. b. The Bidder is expected to examine carefully the contents of the bidding documents, the

materials, machines, equipments, the frequencies of different operations and conditions of specifications. Failure to comply with the requirements of bid submission will be at the Bidder’s own risk.

12. Clarification of Bidding Document a. A prospective Bidder, requiring any further information or clarification of the bid

documents, may notify PCMC in writing in the pre-bid meeting. PCMC will respond to any request for clarifications, which they receive in pre-bid meeting.

13. Amendment of Bidding Document

Page 14: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

a. At any time prior to the deadline for submission of bids, the PCMC may, for any reason,

whether at its own initiative or in response to a clarification re-quested by a prospective bidder may modify the bidding documents by issuing addendum.

b. Any Addendum/ Corrigendum thus issued shall be part of bidding documents and it will be notified online to all purchasers of the bidding documents and will be binding on them.

c. To provide prospective Bidders reasonable time in which to take the addendum into account in preparing their bids, the PCMC may, at its discretion, extend the deadline for the submission of bids.

14. PREPARATION OF BIDS Language of Bid a. The bid, and all correspondence and documents, relating to the bid, exchanged between the

Bidder and the PCMC, shall be written in the Marathi or English language. Supporting documents and printed literature furnished by the Bidder may be written in another language, provided that they are accompanied by an accurate translation of the relevant passages in English language, in which case, for purposes of interpretation of the bid, the English translation shall prevail.

15. Bid Form and Price Schedules a. The Bidder shall quote the rates online only.

16. Bid Prices a. The Bidders are expected to work out their own rates, considering different aspects of

scope of work. This includes all requirements under the Contractor’s responsibilities for performing different tasks and, what so required by the bidding documents, the acquisition of all permits, approvals and licenses, etc, operation, maintenance and training services and such other items and services as required to perform as per scope of work specified in the bidding documents, all in accordance with the conditions of the Contract. All duties, taxes and other levies payable by the Contractor under the Contract shall be included in the online rates quoted by the bidder.

17. Bid Validity 17.1. Bids shall remain valid for a period of 180 (one hundred and eighty) days after the date of

bid opening.

18. Earnest Money Deposit 18.1. The Bidder shall deposit and keep deposited with the Pimpri Chinchwad Municipal

Corporation a sum of Rs 15.00 Lacs as Earnest Money Deposit (EMD).

18.2. The Earnest Money Deposit (EMD) shall be submitted in the through PCMC E-Payment System, Net Banking from a nationalized/ scheduled bank.

18.3. The failure or omission to deposit the Earnest Money with the bid shall disqualify the

Bidder and such disqualified Bidders shall be excluded from its consideration in bidding process.

19. For forfeit of EMD 19.1. The Bidder shall not revoke his bid or vary its terms and conditions without the consent of

the Pimpri Chinchwad Municipal Corporation during the validity period of bid. If the Bidder revokes the bid or varies its terms or conditions contrary to its promise to abide by this condition, the Earnest Money Deposit submitted by Bidder shall stand forfeited without prejudice to his other rights and remedies and the Bidder shall be disentitled to submit a bid

Page 15: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

to the Pimpri Chinchwad Municipal Corporation for execution of any work during the next twenty-four (24) months effective from the date of such revocation

19.2. If the successful Bidder does not pay the Security Deposit in the prescribed time limit or fails to sign the contract agreement his Earnest Money Deposit will be forfeited by the Pimpri Chinchwad Municipal Corporation.

20. Refund of Earnest Money 20.1. Earnest Money Deposit of unsuccessful Bidders shall be refunded after the successful

Bidder furnishes the required Security Deposit to the Pimpri Chinchwad Municipal Corporation and signs the Contract Agreement or within thirty (30) days of the expiry of validity period of Bids, whichever is earlier.

21. Bid Security against the Work 21.1. The Successful Bidder shall furnish to the PCMC a Security Deposit AGAINST

PERFORMANCE as follows. A sum, of Rs.75 lacs as Performance security amount, shall be paid by the Contractor within Fifteen (15) days from the date of issue of the letter of acceptance of bid from the PCMC. It is optional to the Contractor to make the Security Deposit in any one of the following way

i. PCMC E-Payment System ii. Wholly in form of Bank Guarantee in favor of the Commissioner, Pimpri Chinchwad

Municipal Corporation for the term of the contract.

21.2. The Bid Security shall be returned to unsuccessful Eligible Bidder(s) within a period of thirty (30) days from the date of announcement of the Successful Bidder. The Bid Security submitted by the Successful Bidder shall be released upon furnishing of the Performance Security in the form and manner stipulated in the Draft Concession Agreement.

22. Forfeiture of Security Deposit against Work 22.1. The bid security may be forfeited, if the bidder does not accept his bid, as prescribed in this

bid document. 22.2. If during the term of this contract, the Contractor is in default of the due and faithful

performance of his obligations under this contract, the Pimpri Chinchwad Municipal Corporation shall, without prejudice to its other rights and remedies here under or at the Applicable Law, be entitled to call in, retain and appropriate the Security Deposit.

23. Alternative/Conditional Proposals of Bidder 23.1. Bidders shall submit only one offer for one region which comply with the documents,

including the PCMC Requirements as indicated in the bidding documents. Alternative bid and conditional bid will not be considered and bid shall be rejected in such cases.

24. Signing of Bid 24.1. The bid shall contain no alterations, omissions or additions, except those to comply with

instructions issued by the PCMC, or as necessary to correct errors made by the Bidder, in which case such corrections shall be initialled by the person or persons signing the bid.

24.2. All pages of the bid where entries or amendments have been made shall be initialled by the person or persons signing.

25. SUBMISSION OF BIDS 25.1. The Eligible Bidder shall submit the online E-Folders as “KEY SUBMISSIONS”,

“TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL”. Submission of Proposals-ONLINE BID SUBMISSION:

Page 16: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

A step-by-step procedure with the help of screen shots has been illustrated below to facilitate the biding through e-tendering system. The Bidder may contact Shri. Sandeep Bhagwat at 9764885650 for resolving the technical difficulty in bidding for the Project. PCMC shall not be held responsible for any errors or mistakes arising out of the bidding. Step 1 - Select the Tender and Make Payment

Note: The respective figures for “tender form fee”, “EMD amount”, “total tender amount”, “paid amount”, “total amount to pay” shall appear on the screen. The Bidder is not required to fill in this information. The Bidder has to select the tender by clicking the drop down “Tender no.” and thereafter click the tab “Make Payment”. STEP 2 - Click on “Show Tender” tab and click on “Open” tab to Bid for the tender

After payment is made successfully, the bidder shall select the tender and click on “Open” tab for entering the bid for the tender. STEP 3 - Insert quote

Page 17: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Note: The Bidder after making the payment and clicking on the “Open” tab shall view this screen. The Bidder has to click on “Bid” tab and then fill in the rate under “Rate” tab. The system shall automatically calculate the Amount. The bidder has to then click on “Save” tab followed by “Sign” tab and finally “Submit Tender” tab. Only after the “Submit Tender” tab is clicked, the bid is accepted by the e-tendering system. Incase the bidder wants to change its bid before clicking on the “Submit Tender” tab and before the final date of submission, the bidder has to click on “Cancel” tab and repeat the process from Step 2. More details about the e-tendering system operation is available at http://www.pcmcindia.gov.in

26. Deadline for Submission of Bids 26.1. Bids must be submitted online as per the dates and time given in the tender document. 26.2. The PCMC may, at its discretion, extend the deadline for submission of bids by issuing an

Addendum/Corrigendum. 27. Late Bids 27.1. Bid will be received Online as per time schedule given in the tender document.

F. MANNER OF OPENING OF BID 28. Opening of Proposals 28.1. The Competent Authority will open the bids online on the prescribed date & time . 28.2. The technical bids received will be evaluated for qualification. The Competent Authority

will open price proposals, of those Bidders who qualify as per the technical and financial evaluation criteria.

28.3. The price proposals of those Bidders will not be considered who have not been found eligible or who does not qualify as per the technical and financial evaluation criteria. Such price proposals shall be rejected.

28.4. Bids once submitted online, the system will not allow the bid to be checked or changed or rectified.

AWARD OF CONTRACT 29. Award

Page 18: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

29.1. The PCMC will award the Contract to eligible bidder who has offered the Lowest Bid Price subject to the approval of Pimpri Chinchwad Municipal Corporation.

30. PCMC’s Right to accept any Bid and to Reject any or all Bids 30.1. The Commissioner PCMC reserves the right to accept or reject any bid, and reject all

bids, at any time prior to award of Contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for the PCMC's action.

31. Notification of Award 31.1. Prior to expiry of the period of bid validity prescribed in bid document, the PCMC will

notify the successful bidder that his bid has been accepted. 31.2. The notification of award will constitute the formation of the Contract. 32. Signing of Contract Agreement 32.1. The PCMC shall notify the successful bidder that his bid has been accepted, the PCMC will

send the bidder the Form of Contract Agreement. 32.2. Within 15 calendar days from the date of issue of letter of acceptance, the successful bidder

shall sign the Form of Contract Agreement in duplicate on non judicial stamp paper of value as per regulation of Government and return it to the PCMC. One copy of signed agreement will be provided to the successful Contractor and original will be retained by the PCMC.

33. Corrupt And fraudulent Practice The Pimpri Chinchwad, Municipal Corporation requires that Contractors observe the highest standard of ethics during the execution of such contracts. (a). The Pimpri Chinchwad Municipal Corporation will reject a proposal for award if it

determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.

34. Rejection of Bids 34.1. The bids are liable to be rejected if the Bidder

(i) does not submit the Earnest Money Deposit(EMD) tender fee & processing fee in prescribed form.

(ii) does not sign every page of bid with seal of Contractor/firm . (iii) does not quote rates inclusive of duties and taxes. (iv) stipulates any conditions in the bid. (v) fails to initial corrections.

(vi) stipulates the bid validity period of his Bid less than what is prescribed by PCMC in the Bid documents.

(vii) Non submission of any other requisite document as mentioned for technical bid. 35. Important Points to be noted By The Bidder: 35.1. The rates to be quoted online shall be inclusive of all taxes, local taxes etc to be paid by

the Bidder for the work/Service and claim for extra payment on any such account shall not be entertained.

35.2. Any change that will be made in the bid document by the Municipal Corporation, after issue of the Bid Document will be intimated online to the Bidder in the form of Corrigendum/Addendum for incorporating the same in the Bid before submitting the bid.

35.3. The Financial offer should be submitted online only. No hard copy of Price bid should be submitted.

35.4. The Bidder shall be deemed to have studied the scope of works/service, terms and conditions. The Bidder shall inspect and examine the service area and its surroundings and shall satisfy himself before submitting his bid as to the nature of the work/service and vehicles/machineries necessary for the completion of the works/services.

36. Stamp Duty, Legal and Statutory Charges

Page 19: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

36.1. It shall be obligatory on the Successful Bidder to pay stamp duty for the Contract Agreement, as applicable on the date of the execution.

37. Rights of the Corporation 37.1. Pimpri Chinchwad Municipal Corporation reserves the right to suitably

increase/reduce the scope of work included in this bid document. 37.2. Commissioner PCMC reserves the right to accept or reject any application and cancel,

reduce or divide the contract under this tender without assigning any reason.

Page 20: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

SECTION-II

GENERAL CONDITIONS OF CONTRACT THE CONTRACT A. DEFINITIONS In the Contract (as defined below) the words and expressions defined below shall have the meanings assigned to them, except where the context requires otherwise. 1. Documents (i) “Contract” means Conditions of Contract , the Employer’s Requirements, the Tender,

the Contractor’s Price Proposal, the Annexure, the Letter of Acceptance, the Contract Agreement (if completed) and such further documents as may be expressly incorporated in the Letter of Acceptance or Contract Agreement (if completed).

(ii) “Employer’s Requirements” means the description of the scope and program of works/services, as included in the Contract, and any alterations and modifications thereto in accordance with the Contract.

(iii) “Tender” means the Contractor’s priced offer/offered rates to the Employer for the Works/Services.

(iv) “Activity Schedule” means schedule of activities comprising the different tasks/operations to be performed by the Contractor under the Contract.

(v) “Works” are what the Contract requires the Contractor to carry out and perform. (vi) “Acceptance Letter” means the document from the Employer on behalf of Pimpri

Chinchwad Municipal Corporation addressed to the Contractor indicating acceptance of the Contract Price and its acceptance of the Contractor as the preferred Party to carry out the works, perform services and operations under the Contract.

(vii) “Contractor’s Bid” means the completed document submitted by the Contractor to the Pimpri Chinchwad Municipal Corporation. The term Contractor’s Bid and tender have been used synonymously.

(viii) “Applicable Law” means all laws in force and effect as of the date hereof and which may be promulgated or brought into force and effect and here in after in India, including judgments, decrees, injunctions, writes or orders of only court of record, as may be in force and effect during the subsistence of Agreement to be signed under this Contract.

(ix) "Affected Party" means Party claiming to be affected by a Force Majeure Event as described in the bid document.

(x) “Applicable Permits” means all clearness, permits, authorizations, consents and approvals required to be obtained and maintained by the Contractor under Applicable Laws.

(xi) “Arbitration Act” means the Arbitration and Conciliation Act, 1996 and shall include any amendment to or any re-enactment thereof as in force from time to time.

2. Persons (i) “Authority” means any agency, legislative, judicial or executive authority, department,

ministry, public or statutory person, whether autonomous or not, of the Government of India or Government of Maharashtra or any Local Authority including the Pimpri Chinchwad Municipal Corporation or any other sub-division or instrumentality of any thereof.

1. “Party” means either the Pimpri Chinchwad Municipal Corporation or the Contractor; any of the parties to this Contract and “Parties” means both the party to this Contract.

2. “Competent Authority” is the Person or Persons, appointed by the Commissioner, Pimpri Chinchwad Municipal Corporation and notified to the Contractor, who shall be responsible for supervising the Contractor, administering the Contract, certifying payments due to Contractor. The Commissioner PCMC shall be the Competent Authority

Page 21: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

for this contract. The Commissioner, Pimpri Chinchwad Municipal Corporation may also appoint any Person or Persons to assist the Competent Authority for this Contract. Any Person or Persons appointed by the Commissioner, Pimpri Chinchwad Municipal Corporation to carry out the responsibilities of the Competent Authority and assist him/her, shall be termed as the “Competent Authority’s Representative”.

3. "PCMC" means Pimpri Chinchwad Municipal Corporation. 4. “Municipal Commissioner” means the Commissioner of Pimpri Chinchwad Municipal

Corporation for the time being holding that office and also his/her successor and shall include any officer authorized by him/her. The Municipal Commissioner shall, subject to the provisions of relevant sections of the Acts applicable, act as the Corporation’s Representative for the purposes of this Contract.

5. “Employer” means the Commissioner, Pimpri Chinchwad Municipal Corporation and the legal successors in title to such person, but not (except with the consent of the Contractor) any assignee of such person.

6. “Contractor” means the person or Corporate and body, whose tender has been accepted to carry out the work and perform the services by the PCMC and the legal successors in title to such person, but not(except with the consent of the Employer) any assignee of such person.

7. “Employer’s Representative” means the person appointed by the Employer to act as Employer’s Representative for the purpose of the Contract. Any person appointed from time to time by the Employer and notified as such to Contractor shall be considered as Employer's Representative.

(ii) “Contractor’s Representative” means the person (if any) named as such in the Contract or other person appointed from time to time by the Contractor.

(iii) “Successful Contractor” means the Company and any person or corporate and body appointed by the PCMC to perform services and carry out works under this Contract.

(iv) “Person” means any natural person, firm, Corporation, company, voluntary association, partnership, joint venture, trust, incorporated organization, unincorporated organization, Authority or other entity, having legal capacity to sue and be sued in its name.

3. Dates, Times and Periods (i) “Commencement Date” means the date when the Contractor shall commence his

operations in the service area. (ii) “Completion Date” is the date of completion of the operations/activities and as certified

by the Competent Authority. (iii) “Contract Period,” means the tenure of the Contract, upon completion of which this

Contract terminates. The tenure is said to have commenced from the date of issue of work order . The Contract period is Five years from the date of issue of work order .

(iv) “Operating Year” means each successive period, the first such period commencing on the date on which daily composting commence and ends on completion of three hundred and sixty five (365) days.

(v) “Termination Date” means the date on which the Contract is terminated by way of defaults of either the Corporation or the Contractor, or as a result of a Force Majeure Event, or as indicated in the Conditions of Contract.

(vi) “Day” means a calendar day, “Months” means calendar months and “year” means 365 days.

4. Money and Payments (i) “Contract Price” means the payment to be made by the PCMC to the Contractor for

carrying out works and performing different operations as specified in the tender document and agreement.

(ii) “Tax” means the Indian Tax, duty, levy, and charge whatsoever charged, imposed or levied by Central, State or Local Governments or any Authority together with any interest and penalties in relation thereto.

Page 22: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

(iii) “Cost” means all expenditure properly incurred (or to be incurred) by the Contractor whether on or off the service area, workshop, Including overhead and other similar charges, but does not include profit.

5. Other Definitions (i) "House/Property" means a house/property, existing in the area of Pimpri Chinchwad

Municipal Corporation. (ii) “Good Operating Practices” means standards, practices, methods and procedures as

practiced in India and conforming to all specifications, law, directives, clearances and the requirements of any Authority and that degree of skill, diligence, prudence and foresight which would reasonably be expected from a skilled, prudent and experienced Contractor, engaged in the same type of undertaking under the same or similar circumstances as the Contractor pursuant to this Contract.

(iii) “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly of anything of value to influence the action of a public official in the procurement process or in contract execution.

(iv) “Fraudulent Practice” means a misrepresentation of facts in order to influence the execution of a contract to the detriment of the Corporation, and includes collusive practice among Bidders (prior to or after Tender submission) designed to establish Contract Prices at artificial non-competitive levels and to deprive the Corporation of the benefits of free and open competition.

(v) "Collusive practices” means a scheme or arrangement between two or more bidders, with or without the knowledge of the Pimpri Chinchwad Municipal Corporation, designed to influence the action of any party in execution of a contract;

(vi) “Coercive practices” means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in bidding process, or affect the execution of a contract.

(vii) “Law” includes any constitutional provisions, statutes, laws, decrees, ordinance, subordinate legislation, orders, rules or regulations having the force of law and rules of civil and common law and equity.

(viii) “MSW” means any municipal solid waste /garbage/silt/and all waste defined as municipal solid waste in SWM rules 2016 generated within the service area.

(ix) “Wet Garbage” means any biodegradable garbage, consisting of vegetable waste, food waste, garden waste, coconut shells, wood pieces, egg shells, bones, flesh, used cotton, dust, etc. and as defined in the SWM Rules, 2016.

(x) “Dry Garbage” means any recyclable garbage consisting of plastic, metal, thermacol, foam, glass, rexene, battery cells, paper, cloth, etc. and as defined in the SWM Rules, 2016.

(xi) “Service Area” means the entire area of Moshi dumping station as specified in the tender document of Pimpri Chinchwad Municipal Corporation.

(xii) “SWM Rules, 2016” means the Solid Waste Management Rules made pursuant to the provisions of the Environment (Protection) Act, 1986 and includes any amendment thereto as in force from time to time.

(xiii) “Parking Site” means the place provided by PCMC to Contractor for purpose of parking, repairing and refueling of vehicles during the contract period.

(xiv) “Disposal Ground” means the trenching ground at Moshi, Pimpri Chinchwad for the purpose of disposal of MSW.

(xv) "sanitary land filling " means the final and safe disposal of residual solid waste and inert wastes on land in a facility designed with protective measures against pollution of ground water, surface water and fugitive air dust, wind-blown litter, bad odour, fire hazard, animal menace, bird menace, pests or rodents, greenhouse gas emissions, persistent organic pollutants slope instability and erosion;

(xvi) "leachate" means the liquid that seeps through solid waste or other medium and has extracts of dissolved or suspended material from it;

Page 23: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

(xvii) "composting" means a controlled process involving microbial decomposition of organic matter;

(xviii) “dump sites” means a land utilised by local body for disposal of solid waste without following the principles of sanitary land filling;

(xix) "processing" means any scientific process by which segregated solid waste is handled for the purpose of reuse, recycling or transformation into new products;

(xx) "recycling" means the process of transforming segregated non-biodegradable solid waste into new material or product or as raw material for producing new products which may or may not be similar to the original products;

(xxi) "segregation" means sorting and separate storage of various components of solid waste namely biodegradable wastes including agriculture and dairy waste, non biodegradable wastes including recyclable waste, non-recyclable combustible waste, sanitary waste and non recyclable inert waste, domestic hazardous wastes, and construction and demolition wastes;

(xxii) “stabilising” means the biological decomposition of biodegradable wastes to a stable state where it generates no leachate or offensive odours and is fit for application to farm land ,soil erosion control and soil remediation;

(xxiii) “tipping fee” means a fee or support price determined by the local authorities or any state agency authorised by the State government to be paid to the concessionaire or operator of waste processing facility or for disposal of residual solid waste at the landfill;

(xxiv) "transportation" means conveyance of solid waste, either treated, partly treated or untreated from a location to another location in an environmentally sound manner through specially designed and covered transport system so as to prevent the foul odour, littering and unsightly conditions;

(xxv) “treatment” means the method, technique or process designed to modify physical, chemical or biological characteristics or composition of any waste so as to reduce its volume and potential to cause harm;

(xxvi) "disposal" means the final and safe disposal of post processed residual solid waste and inert street sweepings and silt from surface drains on land as specified in Schedule I of Solid Waste Management Rules, 2016 to prevent contamination of ground water, surface water, ambient air and attraction of animals or birds;

B. REPRESENTATION AND WARRANTY 6. Representations and Warranties of Parties 6.1. The Contractor represents and warrants to PCMC for the term of this Contract that: (a) it is duly organized, validly existing and in good standing under the Laws of India; (b) it has the requisite experience, expertise and skills to manage, operate and maintain the

compost plant and vermin compost plant . (c) it has the financial standing and capacity to undertake the Contract. (d) prior to executing this Contract, the Contractor has conducted a due diligence audit to its

satisfaction in respect of the Corporation, contractual structure for carrying out the operations and performing services including conditions of existing area, Applicable Laws and clearances and all matters related to this Contract. The Contractor is entering into this Contract on the basis of his own satisfaction based on his due diligence audit.

(e) it has no knowledge of any violation or default with respect to any order, writ, injunction or any decree of any court or any legally binding order of any Government Agency which may result in Material Adverse Effect.

(f) it has complied with all Applicable Laws and has not been subject to any fines, penalties, injunctive relief or any other civil or criminal liabilities which in the aggregate have or may have Material Adverse Effect.

(g) no representation or warranty by the Contractors contained herein or in any other document furnished by it to PCMC or to any Government Agency in relation to Applicable Permits contains or will contain any untrue statement of material fact or omits

Page 24: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

or will omit to state a material fact necessary to make such representation or warranty not misleading.

(h) No bribe or illegal gratification has been paid or will be paid in cash or kind to any person to influence the Bidding Person.

(i) Without prejudice to any express provision contained in this Contract Agreement, the Contractor acknowledges that prior to the execution of Agreement under this Contract, the Contactor has after a complete and careful examination made an independent evaluation of the Existing facilities and infrastructure in service area and the information provided by PCMC, and has determined to his satisfaction the nature and extent of risks and hazards as are likely to arise or may be faced by Contractor in the course of performance of his obligations hereunder.

6.2. The PCMC represents and warrants to Contractor for the term of this Contract that: (a) PCMC has full power and authority to award this Contract (b) PCMC has taken all necessary actions to authorize the execution of this Contract. (c) This agreement under this Contract constitutes PCMC’s legal valid and binding obligation

enforceable against it in accordance with the terms hereof: 7. Obligation to Notify Change 7.1. In the event that any of the representations or warranties made/given by a Party ceases to

be true or stands changed, the Party who has made such representation or given such warranty shall promptly notify the other of the same.

8. Assignment and charges 8.1. The Contractor shall not sublet the contract in favor of any person or the rights, benefits

and obligations under the contract, save and except with prior consent of PCMC. Any such consent shall not relieve the contractor from any liability or obligation under the contract and he shall be responsible for the acts, defaults and neglects of the sub-contractor and his agents, servants or workmen as fully as if they were the acts, defaults or neglects of the contractor, his agents, servants or workmen.

9. Amendments 9.1. This Contract is a complete and exclusive understanding of the terms of the Contract

between the Parties on the subject hereof and no amendment or modification here to shall be valid and effective unless agreed to by all the Parties hereto and evidenced in writing.

10. Communications 10.1. Communications between Parties, which are referred to in the conditions are effective

only when in writing. 10.2. All instructions, notices, communications, etc. under the Contract shall be given in writing

and shall be either in Marathi or English. If sent by registered post to the last known place or abode or business of the Contractor shall be deemed to have been served on the date.

C. INTERPRETATION AND CONTRACT STRUCTURE 11. Interpretation & Law 11.1. The language of this Contract Document is English and the law, which applies to this

Contract, shall be the Law of the Republic of India. The Courts at Pimpri Chinchwad shall have jurisdiction all over matters, arising out of relating to Agreement under this Contract.

12. Contract Period 12.1. The Contractor shall commence performing different activities from the date of

acceptance letter, complete all pre-operational activities and arrange for all mobilization within Twenty Five (25) days from the date of issue of work order.

Page 25: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

The Contractor should ensure commencement of Repair of existing mechanical compost plant at Moshi dumping station Pimpri Chinchwad and operation and maintenance of the plant for Five years within 30 (thirty) days from the date of issue of work order and repair of the plant should complete within 90 days.

12.2. The Contract Period shall commence from the date as mentioned in work order for a

period of five years. The Pimpri Chinchwad Municipal Corporation shall review the performance level of work/service under this Contract for renewal of contract for subsequent Operating Year.

12.3. The contract period can be renewed for 1 (One) year by the Employer on behalf of Pimpri Chinchwad Municipal Corporation on the basis of performance level of work/service and rates. Alternatively, if the Contractor wishes to discontinue his services and operations at the end of the contract period of 5 (Five) years, he shall provide a minimum of ninety (90) days notice requesting for such discontinuation.

12.4. Notwithstanding anything the Contractor shall continue to provide services and perform operations till the appointment of a Successor Contractor.

12.5. The performance of service and work of the Contractor shall be evaluated by Environmental Engineering Department under Pimpri Chinchwad Municipal Corporation every month and report be submitted to Competent Authority through Environmental Engineering Department Officers.

12.6. In the event that the Parties agree to continue with the current Contract after Contract period of Five (5) years, all Conditions of Contract shall be followed as laid out in this bid document. On mutual consent of both the parties new conditions can be added or deleted in the contract terms.

13. Deleted

D. PRIME FEATURES OF WORK/SERVICE TO BE PERFORMED/ PROVIDED 14. Prime Features of Work/Service 14.1. The prime features of work/service, to be performed and provided under this contract by

the Contractor, are as follows

14.1.1 Required and necessary repair(including all types of Civil, Electrical and Mechanical repairs) of Existing 500 Metric Tons / Day capacity mechanical compost plant.

14.1.2 Operation and maintenance of the Mechanical compost plant for Five Years as per Schedule II of Solid Waste Management Rules, 2016 and follow technical specifications as per CPHEEO 2016 SWM Manual Published by Ministry of Environment, Forests and Climate Change (MOEF&CC)

14.1.3 The scope includes processing of 500 Metric Tons / Day Municipal Solid Waste at Waste Disposal Site Moshi through existing compost plant.

14.1.4 It shall be the responsibility of operator to clean and sweep of entire area of plant. 14.1.5 Bidder shall be responsible for uninterrupted operation of the facility and make

arrangements for appropriate alternate power supply (DG Set) in the facility. 14.1.6 The Contractor has to, at his own cost and responsibility, increase

equipments/machinery in order to meet the requirement of work for smooth uninterrupted functioning of the plant.

14.1.7 To Operate and Maintain the Sanitary Landfill Facility as per the Schedule I of Solid Waste Management Rules, 2016 and also follow all technical specifications as per CPHEEO 2016 SWM Manual Published by Ministry of Environment, Forests and Climate Change (MOEF&CC)

Page 26: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

14.1.8 The contractor is responsible for making arrangement for daily soil cover as specified in the Schedule I of Solid Waste Management Rules, 2016

15. Working Hours 15.1. The Contractors shall provide a time chart for operation of plant. 15.2. The Contractor shall ensure the presence of his personnel every day at specified time. 15.3. The Contractor can modify the working hours with the consent of the PCMC. The

Contractor should inform of such changes to PCMC 15.4. The Contractor shall ensure all operations on three sixty five (365) days of a year

irrespective any National Holidays, Sundays and Festivals.

E. RESPONSIBILITIES 16. PCMC's Responsibilities 16.1. The staff of Environmental Engineering Department of PCMC or an independent

inspection agency appointed by PCMC shall super-wise the Contractor's work and services in the direction of the Competent Authority at all times and notifies the Contractor of any defects found/identified in operation and service level during inspection. Such inspection/checking shall not affect the Contractor’s responsibilities. The Contractor shall have to correct a defect and improve service level within the time specified in the notices.

17. Contractor’s Responsibilities 17.1. The Contractor shall not modify or alter any operations and timings without prior

permission of the Competent Authority. 17.2. The Contractor shall carry out his operations, perform work and provide services so as not

to interfere unnecessarily or improperly with the convenience of the public. 17.3. Carrying out his operations, and shall be fully responsible for carrying out the operations

in a safe and secure manner, consistent with the law of the land, laws and regulations and directives of any Authority and permissions.

17.4. The Contractor shall be responsible for the safety of all his activities & his personnel deployed for performing the work and providing services under this contract and shall be absolutely and solely responsible for any and all kinds of injuries or damages to person and property of any description whatever may be caused by or result from the operations carried out, whether these may have been carried out skillfully and carefully and strictly in conformity with the provisions of the specifications or not.

17.5. Procurement of spares, accessories, shall be borne by the Contractor. 17.6. Carry out regular repairing and maintenance of plant / other vehicles deployed by the

Contractor at his own cost. 18. Environmental Compliance 18.1. The Contractor shall, at all times, ensure his operations and services regarding processing

of MSW confirming to the laws pertaining to environment, health and safety aspect including SWM Rules, 2016, MPCB/CPCB policies and guidelines as well as all the other government department provisions applicable to this work i.e Factories Act 1948 etc related thereto.

19. Maintenance of Records 19.1. The Contractor shall maintain records of the waste collected in the require format as

required by PCMC. 20. Sale/disposal of Recyclable Waste and compost 20.1. Contractor shall sell compost and recyclable material.

21. Insurance

Page 27: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

21.1. The Contractor shall insure his workmen, equipment etc. No additional burden should fall on the PCMC due to absence of insurance.

21.2. The Contractor shall take out all necessary insurance against theft, dacoit, fire or other contingencies for in developed/arranged/deployed/taken from PCMC in his possession under this contract. PCMC shall not be responsible for any type of liability in this regard.

22. Accidents 22.1. It shall be the Contractor's responsibility to protect to workmen, materials, equipment,

vehicles and other immovable property in possession against accidents. 22.2. The Contractor shall be solely responsible for any death or body injury to his staff

member or any of the people/person in the employment of the Contractor. This includes any third party claims.

22.3. On the occurrence of an accident, arising out of works, which results in death or which is so serious as to be likely to result in death, the Contractor shall within 24 hours of such accident, report in writing to the Competent Authority, the facts stating clearly and in sufficient details the circumstances of such accident and the subsequent action taken.

22.4. In the event of an accident in respect of which compensation may become payable under The Workmen’s Compensation Act, (VIII of 1923) or any other act including all modifications hereof whether such compensation may become payable by the Contractor or by the Pimpri Chinchwad Municipal Corporation, the PCMC shall retain whole or part of the deposit due and payable to the Contractor such sum or sums or money as may in the opinion of the PCMC sufficient to meet out liability, on receipt of award from the Labour Commissioner in regards quantum of compensation the difference in amount will be adjusted.

F. STAFF & LABOUR 23. Engagement of Staff & Labour 23.1. The Contractor shall employ skilled, disciplined and sincere labour in sufficient numbers

for carrying out repair, operation and maintenance of compost plant at the required rate of progress and of quality to ensure workmanship of the degree specified in the Contract for timely fulfilling of the Contractor’s obligations under the Contract and to the satisfaction of the Competent Authority.

23.2. Any lack of workforce shall be considered as a Contractor’s deficiency. The Contractor shall ensure sufficient staff for different operations under this Contract. No additional payments will be made, if the increase in the work force and equipments are needed at a later stage to meet the requirement of work. The Contractor has to, at his own cost and responsibility, increase workforce and equipments in order to meet the requirement of work. The Contractor has to ensure presence of adequate workforce to carry out the different task effectively to the satisfaction of Pimpri Chinchwad Municipal Corporation.

23.3. The staff and workers deputed by the Bidder during the course of contract must behave decently with the Corporation’s officers and staff and with the common people. The Bidder shall have to withdraw such person, who is found to be undisciplined, misbehaving, under the influence of intoxicant or whose services are considered detrimental to the Corporation’s Interest. The Contractor shall be solely responsible for the behaviour and honesty of deployed Workforce. The competent Authority reserves the right to ask for the replacement of the personnel not found fit enough in respect of discipline, honesty and sincerity. The Contractor shall ensure that such person leaves the service area within seven (7) days and has no further connection with operation under this Contract. The Contract shall then appoint or deploy a suitable replacement of such person. Failure to replace the personnel after issuance of notice by the Competent Authority will be considered as deficiency in the service.

23.4. The Contractor shall comply with all the provisions of the laws regarding deployment of labour under the contract. It shall be the liability and responsibility of Contractor to

Page 28: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

implement the provisions of Acts; the Abolition of Contract Labour Act, The Minimum Wages Act and the Workmen’s Compensation Act. In addition to followings: (a) The Contractor shall not employ in connection with the operations and services

under this contract any person who has not completed his/her eighteenth year of age.

(b) At all times during continuance of the Contract, the Contractor shall abide by all existing and future labour enactment and rules made there under, regulations, notifications and bye-laws of the Central, State or Local Government. The Contractor shall keep the Corporation indemnified in case any action is taken against the Corporation by any Authority on account of contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments.

(c) The Contractor shall keep all records desired under the said labour laws submit periodical returns to the respective statuary Authority. The Contractor shall in respect of labour employed by him comply with or cost to be complied with provisions of the various labour laws and the Rules and Regulations as applicable to them in regards to matters provided therein.

(d) The Contractor shall obtain the license in accordance with the Rules and Provisions of Contract Labour (Regulation and abolition) Act, 1970 and adhered all terms and condition stipulated therein if applicable

(e) The Contractor shall pay the staff deployed by him under this Contract as per the minimum wages act in force and amendments.

(f) Notwithstanding anything contained herein, the Corporation may take such action as may be necessary for compliance of the various Applicable Labour Laws and to recover the cost thereof from the Contractor.

24. The Contractor shall take full responsibility to provide the following facilities to his deployed staff/ labourers. (a) The payment of wages to the workers & giving all other facilities according to the

Minimum Wages Act, Employees State Insurance Scheme & Employee Provident Fund Rules.

(b) Medical check-up of each staff engaged with management and handling of Municipal Solid Waste under this Contract once every twelve month for communicable diseases at the Contractor’s cost and submitting the report to the Competent Authority.

(c) Ensuring deployed staff in pre-scribed uniform and Identity Card with photo during working hours. Note: Logo of company shall be as per the approved design on the uniform.

25. Indemnification 25.1. The Contractor shall indemnify and keep indemnified the Corporation against all losses

and claims for injuries or damage to any person or any property whatsoever which may arise out of or in consequence of the operations and against all claims, demands, proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto.

25.2. The Contractor shall at all times indemnify the Corporation against all claims, damages or compensation under the provisions of, i. Payment of Wages Act, 1936; ii. Minimum Wages Act, 1948 iii. Employers Liability Act, 1938; iv. The Workmen’s Compensation Act, 1923; v. Industrial Dispute Act, 1947; vi. Indian Factories Act, 1948; and vii. Employee State Insurance Act 194

Page 29: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

viii. Employee Provident Fund Rules ix. Any other relevant act

or any modifications thereof and rules made there under from time to time or as a consequence or any accident or injury to any workman or other persons in or about the operations, and also against all cost, charges and expenses of any suit, action or proceedings arising out of such accident or injury and against all sum or sums which may with the consent of the Contractor be paid to compromise or compound any such claim without limiting his/her obligations and liabilities as above provided.

26. Contractor’s Superintendence 26.1. The Contractor shall provide all necessary superintendence while carrying out his

operations for the proper fulfilling of the Contractor’s obligations under the Contract. The Contractor shall nominate a competent and authorized representative (“Contractor’s Representative”) approved by the Competent Authority, which approval may at any time be withdrawn. The Contractor’s Representative shall give his whole time to the superintendence of the operations and shall receive, on behalf of the Contractor, instructions from the Environmental Engineering Department officers /Chief Sanitary Inspectors.

26.2. If the Competent Authority withdraws approval of the representative, the Contractor shall remove the representative from the operations within thirty (30) days, and replace him by another representative approved by the Competent Authority.

G. CONTRACT PERFORMANCE 27. Reporting 27.1. The Contractor shall provide mobile phones to Manager and Supervisors. These

telephone numbers should be communicated to PCMC. 27.2. The Contractor shall carry out all reporting to the concerned Engineer in charge and

Environmental Engineering Department Officer of Pimpri Chinchwad Pimpri Chinchwad Municipal Corporation as follows. A daily Summary of transported Waste shall be submitted to the Engineer In Charge weekly in Format required by PCMC.

28. Pre-Operational Activities 28.1. The Bidder shall have to complete the following activities before starting operations of

processing plant.

S.N Description of Activity

Duration for Completion of Activity (in Days)

1 Preparing Plan and submitting to the Competent Authority.

Within (10) days from the date of issue of work order to the Contractor to commence work by the Employer

2 Training to the plant staff deployed for processing of MSW

Minimum two days training to all within seven days after their recruitment

3 Meeting with the Competent Authority to review all activities

Meeting Regularly and reporting about the progress weekly in writing

29. Pre-operational Infrastructure

Page 30: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

29.1. The Contractor shall arrange manpower and required equipment for repair of existing compost plant including O&M requirements under this contract.

H. CONTRACT PRICE AND PAYMENT 30. Contract Price 30.1. The Contract Price shall cover all expenditure incurred on staff, establishment,

maintenance and repairs, spares and consumables, fuel and any other expenses, The Contract Price shall also include all duties, taxes, that may be levied in accordance to the laws and regulation in-force on the Contractor’s equipment, materials, supplies (permanent, temporary and consumables) to be used on or furnished under the Contract and on the operations to be performed under the Contract. Nothing in the Contract shall relieve the Contractor from his responsibility to pay any Tax that may be levied on its operations or on profits made by him in respect of the Contract.

30.2. The Contractor shall pay Taxes on all payments made to him under the Contract. The Contractor shall pay all the Taxes directly to the Government of Maharashtra PCMC and to the Government of India or to the concerned department. PCMC shall not take any responsibility for any kind of Tax payment to the Government or Quasi-Government bodies at any point of time, other than those required to be deducted at source before the payments are made to the Contractor under any law & those practice to the Pimpri Chinchwad Municipal Corporation. The Contractor shall perform such duties in regard to such deductions thereof as may be imposed on him by such laws and regulations.

31. Payment 31.1. The PCMC shall make the payment to the Contractor for performing works on per metric

ton basis 32. Procedure of Payment 32.1. The Contractor should submit the Bank and its branch name with his Account Number to

PCMC through the Competent Authority after signing the agreement under this contract. PCMC shall make payment only by account payee cheque.

32.2. The Contractor shall raise monthly bills as per the rate finally agreed and approved under the contract. The bills shall be in accordance with the operations carried out during the contract period from the last date of previous bill.

32.3. The payment will be released on the basis of weighment slips issued by waybridge at Moshi Dumping Station.

32.4. The payment will be made in Indian Rupees only with in 30 days of the receipt of the correct and accurate bill.

33. Penalties 33.1. The operator shall be penalized for any non-processing of the waste in Mechanical

Composting Plant, other than for events in this clause herein above or due to un-planned maintenance shutdown for a period not more than 2 consecutive days, calculated as follows: PNA = 0.8*Qavg*100 where:- PNA: Penalty for Non Processing (as per day ) for the waste Qavg: average quantity of waste (tones per day) actually supplied by the municipal body over the immediately preceding week and accepted by the operator for processing.

33.2. No penalty will be charged for the first three months from the date of start of work.

Page 31: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

34. Method of Affecting Penalties 34.1. The penalties if any shall be settled before any payments as follows-

Percentage of MC Plant Capacity Penalty 76-100% No Penalty 61-75% 30% of PNA 21-60% 60% of PNA 0-20% 100% of PNA The quantum of Non-treated waste resulting from inefficient operation of Mechanical Composting Plant as mentioned in above table will not be paid for Operation and Maintenance in Sanitary Landfill Facility

35. Events of Default (A) Contractor event of default

At any time after the Commencement Date, the Competent Authority may investigate where the Contractor has failed to properly perform the operations in accordance with this contract. The Competent Authority shall issue a notice to the Contractor, instructing him to rectify the failure within a reasonable time.

An event of default on the part of the Contractor, which results from the Contractor being unable to fulfill his service obligations under the contract, shall be deemed as a serious default, and is said to have occurred due to any of the following causes:

The Contractor (a) has repudiated the Contract, or (b) without reasonable excuse has failed to commence operations in accordance with this

contract and or failed to complete the activities/operations within the time stipulated for completion

Gross misconduct of the Contractor;

(i) Despite previous warning from the Competent Authority, in writing, is otherwise persistently or flagrantly neglecting to comply with any of his obligations under the Contract;

(ii) The Contractor persistently fails to follow Good Operating Practices in execution of the Contract;

(iii) The Contractor stops providing the operations and the stoppage has not been authorized by the Competent Authority;

(iv) The Competent Authority gives notice that failure to correct a particular defect is a fundamental breach of contract and Contractor fails to correct it within a reasonable period of time determined by the Competent Authority;

(v) If the Contractor is in breach of any law or statute governing the Operations; (vi) The Contractor, in the judgment of the Corporation, has engaged in Corrupt and

Fraudulent Practices in competing for or in carrying out the Operations under the Contract;

(vii) The Contractor has modified the composition of his company without prior approval of the Corporation;

(viii) The Contractor is unable to maintain the composition and structure of his organization due to any of the following causes:

The Contractor enters into voluntary or involuntary bankruptcy, or liquidation; The Contractor becomes insolvent;

Page 32: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

A receiver, administrator, trustee or liquidator is appointed over any substantial part of its assets; and

Any act is done or event occurs with respect to the Contractor or his assets, which, under any applicable law has substantially similar effect to any of the foregoing acts or events.

36. Termination of Contract Due to Event of Default 36.1 (a) Termination for Contractor Event of Default

Without prejudice to any other right or remedy which PCMC may have in respect thereof under this contract, upon the occurrence of Contractor Event of Default, the PCMC may, subject to the provisions of this contract, terminate this contract in the manner as set out under

(i) If PCMC decides to terminate this contract upon the occurrence of a Contractor Event of major Default, in the first instance, he shall issue preliminary notice to the Contractor. Within Seven (7) days of receipt of preliminary notice, the Contractor shall submit to PCMC through the Competent Authority in sufficient detail, the manner in which he proposes to cure the underlying Event of Default. In case of non-submission of the Contractor's proposal to rectify within the said period of Seven (7) days, PCMC shall be entitled to terminate this Contract by issuing termination notice and to forfeit Security Deposit and carry out the operations through a Successor Contractor or by Corporation at the risk and cost of the Contractor. If the total amount due to the Corporation exceeds any payment due to the Contractor, the difference shall be a debt payable to the Corporation.

(ii) If the Contractor's proposal to rectify the underlying event of default is submitted within the period stipulated thereof, the Contractor shall have further period of fifteen (15) days to remedy/cure the underlying event of default. If, however the Contractor fails to remedy/cure the underlying event of default within such further period allowed, PCMC shall be entitled this contract, by issue of termination notice and to appropriate to security deposit and carry out the operations through a Successor Contractor or by Corporation at the risk and cost of the Contractor. If the total amount due to the Corporation exceeds any payment due to the Contractor, the difference shall be a debt payable to the Corporation.

(B) Withdrawal of Termination Notice Notwithstanding anything inconsistent contained in this contract, if the Contractor served with the termination Notice cures the underlying event of default to the satisfaction of PCMC at any time before the termination occurs, the termination notice shall be withdrawn by the PCMC which had issued the same. Provided that the Party in breach shall compensate the PCMC for any direct costs/ consequences occasioned by the event of default which caused the issue of termination notice 37. Force Majeure Event 37.1. Any of the following events which is beyond the control of the party claiming to be

affected thereby(“Affected Party”), and which the Affected Party has been unable to overcome or prevent despite exercise of due care and diligence, and result in Material Adverse Effect shall constitute Force Majeure Event:

(a) earthquake, flood, inundation and landslide; (b) storm, tempest, hurricane, cyclone, lightning, thunder or other extreme atmospheric

disturbances; (c) fire caused by reasons not attributable to the Contractor or any of the employees, or

agents of the Contractor. (d) acts of terrorism (e) strikes, labor disruptions, any other disruptions or public unrest not arising on account of

acts of the Contractor

Page 33: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

(f) action of Government Agencies having Material Adverse Effect, including but not limited to

(i) acts of expropriation compulsory acquisition or take over by any Government agency of the landfill site facilities or any part thereof

(ii) any judgment or order of a court of competent jurisdiction or statuary authority in India made against the Contractor in any preceding, which is non-collusive and duly prosecuted.

(iii) any unlawful, unauthorized or without jurisdiction refusal to issue or to renew or the revocation of any Applicable Permits, in each case for reason other than the Contractor’s breach or failure in complying with the MSW rule, 2000, O&M requirements defined in the Contract, Applicable laws, Applicable permits, any judgment or order of any Government Agency or of any Contract by which the Contractor as the case may be is bound.

(iv) early termination of this agreement by PCMC for reason of national emergency or national security.

(g) war, hostilities (whether declared or not), invasion, act of foreign enemy, rebellion, riots, weapon conflict or military actions, civil war, ionising radiation, contamination by radioactivity from nuclear fuel, any nuclear waste, radioactive toxic explosion, volcanic eruptions.

(h) strikes, work to rule actions, go slow or similar labour difficulty in the city as a whole and not specific to the work

(i) any resistance from the citizens or any other groups not allowing to perform the Project/work as stipulated in the tender.

37.2. Force Majeure shall not apply in the following circumstances and events.

(a) Un-availability, late delivery of the spares, vehicles, machineries, equipments, materials and consumables for the work on account in change cost delay in manufacture

(b) A delay in performance of any other agency or employees of the Contractor. (c) Non performance of vehicles, equipments, machineries resulting from wear and tear and

not maintained in time. (d) Non performance on account of failure to comply with any laws of India related to the

work. 37.3. Neither PCMC nor the Contractor shall be considered in default or in contractual breach

to the extent that performance of obligations is prevented by a Force Majeure Event which arises after the date of issue of work order.

37.4. Upon occurrence of an event considered by the Contractor to constitute Force Majeure and which may affect performance of his obligations, he shall promptly notify PCMC’s Representative, and shall endeavour to continue to perform his obligations as for as reasonably practicable. The Contractor shall also notify PCMC’s Representative of any proposals, including any reasonable alternative means for performance, but shall not effect such proposals, without the consent of PCMC’s Representative.

37.5. Upon occurrence of any event considered by PCMC to constitute Force Majeure, and which may affect performance of PCMC's obligations, he shall promptly notify the Contractor and the Contractor's Representative, and shall endeavour to continue to perform his obligations as far as reasonably practicable. PCMC shall also notify the Contractor of any proposals with the objectives of completing the works and mitigating any increased costs to PCMC and the Contractor.

37.6. Procedure for Calling Force Majeure : (i) The Party claiming Force Majeure shall inform the other Party of the situation of Force

Majeure as soon as reasonably practicable. The efforts made by the Affected Party in overcoming the effects will be conveyed to the other Party with supporting data including relief from them

Page 34: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

(ii) The Affected Party shall also inform to the other Party cessation of the Force Majeure or circumstances and report regarding the total relief of what so ever nature desired by the affected Party.

(iii) Neither party shall then be responsible or liable for any action under the tender conditions for failure or delay in performance of the work under the contract.

(iv) The period allowed for restoration of the normal performance by the Parties of such obligation shall be extended on day to day basis based on merit and mutual consent of the parties.

(v) Each party shall use reasonable efforts to mitigate the effects of any event or circumstances of Force Majeure and to cooperate to develop and implement a plan of remedial and reasonable alternative measures to remove the event of Force Majeure. The affected should take lead and exert to resume normal performance of its obligation under the tender conditions.

(vi) The Contractor shall perform his obligations under the contract as near as it is reasonably practical, also shall seek all reasonable alternative means of performance.

(vii) When the Affected Party is able to resume performance of its obligations under this Contract, it shall promptly give the other Party a written notice to that effect provided that in no event shall the suspension of performance be of greater scope and of longer duration than is necessitated by Force Majeure.

(viii) The rights and obligations of the Affected Party shall be suspended to the extent they are affected by the Force Majeure, PCMC shall not be liable to make any payment to the Contractor for him being affected on account of Force Majeure. In this situation, the Contractor shall only be paid for the work done, since unforeseen situation should be shared by both, PCMC and Contractor.

38. No Breach of Obligations 38.1. The Contractor shall not be considered to be in breach of his obligation under this

Contract nor shall it incur or suffer any liability if and to the extent performance of any of his obligations under this Contract is affected by or on account of any of the following. a. Force Majeure Event, b. Compliance with the instruction of the Competent Authority /Representative of

Competent Authority or the directions of any Government Agency other than instructions issued as a consequence of a breach by the Contract of any its obligations hereunder,

39. Procedure for Disputes & Arbitration 39.1. Competent Authority’s Decision

If a dispute(s) of any kind whatsoever arises between the Contractor and the Competent Authority’s Representative, the same shall be referred to the Competent Authority for his decision with detailed justification. Such reference shall be stated that it is in pursuance to this clause and is for reviewing and giving decisions by the Competent Authority. The Competent Authority shall give its decision within fifteen (15) days of receipt of notice. If Contractor is not satisfied with the decision of the Competent Authority or the Competent Authority fails to give the decision within the period of fifteen (15) days from the date of receipt of notice under this clause, such a dispute may be referred to arbitration as per Arbitration and Conciliation Act, 1996

39.2. Arbitration i. Any dispute which is not resolved amicably shall be finally settled by binding arbitration

under the Arbitration Act. The arbitration shall be by a panel of three arbitrators, one to be appointed by each Party and the third to be appointed by the two arbitrators appointed by the Parties. The Party requiring arbitration shall appoint an arbitrator in writing, inform the other Party about such appointment and call upon the other Party to appoint its

Page 35: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

arbitrator. If within 15 days of receipt of such intimation the other Party fails to appoint the arbitrator, the Party seeking appointment of arbitrator may take further steps in accordance with the Arbitration Act.

ii. Place of Arbitration: The place of Arbitration shall be Pimpri Chinchwad, Maharashtra and the courts in Pimpri Chinchwad alone shall have jurisdiction to deal with matters arising therefore.

iii. English or Marathi Language The request for arbitration, the answer to the request, the terms of reference, any written submissions, any orders and awards shall be in English or Marathi and, if oral hearings take place, English/Marathi shall be the Language to be used in the hearings.

iv. Enforcement of Award The Parties shall agree that the decision or award resulting from arbitration shall be final and binding upon the Parties and shall be enforceable in accordance with the Provision of the Arbitration Act subject to the rights of the aggrieved parties to secure relief from any higher forum.

40. Governing Provisions 40.1. As aforesaid the provisions of the Arbitration and Conciliation Act 1996 or any statutory

modification or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceedings under this clause

41. Tipping Fee

41.1. The Contractor shall quote Tipping Fee in the following format

Sr No

Activity

Approximate Plant Capacity in Metric Tons Per day

Rate to be quoted by bidder per metric ton-In INR

( I ) ( II ) 1 Tipping fee for = Processing of

Municipal Solid waste including essential/necessary Repairs, Operation and Maintenance of Existing Mechanical Composting Plant)

500 TPD

2 Tipping fee for = Sanitary Land filling of waste remains after Mechanical Composting Plant and un-treated waste coming directly to site.

600 TPD

A Total- A= (1)+(2)

Page 36: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

41.2The Agency quoting the lowest Total Per Metric Ton Rate (A= (1)+(2)) shall be ranked as

L1 and the Agency quoting the second lowest Financial Bid shall be ranked Second as L2

and so on

41.3The Agency ranked L1 in accordance with the above procedure would be declared as the

Preferred and/or Selected Agency.

41.4 Bidder has to take into consideration the futuristic increase in quantity of Waste coming to

SLF.

41.5 Rates quoted for Composting Plant and Sanitary landfill facility shall be adjusted for

Inflation as per Clause No. 42 or by 10% whichever is lower, every financial year

41.6Bidder has to take into consideration the futuristic increase in quantity of Waste coming to

SLF

42. Inflation Adjustment

42.1Authority shall use Yearly WPI (Wholesale Price Index) of “All Commodities”based

on Financial Year issued on every 1 April for adjusting tipping fee for the respective

financial years. First revision shall be applicable with effect from 1st April 2017.

Source of WPI will be http://www.eaindustry.nic.in (

Any changes in methodology or policy or law by the Government

relating to calculation of fuel or wages or any other item shall be deemed

to have been reflected in the WPI and Agency shall not be eligible to

invoke Change in Law clause.

Following Formula shall be used for the revision of Tipping fee based on

WPI:

Tipping for a Financial Year= [WPI (Ft)]* QT0

WPI (F0)

Where,

WPI (Ft)- Wholesale Price Index for the Financial Year in question as declared on 14th

April of that year

WPI (F0)- WPI as notified on 1April 2016)

QT0- Quoted Tipping Fee for Financial Year 2016-17

Page 37: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

For Example: -Let us say-

WPI (Ft) = 176.94

WPI (F0) = 167.62

QT0 = Rs. 1500

Tipping for the Financial Year in question = 176.94*1500 = 1583.40

167.62

Page 38: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

SECTION-III

Special Conditions of Contract

A

1. Tendered rates shall be for completed work covering all operations as per Applicable

materials, labour, carriage, machinery & equipment’s, royalties fees, rent, excise duty,

labour cess, custom duty, sales tax, etc. Sales tax on works contract tax (if any), Octroi,

entry tax, wages, tools and plants transportation risks, overheads, general and special

liabilities /obligations as mentioned and profits etc except Service Tax which shall be

paid by the contractor to concern Department on demand and it will be reimbursed to

him by PCMC after satisfying that it has been actually and genuinely paid by the

contractor. Contractor shall pay necessary taxes, such as sales tax, Central excise duty,

custom duty etc. as above to relevant authorities.

2. The standard of sanitation/cleanliness shall always be to the satisfaction of the

authorized representative

3. The contractor shall appoint exclusively for this work sufficient Supervisor with mobile

phone and min one Manager for all location with mobile who shall coordinate with the

Concerned authorities as & when needed.

4. The tenderer shall provide sufficient number of staff required for completion of the

required scope of work. The contractor shall get approval of dress code and color scheme

pattern and text to be mentioned in Uniform. The staff in uniforms, shoes, gloves and

other safety gears as per relevant labour laws, as approved by PCMC only shall be

allowed for duty. The workers shall be supplied with sufficient sets of uniforms by the

contractor so that they wear them at all time and keep them clean. The uniform provided

to the workers shall be different and distinguish from other categories of the Institute

staff with name plate & badges as approved by PCMC. The uniforms shall be clean and

ironed. Any failure on this account shall attract penalty

5. The contractor shall have to provide all the material/machine required for the work. The

contractor will be responsible for maintenance of these machines.

6. The contractors shall provide all the proper instruments properly calibrated for taking

measurement s of various environmental parameters and display of the reading.

7. in case of any negligence, connivance or direct/indirect involvement of any personnel

deployed by agency, or there being occurred any theft, pilferage, misappropriation,

bungling of stocks/stores or any other loss to any property for whatsoever reason the

agency will be responsible and liable to compensate the losses as evaluated by the

Page 39: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

PCMC, or any other authorized officer of the concerned PCMC. The decision of the

PCMC shall be final.

8. The PCMC will not be responsible in any respect with regard to service conditions,

salaries and conduct of the personnel provided by the agency. The agency will be the

employer of the staff and PCMC will have no concern/liability whatsoever in respect of

their service.

9. The staff provided by the Contractor/ housekeeping agency shall have no lien of claim in

any manner on PCMC after their services are no more required by the PCMC or during

their deployment. In case, the staff resort to litigation in any court for any reason, the

Contractor/Agency will be solely responsible towards verdict of the court, at its own

cost. The Contractor/Agency is liable for expenses, losses and damages, if any, due to

his employees, any claim or suit or any such proceedings against PCMC is entitled to

deduct the sum from the pending or future bills of the agency.

B .SAFETY CODE

1. Bidder has to follow all the safety measures stipulated in The Factories Act 1948 and its

amendments thereon.

Page 40: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

C. MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS

1. APPLICATION

These rules shall apply to all buildings and construction works in which twenty or more workers are ordinarily employed or are proposed to be employed in any day during the period during which the contract work is in progress.

2. DEFINITION

Work place means a place where twenty or more workers are ordinarily employed in connection with construction work on any day during the period during which the contract work is in progress.

3. FIRST-AID FACILITIES

i) At every work place there shall be provided and maintained, so as to be easily accessible during working hours, first-aid boxes at the rate of not less than one box for 150 contract labour or part thereof ordinarily employed.

ii) The first-aid box shall be distinctly marked with a red cross on white back ground and shall contain the following equipment:-

a) For work places in which the number of contract labour employed does not exceed

50-Each first-aid box shall contain the following equipments:- 1. 6 small sterilized dressings. 2. 3 medium size sterilized dressings. 3. 3 large size sterilized dressings. 4. 3 large sterilized burn dressings. 5. 1 (30 ml.) bottle containing a two per cent alcoholic solution of iodine. 6. 1 (30 ml.) bottle containing salvolatile having the dose and mode of administration

indicated on the label.

7. 1 snakebite lancet. 8. 1 pair scissors.

8. 1 (30 gms.) bottle of potassium permanganate crystals.

9. 1 copy of the first-aid leaflet issued by the Director General, Factory Advice Service and Labour Institutes, Government of India.

10. 1 bottle containing 100 tablets (each of 5 gms.) of aspirin.

11 Ointment for burns.

12. A bottle of suitable surgical antiseptic solution.

b) For work places in which the number of contract labour exceed

50. Each first-aid box shall contain the following equipments.

1. 12 small sterilized dressings.

2. 6 medium size sterilized dressings.

3. 6 large size sterilized dressings.

Page 41: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

4. (15 gms.) packets sterilized cotton wool.

5. 1 (60 ml.) bottle containing two per cent alcoholic solution iodine.

6. 1 (60 ml.) bottle containing salvolatile having the dose and mode of administration indicated on the label.

7. 1 roll of adhesive plaster. 8. 1 snake bite lancet.

9. 1 (30 gms.) bottle of potassium permanganate crystals.

10. 1 pair scissors.

11. 1 copy of the first-aid leaflet issued by the Director General Factory Advice Service and Labour Institutes /Government of India.

12. A bottle containing 100 tablets (each of 5 gms.) of aspirin.

13. Ointment for burns.

14. A bottle of suitable surgical antiseptic solution.

iii) Adequate arrangements shall be made for immediate recoupment of the equipment

when necessary.

iv) Nothing except the prescribed contents shall be kept in the First-aid box.

v) The first-aid box shall be kept in charge of a responsible person who shall always be readily available during the working hours of the work place.

vi) A person in charge of the First-aid box shall be a person trained in First-aid treatment, in the work places where the number of contract labour employed is 150 or more.

vii) In work places where the number of contract labour employed is 500 or more and

hospital facilities are not available within easy distance from the works. First-aid posts shall be established and run by a trained compounder. The compounder shall be on duty and shall be available at all hours when the workers are at work.

viii) Where work places are situated in places which are not towns or cities, a suitable

motor transport shall be kept readily available to carry injured person or person suddenly taken ill to the nearest hospital.

4. DRINKING WATER

i)In every work place, there shall be provided and maintained at suitable places, easily accessible to labour, a sufficient supply of cold water fit for drinking. ii)Where drinking water is obtained from an intermittent public water supply, each work place shall be provided with storage where such drinking water shall be stored.

iii)Every water supply or storage shall be at a distance of not less than 50 feet from any latrine drain or other source of pollution. Where water has to be drawn from an existing well which is within such proximity of latrine, drain or any other source of pollution, the well shall be properly chlorinated before water is drawn form it for drinking. All such wells shall be entirely closed in and be provided with a trap door which shall be dust and waterproof. iv)A reliable pump shall be fitted to each covered well, the trap door shall be kept locked and opened only for cleaning or inspection which shall be done at least once a month.

5. WASHING FACILITIES

i)In every work place adequate and suitable facilities for washing shall be provided and maintained for the use of contract labour employed therein. ii)Separate and adequate cleaning facilities shall be provided for the use of male and female workers.

Page 42: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

iii) Such facilities shall be conveniently accessible and shall be kept in clean and

hygienic condition.

6. LATRINES AND URINALS i) Latrines shall be provided in every work place on the following scale namely :- a)

Where female are employed there shall be at least one latrine for every 25 females.

b) Where males are employed, there shall be at least one latrine for every 25 males.

Provided that where the number of males or females exceeds 100, it shall be sufficient if there is one latrine for 25 males or females as the case may be up to the first 100, and one for every 50 thereafter.

ii) Every latrine shall be under cover and so partitioned off as to secure privacy, and shall have

a proper door and fastenings. iii) Construction of latrines: The inside walls shall be constructed of masonry or some suitable

heat- resisting non-absorbent materials and shall be cement washed inside and outside at least once a year, Latrines shall not be of a standard lower than borehole system.

iv)a) Where workers of both sexes are employed, there shall be displayed outside each block of latrine and urinal, a notice in the language understood by the majority of the workers “For Men only” or “For Women Only” as the case may be.

b) The notice shall also bear the figure of a man or of a woman, as the case may be.

v) There shall be at least one urinal for male workers up to 50 and one for female workers up

to fifty employed at a time, provided that where the number of male or female workmen, as the case may be exceeds 500, it shall be sufficient if there is one urinal for every 50 males or females up to the first 500 and one for every 100 or part thereafter.

vi) a) The latrines and urinals shall be adequately lighted and shall be maintained in a clean and sanitary condition at all times.

b) Latrines and urinals other than those connected with a flush sewage system shall comply with the requirements of the Public Health Authorities. vii) Water shall be provided by means of tap or otherwise so as to be conveniently

accessible in or near the latrines and urinals.

viii) Disposal of excreta: - Unless otherwise arranged for by the local sanitary authority, arrangements for proper disposal of excreta by incineration at the work place shall be made by means of a suitable incinerator. Alternately excreta may be disposed of by putting a layer of night soil at the bottom of a pucca tank prepared for the purpose and covering it with a 15 cm. layer of waste or refuse and then covering it with a layer of earth for a fortnight (when it will turn to manure).

(ix) The contractor shall at his own expense, carry out all instructions issued to him by the

Employer to effect proper disposal of night soil and other conservancy work in respect of the contractor’s workmen or employees on the site. The contractor shall be responsible for payment of any charges which may be levied by Municipal or Cantonment Authority for execution of such on his behalf.

7. PROVISION OF SHELTER DURING REST

At every place there shall be provided, free of cost, four suitable sheds, two for meals and the other two for rest separately for the use of men and women labour. The height of each

Page 43: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

shelter shall not be less than 3 metres (10 ft.) from the floor level to the lowest part of the roof. These shall be kept clean and the space provided shall be on the basis of 0.6 sq.m. (6 sft) per head.Provided that the Employer may permit subject to his satisfaction, a portion of the building under construction or other alternative accommodation to be used for the purpose. 8. CRECHES

i) At every work place, at which 20 or more women worker are ordinarily employed, there

shall be provided two rooms of reasonable dimensions for the use of their children under the age of six years. One room shall be used as a play room for the children and the other as their bedroom.

ii) The rooms shall be provided with suitable and sufficient openings for light and ventilation.

There shall be adequate provision of sweepers to keep the places clean. iii) The contractor shall supply adequate number of toys and games in the play room and

sufficient number of cots and beddings in the bed room. iv) The contractor shall provide one ayaa to look after the children in the creche when the

number of women workers does not exceed 50 and two when the numbers of women workers exceed 50.

v) The use of the rooms earmarked as creches shall be restricted to children, their attendants and mothers of the children.

9. CANTEENS

i) In every work place where the work regarding the employment of contract labour is likely to continue for six months and where in contract labours numbering one hundred or more are ordinarily employed, an adequate canteen shall be provided by the contractor for the use of such contract labour.

ii) The canteen shall be maintained by the contractor in an efficient manner.

iii) The canteen shall consist of at least a dining hall, kitchen, and storeroom, pantry and washing places separately for workers and utensils.

iv) The canteen shall be sufficiently lighted at all times when any person has access to it.

v) The floor shall be made of smooth and impervious materials and inside walls shall be lime- washed or colour washed at least once in each year.

Provided that the inside walls of the kitchen shall be lime-washed every four months.

vi) The premises of the canteen shall be maintained in a clean and sanitary condition. vii) Waste water shall be carried away in suitable covered drains and shall not be allowed to

accumulate so as to cause a nuisance. viii) Suitable arrangements shall be made for the collection and disposal of garbage. ix) The dining hall shall accommodate at a time 30 per cent of the contract labour working at

a time. x) The floor area of the dining hall, excluding the area occupied by the service counter and

any furniture except tables and chairs shall not be less than one square meter (10 sft) per diner to be accommodated as prescribed in sub-Rule 9.

xi) a) A portion of the dining hall and service counter shall be partitioned off and reserved for

women workers in proportion to their number.

b) Washing places for women shall be separate and screened to secure privacy.

Page 44: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

xii) Sufficient tables stools, chair or benches shall be available for the number of diners to be accommodated as prescribed in sub-Rule 9.

xiii) a) 1. There shall be provided and maintained sufficient utensils crockery, furniture and any other equipment necessary for the efficient running of the canteen.

2. The furniture utensils and other equipment shall be maintained in a clean and hygienic condition.

b) 1. Suitable clean clothes for the employees serving in the canteen shall be provided and maintained.

2. A service counter, if provided, shall have top of smooth and impervious material.

3. Suitable facilities including an adequate supply of hot water shall be provided for the cleaning of utensils and equipments.

xiv) The food stuffs and other items to be served in the canteen shall be in conformity with the normal habits of the contract labour.

xv) The charges for food stuffs, beverages and any other items served in the canteen

shall be based on

‘No profit, No loss’ and shall be conspicuously displayed in the canteen. xvi) In arriving at the price of foodstuffs, and other article served in the canteen, the

following items shall not be taken into consideration as expenditure namely:-

a) The rent of land and building.

b) The depreciation and maintenance charges for the building and equipments provided for the canteen.

c) The cost of purchase, repairs and replacement of equipments including furniture, crockery, cutlery and utensils.

d) The water charges and other charges incurred for lighting and ventilation.

e) The interest and amounts spent on the provision and maintenance of equipments

provided for the canteen. xvii) The accounts pertaining to the canteen shall be audited once every 12 months by

registered accountants and auditors.

10. ANTI-MALARIAL PRECAUTIONS

The contractor shall at his own expense, conform to all anti-malarial instructions given to him by the Employer including the filling up of any borrows pits which may have been dug by him.

11. The above rules shall be incorporated in the contracts and in notices inviting tenders and shall from an integral part of the contracts.

12. AMENDMENTS

Government may, from time to time, add to or amend these rules and issue directions - it may consider necessary for the purpose of removing any difficulty which may arise in the administration thereof.

Page 45: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

D. CONTRACTOR’S LABOUR REGULATIONS

1. SHORT TITLE

These regulations may be called Contractors Labour Regulations.

2 DEFINITIONS

i)Workman means any person employed by contractor directly or indirectly through a subcontractor to do any skilled, semiskilled or unskilled manual, supervisory, technical or clerical work for hire or reward, whether the terms of employment are expressed or implied but does not include any person :-

a) Who is employed mainly in a managerial or administrative capacity: or

b)Who, being employed in a supervisory capacity draws wages exceeding five hundred rupees per mensem or exercises either by the nature of the duties attached to the office or by reason of powers vested in him, functions mainly of managerial nature : or

c)Who is an out worker, that is to say, person to whom any article or materials are given out by or on behalf of the principal employers to be made up cleaned, washed, altered, ornamental finished, repaired adopted or otherwise processed for sale for the purpose of the trade or business of the principal employers and the process is to be carried out either in the home of the out worker or in some other premises, not being premises under the control and management of the principal employer.

No person below the age of 14 years shall be employed to act as a workman.

Fair Wages means wages whether for time or piece work fixed and notified under the provisions of the Minimum Wages Act from time to time.

Contractors shall include every person who undertakes to produce a given result other mere supply of goods or articles of manufacture through contract labour or who supplies labour for any work and includes a subcontractor.

Wages shall have the same meaning as defined in the Payment of Wages Act.

Normally working hours of an adult employee should not exceed 9 hours a day. The working shall be so arranged that inclusive of interval for rest, if any, it shall not spread over more than hours on any day.

When an adult worker is made to work for more than 9 hours on any day or for more than hours in any week, he shall be paid over time for the extra hours put in by him at double ordinary rate of wages.

a) Every worker shall be given a weekly holiday normally on a Sunday, in accordance with the provisions of the Minimum Wages (Central) Rules 1960 as amended from time to time irrespective of whether such worker is governed by the Minimum Wages Act or not.

b) Where the minimum wages prescribed by the Government under the Minimum Wages Act are not inclusive of the wages for the weekly day of rest, the worker shall be entitled to rest day wages at the rate applicable to the next preceding day, provided he has worked under the same contractor for a continuous period of not less than 6 days. c) Where a contractor is permitted by the Employer to allow a worker to work on a normal weekly holiday, he shall grant a substituted holiday to him for the whole day on one of the five days immediately before or after the normal weekly holiday and pay wages to such worker for the work performed on the normal weekly holiday at overtime rate.

Page 46: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

4. DISPLAY OF NOTICE REGARDING WAGES ETC.

The contractor shall before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain in a clear and legible condition in conspicuous places on the work, notices in English and in the local Indian languages spoken by the majority of the workers giving the minimum rates of wages fixed under Minimum Wages Act, the actual wages being paid, the hours of work for which such wage are earned, wages periods, dates of payments of wages and other relevant information..

5. PAYMENT OF WAGES

i) The contractor shall fix wage periods in respect of which wages shall be payable.

ii) No wage period shall exceed one month.

iii) The wages of every person employed as contract labour in an establishment or by a contractor where less than one thousand such persons are employed shall be paid before the expiry of seventh day and in other cases before the expiry of tenth day after the last day of the wage period in respect of which the wages are payable.

iv) Where the employment of any worker is terminated by or on behalf of the contractor the wages earned by him shall be paid before the expiry of the second working day from the date on which his employment is terminated.

v) All payment of wages shall be made on a working day at the work premises and during the working time and on a date notified in advance and in case the work is completed before the expiry of the wage period, final payment shall be made within 48 hours of the last working day.

vi) Wages due to every worker shall be paid to him direct or to other person authorized by him in this behalf.

vii) All wages shall be paid in current coin or currency or in both.

viii) Wages shall be paid without any deductions of any kind except those specified by the Central Government by general or special order in this behalf or permissible under the Payment of Wages Act 1956.

ix) A notice showing the wages period and the place and time of disbursement of wages shall be displayed at the place of work and a copy sent by the contractor to the Employer under acknowledgment.

x) It shall be the duty of the contractor to ensure the disbursement of wages in the presence of the Engineer or any other authorized representative of the Employer who will be required to be present at the place and time of disbursement of wages by the contractor to workmen.

xi) The contractor shall obtain from the Junior Engineer or any other authorized representative of the Employer as the case may be, a certificate under his signature at the end of the entries in the “Register of Wages” or the “Wage-cum-Muster Roll” as the case may be in the following form:- “Certified that the amount shown in column No..................... has been paid to the workman concerned in my presence on .................. at.................. ”

6. FINES AND DEDUCTIONS WHICH MAY BE MADE FROM WAGES

(i) The wages of a worker shall be paid to him without any deduction of any kind except the following :-

Page 47: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL ENGINEERING DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

o Fines o Deductions for absence from duty i.e. from the place or the places where by the terms

of his employment he is required to work. The amount of deduction shall be in proportion to the period for which he was absent.

o Deduction for damage to or loss of goods expressly entrusted to the employed person

for custody, or for loss of money or any other deduction which he is required to account, where such damage or loss is directly attributable to his neglect or default.

o Deduction for recovery of advances or for adjustment of overpayment of wages,

advances granted shall be entered in a register. o Any other deduction which the Central Government may from time to time allow.

(ii) No fines should be imposed on any worker save in respect of such acts and omissions on his part as have been approved of by the Chief Labour Commissioner.

Note :- An approved list of Acts and Omissions for which fines can be imposed is enclosed at Appendix-I

(iii) No fine shall be imposed on a worker and no deduction for damage or loss shall be made from his wages until the worker has been given an opportunity of showing cause against such fines or deductions.

(iv) The total amount of fine which may be imposed in any one wage period on a worker shall not exceed an amount equal to three paise in a rupee of the total wages, payable to him in respect of that wage period.

(v) No fine imposed on any worker shall be recovered from him by instalment, or after the expiry of sixty days from the date on which it was imposed. (vi) Every fine shall be deemed to have been imposed on the day of the act or omission in respect of which it was imposed.

7. LABOUR RECORDS

(i) The contractor shall maintain a Register of persons employed on work on contract in Form XIII

of the CL (R&A) Central Rules 1971

(ii) The contractor shall maintain a Muster Roll register in respect of all workmen employed by him on the work under Contract in Form XVI of the CL (R&A) Rules 1971 .

(iii) The contractor shall maintain a Wage Register in respect of all workmen employed by him on the work under contract in Form XVII of the CL (R&A) Rules 1971

(iv) Register of accident - The contractor shall maintain a register of accidents in such form as may be convenient at the work place but the same shall include the following particulars:

a) Full particulars of the labourers who met with accident.

b) Rate of Wages. c) Sex d) Age

e) Nature of accident and cause of accident.

f) Time and date of accident.

Page 48: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

g) Date and time when admitted in Hospital.

h) Date of discharge from the Hospital.

i) Period of treatment and result of treatment.

j) Percentage of loss of earning capacity and disability as assessed by Medical Officer.

k) Claim required to be paid under Workmen’s Compensation Act.

l) Date of payment of compensation.

m) Amount paid with details of the person to whom the same was paid.

n) Authority by whom the compensation was assessed.

o) Remarks

v) The contractor shall maintain a Register of Fines in the Form XII of the CL (R&A) Rules 1971. The contractor shall display in a good condition and in a conspicuous place of work the approved list of acts and omissions for which fines can be imposed

vi) The contractor shall maintain a Register of deductions for damage or loss in Form XX of the CL (R&A) Rules 1971.

vii) The contractor shall maintain a Register of Advances in Form XXIII of the CL (R&A) Rules 1971.

viii) The contractor shall maintain a Register of Overtime in Form XXIII of the CL (R&A) Rules 1971.

8. ATTENDANCE CARD-CUM-WAGE SLIP i) The contractor shall issue an Attendance card-cum-wage slip to each workman employed by him.

ii) The card shall be valid for each wage period.

iii) The contractor shall mark the attendance of each workman on the card twice each day, once at the commencement of the day and again after the rest interval, before he actually starts work.

iv) The card shall remain in possession of the worker during the wage period under reference.

v) The contractor shall complete the wage slip portion on the reverse of the card at least a day prior to the disbursement of wages in respect of the wage period under reference. vi) The contractor shall obtain the signature or thumb impression of the worker on the wage slip at the time of disbursement of wages and retain the card with himself.

9. EMPLOYMENT CARD

Page 49: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

The contractor shall issue an Employment Card in Form XIV of the CL (R&A) Central Rules 1971 to each worker within three days of the employment of the worker.

10. SERVICE CERTIFICATE

On termination of employment for any reason whatsoever the contractor shall issue to the workman whose services have been terminated, a Service certificate in Form XV of the CL (R&A) Central Rules 1971.

11. PRESERVATION OF LABOUR RECORDS

All records required to be maintained under Regulations Nos. 6&7 shall be preserved in original for a period of three years from the date of last entries made in them and shall be made available for inspection by the Employer or Labour Officer.

12. POWER OF LABOUR OFFICER TO MAKE INVESTIGATIONS OR

ENQUIRY

The Labour Officer or any person authorized by Central Government on their behalf shall have power to make enquires with a view to ascertaining and enforcing due and proper observance of Fair Wage Clauses and the Provisions of these Regulations. He shall investigate into any complaint regarding the default made by the contractor or subcontractor in regard to such provision.

13. REPORT OF LABOUR OFFICER

The Labour Officer or other persons authorized as aforesaid shall submit a report of result of his investigation or enquiry to the Employer indicating the extent, if any, to which the default has been committed with a note that necessary deductions from the contractor’s bill are made and the wages and other dues be paid to the labourers concerned. In case an appeal is made by the contractor under Clause

13 of these regulations, actual payment to labourers will be made by the Engineer after the Employer has given his decision on such appeal.

i) The Engineer shall arrange payments to the labour concerned within 45 days from the receipt of the report form the Labour Officer or the Employer as the case may be.

14. APPEAL AGAINST THE DECISION OF LABOUR OFFICER

Any person aggrieved by the decision and recommendations of the Labour Officer or other person so authorised may appeal against such decision to the Employer within 30 days from the date of decision, forwarding simultaneously a copy of his appeal to the Engineer concerned but subject to such appeal, the decision of the officer shall be final and binding upon the contractor.

15. PROHIBITION REGARDING REPRESENTATION THROUGH LAWYER

i) A workman shall be entitled to be represented in any investigation or enquiry under these regulations by:-

a) An officer of a registered trade union of which he is a member.

b) An officer of a federation of trade unions to which the trade union referred to in clause (a) is affiliated.

Page 50: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

c) Where the employer is not a member of any registered trade union, by an officer of a registered trade union, connected with the industry in which the worker in employed or by any other workman employed in the industry in which the worker is employed.

ii) An employer shall be entitled to be represented in any investigation or enquiry under these regulations by:-

a) An officer of an association of employers of which he is a member.

b) An officer of a federation of associations of employers to which association referred to in clause (a) is affiliated. c) Where the employers is not a member of any association of employers, by an officer of association of employer connected with the industry in which the employer is engaged or by any other employer, engaged in the industry in which the employer is engaged.

(iii) No party shall be entitled to be represented by a legal practitioner in any investigation or enquiry under these regulations.

16. INSPECTION OF BOOKS AND SLIPS

The contractor shall allow inspection of all the prescribed labour records to any of his workers or to his agent at a convenient time and place after due notice is received or to the Labour Officer or any other person, authorized by the Central Government on his behalf.

17. SUBMISSIONS OF RETURNS

The contractor shall submit periodical returns as may be specified from time to time.

18. AMENDMENTS

The Central Government may from time to time add to or amend the regulations and on any question as to the application/Interpretation or effect of those regulations the decision of the Employer shall be final.

(Note: Necessary Formats in which records are to be maintained and returns to be submitted shall be provided by the Employer.)

Page 51: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

SECTION-IV

PROCESS IMPLEMENTATION MANUAL AND

MAINTENANCE INTERVENTION LEVELS

Page 52: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Process implementation manual and maintenance interval levels The bidder shall abide to the manual attached as Annexed, if required the bidder shall carry out additional operation & maintenance as and when required incidental to the work. The frequency of various tests during operation and maintenance of the facility shall be as directed by the engineer. The bidder shall carry out all the tests at frequency decided by the engineer. The cost of carrying out all the tests are incidental to the work and no extra payment is admissible on this count. Process Methodology for Composting

The treatment process selected for processing of waste for Madurai project is based on aerobic composting. The details of the composting process is described below. 1. Composting process Composting is a process involving bio-chemical conversion of organic matter into humus (Lignoproteins) by mesophilich and themophillicmicro organisms. A composting process seeks to harness the natural forces of decomposition to secure the conversion of organic waste into organic manure. Composting can be done in two ways.

a. Aerobic Composting.

b. Anaerobic Composting.

Aerobic composting is more advantageous than anaerobic composting because of • Rapid decomposition, normally completed within 6 to 8 weeks resulting in

reduction of area required.

• Process is exothermic and the heat generated helps in destruction of harmful pathogens, eggs of disease carrying vectors and nullification of weed seeds.

• Production of foul smelling gases like methane, hydrogen sulphide is minimized.

• Nutrients are fairly preserved.

In order to accelerate and control the aerobic composting a specially formulated biological innoculum will be used to treat the organic waste, which is the key element in our technology. The innoculum will be subject to continuous improvement is composition.

Page 53: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

2. Fundamentals of Composting

Aerobic microorganism extracts energy from the organic matter through a series of exothermic reactions that break the material down to simpler materials. The basic aerobic decay equation holds : During this decomposition the temperature increases to about 70 c in most well operated composting operations. As the reaction develops, the early decomposers are mesophilic bacteria followed after about a week by thermophilic bacteria, action mycetes, and thermophilic fungi. Above 70 c, spore-forming bacteria predominate. As the decomposition slows, the temperature drops and mesophilic bacteria and fungi reappear. Protozoa, nematodes, millipedes, and works are also present during the later states. The concentration of dead and living organisms in compost can be as high as 25%. The elevated temperatures destroy most of the pathogenic bacteria, eggs, and cysts. Some of the more common pathogens and their survival at elevated temperatures are shown in Table below. The product of thermophilic composting is essentially free of pathogens. All potential pathogens, including resistant parasites such as Ascaris eggs and cysts of Entamoebahistolytica, are destroyed.

Destruction of some common Pathogens and Parasites During Composting

Salmoneliatyphosa No growth beyond 46c, death within 30 min at 55 u 60c

and within 20 minutes at 60c: destroyed in a short time in compost environment.

Salmonelia sp. Death with 1 h at 55 c and with 15-20 min at 60c

Escherichia coli Death for most within 1 h at 550 c and within 15 u 20 min at 60c

Shigella Sp. Death in 1 h at 55c Entamoeba histolytica cysts

Death within a few minutes at 45c

Trichinellaspiralis larvae Quickly killed at 55c Brucella abortus or Br.Suis

Death within 3 min at 62c and within 1 hr at 55c

Streptococcus pyogenes Death within 10 min at 50c Mycobacterium Death within 15 u 20 minutes at 66c or after

Tuberculosis var. hominis

Momentary heating at 67c

Corynebactenium diphtheriae

Death within 45 min at 55c

Ascarislumbricoides eggs

Death in less than 1 h at 50c

Page 54: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

3. Factors affecting composting process

The following factors affect the rate of successful composting.

i. Moisture content

Moisture content of the waste should be between 30-35%. Lesser moisture will lead to mortality of microbes, whereas excessive moisture will lead to anaerobic conditions making the inoculated microbes ineffective in the process of composting and leading to emission of green house gases with foul smell.

ii. Temperature

Owing to the exothermic biological activities of aerobic bacteria, temperature inside the heap rises to 60-70c with a couple of days. This temperature has to be maintained throughout the biological cycle.

iii. Proper aeration

Since aerobic bacteria are used in the biological process, proper aeration is required to ensure availability of oxygen. Regular turning of the heaps will provide adequate aeration.

iv. Carbon & Nitrogen Ration (C:N Ratio)

CN Ration should be maintained below 50 for speedy composting. If it is high, the decomposition process will be slow. If CN Ration is very high, Nitrogenous material like cow dung may have to be added to bring down CNR to the desired level. At the end of biological process, CN Ration should come down below 15.

Summarized Results of Factors Affecting Composting

Factors Affecting Composting Desirable ranges Moisture content 30% to 35% optimum Temperature 50 to 60c (for 5 to 7 days pathogens get killed)

C/N ratio Between 30-45 If C/N ration is less u straw, saw dust, paper to be added If C/N ration is more u sewage sludge, slauthter waste etc.. to be added

At the end of composting C/N = 20 As per MSW regulation C/N permitted is 20-40

Aeration Adequate oxygen throughout the mass Normally ensured by turning every 5th day

Page 55: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

4. Design & Infrastructure Proposed- Compost Plant 4.1 Inspection Area The municipal Solid Waste will be received at the entry gate to the Site and already weighed from four transfer stations to taking up for processing. An area for inspection will be constructed with the following specifications for the inspection of the incoming loads suspected of containing Biomedical and Hazardous wastes.

Parameter Specifications

Platform • Open platform constructed using non-suspended reinforced cement concrete slabs

• Minimum area: 250 Sqm Construction • Levelling of the ground shall be done with

Approved earth having permeability coefficient (to leachate ) and measured in field not greated than 1.0 X 10-7 cm/sec and subsequently compacted at 90% modified Proctor Density

• 50 mm thick PCC to be provided • 150 mm thick RCC flooring on top of the PC • 2% slope shall be provided for platform • Lined drains shall be provided for collection of

leachate and surface run-off

4.2 Specifications of Windrow Platform MSW received on each day will be formed into separate windrow every day. Outer row will accommodate 6 windrows.

• Daily in flow of garbage 500 MT

• Bulk Density of garbage

• Volume of garbage received daily

Cross sectional area of windrow

(A+B) H/2 SQ.M Where

Page 56: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

A = Base width; B = Top width, H = height, all in Meters

Length of windrow in meters = Total volume in cubic meters / Cross sectional area in sq meters

Here assuming an average bulk density of 0.6, we propose to have windrows of following dimensions.

Windrow dimensions In meters

Length 50 Width 8 Height 3

Windrow platform made of cement concrete will be established with the following specifications Windrow Platform Specifications Parameter Specifications Platform Platform constructed using non-suspended reinforced

cement concrete slabs • The area of the Windrow shall be adequate for Processing the quantity of Municipal Solid Waste as set out in RFP and concession agreement

Construction • Leveling (after filling) of the ground shall be done with approved earth having permeability coefficient (to leachate ) and measured in field not greater than 1.0 X 10-7 cm/sec and subsequently compacted at 90% modified Proctor Density

• 50 mm thick PCC to be provided • 150 mm thick RCC flooring on top of the PCC • Platform slabs shall be laid with adequate expansion

and contraction joints to prevent leachate percolation to the ground

• 2% slope shall be provided for platform • Lined drains shall be provided for collection of

leachate and surface run-off

4.3 Process Machinery All other machinery and infrastructure required for the compost plant operations are given below in the following table

Page 57: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Compost Plant- Equipment and Machinery Details

S.No. Equipment Capacity Qty. Purpose WINDROW MANAGEMENT 1 Hydraulic excavators 1 cum

bucket 1 Windrow formation and

turning 2 Slurry Pump 3hp 2 Spraying the leachate and

inoculate slurry on the heaps

PRIMARY SECTION (Coarse Segregation)

1 Front End Loader 1cum bucket

1 To collect and feed fermented waste to the feeder belt

2 Chain Belt Feeder Conveyor-Z type

40 TPH 1 To carry the fed fermented waste into the next screen

3 Trommel Screen- 75mm

40 TPH 1 To screen out oversized (>75mm) fermented waste

4 Chain Belt Feeder Conveyor-75 30 TPH 1 To carry<75 mm screened material to plastic separator

5 Chain Belt L type Reject Conveyor-75

10 TPH 1 To carry<75 mm screened material to next separator

6 Tromel Screen- 30mm

30 TPH 1 To screen out oversized (>30<75 mm) rejects

7 Chain Belt process Conveyor-30

25 TPH 2 To carry >30 mm fermented material to distribution system

8 Chain Belt Reject Conveyor-30

10 TPH 1 To carry >30mm screened rejects ADS

9 Drag Chain type conveyor 15 TPH 4 To distribute semi screened material in the curing sheds

10 Air Density Seperator (ADS) 10 TPH 1 To separate out compostable fractions

11 Magnetic Seperator 2 To separate ferrous fractions 12 Hydraulic Pack 70-90 LPM 3 To generate hydraulic power

for all the above equipments

Page 58: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

S.No. Equipment Capacity Qty. Purpose SECONDARY SECTION

(Refinement)

1 Chain Belt Conveyor-Z type 20 TPH 1 To feed Semi finished material for further screening

2 Trommel-16 mm 20 TPH 1 To screen out oversized (>16mm<30mm) rejects

3 Chain Belt Conveyor-Z type 15 TPH 1 To carry screened (<16mm) material

4 Chain Belt Conveyor-L type 10 TPH 1 To carry screened out oversize(>16<30mm) rejects to ADS

5 Drag Chain conveyor 15 TPH 1 To distribute the screened (<16mm) material to next screens

6 Trommel-4 mm 10 TPH 2 To screen <16mm material thro 4mm screen

7 Chain Belt Conveyor-Z type 8 TPH 2 To carry <4mm screened material

8 Chain Belt Conveyor-L type 8 TPH 1 To carry screened oversized (<16>4mm) material

9 Grinder 2 TPH 1 To grind digested Organic material coming out of the Reject conveyor

10 Drag Chain conveyor 4 TPH 1 To collect the ground Organic matter

11 Chain Belt Conveyor-Z type 4 TPH 1 To transfer the ground Organic material

12 Bucket Elevator 6 TPH 2 To lift the digested and screened material vertically to feed into next equipment

13 Gravity separator with Aspirator

6 TPH 2 To remove heavy impurities mainly sand and glass pieces

14 Chain Belt Conveyor 15 TPH 1 To carry the screened compost

15 Chain Belt Conveyor 6 TPH 1 To carry oversized impurities coming out from Gravity seperator

16 Drag Chain Conveyor

10 TPH 1 To distribute final compost in finished goods godown

Page 59: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

S.No. Equipment Capacity Qty. Purpose 17 Air Density Seperator (ADS) 10 TPH 1 To separate out combustible

fractions 18 Magnetic Seperator 2 To separate ferrous fractions 19 Hydraulic Power

Pack 70-90 LPM 2 To generate Hydraulic Power

20 Front end loader 0.6 cum bucket

1 To feed semi finished material

REJECTS SHIFTING 1 JCB (Loader with

Backhoe) 1 cum & 0.23 cum

1 To load rejects into the tippers

2 Hydraulic Tippers 6 cum 3 To transport rejects to the landfill site

3 HYVA Tipper 14 Cu.m 4 4.4 Recovery of plastics and Refuse Derived Fluff The layout provides for installation of a RDF processing unit for converting the hard to digest but combustible fraction of the Municipal Waste into Fluff form. The RDF will be baled. The RDF is a useful material and is being increasingly used in cement plants as part replacement for local deriving cost advantage as well as in boilers in some process industries. Air Density Separators, Shredder and bailers are the key equipment for the RDF stream. 5.0 Operation & Maintenance Scheme for Processing MSW 5.1 Receipt Control Our Proposal envisages unidirectional pathways for both incoming and outgoing waste tracks/vehicles to avoid traffic congestion. The dedicated corridors of specific pathways will for the incoming trucks. Similarly, the outgoing vehicular traffic for meeting the movement of finished product also will have a dedicated corridor. Therefore, the waiting time at any point of time for incoming vehicles at weigh bridge shall not be ever more than 5 minutes and in fact shall be less than the same. Treatment with innoculum& its importance Incoming garbage may have native microbes, which might have started decaying process. They could be of anaerobic and aerobic varieties. In order to have an end product of desired quality and also to accelerate the process of decomposition, inoculation with selected strains of effective microbes is very essential. Otherwise the decomposition process will be erratic creating problems for the operation. 5.2 Windrow Turning Aerobic bacteria need oxygen regularly. Regular turning of the windrow is required to ensure availability of oxygen. Hence turning of windrows at fixed intervals should be strictly followed. Besides, providing aeration, turning also helps in lateral movement of the garbage

Page 60: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

towards the area from where matured and decomposed garbage is taken up for mechanical screening. Planning of the windrows is done in such a way that any backlog in turning will restrict area for acceptance of fresh garbage and hence regular turning will have to undertaken religiously. This will ensure proper aeration and effective aerobic activities. It is advisable to puncture these windrows before hand, so that foul smelling gas like Methane and Hydrogen Sulphide get slowly released to reduce the intensity of foul smelling gases at the time of first turning. Following schedule will be adopted for turning of the windrows.

• 1st turning 5th day of windrow formation

• 2nd turning 6th day after 1st turning • 3rd turning 6th day after 2nd turning • Screening 6th day after 3rd turning

Provision has been made for removal of waste material that are segregated from the waste stream on daily basis. The Compost facilities and surrounding area shall be cleaned on a daily basis to remove odour generating wastes. Residues on the roads in the compost plant and facilities shall be removed periodically. Leachate generated at the compost facility will be reused after treatment and not discharged. The equipment at the compost facilities shall be cleaned periodically to minimize the potential of odour generating material. The Compost Windrows shall be maintained in aerobic conditions. 5.3 Windrow Formation MSW received on each day will be formed into separate windrow every day. Incoming vehicles will move only on the outer pathway. They will unload the material in the area designated for the purpose. Soon on unloading biological inoculum will be sprayed on to the heap. JCB will lift the material and form the windrow. Outer row will accommodate 8 windrows (4 on each side.) An appropriate system is envisaged for continuous draining of leachate generated so that aerobic conditions are maintained inside the windrow for speedy composting. 5.4 Preparatory Section In preparatory section, the digested MSW will be passed through 75 and 30mm trommel screens. The out put will be stored in curing shed, the average retention period in the curing shed will be 30 days. This will help in improving the quality of the end product. Further it will also increase recovery of compost and reduce rejects for land filling. The curing shed will have a capacity to accommodate 60 days of production.

Page 61: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

5.5 Secondary Section In the secondary screening section, the cured crude product will be further screened through 16 and 4mm screens. The output will be further passed through specific gravity separator to remove sand and other heavy impurities. 5.6 Packing Section The compost so obtained will be stored in the storage area and enriched and packed as per demand in the packing section. By breaking the screening operations into modules with adequate intermediate storage capacities, any breakdown of operations in one section will not affect operation in any other section Or in other words each section can operate independently without creating bottlenecks. Recyclables and RDF fluff will be recovered from the rejects of composting plants. This will improve the economy of operations as well as reduce quantum of inert going to Landfill. 6.0 Storage & Handling of Compost The main product envisaged from processing is Compost, while RDF in fluff form obtained can be termed as byproduct. Necessary Marketing and selling arrangements and strategies would be made for selling of compost as well as the RDF fluff. Besides, the recyclables constitute to be a product of MSW and has good market potential as well. The objective will be to achieve the proper segregation of recyclables and to undertake aerobic compost process. The combustible fraction of the residues of composting process will be converted to RDF Fluff. The following precautions would be taken for handling of compost • Compost would be stored in shady place under closed sheds to avoid direct sunlight • To be stored in isolated place to avoid mix-up with other foreign materials like plastics,

metals etc 7.0 Operational Problems & Corrective Processes Symptom cause Diagnosis Solution Temperature Does not rise

Microorganism cannot develop

• Material too dry or wet • Imbalance in aeration • Incorrect C/N ration

• Loosen pile • Wet the pile • Add Dung

Sudden Decrease in Temperature

Transformation not taking place

• Heap too dry • Imbalance in C/N ratio

• Add nitrogen rich material • Add water

Page 62: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Symptom cause Diagnosis Solution Material gets blackish greenish with foul smell

Composting material is smelling and turning into black colour

• Improve C/N ratio • More frequent turning of the pile

• Correct C/N ratio Provide ample turning

8.0 Monitoring of Process Operations-Composting A quality control laboratory with the equipment given in the following table will be set up to carry out the following tests:

1. Compost Processing

2. Compost quality as per Schedule IV of MSW Rules

3. Maturity Test for the Residual Inert Matter List of Equipments needed for Centralized Testing Laboratory

S. No Equipment 1 Kjeldahl Apparatus 2 PH Meter 3 Weighing Balance (Digital u 300 Gm/0.01 Gm) 4 Oven (Electrical 700Deg.C) 5 Water Distillation Unit 6 Conical Flasks 7 Volumetric Flasks (50,100,150 & 200 MI) 8 Measuring Cylinder (50,100 MI) 9 Burette

10 Pipettes (Volumetric & Gravimetric) 11 Beakers 12 China Dish 13 Stirrers 14 Chemicals & Reagents

• Performance Standards for compost Processing of Municipal Solid Waste would be undertaken in order to ensure that the compost produced after such Processing is reckoned as being Fit for Sale.The sampling procedure for compost testing is as set out below. The compost proposed to be sold or otherwise disposed off shall be placed in at least ten heaps of almost equivalent size. One random sample from

Page 63: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

each of these heaps shall be taken. Such random samples shall then be thoroughly mixed and a single random sample taken and tested. In case the composition of this single random sample satisfies the criteria set out in the table given below shall be certified as being E Fit for Sale S Composting Standards

S. No Description Standards i Moisture, percent by weight 15.0-25.0

Iii Colour Dark Brown to Black iii Odour Absence of foul odour iv Particle Size Max. 90% material should

pass through 4.0 mm IS Sieve

v Bulk Density (g/Cu.cm) 0.7 - 0.9

vi Total Organic Carbon, percent by weight, Minimum

12

Vii Total Nitrogen (as N) percent by weight Minimum

0.8

viii Total Phosphates (as P2O ) percent by weight minimum

0.4

ix Total Potash (K2O) percent by weight Minimum

0.4

x C. N. Ratio 20:1 or less xi PH 6.5 - 7.5 Xii Conductivity (as dsm-1) not more than 4 Xiii Pathogens Nil xiv Heavy metal content (as mg/Kg)

percent by weight, maximum

Arsenic (as As2O3) 10 Cadmium (as Cd) 5 Chromium (as Cr) 50 Copper (as Cu) 300 Mercury (as Hg) 0.15 Nickel (as Ni) 50 Lead (as Pb) 100 Zinc (as Zn) 1000

MACHINERY/ EQUIPMENT AVAILABLE AT SITE

Sr.No Description of Equipment available on

site Quantity /

Nos Capacity

Page 64: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Sr.No Description of Equipment available on site

Quantity / Nos

Capacity

1 2 3 4 I Presorting Section 1 Slat Conveyor 2 50 TPH 2 Feeder Belt 1 50 TPH 3 Trommel - 75mm 1 50TPH 4 Over Size Conveyor 1 30TPH 5 Sorting Belt Conveyor 1 30TPH 6 undersizeconveyor 1 20TPH 7 Hydraulic power Pack 1 30HP

II RDF Processing Equipment 1 Feeder Belt 1 30TPD 2 Shredder 1 20TPH 3 Trommel-16mm 1 30TPD 4 Under size Conveyor 1 10TPH 5 Over Size Conveyor 1 30TPH 7 Conveyor to Storage Area 1 30TPH 8 Hydraulic power Pack 1 30HP

III Compost Processing Equipment 1 Feeder Conveyor 1 10TPH 2 Trommel Screen-35mm 1 10TPH 3 Under size Conveyor 1 8TPH 4 Over Size Conveyor 1 8TPH 5 Trommel-16mm 1 8TPH 6 Under size Conveyor 1 6TPH 7 Over Size Conveyor 1 6TPH 8 Feeder Conveyor 1 5TPH 9 Trommel Screen-4mm 1 5TPH

10 Bucket Elevator 1 3TPH 11 Gravity Seperator 1 3TPH 12 Air Classfier System 1 3TPH 13 Rejects Conveyor 2 5TPH 14 Packing System 1 3TPH 15 Hydraulic power Pack 3 20HP IV Handling Equipments 1 Front End Loader with Back Hoe 1

2 Tippers 2

Page 65: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Sr.No Description of Equipment available on site

Quantity / Nos

Capacity

3 MUV 1 4 Front End Loader (Fixed Graber ) 2

V UTILITIES 1 Workshop Equipment 1 Set

2 Forced Air Areation 1 Set 3 Leachate / Water treatment Facility 1 30KLPD

4 Water &Lechate Circulation Pumps 2 Nos

VI ELECTRIFICATION 1 Transformer 1 11KV/440 2 D.G Set 1 3 Sub Station 1 4 Distribution Pannels 5 6 External Lighting Ready on site

VII MOBILE MACHINARY for TURNING 2

VIII Quality Control Equipments 1 set

Page 66: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

(SECTION-V)

TECHNICAL SPECIFICATIONS

Page 67: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

TECHNICAL SPECIFICATIONS 1.1. PREAMBLE: The Technical Specifications contained herein shall be read in conjunction with the other Bidding Documents as specified. 1.2. GENERAL REQUIREMENTS The Technical Specifications in accordance with which the entire work described hereinafter shall be executed and completed by the Contractor shall comprise of the following : 1.3. PART – I – GENERAL TECHNICAL SPECIFICATIONS The general technical specifications will be based on CPHEEO mannual for operation and maintenance of engineered sanitary landfill site. In the absence of clarity the CPHEEO mannual shall be referred. In case detailed specifications are not clear, the decision of Engineer shall be final and it is binding on the contractor. Design of Environmental Monitoring System The objective of an environmental monitoring system is (a) to find out whether a landfill is performing as designed; and (b) to ensure that the landfill is conforming to the regulatory environmental standards. Monitoring at a landfill site is carried out in four zones: (a) on and within the landfill; (b) in the unsaturated subsurface zone (vadose zone) beneath and around the landfill; (c) in the groundwater (saturated) zone beneath and around the landfill and (d) in the atmosphere/local air above and around the landfill. The parameters to be monitored regularly are: 1.3.1. leachate head within the landfill; 1.3.2. leachate and gas quality within the landfill; 1.3.3. long-term movements of the landfill cover; 1.3.4. quality of pore fluid and pore gas in the vadose zone; 1.3.5. quality of groundwater in the saturated zones and 1.3.6. air quality above the landfill, at the gas control facilities, at buildings on or near the

landfill and along any preferential migration paths. The indicators of leachate quality and landfill gas quality must be decided after conducting a study relating to the type of the waste, the age of the waste, the composition of leachate and gas likely to be generated and the geotechnical as well as hydro-geological features of the area. Typical leachate and gas constituents have already been indicated in sections in CPHEEO mannual. All monitoring programmes must first establish the baseline/background conditions prior to landfill monitoring.

Page 68: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

The frequency of monitoring will vary from site to site but it must be so fixed that it is capable of detecting unusual events and risks in the initial phase of their appearance so as to give time to diagnose and localize the cause and enable early steps to be taken for containment or remediation. Usually a monthly or a bimonthly monitoring frequency is considered suitable during the operational phase of a landfill as well as for 3 to 4 years after closure; this frequency can be decreased to2-3 times as year in later years, if all systems perform satisfactorily. The monitoring frequency may have to be increased if higher concentrations than expected are detected, if control systems are changed or if drainage systems becomes clogged/non-functional. The frequency of monitoring may also be increased during those periods in which gas generation or leachate generation is higher, such as during the monsoon periods. A monitoring programme must specify (i) a properly selected offsite testing laboratory capable of measuring the constituents at correct detection levels, (ii) a methodology for acquiring and storing data; and (iii) a statistical procedure for analyses of the data. The following instruments/equipment will be used for monitoring • Groundwater samplers for groundwater monitoring wells • Leachate samplers for leachate monitoring within the landfill and at the leachate tank • Vacuum lysimeters, filter tip samplers, free drainage samplers for leakage detection

beneath landfill liners. • Surface water samplers for collection of sample from sedimentation basin. • Downhole water quality sensors for measuring conductivity, pH, DO, Temperature in

leachate wells, groundwater wells and sedimentation basins. 1.4. LECHATE COLLECTION AND REMOVAL SYSTEM-(LCRS)- i. The operator shall ensure that there is no over flow of lechate from the LCRS. ii. The operator shall ensure that all Lechate drains are free from clogging and allows

unobstructed flow of Lechate. 1.5. GAS RECOVERY AND GREEN HOUSE MITIGATION SYSTEM (GRGS) The operator shall:- i. ensure that the green house gas emissions from the landfill facility confirms to the

permissible limits as per applicable law. ii. collect information pertaining to the quantam of green house gases produced from the

landfill facility.

Page 69: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

It is recommended that the location of each type of instrument/equipment be finalized in conjunction with an expert on the basis of the topography of the area and the layout of the landfill. A minimum of 4 sets of ground water monitoring wells (one up-gradient and three down gradient) for sampling in each acquifer are considered desirable at each landfill site. Record Keeping Records will be kept on a daily, weekly and monthly basis. In addition a Site Manual will be kept at the site office giving all site investigation, design and construction details – these are necessary as landfill design may get modified during the operational phase. Site Manual : The site manual will contain the following information: 1. Data collected during site selection 2. Environmental impact assessment report 3. Site investigation and characterisation data 4. Detailed topographical map 5. Design of all landfill components 6. Landfill layout and its phases 7. Construction Plans 8. Details of Leachate Management Plan 9. Details of Gas Management Plan 10. Environmental Monitoring Program 11. Final Soil Cover 12. All permissions/licenses from concerned authorities. Site Reports: The daily, weekly and monthly reports will comprise of the following: (a ) Weighbridge data (daily inflow and outflow for each vehicle) • Waste inspection data (daily) • Materials, stores etc.(daily) • Bills/accounts (daily) • Visitor record (daily) • Complaints record from nearby areas (daily) • Topographic survey at operating phase (daily/weekly) • Photographic record at operating phase (daily/weekly) • Environmental monitoring data (weekly/monthly) • Waste filling plan and actual progress i.e. cell construction (daily/weekly) and review

(monthly) • Leachate generation and gas generation (weekly/monthly/extreme events) • Weather/climatic data (extreme events) • Accidents etc. (adhoc) • Others Waste Inspecting Procedure Each vehicle carrying the waste must be checked for: (a) Incoming weight (full) (b) Outgoing weight (empty)

Page 70: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

(c) Availability of relevant documents (d) Visual check at weigh-in (if feasible) (e) Visual inspection after discharge at tipping area (inspection report to be filed for each vehicle). A visual inspection checklist must be framed which should list visual features for identification of unacceptable material. This checklist must be filled for every unloading by a vehicle in tipping area at the working phase in the landfill. If there is reason to doubt the presence of unacceptable waste, the vehicle will be taken to the waste inspection facility, the waste down-loaded, inspected visually and sampled (if necessary). Vehicles having non-conforming waste will be held-up and matter reported to engineer or manager at site. Daily Waste Filling Plan and Demarcation at Site On the completion of phase and before the start of a new phase, a waste filling plan for daily cells must be evolved. A study of the landfill base contour maps and the final cover levels of the phase allow such a plan to be developed. If a phase is to be operational for 365 days, all 365 cells must be marked in plan and in sectional drawings. These may require revisions as a landfill in constructed becomes waste quantities may vary in an unforeseen manner. Waste Discharge and Inspection Waste must be discharged by tipping at the working area of a landfill, within the area demarcated for the cell. Every discharged load should be visually inspected by a designated operator. Working area personnel should be trained and competent at waste identification in order that they can recognize waste which may by non-conforming. In the event of reasonable doubt as to the waste acceptability, the operator should inform the waste reception facility and/ or the site manager immediately and the consignment should be isolated pending further inspection. Waste Placement (Spreading) Once waste has been discharged it must be spread in layers and compacted in a well defined manner to ensure that the completed stops of a daily cell are at the designed gradients. Waste placement (spreading) can be done by the following methods: (a) Face tipping method: Waste is deposited on top of existing surface and spread

horizontally by tipping over an advancing face. (b) Inclined layering method (onion skin tipping): Similar to (a) but inclined layering

(gentle slope) done instead of advancing of face. (c) Working upwards: Waste is deposited on the lower surface and pushed upwards.

Page 71: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Waste Compaction It has become conventional practice to level and compact the waste as soon as it is discharged at the working area. Steel wheeled mobile landfill compactors (cleated/spiked/special wheels) are generally accepted as the best equipment for this purpose. These steel wheel compactors have been developed specifically for landfill operations with different patterns of cleated wheels designed to break up and compact waste. However, a compactor is not designed to be a multi- purpose machine and at busy sites it is more usual to provide a tracked dozer or wheeled bucket loader for spreading followed by a compactor densification. Compactors help to (a) chop and homogenize the waste; (b) reduce the void fraction of the waste; (c) produce an even and stable surface; and (d) pin down waste to minimise litter and make the site less attractive to birds and vermin. Landfill compactors are not manufactured in India. However, they are available overseas in a wide range of sizes and operating weights (typically ranging from 12 tons to 30 tons). Apart from size, the differences between machines are the cleat patterns on the wheels and the wheel configuration. The wheel configuration is relevant when determining the number of passes required to achieve the desired amount of compaction. Daily Cover This advantage of using daily cover are primarily in preventing windblown litter and odors, deterrence to scavengers, birds and vermin and in improving the site’s visual appearance. It is also advocated as a means of shedding surface water during the filling sequence, thereby assisting in leachate management by reducing infiltration, although its effectiveness in this respect is doubtful. It is important that site location and waste inputs are taken into account when considering the type and application of daily cover. Soils used daily cover will give a pleasing uniform appearance from the site boundary. To achieve this a thickness of about 150mm is usually adequate and should be adopted About 300m.m. needs to be used to avoid paper, etc being seen from close proximity. This is excessive for other purpose and the visibility of waste through daily cover should not be regarded as the sole criterion of effectiveness. At sites where daily covered is spread by machines such as dozers etc., a thickness less than 150mm will not be feasible, keeping in view the uneven surface of the waste. At sites where daily cover is spread manually a thickness of 100mm can be attempted if soil is used; this thickness should not be less than 150mm if construction debris is used. If compacted, daily cover can have a relatively low permeability which results in the partial containment of each layer of waste. As a result leachate becomes perched and difficult to extract. Landfill gas then moves preferentially sideways giving greater potential for migration off-site and both gas and leachate becomes difficult to extract. Hence daily cover way not be compacted by rollers.

Page 72: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Traditionally soil material has been used for daily cover. Whenever possible daily cover is obtained by planned excavation from within the landfill area and thereby caused no net consumption of space. This will optimize the commercial value of the waste accepted. Where a site is deficient in appropriate resources, daily cover may come through the gate from construction activities. Construction waste is now also used to form screening bunds and for landscaping at the construction site. Results so far have failed to identify any single material which can be used as a simple substitute for soil materials and all of them have given rise to secondary problems. Pollution Prevention During Operation Measures are needed to ensure that the landfill operation does not adversely affect local environment within and outside the landfill. Operators may appoint community liaison officers to be available to visit complainants and establish the nature and source of the problem. This is reported to the site manager so that corrective measures can be taken. Traffic: Heave lorry traffic can give rise to nuisance, damage to road surface and verges and routing problems. The following guidelines are helpful: (a) routing to avoid residential areas (b) using one-way routes to avoid traffic conflict is narrow roads (c) carrying out road improvements, for example strengthening or widening roads,

improved provision of footpaths, improvement of sight lines, provision of passing places, provision of new roads

(d) Limiting the number of vehicle movements (e) Restrictions on traffic movement hours which are staggered with respect to peak traffic

hours. Noise: Adverse impacts on the local community from noise may arise from a number of sources including – throughput of vehicles and fixed and mobile plant, for example compactors, generators at the site. Peripheral noise abatement site measures should be adopted. Odour: Offensive odours at landfill sites may emanate from a number of sources, including waste materials, which have decomposed significantly prior to landfilling, leachate and leachate treatment systems, and landfill gas. Good landfill practices will greatly reduce general site smell and reduce impact from odours which could lead to complaints from the local community, site users and site staff. Good practice includes: (a) adequate compaction; (b) speedy disposal and burial of malodorous wastes; (c) effective use of appropriate types of daily cover; (d) progressive capping and restoration; (e) effective landfill gas management; (f) effective leachate management and (g) consideration of prevailing wind direction when planning leachate treatment plants, gas flares, and direction of tipping.

Page 73: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Litter: Poor litter control both on and off site is particularly offensive to neighbours. Good operational practice should be adhere to in terms of waste discharge, placement, compaction and covering to minimize the occurrence of windblown litter. Measures for controlling litter include: (a) consideration of prevailing wind direction and strength when planning the filling

direction and sequence (b) Strategically placed mobile screen close to the tipping area on the nearest downwind

crest (c) Temporary banks and bunds immediately adjacent to the tipping area (d) Permanent catch fences and netting to trap windblown litter (e) Restricting incoming vehicles to only those which are sheeted and secured will reduce

litter problems on the highways. Litter pickers should be employed to collect litter which escapes the preventative measures. Litter screens, fences, nets and perimeter ditches should be maintained free of litter. Bird Control: Birds are attracted to landfill sites in large numbers, particularly where sites receive appreciable amounts of food wastes. Usually only large birds such as eagles, gulls are regarded as a nuisance. Bird control techniques should be carefully planned taking into account the species likely to be affected. Measures which can be used to mitigate bird nuisance include the employment of good landfill practice, working in small active areas and progressive prompt covering of waste, together with the use of bird scaring techniques. Measures involving explosions or distress calls have inherently adverse environmental impacts in terms of noise. Vermin and Other Pests: Landfills have potential to harbor files and vermin, particularly where the waste contain food materials. Modern landfilling techniques including prompt emplacement, consolidation and covering of wastes in well defined cells are effective in the prevention of infestation by rodents and insects. Rats and flies are the main pests which require control. Sites with extensive non-operational land can become infested with rabbits. Effective measures to deal with rodent infestation include regular visits by pet control contractors or fully trained operatives. The use of insecticides on exposed faces and flanks of the tipping area, by spraying and fogging, is an effective means of exterminating insects. Dust: Dust from landfill operations is mainly a problem during periods of dry weather but can also arise from dusty waste as it is tipped. Dust is generally associated with (a) site preparation and restoration activities; (b) the disposal of waste comprising of fine particles, for example powders; and (c) traffic dust. Dust suppression can be effected by (a) limiting vehicle speed; (b) spraying roads with water; and (c) spraying site and powder type waste with water.

Page 74: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Mud on Road: Mud on the public highway is one of the most common causes of public complaint. It is, therefore, in the interests of the landfill operator to provide adequate wheel cleaning facilities to ensure that mud is not carried off site by vehicles. Landfill Fire Management Fires in waste on landfill sites are not uncommon and it is important for site operators to be aware of the dangers, how to treat fires and to address the problems associated with them. All fires on site should be treated as a potential emergency and dealt with accordingly. The site should have all sortsfire fightingequipments such as fire extinguisher in case of emergency. All sites should have an emergency tipping area set aside from the immediate working area where incoming loads of material known to be on fire or suspected of being so can be deposited, inspected and dealt with. Waster that is burning on delivery should be doused with water or more preferably covered progressively with adequate suppliers of damp soil/cover followed by cooling and finally removal to its disposal point, it should not normally be allowed to burn itself out as this will give rise to nuisance from smoke and odour and may constitute a health risk. Fire fighting techniques should be appropriate for the waste type. Fires within the operational area are either surface fires or deep-seated fires, This former usually occur in recently deposited and as yet uncompacted materials adjacent to the current working area, whilst the latter are found at depth in material deposited weeks or months earlier. Site operators should have a plan to deal with each type of fire and have a code of practice for their operators stating exactly how to tackle any outbreak. Regardless of the circumstances, no individual should ever tackle a landfill fire alone. Deep-seated fires require expensive remediation techniques including vertical cut-offs. Landfill Safety Aspects Training of employees should include site safety, first aid and the handling of dangerous materials where appropriate. Since landfill sites can pose danger to both site operator and users, emergency plans should be laid down. Landfill sites should be regarded as potentially hazardous locations and the operator should have a written safety plan for the site. Safety hazards present at landfill sites may include: (a) moving plant and vehicle; (b)Steep slopes; (c) bodies of standing water; (d) contaminated putrescible, toxic, flammable or infective material and (e) noxious, flammable, toxic or hazardous gas. All employees and visitors to the site should be made aware of the potential hazards and the safety procedures to be implemented including fire safety.

Page 75: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Landfill Monitoring The landfill monitoring programme will be designed and developed as indicated in section. Quantitative parameter to be monitored will be; (a) Leachate quantity; (b) Gas quantity; (C) Surface water run-off quantity and (d) Cover system settlement quantities. Qualitative parameters to be monitored will be: (a) leachate quality within the landfill (at the base) (b) leachate quality after treatment ( c) ground water quality (up gradient and down gradient) (d) surface water quality at the exit of landfill (e) gas quality within the landfill (f) air quality above the landfill and at gas vents (g) air quality at gas control facilities. The regulatory limits for various parameters of quality will be prescribed by the regulatory authorities. The monitoring frequency will be as indicated in section. Periodic Inspection and Maintenance The following components of a closed landfill are inspected visually after landfill closure to confirm that all functional elements are working satisfactorily. A maintenance schedule with specified reporting formats is drawn up each inspection. Cover System: The final cover is inspected 2 to 4 times a year (a) to check that vegetation growth is occurring satisfactorily and that plants are not showing stunted growth, (b) to defect if any erosion gullies have been formed thereby exposing the barrier layers, (c) to earmark depressions that may have developed with time and (d) to identify ponding of water on the landfill cover. At least one inspection should be carried out during or immediately after that peak of the monsoon season.

Closed landfills show significant settlement. Rectification measures must not only re-establish the initial slope of the cover (for proper surface water run –off) but must also ensure that all the components of the landfill cover system continue to perform as originally envisaged. Site managers must have sufficient equipment and funds to periodically carry out maintenance work in the form of soil filling, re-grading the cover and revegetating the landfill cap. In areas where extensive erosion gully formation is observed, filling of cover material regarding of cover slopes and revegetation must be routinely undertaken. Surface Water Drainage System: The surface water drainage system is also inspected 2 to 4 times a year (a) to identify cracks in drains due to settlement,

Page 76: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

(b) to delineate clogged drains requiring immediate clean- up and (c) to study the level of deposited soil in the storm water basin and initiate excavation measures. Broken pipes and extensively cracked drains may require replacement after filling soil beneath them to establish slopes for gravity flow. In extreme cases where long term settlement may be excessive, it may become necessary to make sumps and operate storm water pumps for removal of accumulated water in the drainage system. Gas and Leachate Management Systems: - Periodic inspection of the gas and leachate collection systems is undertaken to identify broken pies, leaking gas (if any) and damaged or clogged wells/sumps. Repair work for gas and leachate management systems requires skilled manpower and should be carried out by the agencies operating the gas treatment and leachate treatment facilities. One may often have to install new gas extraction wells and leachate collection wells if the damaged/clogged facilities are inaccessible and irreparable. Environmental Monitoring Systems: Ground water monitoring wells, air quality monitoring systems and vadose zone monitoring instruments are periodically inspected to check that all systems are functioning satisfactorily and that well caps and sampling ports are not subjected to damage due to excessive settlement or vandalism. Environmental monitoring systems have to be maintained during the entire post-closure period as per the requirements of the local environmental regulatory agencies. Wherever possible, monitoring instruments must be periodically rechecked for proper functioning of the opening and closing of valves or spring loaded mechanisms. Landfill Quality Assurance and Quality Control Quality assurance should be applied at each stage of the land filling process to ensure that: The landfill design is of a high standard Effective mechanism are in place to ensure that construction and operation will not deviate from design. Documentation is carried out during design, construction, operation, closure, monitoring and post closures care for purposes of satisfying regulations and legal liability. Public has access to and is assured about the acceptability of landfilling quality. Quality control programmes should be drawn up for all construction and operation related activities and an independent engineer should oversee the implementation of these programme. Advice may be taken from a Quality Assurance Agency for incorporation of quality control conditions in award of all contracts relating to sitting, planning, design, construction, operation, monitoring and maintenance.

Page 77: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Brief course content for training to various levels of Staff/Officers 1. Importance of sanitation in urban areas. 2. Present scenario of solid waste management system in the urban area, deficiency in the

system, etc. 3. Impact of inefficient SWM services on health and environment. 4. Impact of inefficient SWM services on the health of sanitation workers. 5. Inefficiency of tools and equipments used and loss of manpower productivity. 6. Need for modernization of solid waste management practices. 7. Options available for improving the services. 8. Advantages of using improved tools and equipments for primary collection of waste and

street sweeping. 9. Need for synchronization of storage of waste at source, primary collection of waste and

waste storage depots. 10. Proper upkeep of tools and equipments and waste storage depots. 11. Need for synchronization of transportation of waste with waste storage depot. 12. Transportation of waste on day to day basis. 13. Waste processing and disposal options, advantages and disadvantages of various

technologies. 14. Sanitary land filling. 15. Public and NGO participation in waste management. 16. Building public awareness. 17. Enforcement. 18. SWM practices prevalent in other parts of the country and in the developed countries. 19. Institutional strengthening, internal capacity building and human resource development. 20. Private sector participation in SWM 21. Management information system. 22. Financial aspects. 23. Health aspects. 24. Legal aspects. 1.6. PART – II – SUPPLEMENTARY TECHNICAL SPECIFICATIONS LINE OUT: Deleted 1. PROGRAMME AND PROGRESS SCHEDULE A broad mile stone oriented programme, in the form of Bar chart, is given in the Tender Document. This Bar Chart takes into consideration the priority of works, desired by EMPLOYER, as well as the programme felt necessary to complete the work. The Contractor shall submit his own programme with the tender, in the form of Bar Chart, indicating critical activities and PERT programme including phase wise deployment of man and machinery, power, cash flow etc. This programme shall, nowhere, be less than the programme proposed

Page 78: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

by EMPLOYER. The programme shall be based on latest software like Primavera/MS Project and taking into account the available resources and allocation etc. Simultaneous with the execution of the Contract Agreement, the Contractor shall submit to the Engineer his item-wise monthly programme, which shall be program based on latest software like primavera / Microsoft projects & taking into account resource allocations, nothing but detailing of the programme/Bar Chart submitted during the Tender. The programme shall also provide the information as to required approvals to methodology, drawing, samples, materials, equipments& their time of submissions to the Corporation. The adequate commissioning & trial run period shall be incorporated in the programme/Bar Chart. The progress report shall be submitted by the Contractor vis-à-vis programme every month. The project team of the Contractor shall be so motivated to know the balance work at the end of each week & the rate required in the balance period to complete the work & therefore, shall endeavor to complete the task assigned for each week timely. In case, where the updated programme & revised schedule is required, the same shall be submitted to the owner for approval. The programme shall indicate and give details of physical and financial implication including men, materials and machinery requirements. In case the progress is less than the stipulated progress, contractor shall increase the resources i.e. machinery and labour to achieve the targeted progress at no extra cost. 2. INTENT AND INTERPRETATION OF CONTRACT DOCUMENTS 2.1 The contract documents are complementary and what is called for by one is as binding

as if called for by all. Any work that may be reasonably inferred from the drawings or specifications as being required to produce the intended result shall be provided by the contractor whether or not it is specifically called for.

The contractor shall furnish and pay for all labour, supervision, materials, equipment, transportation, construction, equipment and machinery tools, appliances, water, fuel, power, energy, light, heat, utilities, telephone, storage, protections, safety provisions, and all other facilities, services and incidentals of any nature whatsoever necessary for the satisfactory and acceptable execution, testing, initial operation (two months) and completion of the work in accordance with the contract documents, ready for use and operation by the owner. The cost of all these arrangements shall be deemed to be included in the contract offer and no separate payment shall be admissible therefore.

2.2 Interpretations

Written clarifications or interpretations necessary for the proper execution or progress of the work, in the form of drawings or otherwise, will be issued with reasonable promptness by the ENGINEER and in accordance with any schedule agreed upon.

Page 79: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Such clarifications or interpretations shall be consistent with or reasonably inferable from the intent of the contract documents and shall become a part thereof. Where, there is a discrepancy between the drawings and the specifications, the contractor shall obtain the ENGINEER’s interpretation, which shall be binding on the Contractor.

2.3 Drawings

The contract drawings (G.A.D) provided are for tendering purpose only. This tender document shall be used for reference and guidance only. Figured dimensions on drawings shall only be followed and detailed drawings shall govern over general drawings. The structural drawings for execution will be supplied by the Engineer in duplicate progressively. The contractor shall keep approved set of drawings at site of work and copies of the approved drawings shall be made available to ENGINEER or his representative for checking record etc.

2.3.1 Signed Drawings

Signed drawings alone shall not be deemed to be in order for work unless it is entered in the agreement or schedule of drawings under proper attestation of the Contractor and the ENGINEER or unless it has been sent to the contractor by the ENGINEER with a covering letter confirming that the drawing is an authority for work in the contract.

2.3.2 Technical Words

Work, materials or equipment described in works, which so applied, have a well-known trade or technical meaning shall be deemed to refer to such recognized meanings.

2.3.3 Mistakes in Drawings

The Contractor shall be responsible for any discrepancies, errors or omissions in the drawings and other particulars, supplied by him, whether such drawings and particulars have been approved by the ENGINEER or not, provided that such discrepancies, errors or omissions be not due to inaccurate information or particulars furnished in writing to the contractor by the ENGINEER.

2.3.4 Deleted 2.3.5 Deleted

2.3.6 Deleted

Page 80: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

3. LAND, CONDITIONS AND LAYOUT 3.1 No land is available with the EMPLOYER to be given to contractor for his

establishment. The contractor has to make his own arrangements. The contractor shall obtain consent from property owners, make all arrangement and pay all costs for the land, areas of access and right of way without any liability to the EMPLOYER. The owner will furnish and pay for the land, easements and right of way for the land required for the grade separator work.

3.2 Sub-Surface Conditions: Deleted

3.3 Line out of the Work 3.3.1 Surveys and Measurements

The contractor shall provide free of charge all labour and material required & total station equipment for lining out, surveying, inspection decided by the ENGINEERs as considered necessary for the proper and systematic execution of the work. Likewise, only one Bench Mark with definite value of R.L. will be shown to contractor who shall have to provide for a network of temporary benchmark for executing the work. The contractor shall be responsible for the provision, accuracy and maintenance of such temporary Bench Mark. He shall be responsible for the correctness of the position, levels, dimensions & alignments of all parts of the works & provision of necessary instruments & labour in connection with it, suitably pointed bamboo or wooden stack shall be provided at his cost and firmly fixed at every 50 meters on both sides. Any errors in position levels, dimensions & all alignment etc. shall be rectified by contractor at his expenses. If such error is due to incorrect data supplied in writing by the ENGINEER or his authorised representative, the cost of rectification shall be borne by Employer. The checking or inspection of any setting out of any line or level or work by ENGINEER or his representative shall not in any way relieve the contractor of his responsibility or correctness thereof. The contractor shall carefully protect and preserve all Bench Marks, site rails, pegs and stones etc used in setting out the works.

3.3.2 Contractor's Verification

The Contractor will establish at the work site temporary bench marks (TBM) as per requirement & as directed by Engineer & connect it to a permanent B.M. available in the area with known value. The contractor will then carry out necessary surveys &leveling, covering his work, in verification of the survey data on the working drawings furnished by the ENGINEER and he will be responsible for establishing the correct lines and levels and verification of the lines and level furnished on the working drawings. If any error has erupted in the work due to non-observance of this clause, the contractor will be responsible for the error and bear the cost of corrective work.

Page 81: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

3.3.3 Site Office, Laboratory & Facility to Field Staff

The contractor shall provide a separate & independent main site office of Semi permanent type structure with attached toilet & bathroom arrangement for ENGINEER & EMPLOYER staff, as well as laboratory for material testing, along with furniture & electric fittings as required, during the contract duration at one of the location as directed by Engineer. The space for the same shall be provided by EMPLOYER. Contractor shall maintain the structure during contract period inclusive of payment of electric & telephone (Landline) bills, security & daily upkeep of the premises. The designs and drawings shall be approved by Engineer. The area should be minimum 75 Sqm for site office of Engineer etc. The list of furniture & gadgets for the main site office is listed below. In addition to the above facility contractor shall provide equipment as mentioned below for conducting routine Quality Control tests at each ongoing work site. The list of some equipment at the main site laboratory is provided below. The contractor has to provide, maintain the facilities in good condition. The cost of providing & maintaining these facilities is incidental to work and deemed to have included in the offer given by the contractor, failing which non-refundable penalty of Rs. 1500/- (Rupees Fifteen hundred only) per day will be imposed on contractor. After completion contractor should demolish site office and remove furniture, fittings &etc as per direction of ENGINEER.

FACILITIES TO ENGINEER’s Representative AT MAIN SITE OFFICE

Sr. (A) Providing & Maintaining Furnishing Items Unit Specification

1 Executive Table- Godrej model T-108 type

Nos B Clause 120 M o R T & H

2 Ex. Chair- Godrej model T108 type

Nos ‘Do’

3 Table- Godrej model T104 type Nos ‘Do’ 4 Ordinary chair- Godrej model

CHR6 type Nos ‘Do’

5 Table- Godrej model T101 type Nos ‘Do’ 6 Ordinary chair type II Nos ‘Do’ 7 Steel Almirah 1980x915x485

mm - Godrej No1 Store well type

Nos ‘Do’

8 Steel Almirah 1270x765x440 m- Godrej Minor plain type

Nos ‘Do’

9 Ceiling fans 48" make Orient / Usha / Khaitan or equivalent

‘Do’

Page 82: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Sr.

(A) Providing & Maintaining Furnishing Items Unit Specification

10 Crockery set for Tea & Water Set ‘Do’

11 Water Purifier – Aqua Guard Nova or equivalent

Unit ‘Do’

12 Personal Computer with internet modem for broad band connection

Set Intel core II duo 1.8 GHz, 4 GB RAM, 160 GB HDD, 865 motherboard, 32 bit NVIDIA graphic card, AC 97 sound in built, 52 X DVD writer, 2 speakers, infrared mouse, USB key board, internal modem, 17” LCD monitor with Windows XP professional, MS office 2007, AutoCAD 2009 software with broad band connections and modems with minimum 3.1 mbps connectivity. APC UPS having minimum 6 hrs backup including printer,

13 Printer No A3 color desk jet HP make and A4 HP Laser Printer

14 Fire Extenguisher No As prescribed in Fire & safety act 2006

3.3.4 Laboratory & Related Requirement

The contractor shall provide and maintain adequately equipped laboratory (at main site office location) as required for control on the quality of materials and the works. It shall have 50 Sqmarea and shall be located and equipped as directed by the ENGINEER. It shall be provided with amenities like water supply, electrical supply etc. In addition to this main laboratory, basic test equipment as mentioned in list below for contractor at each ongoing site location shall provide carrying out routine tests. The contractor shall engage a well experienced Lab-in-charge (bio-data to be approved by Engineer) for conducting day-to-day test as per CPHEEO & MOEF & B.I.S. specifications at the main laboratory and also at each ongoing site location. All necessary codes shall be kept in the main laboratory. These provisions shall be incidental to work & no separate payment will be made by EMPLOYER. After completion contractor should demolish laboratory structure and remove all the equipments as per directions of ENGINEER.

Page 83: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

List of Equipments required for Laboratory at main site office location are given below

S. No. Description Unit Specification Qty. Main laboratory at SITE

OFFICE B Clause

121

A) General Equipment 1 Oven- electrically operated

thermostatically controlled up to 250o C

Nos 1

2 Platform balance 100 kg, Avon make or equivalent

Nos 1

3 Balance ordinary, 10 Kg with weights

Nos 2

4 Balance ordinary, 20 Kg with weights

Nos 2

5 Electronic Balance 5Kg Nos 1 6 Water bath Nos 1 7 Thermometer (Dial Type) Nos 2 8 LPG stove Nos 2 9 Hot plate Nos 2

10 Glassware, spatulas, wire glazes…. etc

Nos 1

11 Set of IS sieve A GI Sieve, 450mm Dia. Set of 20

Sieves. Nos 1

B Brass Sieves, 200mm Dia Set of 10 Sieves.

Nos 1

12 Water Testing kit for pH value, Sulpher etc

Nos 1

13 First aid box Nos B Clause 121 1 BOD Incubator COD Digestor

with Condenser Nos 1

14 1200 deg Celsius Coke Oven Furnace (For % of Ash & Organic content)

Nos 1

15 Turbidity Meter Nos 1 16 EC & TDS (Electronic

Conductivity & Total Dissolved Salts) Apparatus

Nos 1

17 Weighing Balance, Specification: 0.001 mg to 200 mg,3 Digit display of weight

Nos 1

Page 84: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

S. No. Description Unit Specification Qty. a LOD (Loss on Drying) Oven

Thermometer,(- 10 deg c to 300 deg c)

Nos 1

18 Vacuum pump Nos 1 19 Specific gravity - pycnometer 1

litre capacity

Nos 1

20 Specific gravity - 50ml Bottle Nos B Clause 1 21 Air Conditioner 1.5 T

capacity Carrier/Hitachi or equivalent

Nos 2

The above listed equipment confirming to relevant I. S. Specifications are required to be supplied by the contractor and installed at the main site office laboratory and provided on individual ongoing site. The field laboratory shall be manned by the adequately qualified technical staff. The field laboratory shall be provided with amenities like water supply, electric supply etc. The cost of the equipment and also the salaries of the personnel manning the laboratory shall be considered, as incidental to the work and no separate payment will be made for the same to the contractor. The contractor has to setup and establish the main site laboratory within 3 weeks from the date of work order, failing which non-refundable penalty as stated of atleastRs. 5000/- will be imposed on contractor. (i) All materials to be used on work shall be got approved in advance fromthe Engineer &

shall pass the test and or analysis required by him, which will be:

(a) As accepted by CPHEEO norms.

(c) I.S.I. Specifications (whichever and wherever applicable)

or (d) Such recognized specifications accepted to Engineer as equivalent

thereto or in absence of such recognized specifications.

(e) Such requirement test and or analysis as may be specified by the Engineer in order of precedence given above.

(ii) The contractor shall at his risk and cost make all arrangement and/or shall provide for

all such facilities as the Engineer may require for collecting preparing required number of samples for tests or for analysis at such time and to such place or places may be directed by the ENGINEER and bear all charges and cost or testing. Such samples shall also be deposited with the Engineer.

Page 85: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

(iii) The contractor shall if and when required submit at his cost the samples of materials to be tested or analysis and if, so directed shall not make use of or incorporate in the work any materials represented by the samples until the required tests or analysis have been made and the materials, finally accepted by the Engineer.

(iv) The contractor shall not be eligible for any claim or compensation either arising out of

any delay in the work or due to any corrective measures required to be taken on account of & as a result of testing of the materials.

(v) The contractor or his authorised representative will be allowed to remain present in the

departmental laboratory while testing samples furnished by him. However the results of all the tests carried out in the departmental laboratory in the presence or absence of the contractor or his authorised representative will be binding on the contractor.

Cost of routine day-to-day quality control testing charges for tests required as per specifications will be borne by contractor by sending the same to the concerned laboratories or by establishing laboratory at site. The cost required for inspection including conveyance of ENGINEER’s representative shall be borne by the contractor, the cost of which is deemed to be included in the price bid. However 10% of various tests will be carried out in the laboratory of Applied Mechanics Department, COE, Pune, and the cost of testing charges will be borne by the contractor. No extra payment will be made to the contractor on this account.

However the cost of testing of material as directed by Engineer for approving a particular material as laid down in para 2.10 (i) to (vi) will have to be borne by the contractor.

If in the opinion of the Engineer, any additional field or laboratory test is important for fulfilling Engineering criteria / for determination of suitability and same is required to be conducted from in-house or outside laboratory, the cost of such test shall be borne by the contractor and deemed to have been included in the offer given by the contractor.

(vi) The contractor shall provide a separate website for hosting and updating of all project

related information as per the specifications provided by ENGINEER. The contractor shall arrange for daily updating of all project related information, after due authentication from ENGINEER. The contractor shall be solely responsible for the credibility of the project information on the project website.

Page 86: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

(SECTION-VI)

IMPLEMENTATION MANUAL AND MAINTENANCE INTERVENTION LEVELS

Page 87: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

SECTION – VI

Operation and Maintenance Requirement (Applicable to the items executed under the contract)

The frequency of various tests during operation and maintenance of the facility shall be as directed by engineer. The contractor shall carry out all the tests at frequency decided by the engineer. The cost of carrying out all the tests are incidental to the work and no extra payment is admisible on this count.

The murum required for daily cover is to be procured by the contractor from the borrow area identified by him. No extra payment for procuring such murum is admissible under this contract. The contractor shall pay the royalty charges at then prevailing rates. The royalty charges are non refundable. The technical specifications in section V shall form a basis to prepare the operation and maintenance manual.

Page 88: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE I

Submission of other documents as required as per enclosed sheet

FORMAT FOR EXPERIENCE CERTIFICATE FOR QUALIFYING PROJECTS

Project Sheets

Sr. Name of the Company with full address, phone, fax and name of contact person

Work Description Ref. & date of Work Order Other No. the order Value Details

Page 89: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE II

Format for Details of Technical staff available with the company for execution of work

(Information to be attached with the Technical Offer)

Attach separate sheet in same format with Technical Offer

Sr. Name Qualification Additional Total Any other No. Certification, if any Experience, information no. of years

Page 90: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE III

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION

(on a stamp paper of Rs.100 and duly notarized)

POWER OF ATTORNEY Know all men by these presents, We…………………… (name and address of the registered office) do hereby constitute, appoint and authorise Mr / Ms…………………………(name and residential address) who is presently employed with us and holding the position of ……………………………………………. as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for the project envisaging “Operation and Maintenance of Existing Mechanical Composting Plant along with Operations and Maintenance of Sanitary Landfill facility at Moshi for five years” including signing and submission of all documents and providing information / responses to PCMC, representing us in all matters before PCMC, and generally dealing with PCMC in all matters in connection with our bid for the said Project. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us. For ___________________________ Accepted

…………..(signature)

(Name, Title and Address)

of the Attorney

Page 91: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE-IV

Format for Financial Capacity

A. Turnover

Financial Year Annual Turnover

2013-14

2014-15

2015-16

B. Net Worth as on 31.03.2016: Rs.

Note:

1. The financial year shall mean the period commencing from April 1 of any given

year to March 31 of the succeeding year. In case of foreign Agencies, annual

audited accounts ending on date as applicable in their country shall be provided.

2. The Agency shall provide the Audited Annual Financial Statements. Failure to do so

would result in the Proposal being considered as non-responsive. In case the annual

accounts for the latest financial year are not audited and therefore cannot make it

available, the applicant shall give an undertaking, to this effect and the statutory

auditor shall certify the same. In such case, the applicant shall provide the audited

annual reports for three years preceding the year for which audited annual report is

not being provided.

3. A certificate from Statutory Auditor should be provided as supporting document

certifying the Financial Capacity.

Signature of the Agency

Page 92: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE V

FORMAT OF DETAILS OF APPLICANT(S)

Attach separate sheet in same format with Technical Offer

Details of Applicant

1. Name ____________________________________________________________

Address of the corporate headquarters and its branch office(s) ________________________________________________________________ ________________________________________________________________ Date of incorporation and/or commencement of business.

________________________________________________________________

2. Brief description of the Company including details of its main lines of business and proposed role and responsibilities in this Project.

________________________________________________________________ ADD SEPARATE SHEETS ________________________________________________________________ ________________________________________________________________

3. Details of individual(s) who will serve as the point of contact / communication for PCMC

within the Company:

(a)Name : (b)Designation : (c)Company : (d)Address : (e)Telephone Number : (f) E-Mail Address

(g) Fax Number

4. Name, Designation, Address and Phone Numbers of Authorised Signatory of the Applicant: (a)Name : (b)Designation : (c)Company : (d)Address : (e)Telephone Number : (f) E-Mail Address :

Page 93: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE VI

FORMAT FOR LETTER OF APPLICATION Date: To The Commissioner Pimpri Chinchwad Municipal Corporation Pimpri Chinchwad Ref : Operation and Maintenance of Existing Mechanical Composting Plant along with Operations and Maintenance of Sanitary Landfill facility at Moshi for five years. Sir, Being duly authorized to represent and act on behalf of…………………………………. (hereinafter referred to as “the Applicant”), and having reviewed and fully understood all of the scope of work, qualification requirements and information provided. The undersigned on behalf of the company hereby are submitting tender for Operation and Maintenance of Existing Mechanical Composting Plant along with Operations and Maintenance of Sanitary Landfill facility at Moshi for five years. We are enclosing our bid with all the details as per the requirements of the Tender. We confirm that our Application is valid for a period of six (6) months from the date of opening of the bid. Yours faithfully, ___________________________ (Signature of Authorised Signatory) (Name, Title and Address)

Page 94: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE VII

FINANCIAL BID

PRICE BID ( Online )

Sr No

Activity

Approximate Plant Capacity in Metric Tons Per day

Rate to be quoted by bidder per metric ton-In INR for the Years

( I ) ( II ) 1 Tipping fee for = Processing of

Municipal Solid waste including essential/necessary Repairs, Operation and Maintenance of Existing Mechanical Composting Plant)

500 TPD 2017-18-

2 Tipping fee for = Sanitary Land filling of waste remains after Mechanical Composting Plant and un-treated waste coming directly to site.

600 TPD 2017-18-

A Total- A=(1)+(2)

Rates quoted for Composting Plant and Sanitary landfill facility shall be adjusted for

Inflation as per Clause No. 42 or by 10% whichever is lower every financial year

year.

The Agency quoting the lowest Total Per Metric Ton Rate (A= (1)+(2)) shall be

ranked as L1 and the Agency quoting the second lowest Financial Bid shall be ranked

as L2 and so on

The Agency ranked L1 in accordance with the above procedure would be declared as

the Preferred and/or Selected Agency.

Bidder has to take into consideration the futuristic increase in quantity of Waste

coming to SLF.

Page 95: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE-VIII FORMAT FOR BID SECURITY

(To be issued by the Bank ,as defined in this RFP)

B.G.No…………

Date………..

1. In consideration of the_________________________ (herein after called

“Authority” which expression shall include any entity which Authority may designate

for the purpose) having agreed, inter-alia to consider the bid of …………….(hereinafter

referred to the “Agency” which expression shall include their respective successors and

assigns) which will be furnished in accordance with the terms of the Request for

Proposals for the Project (Operation and Maintenance of Existing Mechanical

Composting Plant along with Operations and Maintenance of Sanitary Landfill

facility at Moshi for five years) (hereinafter called the “RFP”) in lieu of the Agency

being required to make a cash deposit, we…………[name of the Bank and address of the

issuing branch], hereinafter called the “Bank” which expression shall include our

successors and assigns, as to bind ourselves our successors and assigns do at the instance

of the Agency hereby unconditionally and irrevocably undertake to pay as primary

obligor and not as surety only to Authority without protest or demand and without any

proof or condition the sum of Rs.………………..(in

words………………………………).

2. We, the Bank, do hereby unconditionally and irrevocably undertake to pay forth with

(and in any event within three days) the amounts due and payable under this Guarantee

without any delay or demur merely on a written demand from Authority stating that

the amount claimed is due by reason of the occurrence of any of the events referred to in

the RFP. Any such demand made on the Bank by Authority shall be conclusive as

regards the amount due and payable by the Bank under this Guarantee. However, the

Bank’s liability under ‘this Guarantee shall be restricted to an amount not exceeding

Rs……… (in words…………………………..)

3. We, the Bank unconditionally undertake to pay to Authority any money so demanded

under this Guarantee not withstanding any dispute or disputes raised by the Agency or

any other party including in any suit or proceeding pending before any court or tribunal

relating there to or any instructions or purported instructions by the Agency or any other

party to the Bank not to pay or for any cause to with hold or defer payment

Page 96: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

to Authority under this Guarantee. The Bank’s liability under this Guarantee is

irrevocable, unconditional, absolute and unequivocal. The payment so made by the

Bank under this Guarantee shall be a valid discharge of the bank’s liability for payment

here under and the Agency shall have no claim against the Bank for making such

payment.

4. We, the Bank further agree that the Guarantee herein contained shall remain in full

force and effect up to and until hours on the date i.e. ………………..

(hereinafter___________________ called “the End Date”). Unless a demand or claim

under this Guarantee is made on the Bank by Authority in writing on or before the said

End Date the Bank shall be discharged from all liability under this Guarantee thereafter

unless extended on specific request of the Agency in writing.

5. We, the Bank further agree that Authority shall have the fullest liberty without the

Bank’s consent and without affecting in any manner the Bank’s obligation hereunder to

vary any of the terms and conditions of the RFP or to extend or postpone the time of

performance by the Agency or any other party from time to time or postpone for any

time or from time to time any of the powers exercise able by Authority against the

Agency or any of them and to enforce or to for bear from enforcing any of the terms and

conditions relating to the RFP and the Bank shall not be relieved from its liability by

reason or any for bearance act or omission on the part of Authority, or any indulgence

given by Authority to the Agency or any other party or by any such matter or thing

whatsoever which under the law relating to securities would, but for this provision, have

the effect of so relieving the Bank.

6. To give full effect to the obligations herein contained, Authority shall be entitled to act

against the Bank as primary obligor in respect of all claims subject of this Guarantee and

it shall not be necessary for Authority to proceed against the Agency or any other party

before proceeding against the Bank under this Guarantee and the Guarantee herein

contained shall been forceable against the bank as principal obligor.

7. This Guarantee will not be discharged or affected in any way by the liquidation or

winding up or dissolution or change of constitution or in solvency of the Agency or of

any individual member of the Agency or any other party or any change in the legal

constitution or in solvency of the Agency or any other party or any change in the

legal constitution of the Bank or Authority

8. In case the bank delays in making payment within 15 days of invocation of the

guarantee, the bank is liable to pay interest on the amount due @ Bank PLR beyond the

Page 97: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

15 days from the date of receipt of invocation letter by the bank.

We, the bank undertake not to assign or revoke this Guarantee during its currency except

with the previous consent of Authority in writing.

Notwithstanding anything contained herein.

a) Our liability under the Bank Guarantee shall not exceed ………… (inword).

b) The Bank Guarantee shall be valid upto[date],20 .

c) Unless acclaimed or a demand in writing is made upon us on or before , all our

liability under this guarantee shall cease.

IN WITNESSWHEREOFTHE BANKHAS SETITSHANDS HERETOON THE DAY,

MONTH ANDYEARMENTIONEDHEREUNDER.

Signed and Delivered

On behalf of ………………….(Bank name)

(Signature with Date)

by the hand of Mr…………… (Name of Authorized Signatory)

[SEALOF THE BANK]

Designation

Address of the controlling office of the issuing branch with phone number and fax number to be provided.

Page 98: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE IX

PERFORMANCE BANK GUARANTEE

To________________________________________ [Employer’s Name]

_____________________________________________[address of Employer]

__________________________________________________

WHEREAS ______ , _____________________ [name and address of Contractor] (hereafter called "the

Contractor") has undertaken, in pursuance of Contract No. _________ dated __________ to execute

________________________ [name of Contract and brief description of Works] (hereinafter called "the

Contract").

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall furnish you with

a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his

obligation in accordance with the Contract;

AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to

you on behalf of the Contractor, up to a total of_________________________ [amount of

guarantee]*_______________________(in words), such sum being payable in the types and proportions of

currencies in which the Contract Price is payable, and we undertake to pay you,

upon your first written demand and without cavil or argument, any sum or sums within the limits of

_______________________[amount of guarantee] as aforesaid without your needing to prove or to show

grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the contractor before presenting us

with the demand.

We further agree that no change or addition to or other modification of the terms of the Contract or of the

Works to be performed there under or of any of the Contract documents which may be made between

your and the Contractor shall in any way release us from any liability under this guarantee, and we hereby

waive notice of any such change, addition or modification.

This guarantee shall be valid until 28 days from the date of work completion certificate.

Page 99: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

Signature and Seal of the guarantor _________________________________________

Name of Bank__________________________________________________________

Address ______________________________________________________________

Date _________________________________________________________________________

*An amount shall be inserted by the Guarantor, representing the percentage the Contract Price specified

in the Contract including additional security for unbalanced Bids, if any and denominated in Indian

Rupees.

Page 100: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE-X

LETTER OF AWARD

[Letter Head of the Authority]

Letter No.: Date:

To:

(Name and Address of the Preferred Agency)

Dear Sir,

Subject: Letter of Award for development of ******

Project. Ref: Financial Bid opening for ******

Project dated (date).

[The Authority Name & Address]

We confirm that the terms and conditions outlined in this Letter of Award are

acceptable to us

Signature:

Name:

Designation:

Date & Seal:

Page 101: REQUEST FOR PROPOSAL...Biodata of key Personnel be given) Yes/No 6 Details of Infrastructure facilities available with bidder for executing such jobs Yes/No 7 Power of Attorney for

PCMC – ENVIRONMENTAL DEPARTMENT

PIMPRI CHINCHWAD MUNICIPAL CORPORATION Signature of Authorized Person

ANNEXURE-XI

SOLVENCY CERTIFICATE

(To be uploaded as part of Pre- qualification criteria) BANK CERTIFICATE This is to certify that M/s. …………………………… is a reputed company with a good financial standing. If the contract for the work, namely …………………………………………………………. Is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs. …………… to meet their working capital requirements for executing the above contract.

Signature Name of Bank Senior Bank Manager

Address of the Bank