0% found this document useful (0 votes)
218 views264 pages

TC - 7100098507 - FS Ward

The document is an e-tender notice for carrying out various works related to leakages, contamination and allied works in F/South ward in Zone-II of Mumbai. The estimated cost of the project is Rs. 1,55,63,180. Bidders must submit bids in three packets - Packet A, Packet B and Packet C, by the given dates. The EMD amount is Rs. 1,55,640. Pre-bid meeting details are also provided.

Uploaded by

coolnakol
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
218 views264 pages

TC - 7100098507 - FS Ward

The document is an e-tender notice for carrying out various works related to leakages, contamination and allied works in F/South ward in Zone-II of Mumbai. The estimated cost of the project is Rs. 1,55,63,180. Bidders must submit bids in three packets - Packet A, Packet B and Packet C, by the given dates. The EMD amount is Rs. 1,55,640. Pre-bid meeting details are also provided.

Uploaded by

coolnakol
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 264

E-TENDER

FOR

Name of Work: Carrying out various types of works for attending Leakages, Contamination

and other allied works in, F/South ward in Zone-II.

onst) City SEWW(Const) City AEWW(Const) City

EEWW(Const) City Dy. H.E.(Const)

Website: http://portal.mcgm.gov.in/tenders
Office of the Deputy Hydraulic Engineer (Construction)
Hydraulic Engineer's Department,
M. C. G. M. Engineering Hub Building, First Floor,
Dr. E Moses Road, Worli,
Mumbai - 400018.

1
INDEX

SECTION DESCRIPTION PG. NO.

1 E-TENDER NOTICE 3-7

2 ELIGIBILITY(POST-QUALIFICATION) CRITERIA 8-10

3 DISCLAIMER 11-13

4 INTRODUCTION 14-16

5 E-TENDER ONLINE SUBMISSION PROCESS 17-21

6 INSTRUCTIONS TO APPLICANTS 22-82

7 SCOPE OF WORK 83-84

8 BILL OF QUANTITIES 85-96

9 GENERAL CONDITIONS OF CONTRACT 97-151

10 SPECIFICATIONS 152-227

11 FRAUD AND CORRUPT PRACTICES 228-231

12 PRE-BID MEETING 232-233

13 LIST OF APPROVED BANKS 234-238

14 APPENDIX 239-264

2
SECTION 1
E-TENDER NOTICE

3
MUNICIPAL CORPORATION OF GREATER MUMBAI
No. Dy.HE/………………/…………/II dated

E-TENDER NOTICE

Subject: Carrying out various types of works for attending Leakages, Contamination and
other allied works in, F/South ward in Zone-II.

The Municipal Corporation of Greater Mumbai (MCGM) invites e-tender to appoint


Contractor for the aforementioned work from contractors of repute, multidisciplinary engineering
organizations i.e. eminent firm, Proprietary/Partnership Firms/ Private Limited Companies/ Public
Limited Companies/Companies registered under the Indian companies’ act 2013 , the contractors
registered with the Municipal Corporation of Greater Mumbai, (MCGM) in Class A, category IV as
per old registration and Class III as per new registration and from the contractors/firms equivalent
and superior classes registered in Central or State Government/Semi Govt. Organization/Central or State
Public Sector Undertakings, will be allowed subject to condition that, the contractors who are not
registered with MCGM will have to apply for registering their firm within three months time period
from the award of contract, otherwise their Bid Security i.e. E.M.D (Earnest Money Deposit) will be
forfeited/recovered and an amount equal to Registration Fee of respective class will be recovered
as penalty.

Bidding Process will comprise of THREE stages.

The application form can be downloaded from MCGM's portal (http://portal.mcgm.gov.in)


on payment of Rs. 14,204/- (Rs.13,400/- + 6 % VAT). The applicants not registered with MCGM are
mandated to get registered (Vendor Registration) with MCGM for e-tendering process & obtain login
credentials to participate in the online bidding process.

i) To download the application form, for those applicants not having vendor registration,
need to apply first for vendor registration at the office of Account Officer (FAR), 3rd floor, Municipal
Headquarter.

ii) Followed by SRM login ID and password to be obtained from Central Purchase Department
(CPD), Office at Byculla, Bakariadda, Mumbai

iii) For e-Tendering registration, enrollment for digital signature certificates and user manual,
please refer to respective links provided in ‘Tenders’ tab. Vendors can get digital signature from any
one of the Certifying Authorities (CA's) licensed by controller of certifying authorities namely,

4
Safes crypt, IDRBT, National informatics center, TCS, CUSTOMS, MTNL, GNFC and e- Mudhra
CA.

Contract Estimated Cost of


Name and location of work period Project

Carrying out various types of works for 12 (Twelve)


months
attending leakages, contamination and other
Including Rs. 1,5563,180/-
allied works in, F/South ward, zone-II. Monsoon

In terms of the 3 stage system of e-tendering, a Bidder will be required to deposit, along
with its Bid, an Earnest Money Deposit of Rs. 1,55,640/- (Rupees One Lakh Fifty Five Thousand Six
Hundred And Forty Only) (the "EMD"), refundable in accordance to the relevant clause of bid
document, from the Bid Due Date, except in the case of the selected Bidder whose Bid Security/EMD
shall be retained. The Bidders will have to provide Earnest Money Deposit through the payment
gateways while submitting the bids. The Bid shall be summarily rejected if it is not accompanied by the
Earnest Money Deposit. The e-tender is available on MCGM portal (http://portal.mcgm.gov.in) as
mentioned in the Header Data of the tender.

As per THREE Packet systems, the document for Packet A & B is to be uploaded by
the bidder in vendors’ document online in Packet A, B. Packet A,B & C shall be opened on dates as
mentioned in header data. All the responsive and eligible bidders if they so wish can be present at the
time of opening of bids, in the office of Dy. Hydraulic Engineer (Construction). The Packet C shall be
opened if bids submission in Packet A & B satisfies/includes all the requirements and same are found
acceptable to the Authority.

The Municipal Commissioner reserves the right to reject all or any of the e- tender(s)
without assigning any reasons at any stage.

The dates and time for submission and opening the bids are as shown in the Header Data.
If there are any changes in the dates the same will be displayed on the MCGM Portal.
(http://portal.mcgm.gov.in)

The Applicants interested for the above referred works may contact the Executive
Engineer Water Works (Const.) City at the following address on any working day during office hours.

5
Office of Executive Engineer Water Works (Const.) City
Hydraulic Engineer's Department,
M. C. G. M. Engineering Hub Building, First Floor,
Dr. E Moses Road, Worli,
Mumbai - 400018.
The MCGM reserves the rights to accept any of the application or reject any or all the
application received for above works, without assigning any reasons thereof. The information regarding
above subject matter is available on Website of MCGM. (http://portal.mcgm.gov.in/tenders)

Deputy Hydraulic Engineer (Construction)

6
HEADER DATA
Tender Document No 7100098507

Municipal Corporation of Greater


Name of Organization Mumbai

Laying/Replacement of Various dia. Water Mains


Subject in F/South, ward, Zone-II.

Cost of Tender Rs.13,400/- (+ 6.0% VAT).

Cost of E-Tender(Estimated Cost) Rs. 1,55,63,180/-

Bid Security Deposit/ EMD Rs. 1,55,640/-

Date of issue and sale of tender 17.04.2017 from11:00Hrs


Last date & time for sale of tender &
Receipt of Bid Security Deposit 08.05.2017 upto15:00Hrs
Submission of Packet A, B &
Packet C(Online) 09.05.2017 upto16:00Hrs
Pre-Bid Meeting 27.04.2017 at15:00Hrs in conference room of

Hydraulic Engineer, Municipal Engineering Hub


Building, First Floor, Dr. E. Mozes Road, Worli,
Mumbai-400018

Opening of Packet A 11.05.2017 after 12.00Hrs

Opening of Packet B 11.05.2017 after12:15Hrs.

Opening of Packet C 22.05.2017 after15:30Hrs

Office of Executive Engineer Water Works (Const.) City,


Hydraulic Engineer's Department,
Address for communication
M. C. G. M. Engineering Hub Building, First Floor, Dr.
E Moses Road, Worli, Mumbai - 400018.
Office of Deputy Hydraulic Engineer
(Construction),Hydraulic Engineer's Department,
Venue for opening of bid
M.C.G.M. Engineering Hub Building, First Floor, Dr. E
Moses Road, Worli, Mumbai - 400018
This tender document is not transferable.
The MCGM reserves the rights to accept any of the application or reject any or all the
application received for above subject without assigning any reason thereof.

Deputy Hydraulic Engineer (Construction)


7
SECTION 2
ELIGIBILITY (POST
QUALIFICATION)
CRITERIA

8
2.1 Technical Capacity
The tenderer(s) in their own name should have satisfactorily executed the work of similar
nature MCGM /Semi Govt. /Govt. & Public Sector Organizations during last seven (7) years end-
ing last day of month previous to the one in which bids are invited as a prime Contractor (or as a
nominated sub-Contractor, where the subcontract had involved similar nature of work as described
in the scope of works in this bid document, provided further that all other qualification criteria are
satisfied)
a) Three similar completed works each of value not less than the value equal to 20% of
estimated cost put to tender i.e Rs. 31.12 Lakhs each.
Or
b) Two similar completed works each of value not less than the value equal to 25% of esti-
mated cost put to tender i.e. Rs. 38.90 Lakhs each
Or
c) One similar completed work of value equal and or not less than the 40% of estimated cost
put to tender i.e. Rs. 62.25 Lakhs.

The value of executed works shall be brought to current costing level by enhancing the actual
value of work at compound rate of 10 % per annum; calculated from the date of completion
to last date of receipt of applications for tenders.

2.2 Financial Capacity


Achieved an average annual financial turnover as certified by ‘Chartered Accountant’ (in all
classes of civil engineering construction works only) equal to 30% of the estimated cost i.e.
Rs. 46.68 Lakhs of work in last three (3) financial years immediately preceding the Financial
Year in which bids are invited.

The value of executed works shall be brought to current costing level by enhancing the actual
value of work at compound rate of 10 % per annum; calculated from the date of completion to
last date of receipt of applications for tenders.

2.3 Similar Experience:


Similar Experience shall mean ‘any work in any department’ as mentioned hereinafter, for
the completed and /or ongoing works in building construction or building maintenance such
as repairs/retro-fitting/structural repairs or construction/repairs of asphalt/concrete roads or
laying a sewer lines along with alike components or laying/rehabilitation of water pipe lines
in cast iron/M.S. pipe/HDP/MDP pipes or repairs/maintenance/construction of culverts over
nalla.

2.4 Bid Capacity:


The bid capacity of the prospective bidders will be calculated as under:
Assessed Available Bid Capacity = (A* N* 2 - B)
Where,
A = Maximum value of Civil Engineering works executed in any one year (year means Financial
year) during the last five years (updated to the price level of the Financial year in which bids
are received at a rate of 10% per year) taking into account the completed as well as works in
progress.

9
N = Number of years prescribed for completion of the Project/Works, excluding monsoon period,
for which these bids are being invited. (E.g. 7 months = 7/12 year) For every intervening
monsoon 0.33 shall be added to N.

B = Value of existing commitments (only allotted works) on the last date of submission of bids as
per bidding document and on-going works to be completed during the period of completion
of the Project/Works for which these bids are being invited.

Note: The statement showing the value of existing commitments and on-going works as well as the
stipulated period of completion remaining for each of the works listed should be attached along
with certificates duly signed by the Engineer-in Charge, not below the rank of an Executive
Engineer or equivalent.

Even though the bidders meet the above qualifying criteria, they are subject to be
disqualified if they have:
- made misleading or false representation in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or
- Record for poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history, or financial failures etc

10
SECTION 3
DISCLAIMER

11
DISCLAIMER
The information contained in this e-tender document or provided to Applicant(s), whether
verbally or in documentary or any other form, by or on behalf of the Municipal Corporation of
Greater Mumbai (MCGM), hereafter also referred as “The Authority “, or any of its employees or
advisors, is provided to Applicant(s) on the terms and conditions set out in this e-tender and such
other terms and conditions subject to which such information is provided.

This e-tender includes statements, which reflect various assumptions and assessments
arrived at by the Municipal Corporation of Greater Mumbai (MCGM) in relation to the Project.
Such assumptions, assessments and statements do not purport to contain all the information that
each Applicant may require. This e-tender may not be appropriate for all persons, and it is not
possible for the Municipal Corporation of Greater Mumbai (MCGM), its employees or advisors to
consider the investment objectives, financial situation and particular needs of each party who reads
or uses this e-tender. The assumptions, assessments, statements and information contained in this e-
tender may not be complete, accurate, adequate or correct. Each Applicant should therefore,
conduct its own investigations and analysis and should check the accuracy, adequacy, correctness,
reliability and completeness of the assumptions, assessments, statements and information contained
in this e-tender and obtain independent advice from appropriate sources.

Information provided in this e-tender to the Applicant(s) is on a wide range of matters,


some of which may depend upon interpretation of law. The information given is not intended to be
an exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Municipal Corporation of Greater Mumbai (MCGM) accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed here.

The Municipal Corporation of Greater Mumbai(MCGM), its employees and advisors make
no representation or warranty and shall have no liability to any person, including any Applicant or
Bidder, under any law, statute, rules or regulations or tort, principles of restitution or unjust
enrichment or otherwise for any loss, damages, cost or expense which may arise from or be
incurred or suffered on account of anything contained in this e-tender or otherwise, including the
accuracy, adequacy, correctness, completeness or reliability of the e-tender and any assessment,
assumption, statement or information contained therein or deemed to form part of this e-tender or
arising in any way with pre-qualification of Applicants for participation in the Bidding Process.

12
The Municipal Corporation of Greater Mumbai (MCGM) also accepts no liability of any nature
whether resulting from negligence or otherwise howsoever caused arising from reliance of any
Applicant upon the statements contained in this e-tender.
The Municipal Corporation of Greater Mumbai (MCGM) may, in its absolute discretion but
without being under any obligation to do so, update, amend or supplement the information,
assessment or assumptions contained in this e-tender.

The issue of this e-tender does not imply that the Municipal Corporation of Greater
Mumbai (MCGM) is bound to select and short-list pre-qualified Applications for Bid Stage or to
appoint the selected Bidder or Concessionaire, as the case may be, for the Project and the
Municipal Corporation of Greater Mumbai (MCGM) reserves the right to reject all or any of the
Applications or Bids without assigning any reasons whatsoever.

The Applicant shall bear all its costs associated with or relating to the preparation and
submission of its Application including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required by The
Municipal Corporation of Greater Mumbai (MCGM) or any other costs incurred in connection with
or relating to its Application. All such costs and expenses will remain with the Applicant and the
Municipal Corporation of Greater Mumbai(MCGM) shall not be liable in any manner whatsoever
for the same or for any other costs or other expenses incurred by an Applicant in preparation or
submission of the Application, regardless of the conduct or outcome of the Bidding Process.

13
SECTION 4
INTRODUCTION

14
INTRODUCTION

4.1 Background:
The Municipal Corporation of Greater Mumbai covers an area of 437.71sq.kms.with
a population of 1.24 Crores as per census of 2011. The metropolis accounts major portion of
India’s international trade and government’s revenue, from being one of the foremost centers of
education, science and technological research and advancement.

The Mumbai Metropolis has historic tradition of strong civic activism dedicated to the
cause of a better life for all its citizens. And it’s the Municipal Corporation of Greater Mumbai
(MCGM), hereafter called the “corporation”, the primary agency responsible for urban governance
in Greater Mumbai.

MCGM (The Authority) is one of the largest local self-governments in the Asian
Continent. In observance of historic traditions of strong civic activism, with the change in time and
living conditions to match with the urbanization, MCGM has mainly focused in providing almost
all kinds of engineering services viz, Hydraulics, storm water drain, sewerage, water supply
projects, roads, bridges, solid waste management, and environmental services. Beside this, the
MCGM is also providing dedicated services in various segments such as Health, Primary
Education as well as the construction and maintenance of Public Markets and Slaughter Houses.

MCGM is an organization having different departments, right from engineering depts.


to health depts. Moreover we have other dept. like education, market, fire brigade dept., Octroi and
other such departments where quite a good number of staff members are working.

4.2 Scope of Work :

 This particular tender comes under the category of “Regular, Routine and Mainte-
nance works/ Original and New construction works/ For Other Special works”.
The scope of work consists of:
Following works are included for attending leakages, Contamination and other allied works in
F/South, ward in Zone-II City area as mentioned in the BOQ.
The major activities covered are as under.
1. The work comprises mainly to commence the work of frequent leakages/ contaminations
problems at one /multiple locations within six (6) hours & resolve/attend the same within
48 hours from receipt of complaints as per site condition & decided by Engineer-in-charge
2. Attending leakages on water mains, service pipe connections, making service connections
for consumers, disconnection of old service connections and removal of service connec-
tions.
15
3. Replacement /Diversions to abate the contamination of water mains, laying of various dia
water mains up to 300 mm of various materials, making cross connections, providing and
fixing sluice valves, butter fly valves, air valves, fire hydrants, construction of chamber, re-
pairing of fire hydrants, disconnecting old water mains up to 300 mm physical removing of
old water mains of various dia.
4. Any other emergency and incidental work related to water supply and as directed by H.E.
5. To restore utilities required to be removed during execution of work.
6. Excavations in various surface and Reinstatement of trenches of various types of surfaces
i.e. concrete surface, asphalt surface, footpath etc.
7. The working space has a limitation on all roads where work is proposed in general and as
some of the proposed site is along roads carrying very heavy vehicular traffic including
multi axle trucks/ containers, precautions shall be taken to avoid traffic congestions etc.
8. The co-ordination is necessary to be sought from various M.C.G.M’s dept. Involving opera-
tions and maintenance of water mains, sewer mains, SWD network in the vicinity of site
and concerned traffic police department for smoother execution of the work during Contract
period.
9. The contractor may be required to provide the store places for storing his various plants and
equipments to execute the work. Such arrangements will have to be done by the contractor
on his own procuring necessary permissions required, without any extra payment on any of
such account.

16
SECTION 5
E-TENDERING ONLINE
SUBMISSION PROCESS

17
E-TENDERING ONLINE SUBMISSION PROCESS
5.1 TENDER DOCUMENT:

e-Tender document is not transferable. Tenderers are requested to read carefully the following
directions, terms and conditions of the contract. Tenderer has to sign the form of tender, annexure,
specifications and bill of quantities and rates etc. after making appropriate entries wherever
necessary, before uploading the scanned copies of these various documents of tender. All entries
should be in clear writing and legible. Any corrections made by the tenderer in his entries must be
attested by the signatory. e-Tenders containing erasures or alterations not so attested or written in
illegible form are liable to be rejected. Contents of the tender documents are as per Index page.

5.2 COST OF e-TENDERING

The Corporation shall not defray expenses incurred by any tenderer(s) in tendering and shall not
be bound to accept the lowest or any tender. The tenderer(s) shall bear all costs associated with the
preparation and submission and uploading of his Tender, and the Employer will in no case be
responsible and liable for those costs.
5.3 INVITATION OF e-TENDER:

The Municipal Commissioner for and on behalf of the Municipal Corporation of Greater Mumbai,
hereinafter referred as ‘The Corporation’ will receive tender for the above work by electronic mode
i.e. internet through respective M.C.G.M website.
5.4 LANGUAGE OF e-TENDER:

e-Tender shall be written in English, information in any other language shall be accompanied by its
translation in English. Only English text shall be governing in e-tendering.

5.5 PROCESS TO BE CONFIDENTIAL:


Information relating to the examination, clarification, evaluation and comparison of tender and
recommendations for the award of a contract shall not be disclosed to e-tenderers or any other
persons not officially concerned with such process until the award to the successful tenderer has
been announced. Any effort by a tenderer to influence the Employer's processing of tenders or award
decisions may result in the rejection of his tender, and his disqualification.

The terminology of e-Tendering is solely depending upon policies in existence, guidelines


and methodology adopted since decades. The SRM is only change in process of accepting and
evaluation of tenders in addition to manual. The SAP module to be used in this E-tendering is
known as Supplier Relationship Module (SRM). SRM is designed and introduced by ABM
Knowledge ware Ltd. who will assist MCGM in throughout the tendering process for successful
implementation.

18
NOTE: This tendering process is covered under Information Technology ACT & Cyber Laws as
applicable

(1) In e-tendering process some of the terms and its definitions are to be read as under wherever it
reflects in online tendering process.

Start Date read as “Sale Date”

End Date read as “Submission Date”

Supplier read as “Contractor/bidder”

Vendor read as “Contractor/bidder”

Vendor Quotation read as “Contractors Bid/Offer”

Purchaser read as “Department/MCGM”

I. Before entering in to online tendering process, the contractors should complete the registration
process so as to get User ID for E-tendering links. For this, the contractors can access through
Supplier registration via MCGM Portal.

There are two methods for this registration :( II and III)

II. Transfer from R3 (registered contractors with MCGM) to SRM

a. Contractors already registered with MCGM will approach to Vendor Transfer cell.

b. Submit his details such as (name, vendor code, address, registered Email ID, pan card etc.) to
Vendor transfer cell.

c. MCGM authority for Vendor Transfer, transfers the Vendor to SRM application from R3 system
to SRM system.

d. Transferred Vendor receives User ID creation link on his supplied mail Id.

e. Vendor creates his User ID and Password for e-tendering applications by accessing link sent to
his mail ID.

III. Online Self Registration (Temporary registration for applicant not registered with MCGM)

a. Vendor fills up Self Registration form via accessing MCGM portal.

b. Vendor Transfer cell (same as mentioned above) accesses Supplier Registration system and
accepts the Vendor request.

19
c. Accepted Vendor receives User ID creation email with Link on his supplied mail Id.

d. Vendor creates his User ID and Password for e-tendering application.

IV. CONTRACTORS BIDDING: Applicant will Quote and Upload Tender Documents

1. Access e-tender link of SRM Portal

2. Log in with User ID and Password

3. Selects desired Bid Invitation (he wants to bid)

4. To download tender documents contractors will have to pay online Tender fee. The same
can be done by accessing Pay Tender Fees option. By this one will be able to pay Tender fee
through Payment Gateway-If transaction successful, Contractors can register his interest to
participate. Without Registration one cannot quote for the Bid/Tender.

5. Applicant will download Tender Documents from Information from purchaser tab by
accessing Purchaser document folder through collaboration ‘C’ folder link.

6. Applicant will upload Packet A related and Packet B related Documents in Packet A and
Packet B folder respectively by accessing these folders through “My Notes” Tab and
collaboration folder link.

7. All the documents uploaded have to be digitally signed and saved. Contractors can procure
there digital signature from any certified CA’s in India.

8. Bid security deposit/EMD and ASD, if applicable, should be paid online as mentioned in
tender.

9. For commercial details (in Packet C) contractors will fill data in Item Data tab in Service
Line Item via details and quotes his “Percentage Variation” (i.e.% quoted) figure.(If entered ‘0’
it will be treated as at par. By default the value is zero only.

10. Applicants to check the bid, digitally signs & save and submit his Bid Invitation.

11. Applicants can also save his uploaded documents/commercial information without submitting
the BID for future editing through ‘HOLD’ option.

12. Please note that “Hold” action do not submit the Bid.

13. Applicants will receive confirmation once the Bid is submitted.

20
14. Bid creator (MCGM) starts Bid Opening for Packet A after reaching End Date and Time and
Bid Evaluation process starts.

As per Three Packet system, the document for Packet A & B are to be uploaded by the
tenderer in 'Vendor's document' online in Packet A & B. Before purchasing/ downloading the
tender copy, tenderer may refer to post- Qualification criteria mentioned in e-Tender Notice.

The tenderer shall pay the EMD/Bid Security through payment gateways before submission
of Bid and shall upload the screenshot of receipt of payment in Packet ‘A’ instead of paying the
EMD at any of the CFC centers in MCGM Ward Offices.

The e-tender is available on MCGM portal, http://portal.mcgm.gov.in, as mentioned in the


Header Data of the tender. The tenders duly filled in should be uploaded and submitted online on or
before the end date of submission. The Packet ‘A’, Packet ‘B’ & Packet ‘C’ of the tenderer will be
opened as per the time-table shown in the Header Data in the office of Deputy Hydraulic Engineer
(Construction).

The Municipal Commissioner reserves the right to reject all or any of the e-Tender(s)
without assigning any reason at any stage. The dates and time for submission and opening the
tenders are as shown in the Header Data. If there are any changes in the dates the same will be
displayed on the MCGM Portal (http://portal.mcgm.gov.in).
Tenderer (s) are requested to submit and upload the e-tenders in time on or before the
stipulated day so as to avoid rush at the closing hours. M.C.G.M will not be responsible for poor
connectivity of network/internet services/connectivity of servers/snag in system/ breakdown of
network and /or any other interruptions. If any online information uploaded but not received by Bid
creator (M.C.G.M) within stipulated time limit, M.C.G.M will not be held responsible at any cost
and such bids cannot be validated. Any online intimation/information asked to be submitted by
Bidders/Contractors or sent to Bidders/Contractors, if not received or bounced back at the
receiving end due to any problem in server or connectivity, M.C.G.M will not be held responsible.
Intimations about clarifications / confirmation in the submitted documents will be informed
to Bidders/Contractors) by e-mail on their mail ID/letter. The bidders should also send information
in reply e-mail/letter to respective offices where the bid is being scrutinized.

21
SECTION 6
INSTRUCTIONS TO
APPLICANTS

22
INSTRUCTIONS TO APPLICANTS

6.1 Scope of Application

The Authority wishes to receive Applications for Qualification in order to SELECT experienced
and capable Applicants for the Bid Stage.
`
6.2 Eligibility of Applicants

The Municipal Corporation of Greater Mumbai (MCGM) invites e-tender to appoint Contractor for
the aforementioned work from contractors of repute, multidisciplinary engineering organizations i.e.
eminent firm, Proprietary/Partnership Firms/ Private Limited Companies/ Public Limited
Companies/Companies registered under the Indian companies’ act 2013, the contractors
registered with the Municipal Corporation of Greater Mumbai, (MCGM) in Class A category IV
as per old registration and Class III as per new registration and from the contractors/firms
equivalent and superior classes registered in Central or State Government/Semi Govt.
Organization/Central or State Public Sector Undertakings, will be allowed subject to condition
that, the contractors who are not registered with MCGM will have to apply for registering their
firm within three months’ time period from the award of contract, otherwise their Bid Security i.e.
E.M.D (Earnest Money Deposit) will be forfeited/recovered and an amount equal to
Registration Fee of respective class will be recovered as penalty.

6.3 Classes available for Civil Contractors(As per old registration rules)

Category Description of work


Building & allied works, pile foundation, precast or cast in situ concrete
works, diaphragm walls, ground anchors and allied works, water proofing,
Building C-I leak proofing of various types of structures.

Bridges including road over bridges, flyover, foot over bridges, subways and
Bridges C-II culverts.
Road works of various types including storm water drains culverts and
Roads C-III training/ de-silting of nallas, underground storm water drains.

Laying of water mains, rising mains, water pumping stations, reservoirs,


Water Supply C-IV head works.
Laying of sewers, rising main & underground storm water drains, sewage
Sewerage C-V pumping stations, treatment plants, outfalls etc.

23
6.4 Class available according to the limits of works, amount of solvency, registration fees &
amount of standing deposit prescribed for each class (As per old registration rules).

Works Solvency Scrutiny Registration Renewal Standing


Class
limit amount fees fees fees deposit
Rs Rs Rs Rs Rs Rs
In Lacs
Without
AA 60 2000 4000 2000 7,50,000.00
limit
upto 3
A 30 2000 4000 2000 4,50,000.00
Crores
upto 1
B 20 1000 2000 1000 3,00,000.00
Crore
upto 50
C 15 1000 2000 1000 1,50,000.00
Lacs
upto 25
D 10 1000 2000 1000 1,12,500.00
Lacs
upto 10
E 5 1000 2000 1000 45,000.00
Lacs

6.5 MINIMUM FINANCIAL AND ORGANIZATIONAL REQUIREMENTS FOR CIVIL


ENGINEERING DISCIPLINE AS PER REFRAMED RULES

MINIMUM FINANCIAL AND ORGANIZATIONAL REQUIREMENTS FOR CIVIL


ENGINEERING DISCIPLINE AS PER REFRAMED RULES
Sr. Class Upper limit Minium Total Cost of No. of Civil Engineers
No. of Tendering Solvency Turn- Single Work Employee
Over in Completed
Last 3 within Last
Years 3 years

1 2 3 4 5 6 7
1 I(A) Without 200 4000 1500 4 Graduate with 5
Limit years or 1 Graduate
with 5 years and 5
Diploma Holder with 7
years experience.
2 I(B) 2500 175 2500 750 3 Graduate with 5
years or 1 Graduate
with 5 years and 4
Diploma Holder with 7
years experience.

24
3 I(C ) 1500 150 1500 300 3 Graduate with 5
years or 1 Graduate
with 5 years and 4
Diploma Holder with 7
years experience.
4 II 750 100 750 150 2 Graduate with 3
years or 1 Graduate
with 3 years and 3
Diploma Holder with 5
years experience.
5 III 300 75 300 90 2 Graduate with 3
years or 1 Graduate
with 3 years and 2
Diploma Holder with 5
years experience.
6 IV 150 40 150 50 1 Graduate with 1 year
or 1 Diploma Holder
with 3 years
experience.
7 IV(A) 90 25 90 30 1 Graduate with 1 year
or 1 Diploma Holder
with 3 years
experience.
8 V 50 15 50 15 1 Graduate with 1 year
or 1 Diploma Holder
with 3 years
experience.
9 V(A) 30 8 0 0 1 Fresh Graduate or 1
Fresh Diploma Holder.
10 VI 15 2 0 0 1 Fresh Graduate or 1
Fresh Diploma Holder.
11 VII 10 1 0 0 1 Fresh Graduate or 1
Fresh Diploma Holder.
12 VIII 5 0.5 0 …. 1 Fresh Graduate or 1
Fresh Diploma Holder.
13 IX 3 0.25 ….. …. 1 Fresh Graduate or 1
Fresh Diploma Holder.
Note:- 1) A Solvency Certificate registered beyond 12 months from the date of its issue will not be
considered. Certificate of Solvency (in Hindi/Marathi/English) shall be obtained from scheduled or
Nationalise Bank, in the name of the applicant/Firm/Company only.

2) Turn-over shall be supported with work completion/performance certificate of civil works only.
In case of works carried out in private organization, T.D.S. Certificate is essential and certificate
from License Architect is necessary.
3) Cost of single work criteria will be governed as given in below table

25
6.6 SINGLE WORK CRITERIA (Rs. In Lakhs) (As per New registration rules)

SINGLE WORK CRITERIA (Rs. In Lakhs) (As per New registration rules)
Sr.No. Class Upper Single work criteria(Applicant has to fulfill one of the following
limit of criteria)
Tendering Minimum Cost Cost of Two Works Cost of Three Works
of Single Work Completed costing Completed costing not
Completed not less than (Within less than (Within Last 3
(within Last 3 Last 3 years) years)
years)
1 2 3 4 5 6
Without
1 I(A) Limit 1500 750 500
2 I(B) 2500 750 400 250
3 I(C ) 1500 300 150 100
4 II 750 150 75 50
5 III 300 90 50 30
6 IV 150 50 25 20
7 IV(A) 90 30 15 10
8 V 50 15 8 5
6.7 Equipment Capabilities as required for this work
Equipment Capability:

Sr.No Equipments owned/access to Requirements (No.)


Regular and New and For other
Routine works Original Works special works
1 2 3 4
01 Pumps for dewatering 4(15 BHP) - -
02 Submersible pumps for 2 (15 BHP) - -
dewatering
03 Rock breaker with compressor 2 - -
04 Pipe cutter 2 - -
05 Ratchet Drilling machine. 2 - -
06 Roller Vibratory Min. 10T 1 - -
07 Welding set. 2 - -
08 Compressor 2 - -
09 Transit Mixer (Tilted) 1 - -
10 J.C.B. 1 - -
11 Excavator / Poclain 1 - -
12 Dumper / Trucks 8 Cu.m 2 - -
capacity
13 Dumper / Trucks 4 Cu.m 2 - -
capacity
14 C.C.T.V. Camera 1 - -
15 Mobile D.G.set 1 - -
16 Plate Vibrator 1 - -
17 Crane 1 - -
18 Flowmeter 2 - -
26
a) Regular and Routine works: The successful bidder will make the arrangements of the re-
quired equipment on the day of commencement or with respect to the progress of the work
in phases, as per the instructions of site in charge. The successful bidder and, to that effect
he will ensure commitment on an undertaking on Rs.500 stamp paper to be submitted along
with the Bid in Packet B. However, this condition in no way shall dilute the respective con-
dition in Registration Rules of MCGM.
b) New and Original Works: The bidder should, undertake their own studies and furnish
with their bid, a detailed construction planning and methodology supported with assess-
ment study of requirements of equipment/plants & machineries to allow the employer to re-
view their proposal. The bidder will ensure his commitment to make the arrangements of
the required equipment on the day of commencement or with respect to the progress of the
work in phases, as per the instructions of site in charge on an undertaking on Rs.500 stamp
paper to be submitted along with the Bid in Packet B. However, this condition in no way
shall dilute the respective condition in Registration Rules of MCGM.
c) Special Works: The concerned Ch.Eng. shall enlist the equipments in the tender document
justified for the project and ensure the capacity of the bidder for the same with the approval
of concerned AMC.
Note:
1. Bidders shall submit the undertaking for equipment capability and other undertak-
ings as such on a single Rs.500/- stamp paper.

6.8 Technical Personnel

(A) General Guidelines for Fixing Requirement of Technical Staff


Cost of work Requirement of Technical Staff Minimum Designation
(Rs in Crore) Qualification Number Experience(year)
10 to 20 i)Project 1 10 Principal
Manager with Technical
degree in Representative
corresponding
discipline of
Engineering

ii)Graduate
Engineer 1 5 Technical
Representative
iii) Graduate
Engineer
or 2 2 Project/Site
27
Engineer and
Project
Diploma Planning/
Engineer 2 5 billing
Engineer

5 to10 i) Graduate 1 5 Principal


Engineer Technical
Representative
ii) Graduate 2 2
Engineer Project/Site
or Engineer
Diploma
Engineer 2 5 Engineer

More than 1.5 i) Graduate 1 5 Principal


to 5 Engineer Technical
Representative
ii) Graduate 1 2
Engineer Project/Site
or Engineer
Diploma
Engineer 1 5 Billing
Engineer

Up to1.5 i) Graduate 1 2 Principal


Engineer Technical
or Representative
Diploma
Engineer 1 5 Project/Site
Engineer/
Billing
Engineer

Notes- 1 “Cost of work”, in table above, shall mean the agreement amount of the work.
2. However, the above requirement of technical staff in no way shall dilute the respective
condition in Registration Rules of MCGM.
3. Rate of recovery in case of non-compliance of the clause be stipulated at following rates:-
Sr.No Qualification Experience(years) Rate of
Recovery
1 Project Manager with degree 10 Rs.30000/-p.m.
2 Graduate Engineer 5 Rs.25000/-p.m.
3 Graduate Engineer 2 Rs.15000/-p.m.
4 Diploma Engineer 5 Rs.15000/-p.m.

28
6.9 TIME PERIOD OF THE PROJECT :
A) Entire project should be completed and delivered within 12 months of time from the date
of award of contract that including Monsoon.
The time allowed for carrying out the work as entered in the Tender shall be
strictly observed by the Contractor and shall be reckoned from the date on which the
Letter of Acceptance is given to the Contractor. The work shall throughout the stipulated
period of the Contract be proceeded with all due diligence as time being deemed to be the
essence of the contract on the part of the Contractor. On failing to do so, the Contractor
shall pay as compensation an amount which shall be governed as per Clause - 8(e) of
Standard General Conditions of Contract.
The Contractor should complete the work as per phase given below :
¼ of the work in .. ¼ of the time
½ of the work in .. ½ of the time
¾ of the work in .. ¾ of the time
Full of the work in .. Full of the time
Full work will be completed in 12 months including monsoon.
The programme for completion of work shall be a part of the Contract Document in the
form of Bar Chart / GANTT Chart. The Contractor is supposed to carry out the work and keep the
progress as per Bar Chart/GANTT Chart. The Contractor shall complete the work as per the
Schedule given in the Contract and the programme submitted by the Contractor.
B) Tenderer should note that the subject work being of emergency nature M.C.G.M.
reserved the right to extend the time period of contract in case of emergency or non
appointment of succeeding contractor by further 90 days from existing contract
period. The contractor has to execute and obey the contract with the same rate quoted
for the tender with the same terms and condition.
Contract Execution
6.10 All required documents for execution of the contract shall be submitted within 30 days
from the date of issue of letter of acceptance. If the documents are not submitted within the
stipulated time a penalty of Rs 5000/- per day will be applicable to the contractor. All contract
documents need to be duly affixed with stamp duty properly signed along with evidence/proof
of payment of security/contract deposit/ within 30 days from the date of letter of acceptance
received by him

29
6.11 If the amount of the Contract Deposit to be paid above is not paid within 30 days from the
date of issue of Letter of Acceptance, the Tender / Contractor already accepted shall be consid-
ered as cancelled and legal steps be taken against the contractor for recovery of the amounts.

6.12 The amount of Security Deposit retained by the MCGM shall be released after expiry of
period up to which the contractor has agreed to maintain the work in good order is over. In the
event of the contractor failing or neglecting to complete the rectification work within the peri-
od up to which the contractor has agreed to maintain the work in good order, the amount of se-
curity deposit retained by MCGM shall be adjusted towards the excess cost incurred by the
Department on rectification work.

6.13 Action when whole of security deposit is forfeited:

In any case in which under any Clause of this contract, the contractor shall have rendered
himself liable to pay compensation amounting to the whole of this security deposit whether
paid in one sum or deducted by instalments or in the case of abandonment of the work
owning to serious illness or death of the contractor or any other cause, the Engineer on
behalf of the Municipal Commissioner shall have power to adopt any of the following
process, as he may deem best suited to the interest of MCGM -

(a) To rescind the contract (for which recession notice in writing to the contractor under
the head of Executive Engineer shall be conclusive evidence) and in that case, the
security deposit of the contract shall stand forfeited and be absolutely at the disposal
of MCGM.

(b) To carry out the work or any part of the work departmentally debiting the contractor
with the cost of the work, expenditure incurred on tools and plant, and charges on
additional supervisory staff including the cost of work-charged establishment
employed for getting the un-executed part of the work completed and crediting him
with the value of the work done departmentally in all respects in the same manner
and at the same rates as if it had been carried out by the contractor under the terms
of his contract. The certificate of the Executive Engineer as to the costs and other
allied expenses so incurred and as to the value of the work so done departmentally
shall be final and conclusive against the contractor.

(c) To order that the work of the contractor be measured up and to take such part
thereof as shall be un-executed out of his hands, and to give it to another contractor
to complete, in which case all expenses incurred on advertisement for fixing a new
contracting agency, additional supervisory staff including the cost of work charged
30
establishment and the cost of the work executed by the new contract agency will be
debited to the contractor and the value of the work done or executed through the
new contractor shall be credited to the contractor in all respects and in the same
manner and at the same rates as if it had been carried out by the contractor under the
terms of his contract. The certificate of the Executive Engineer as to all the cost of
the work and other expenses incurred as aforesaid for or in getting the un-executed
work done by the new contractor and as to the value of the work so done shall be
final and conclusive against the contractor.

In case the contract shall be rescinded under Clause (a) above, the contractor shall
not be entitled to recover or be paid any sum for any work therefor actually
performed by him under this contract unless and until the Executive Engineer shall
have certified in writing the performance of such work and the amount payable to
him in respect thereof and he shall only be entitled to be paid the amount so
certified. In the event of either of the courses referred to in Clause (b) or (c) being
adopted and the cost of the work executed departmentally or through a new
contractor and other allied expenses exceeding the value of such work credited to
the contractors amount of excess shall be deducted from any money due to the
contractor, by MCGM under the contract or otherwise, howsoever, or from his
security deposit or the sale proceeds thereof provided, however, the contractor shall
have no claim against MCGM even if the certified value of the work done
departmentally or through a new contractor exceeds the certified cost of such work
and allied expenses, provided always that whichever of the three courses mentioned
in clauses (a), (b) or (c) is adopted by the Executive Engineer, the contractor shall
have no claim to compensation for any loss sustained by him by reason of his
having purchase or procured any materials or entered in to any engagements or
made any advance on account of or with a view to the execution of the work or the
performance of the contract.

6.14 Contract may be rescinded and security deposit forfeited for bribing a public officer
or if contractor becomes insolvent

If the contractor assigns or sublets his contracts or attempt so to do, or become insolvent
or commence any proceeding to get himself adjudicated and insolvent or make any
composition with his creditors, or attempt so to do or if bribe, gratuity, gift, loan,
perquisite, reward or advantage, pecuniary or otherwise, shall either directly or

31
indirectly be given promised or offered by the contractor or any of his servants or
agents through any public officer, or person in the employ of MCGM/Govt. in any way
relating to his office or employment, or if any such officer or person shall become in
any way directly or indirectly interested in the contract the Engineer In-charge may
thereupon, by notice in writing rescind the contract and the Security Deposit of the
Contractor shall thereupon stand forfeited and be absolutely at the disposal of MCGM
and the same consequences shall ensure as if the contract had been rescinded under
above clause J hereof; and in addition the contractor shall not be entitled to recover or
be paid for any work therefore actually performed under the contract.

32
6.15 Submission of Tenders

PACKET – A

The Packet ‘A’ shall contain scanned certified copies of the following documents

Scrutiny of this packet will be done strictly with reference to only the scanned copies of Docu-
ments uploaded online in packet ‘A’

a) Valid Registration Certificate.

b) Valid Bank Solvency Certificate of Minimum Solvency amount as governed by


Registration Rules in force for respective Class of Contractor for Civil and M&E works.

c) A document in support of Registration under Maharashtra ‘VAT’ Act 2002. Sales Tax
Registration Certificate in Maharashtra (or equivalent requirement under VAT). Those not
registered in Maharashtra shall submit an undertaking to the effect that if they are successful
tenderer, they shall submit Sales Tax Registration Certificate in Maharashtra within 15 days of
issue of work order, failing which payment for the work executed will not be released.

d) Certified copies of valid 'PAN' documents and photographs of the individuals, owners,
Karta of Hindu undivided Family, firms, private limited companies, registered co-operative
societies, partners of partnership firms and at least two Directors, if number of Directors are more
than two in case of Private Limited Companies, as the case may be. However, in case of Public
Limited companies, Semi Government Undertakings, Government Undertakings, no 'PAN'
documents will be insisted.

e) Latest Partnership Deed in case of Partnership firm duly registered with Chief Accountant
(Treasury) of MCGM.

f) The Registered power of attorney shall be submitted in the name of person who is
submitting the bid.

The bidders shall categorically provide their Email-ID in packet ‘A’.

NOTE:

 If the tenderer(s) withdraw tender offer during the tender validity period, his entire E.M.D
shall be forfeited.

 If it is found that the tenderer has not submitted required documents in Packet “A”
then, the shortfalls will be communicated to the tenderer through e-mail only and
compliance required to be made within a time period of three working days otherwise
they will be treated as non-responsive.
33
PACKET – B

The Packet ‘B’ shall contain scanned certified copies of the following documents –

a) The list of similar type of works as stated in para ‘A’ (Clause No. 2.1) of Post
qualification successfully completed during the last Seven (07) years in prescribed proforma,
in the role of prime contractor. Information furnished in the prescribed proforma
(Proforma – I) shall be supported by the certificate duly self-attested. Documents stating
that it has successfully completed during the last Seven (07) years at least one contract of
similar works as stated in para ‘A’ of Post qualification.

b) Annual financial turnover for preceding three financial years as certified by Chartered
Accountant preceding the Financial Year in which bids are invited. Copies of Applicants
duly audited balance sheet and profit and loss account for the preceding three financial
years preceding the Financial Year in which bids are invited. (Proforma – II).

c) List of similar works as per proforma.( Proforma – III).

d) Documents stating that, it has access to or has available liquid assets, unencumbered assets,
lines of credit and other financial means (independent of any contractual advance payment)
sufficient to meet the construction cash flow requirements for the subject contract in the event
of stoppage, start-up, or other delay in payment, of the minimum 15% of the cost of the
work tendered for, net of the tenderer's commitment of other contracts (Certificate from
Bankers / C.A./Financial Institution shall be accepted as a evidence).

e) The bidder shall give undertaking on Rs 500/-stamp paper that it is his/their sole
responsibility to arrange the required machineries either owned/on lease or hire basis,
at site before start of the work (as per Proforma – V & VIII ).

i)Regular and Routine works: The successful bidder shall make the arrangements of the re-
quired equipment on the day of commencement or with respect to the progress of the work
in phases, as per the instructions of site in charge. The successful bidder and, to that effect
he will ensure commitment on an undertaking on Rs.500 stamp paper to be submitted
along with the Bid in Packet B. However, this condition in no way shall dilute the respec-
tive condition in Registration Rules of MCGM.
ii) New and Original Works: The bidder should, undertake their own studies and furnish
with their bid, a detailed construction planning and methodology supported with assess-
ment study of requirements of equipment/plants & machineries to allow the employer to
34
review their proposal. The bidder shall ensure his commitment to make the arrangements
of the required equipment on the day of commencement or with respect to the progress of
the work in phases, as per the instructions of site in charge on an undertaking on Rs.500
stamp paper to be submitted along with the Bid in Packet B. However, this condition in no
way shall dilute the respective condition in Registration Rules of MCGM.
iii) The list of the ‘Technical Personnel’s’ with their qualification, working in the tenderer’s
establishment as per pro-forma IV.
iv) Details of works in hand and for which bid already submitted (Proforma VI-A & VI-B)
(original), along with copies of work orders & attested copies of percentage of works
completed or part thereof.

v) Statement showing assessed available Bid Capacity.

vi) The undertaking on Rs.500/- stamp paper as per the proforma annexed in Annexure B
(Pre-Contract Integrity pact), C (Indemnity bond) and E (Best price).
vii) Undertaking on Rs.500/- stamp paper stating that tenderer is conversant to all site situation
and difficulty & has inspected the site personally and accordingly bid is submitted.

viii) Tenderer shall submit the undertaking stating that he will submit license certificate from
the office of Labour Commissioner as stated in clause no 6.32, after issue of work order and
before commencing the work, if the work is allotted to him.

ix) Information on litigation history in which tendere is involved (Proforma IX).

x) Details of certificate issuing Authorities in (Proforma X).

xi) Pre bid meeting minutes, signed copy of Addendum if any.

xii) The tenderers shall upload work plan as per the following outline:
1) GANTT chart/ PERT/ CPM chart showing the completion of work within
prescribed time period, considering major activities.
2) Organizational set up envisaged by the contractors.
3) Plant & equipment proposed to be deployed for this work.
4) Site Offices and Laboratories proposed to be set up.
5) A note on how the whole work will be carried out (work plan including
methodology).
6) Quality management plan.
7) All the activities included in the Scope of Work shall be covered in the work plan.

35
xiii) The tenderer shall upload the information of applicable tax on various items in
the proforma as enclosed under ‘Annexure F (Special Annexure-I)’, wherein the
tenderer shall indicate in the tabular format, all the applicable taxes and their
percentages and the tax amount considered while quoting the tender.

Note:
i. Bidders shall submit the undertaking for equipment capability and other undertaking
as such on a single Rs.500/- stamp paper.
ii. The Electrical / Mechanical work shall be got carried out by the civil contractors through the
contractors registered with MCGM. in Electrical Category. Information about the registered
contractors shall be obtained from the office of the Ch.E. (M&E)/ E.E. (Monitoring & Regis-
tration Cell). Attested scanned copy of the valid registration certificate in Electrical Category
shall be uploaded with the tender along with the undertaking from the registered Electrical
Contractor stating his willingness to carry out the tender work.
iii. The successful bidder shall submit valid registration certificate under E.S.I.C., Act 1948, if
the tenderer has more than 10 employees /persons on his establishment (in case of production
by use of energy) and 20 employees/persons on his establishment (in case of production
without use of energy) to MCGM as and when demanded. In case of less employees/persons
mentioned above then the successful bidder has to submit an undertaking to that effect on Rs.
500 stamp paper as per circular u/no. CA/FRD/I/65 of 30.03.2013.
iv. The successful bidder shall submit valid registration certificate under E.P.F. & M.P., Act
1952, if tenderer has more than 20 employees/persons on his establishment, to MCGM as and
when demanded. In case if the successful bidder has less employees/persons mentioned
above then the successful bidder has to submit an undertaking to that effect on Rs. 500 stamp
paper as per circular u/no. CA/FRD/I/44 of 04.01.2013.
v. The successful bidder shall submit the signed form of the tender, specification of works if any
and the schedule of rates.
vi. If it is found that the tenderer has not submitted required documents in Packet “B”
then, the shortfalls will be communicated to the tenderer through e-mail only and com-
pliance required to be made within a time period of three working days otherwise they
will be treated as non-responsive.

36
PACKET – C

a. Online tender filled in either percentage plus or minus (above or below), or at par. (There is
no separate provision to quote % in physical form, this is a part in Header Data of online
Tendering). For Packet ‘C’ tenderer(s) will fill data in ‘Item Data Tab’ in Service Line Item via
Details and quotes his percentage variation figures. (If entered ‘0’ it will be treated as ‘at par’.
By default the value is zero only).

Note: In case of rebate/premium of 15% and above as quoted by the tenderer, the rate
analysis of major items shall be submitted by L1 and L2 bidder after demand notification by
e-mail to bidders by concerned E.E.W.W.(Const). The format for rate analysis is annexed at
Annexure E.

6.16 BID SECURITY OR EMD

1. The Bidder shall furnish, as part of the Bid, Bid Security/EMD, in the amount specified in the
Bid Data Sheet. This bid security shall be in favor of the authority mentioned in the Bid Data
Sheet and shall be valid till the validity of the bid.

2. The tenderers shall pay the EMD online only instead paying the EMD at any of the CFC cen-
ters in MCGM Ward Offices.

3. Any bid not accompanied by an acceptable Bid Security and not secured as indicated in sub-
clause mentioned above, shall be rejected by the Employer as non-responsive.

4. The Bid Security of the successful Bidder will be discharged when the Bidder has signed the
Agreement and furnished the required Security Deposits.

5. The Bid Security/ EMD of L-3 and bidder shall be refunded immediately after opening of fi-
nancial bid but, the EMD/ASD submitted by the L-2 bidder will be returned after obtaining
Standing Committee Resolution.

6. The Bid Security may be forfeited:

1. If the Bidder withdraws the Bid after bid opening (opening of technical qualification
part of the bid during the period of Bid validity;

2. In the case of a successful Bidder, if the Bidder fails within the specified time limit to:

i. sign the Agreement; and/or


37
ii. Furnish the required Security Deposits.

7. The cases wherein if the shortfalls are not complied by a contractor, will be informed to Regis-
tration and Monitoring Cell. Such non-submission of documents will be considered as ‘Inten-
tional Avoidance’ and if three or more cases in 12 months are reported, shall be viewed serious-
ly and disciplinary action against the defaulters such as banning/de-registration, etc. shall be
taken by the registration cell with due approval of the concerned AMC.
8. No rejections and forfeiture shall be done in case of curable defects. For non-curable defects
the 10% of EMD shall be forfeited and bid will be liable for rejection.
Note:
i) Curable Defect shall mean shortfalls in submission such as:
a. Non-submission of following documents,
i. Valid Registration Certificate
ii. Valid Bank Solvency
iii. Sales Tax Registration Certificate (VAT)
iv. Certified Copies of PAN documents and photographs of individuals,
owners, etc
v. Partnership Deed and any other documents
vi. Undertakings as mentioned in the tender document.
b. Wrong calculation of Bid Capacity,
c. No proper submission of experience certificates and other documents, etc.
ii) Non-curable Defect shall mean
a. In-adequate submission of EMD/ASD amount,
b. In-adequacy of technical and financial capacity with respect to Eligibility crite-
ria as stipulated in the tender.
6.16 BID VALIDITY

a) Bids shall remain valid for a period of not less than one eighty (180) days after the
deadline date for bid submission specified in Bid Data Sheet. A bid valid for a shorter
period shall be rejected by the Employer as non-responsive.

b) In exceptional circumstances, prior to expiry of the original time limit, the Employer may
request that the bidders may extend the period of validity for a specified additional period.
The request and the bidders’ responses shall be made in writing or by cable. A bidder may
refuse the request without forfeiting his Bid Security. A bidder agreeing to the request will

38
not be required or permitted to modify his bid, but will be required to extend the validity of
his bid security for a period of the extension.

6.18 DEFECT LIABILITY PERIOD

a) The Contractor is expected to carry out the construction work in Workmen like manner so
as to meet the requirement and specification for the project. It is expected that the
Workmanship and materials will be reasonably fit for the purpose for which they are
required.

b) Defects or defective work is where standard and quality of workmanship and materials as
specified in the contract is deficient. Defect is defined as a failure of the completed project
to satisfy the express or implied quality or quantity obligations of the construction contract.
Defective construction works are as the works which fail short of complying with the
express descriptions or requirements of the contract, especially any drawings or
specifications with any implied terms and conditions as to its quality, workmanship,
durability, aesthetic, performance or design. Defects in construction projects are
attributable to various reasons.

c) Some of the defects are structural defects results in cracks or collapse of faulty defective
plumbing, inadequate or faulty drainage system, inadequate or faulty ventilation, cooling or
heating systems, inadequate fire systems etc. The defects could be various on accounts of
different reasons for variety of the projects.

d) The Engineering In charge/Project Officer shall issue the practical completion certificate for
the project. During the Defect Liability Period which commences on completion of the
work, the Engineering In charge shall inform or the contractor is expected to be informed of
any defective works by the Employer’s representative of the defects and make good at
contractor’s cost with an intention of giving opportunity to the contractor of making good
the defects appeared during that period. It is the contractor’s obligation under the contract
to rectify the defects that appear during Defect Liability Period and the contractor shall
within a reasonable time after receipt of such instructions comply with the same at his own
cost. The Engineering In charge/Project Officer shall issue a certificate to that effect and
completion of making good defects shall be deemed for all the purpose of this contract to
have taken place on the day named in such defect liability certificate.

e) If defective work or workmanship or design have been knowingly covered-up or conceived


so as to

39
f) constitute fraud, commencement of the Defect Liability Period may be delayed. The
decided period may be delayed until discover actually occurs on at least the defect could
have been discovered with reasonable diligence, whichever is earlier.

g) The DLP shall be as below:

Dept. Type of works DLP

For cement concrete road/ Mastic works 5 years

Asphalt work 3 years


Roads /
Paver Block 3 years
Bridge
Structural work 5 years

General works 5 years

BM/SIC/HIC General works 3 years

Structural works 5 years

Waterproofing works 5 years

Ward Works All ward level works 2 years

Pot holes and pre-monsoon bad patch repair


Other Works 1 year
work

For other
HE, WSP, SP, SWD, Garden 1 year
departments

For HE’s work of Lekage & contamination &


Note 1 year
allied works including Reinstatement works

h) Also, in case of defect, the Engineer shall give notice to the Contractor of any Defects
before the end of the Defects Liability Period, which begins at. The Defects Liability Period
shall be extended for as long as Defects remain to be corrected. Every time notice of
Defect/Defects is given, the Contractor shall correct the notified Defect/Defects within the
duration of time specified by the Engineer’s notice. The Engineer may issue notice to the
Contractor to carry out removal of defects or deficiencies, if any, noticed in his inspection,

40
or brought to his notice. The Contractor shall remove the defects and deficiencies within the
period specified in the notice and submit to the Engineer a compliance report.

i) It is the Completion Stage when the contractor has completed all of the works and fixed all
of the defects that were on the list of issue by Engineer-in-charge. When this happens, the
engineer must issue a ‘Certificate of Completion’. On the issue of ‘Certificate of
Completion’, the ‘Defect Liability Period ‘starts. The contractor also must issue a
‘Certificate statement’ as an acknowledgment to the engineer not later than 14 days after the
‘Certificate of Completion’ has been issued. During the ‘Defect Liability Period’, the
contractor has to obey all written instructions from the engineer to carryout repairs and fix
any defects which appear in the Permanent Works. If the contractor does not ,due to his
own faults finish the repair works or fix the defects by the end of ‘Defect Liability Period’,
the ‘Defect Liability Period’ will continue until all works instructed by engineer is done.

j) In case of any lapse in maintenance, the penalties shall be recovered and if necessary the
work shall be got done at the risk and cost of the contractor after the prescribed period. The
said cost shall be recovered from the Contract Deposit /Retention money or any other
deposits, dues with the M.C.G.M. The contractor shall be liable to pay the excess cost if
incurred, punitive damages and face penal action in the case of insufficiency of the
aforesaid amount.

41
6.19 SECURITY DEPOSIT AND PERFOMANCE GUARANTEE

A. Security Deposit
The security deposit shall mean and comprise of
I) Contract Deposit and
II) Retention Money.
I) Contract Deposit – The successful tender, here after referred to as the contractor shall pay
an amount equal to two (2) percent of the contract sum shall be paid within thirty days from
the date of issue of letter of acceptance.
II) Retention Money – The contractor shall pay the retention money an amount equal to five
(5) percent of the Contract Sum which will be recovered from the contractors every bill i.e.
interim / running / final bill. The clause of retention money will not be applicable M. & E.
Department.

B. Additional Security Deposit


The additional security deposit will be applicable when a rebate of more than of 12 % at
the rate of with no maximum limit. The ASD is calculated as follows:
Additional security deposit = (X/100) x office estimated cost,
Where X= percentage rebate quoted above 12%

The ASD shall be paid online in the ASD tab for bidders in e-tendering system before
submission of the bid.

C. Performance Guarantee
The successful tender, here after referred to as the contractor shall pay in the form of
“Performance Guarantee” at different rates for different slabs as stated below:
Offer PG applicable %
For premium, at par and rebate
PG= 0.92% x contract sum applicable for rebate of 12%
0 to 12%

P.G. = {0.92% x contract sum applicable for rebate of


12%} +(X) x contract sum
For rebate of 12.01%
where
X= percentage rebate quoted more than 12%

42
Note: Contract sum shall mean amount after application of rebate/premium as quoted by
the contractor with contingencies only and excluding price variation.

The PG shall be paid in one the following forms.


I) Cash (In case guarantee amount is less than Rs.10,000/-
II) Demand Draft (In case guarantee amount is less than Rs.1,00,000/-)
III) Government securities
IV) Fixed Deposit Receipts (FDR) of a Schedule Bank.
V) An electronically issued irrevocable bank guarantee bond of any Schedule
bank or f in the prescribed form given in Annexure.

Performance Guarantee is applicable over and above the clause of Security Deposit. Per-
formance Guarantee will have to be paid & shall be valid till the defect liability period or
finalization of final bill whichever is later.

This deposit will be allowed in the form of I to V as mentioned above and shall be paid
within 15 days after receipt of Letter of Acceptance.

Note: Following exceptions shall be adopted for ‘Demolition Tenders’:

i. Irrespective of the offer (Rebate/ at par/ premium), ASD shall be differed and only
PG of 10% of contract sum be taken from the successful bidder on award of contract
only.

ii. MCGM departments shall ensure to incorporate specific condition regarding above
in bid document and e-tender notice.

D. Refund of Security Deposit

I. Refund of Contract Deposit

The Contract Deposit shall be released within 30 days after completion of 3rd year of DLP
(in case of 5 years DLP) and after issue of ‘Defect Liability Certificate’ (in case of 1 or 2 or
3 years DLP) subject to no recoveries are pending against the said work, provided that the
Engineer is satisfied that there is no demand outstanding against the Contractor. No claim
shall be made against the Balance Contract Deposit after the issue of Defects Liability
Certificate.

II. Refund of Retention Money

One-half (50%) of the Retention Money shall be released within 30 days of issue of
‘Certificate of Completion’ with respect to the whole of the Works. In the event the
43
Engineer issues a Taking-over Certificate for a section or part of the Permanent Works, only
such proposition thereof as the Engineer determines (having regard to the relative value of
such section or part of the Works) shall be considered by the Engineer for payment to the
Contractor.

The balance Retention Money shall be released within 30 days after completion of 3rd year
of DLP (in case of 5 years DLP) and after issue of ‘Defect Liability Certificate’ (in case of 1
or 2 or 3 years DLP) provided that the Engineer is satisfied that there is no demand
outstanding against the Contractor. In the event of different Defects Liability Periods have
been specified or become applicable to different sections or parts of the Permanent Works,
the said moneys will be released within 30 days on expiration of the latest of such Defects
Liability Periods.

Payment of the above mentioned 50% is exclusive of the amounts to be withheld as stated
in and that amount shall be paid as per condition stated therein.

III. Refund of Additional Security Deposit

The additional security deposit shall be released within 30 days of issue of ‘Certificate of
Completion’ with respect to the whole of the Works. In the event the Engineer issues a
Taking-over Certificate for a section or part of the Permanent Works, only such proposition
thereof as the Engineer determines (having regard to the relative value of such section or
part of the Works) shall be considered by the Engineer for payment to the Contractor.

IV. Refund of Performance Guarantee

The Deposit on account of performance guarantee shall be released within 30 days of


completion of Defects Liability Certificate subject finalization of final bill whichever is
later and no recoveries are pending against the said work, provided that the Engineer is
satisfied that there is no demand outstanding against the Contractor.

 Summary of time of Refund of deposit is tabulated as follows:


a) Time of Refund for works having 5 years DLP

Deposits refunded after


After 3 yrs of DLP After Completion of DLP
completion

ASD + 50% of RM CD+50% of RM PG

44
b) Time of Refund for works having 1 or 2 or 3 years DLP

Deposits refunded after


After Completion of DLP
completion

ASD + 50% of RM CD+50% of RM+PG

*Note:

a) It shall be clearly mentioned that the BG shall be applicable for individual work/contract and
clubbing of various contracts of the said contractor will not be allowed. In case of obtaining Bank
Guarantee, it is necessary to mention that the same shall be valid further 6 months from the
completion of defect liability period/ warranty period.

b) It shall be the responsibility of the bidder to keep the submitted B.G. “VALID” for the stipulated
time period in the tender & in case of its expiry it will attract penalization.

c) Bank Guarantee should be issued by way of General Undertaking and Guarantee issued on
behalf of the Contractor by any of the Nationalized or Scheduled banks or branches of foreign
banks operating under Reserve Bank of India regulations located in Mumbai upto Virar & Kalyan.
List of approved Banks is appended at the end of Instructions to Bidders (ITB). The Bank
Guarantee issued by branches of approved Banks beyond Kalyan and Virar can be accepted only if
the said Bank Guarantee is countersigned by the Manager of a Regional Branch of the same bank
within the Mumbai City Limit categorically endorsing thereon that the said Bank Guarantee is
binding on the endorsing Branch of the Bank or the Bank itself within Mumbai Limits and is liable
to be enforced against the said Branch of the Bank or the bank itself in case of default by the
Contractors furnishing the Bank Guarantee. The Bank Guarantee shall be renewed as and when
required and/or directed from time to time until the Contractor has executed and completed the
works and remedied any defects therein.

E. Legal + Stationary Charges: (As per applicable circular)

Successful tender shall pay the Legal Charges +Stationary charges as per Circular no
CA/FRG/23 dtd. 08.12.2016 or as amended.

45
Contract Value Legal+ Stationery Charges

upto Rs. 3,00,000/- To Rs. Nil

from Rs. 3,00,001/- To Rs. 20,00,000/- Rs. 750/-

from Rs. 20,00,001/- To Rs. 1,00,00,000/- Rs. 2940/-

from Rs. 1,00,00,001/- To Rs. Any amount Rs. 7330/-(Maximum)

The tenderers are requested to note that stationary charges as given in the table above will be
recovered from the successful tenderer for supply of requisite prescribed forms for preparing cer-
tificate bills in respect of the work.

F. Stamp Duty: (As per applicable circular)

It shall be incumbent on the successful tenderer to pay stamp duty on the contract.

i. As per the provision made in Article 63, Schedule I of Bombay Stamp Act 1958, stamp duty is
payable for “works contract” that is to say, a contract for works and labour or services involving
transfer of property in goods (whether as goods or in some other form) in its execution and in-
cludes a sub-contract, as under :

(a) Where the amount or value set forth in such Five Hundred rupees stamp duty
contract does not exceed rupees ten lakh.

(b) Where it exceeds rupees ten lakhs Five Hundred Rupees plus 0.10% of the
amount above rupees Rs.10 Lakhs subject
to maximum of R.25 Lakhs

ii. The successful bidder within 30 days from the date of the work order for executing the contract
work under reference shall enter into a contract agreement with the M.C.G.M by submitting the
necessary / required documents to the satisfaction of the concerned Executive Engineer &
Account Officer. The contract agreement shall be adjudicated for payment of stamp duty by the
successful bidder and accordingly the successful bidder shall pay the stamp duty on the contract
agreement within such time so as to ensure that the contract agreement is executed within the
stipulated period as aforesaid. The cost worked out after adding the physical & cost contingencies
shall be considered for computing the stamp duty charges to be paid for the contract agreement.

iii. Further shortfall if any, in amount of stamp duty paid as against prescribed amount for the
documents executed in Mumbai City & Mumbai Suburban District be recovered from the con-
46
cerned work contractors and to deposit the deficit or unpaid Stamp Duty and penalty by two sepa-
rate Demand Draft or Pay Order in favour of “Superintendent of Stamp, Mumbai” within 15 days
from intimation thereof.

iv. All legal charges and incidental expenses in this respect shall be borne and paid by the suc-
cessful tenderer.

6.20 IMPORTANT DIRECTIONS

1. All the information uploaded shall be supported by the corroborative documents in absence
of which the information uploaded will be considered as baseless and not accepted for quali-
fication criteria. All the documents shall be uploaded with proper pagination. The page No.
shall be properly mentioned in the relevant places.

The information shall be uploaded in the sequence as asked for with proper indexing etc. The
Bidder shall be fully responsible for the correctness of the information uploaded by him.

2. Applicants/Bidders shall refer portal.mcgm.gov.in\tenders for “The Manual of Bid-


Submission for Percentage Rate/Item Rate Tender Document.” The detail guidelines for cre-
ation and submission of bid are available in the referred document.

Any queries or request for additional information concerning this TENDER shall be submitted
by e-mail to [email protected] The subject shall clearly bear the following
identification/ title: "Queries/ Request for Additional Information: TENDER for Carrying
out various TYPES of works for attending Leakages, Contamination and OTHER allied
works in, F/South ward, Zone-II. Any changes in mail ID will be intimated on the portal.

3. In case of Equal Percentage of lowest bidders (L1), the allotment of work shall be done by
giving 48 hrs (2 working days) from the day of opening of packet C on same BID-Document
number for re-quoting and such development needs to done by IT department in MCGM’s
SRM system. Till such development is made; ‘Sealed Bids’ shall be called from the bid-
ders quoting the same rates i.e. L1.

In case of equal percentage of lowest bidders is obtained even after re-quoting, then the suc-
cessful bidder will be decided by lottery system by concerned Ch. Eng.

The bidder shall need to submit the additional ASD if applicable within 7 days after receipt of
notification issued by concerned Chief Engineer./Hydraulic Engineer

Also, the Performance Guarantee shall be paid in 15 days after receipt of Letter of Accep-
tance.

47
6.21 GENERAL DIRECTIONS TO TENDERERS:

1. Firms with common proprietor / partner are connected with one another either financially or as
master and servant or with proprietor / partner closely related to each other such as husband,
wife, father / mother and minor son / daughter and brother / sister and minor brother / sister,
shall not tender separately under different name for the same contract.

2. If it is found that firms as described in clause 6.21.1 have tendered separately under different
names for the same contract all such tenders shall stand rejected and tender deposit of each
such firm /establishments shall be forfeited. In addition, such firms / establishments shall be
liable, at the discretion of the Municipal Commissioner, for further penal action including
blacklisting.

3. If it is found that closely related persons as in clause 6.21.1 have submitted separate tenders
under different names of firms, establishment but with common address for such establishment
/ firms and / or if such establishment firms though they have different address, are managed or
governed by the same person / persons jointly or severally such tender shall be liable for action
as in clause 6.21.2 including similar action against firms / establishment concerned.

4. If after award of contract, it is found that the accepted tenderer violates any of the clauses,
6.21.1, 6.21.2, 6.21.3 the contract shall be liable for cancellation at any time during its
currency in addition to penal action against the contractors as well as related firms /
establishments.

5. Tenderers should note in addition to the official address, they should furnish private
residential address, mobile nos., email ids of the partners. Any fault in this respect may justify
the rejection of Tender.

6. In the event of tender being accepted, full amounts of contract deposit must be paid and
contract must be signed by all the partners of the firm and if one or more partners be not
available for the purpose, signatory must produce a Power of Attorney must be registered in
the office of C.A (Finance) / C.A (Treasury) /C.A (WSSD).

7. In the case of a Joint Stock Company, the contract must be sealed with the seal of the company
in the presence of and signed by the two Directors or by a person duly authorized to sign the

48
contract for the Company by a power of attorney, such power being sealed and signed as
aforesaid. All such power of attorney must be registered in the Municipal Office.

8. Tenderers must distinctly understand:

a) That they will be strictly required to conform to the conditions of this contract as contained in
each of its clauses and that the plea of "custom prevailing" will not on any account be admitted
as an excuse on their part for infringement of any of the conditions.
b) That no alternation or interpolation will be allowed to be made in any of the terms and
conditions of this contract or in the Specification of in the Schedule, and that if any such
alteration or interpolation be made by a Tenderer, his tender will, at the option of the
Municipal Commissioner, either be rejected or to be treated as if no such alteration or
interpolation has been made.
c) That the full contract deposit must be paid within the time specified and the contract must be
executed within the stipulated time frame by the successful tenderer.
d) That a postponement of the payment of the full contract deposit or the execution of the
contract will not be permitted by reason of the Corporation having in possession other deposits
on account of other tenders or contracts, which deposit may be or become returnable to the
tenderers and which they may wish to transfer as a deposit under this contract. Such transfers
will not under any circumstances be permitted.
6.22 Tenderers shall note that if the conditions of G.C.C. are in variance with the
conditions contained in the tender document the conditions of the tender document shall
prevail.

6.23 SITE INSPECTION

Prior to submitting and uploading e-tender for the work the tenderer should visit and examine
at the site of works and its surroundings at his own expense and obtain and ascertain for
himself, on his own responsibility & risk all information, technical data etc. that may be
necessary for preparing his bid and entering into a contract including, inter-alia, the actual
conditions regarding the nature and conditions of site, availability of materials, labour,
probable sites for Chowky/stores etc. and the extent of lead and lift required for the execution
of the work over the entire duration of the contract, after taking into consideration local
conditions, traffic restrictions, obstructions in work, if any allow all such extra expenses that
are likely to be incurred due to any such conditions, restrictions, obstructions etc. in the quoted
contract price for the work.
They shall obtain further clarification, if any, on any specific issue from the Deputy Hydraulic

49
Engineer (Construction) / E.E.W.W (Const) City, the offices of whom are situated at Municipal
Corporation Engineering Hub Bldg. 1st Floor, Dr. E. Moses Road, Worli Naka, Worli, Mumbai
– 400 018 before submitting the tender. Tenderers/Contractors should note and study the
condition related to site constraints and its impact.

6.24 MODIFICATIONS IN TENDER DOCUMENT


If M.C.G.M considers it is necessary to carry out any modifications, in the tender documents
and extend the closing date of the tender the same shall be made by an addendum. Copy of
addendum will be uploaded on M.C.G.M.’s portal. Each addendum shall be signed by the
tenderer(s) and scanned copy of the same should be uploaded in Packet ‘B’. The tenderer(s)
shall not add or amend the text of any documents contained in tender document.

6.25 TAXES AND DUTIES ON MATERIAL

All taxes, duties, cess and charges such as Octroi, Service Tax, Terminal or Sales Tax etc.
and other duties on material obtained for the work from any source including the tax
applicable as per Maharashtra Sales Tax Act, on the transfer of property in goods involved in
the execution of work contracts (re-enacted) Act 1989, Maharashtra State Building & Other
Construction Workers Welfare Cess (G.R.No BCA 2009 / C.N/108/ /Labour7-A dated
17.06.10) shall be borne by the tenderer. The tenderer shall not be reimbursed the taxes, duties,
cess and charges whether now in force or that may be brought in force. Tenderer should submit
necessary octroi receipts to the dept. in respect of material brought by him from supplier
outside Mumbai limit.
Whenever required the tenderer will have to produce a certificate from the Chief
Accountant of this Corporation to the effect that the tenderer is not in arrears against his
personal account.
“All charges on account of all Custom Duties, Import Duties, Excise Duties, Business, Income
Taxes, Octroi Terminal/VAT/Turnover and other taxes etc. on material, equipment supplies to
be used or services to be performed under the contract obtained for the work from any sources
as amended up to date shall be borne by the contractor, as per the General Condition of
Contract under Taxation Clause and Tender Conditions.

However, as per the prevailing tax polices of State/Central Government if M.C.G.M. is


eligible for getting exemption from excise and other duties or any other taxes payable on any
of the material, equipment supplies to be procured or services to be performed for execution of
the tender work, then M.C.G.M. will issue work specific Exemption Certificate to the

50
concerned authority for availing the same. Exemption Certificate issued, shall not be misused.
If found misused anywhere, then action as deemed fit including blacklisting of the contractor
from M.C.G.M. will be taken.

The tenderer should also note that the execution of work should not be delayed for want of
exemption certificate. Any taxes and duties paid until issue of exemption certificate will not
be reimbursed. The tenderer should note this and quote accordingly.”
Tenderer shall be registered under the Maharashtra Sales Tax on the transfer of
property in goods involved in the execution of works contracts (Re-enacted) Act 1989 and
should produce documentary evidence of the effect (a copy of registration of certificate from
the sales tax department) along with the tender.

6.26 SOLVENCY CERTIFICATE


Tenderer(s) shall upload a scanned copy of latest solvency certificate for required amount from
a bank of M.C.G.M approved list attached issued maximum 12 (Twelve) months prior to due
date of tender. Latest solvency certificate shall be submitted in physical format if the tender is
awarded to bidder.

6.27 ERRORS AND DISCREPANCIES IN TENDER


If tender contains errors in the Bill of Quantities such as computing mistakes, incorrect transfer
etc. the Engineer will inform the tenderer(s) of such errors or discrepancies and rectify the
errors or discrepancies and will re-total the amounts of Bill of Quantities. The foregoing
procedure may be applied at any time prior to award of contract and the Engineer is not liable
for any error or discrepancy which was not discovered during scrutiny of the tender.

6.28 EVALUATION OF TENDER


In comparing tenders, the corporation shall consider such factors as the efficiency and
reliability of instrument and methods proposed, compliance with the specifications, quality and
the tenderer’s capacity to perform vis-à-vis the time of completion.

6.29 AWARD OF CONTRACT


Notification of award by way of work order prior to the tender validity period will be issued in
writing to successful tenderer. The contract will be awarded to the best responsive tenderer(s)
offering the lowest evaluated tender in conformity with the tender document. Corporation
reserves right to accept/reject any or all tenders and to annul the tendering process at any time
prior to award of contract.
51
Prior to the expiry of the Tender validity, the Corporation will notify the successful tenderer(s)
by a letter that his tender has been accepted, if required. This letter herein after and in
condition of contract called “The Letter of the Acceptance”. Notification of Award will
constitute the information of contract.

6.30 DISPUTE
In case of any claim, dispute or difference arising in respect of the contract such claim, dispute
or difference shall be dealt with as per G.C.C clause no. 73, as amended up to date.

6.31 Contract Labour (Regulation and Abolition Act 1970):


The tenderer(s) should specifically note that the successful tenderer shall have to strictly
comply with the entire statutory requirement under the provision of the Contract Labour
(Regulation and Abolition) Rules 1970 and with the Maharashtra State Contract Labour
(Regulation and Abolition) Rules 1971 and indemnify the Corporation against any claim(s)
whatsoever.

6.32 As per the Contract Labour (Regulation & Abolition) Act 1970, every contractor should obtain
a license certificate from the office of Labour Commissioner situated at Commerce Center,
Tardeo, near A.C market, Mumbai – 400 034.

6.33 An amount of 1% of the contract cost shall be deposited with the government of Maharashtra as
per circular u/no BCA/2007/CN/788/Kamgar 7A dated 16.10.2009.

6.34 The tenderer shall submit the copy of Registration issued under Employees provident fund and
Miscellaneous Provisions Act 1952.

6.35 The tenderer shall also submit the copy of registration certificate issued under Employees State
Insurance Corporation (E.S.I.C Act 1948).
6.36 Tenderers are requested to take cognizance of Child Labour Act and take precaution not to
employ Child Labour on site. If Child Labour is found to be employed on the work, a
penalty of Rs 5000/- on the spot will be imposed on the defaulting contractors and further
action as deemed fit will be taken.
6.37 The contract period shall be as mentioned in the tender notice. The period required for
mobilization, procurement of material, traffic permission, other required permissions, erection

52
of site office etc. complete shall be reckoned from the date of issue of work order.

6.38 The project works, i.e. Carrying out various types of works for attending Leakages,
Contamination and other allied works in F/South ward City area shall be carried out
during the monsoon period also.
6.39 The rates for unforeseen fair and extra items for the works, which are available in the Unified
Schedule of Rates of M.C.G.M, applicable to the tender, will be paid as per G.C.C. in force as
amended upto date by M.C.G.M.
6.40 The tender shall have to start & simultaneously carry out the works included in the tender at
multiple locations or as directed by the engineer.
6.41 As per circular no. CA/FDT/1488/of 17.01.2012 no amendments in the original scope of
work will be made without specific prior approval of concerned A.M.C /M.C. No permission will
be granted in any circumstances, to execute any additional work in another ward, by using the
savings in BOQ, without sanction of competent authority. Tenderer should strictly note this
clause.
6.42 The proposes subject tender work, the water mains shall be laid by diverting, re-aligning, and
supporting etc any/all existing utilities as directed and in consultation with respective
authorities such as B.E.S.T, Traffic Police, M.T.N.L, B.S.E.S,M.S.E.B, Tata Electric Co, Tata Power,
Mahanagar Gas, Railway Authority, Forest Authority, Salt Dept., P.W.D, MBPT, Tata Power,
M.M.R.D.A, M.S.R.D.C etc. All precautionary/preventive and safety measures shall be taken to
avoid any mishaps/accidents with utilities, labours and public. Any damage to utilities and
consequences thereof shall be made good by the tenderer at his own risk and cost as directed by the
authority/M.C.G.M.
6.43 The subject tender water work is proposed on most busy road in Mumbai. There will be remote
chances to get full closure of road. Intending tenderers have to carry out the work in phase
wise manner by allowing moving heavy vehicular traffic nearby and abutting to existing
concrete road, Bridge foundation & substructure, infrastructure of existing utility and
infrastructure if any and safeguarding of the same shall be entirely tenderer’s responsibility.
All precautionary/preventive and safety measures shall be taken to avoid any caving
underneath the pavement, side collapse & mishaps/accidents thereof. No extra claim will be
entertained on this account. Any damage & consequences thereof shall be made good by the
tenderer at his own risk and cost as directed by the authority/M.C.G.M.
6.44 The tenderer should note that he has to provide adequate barricading, during the various

53
activities concern with the completion of the work in all respect in view of the above mention
site conditions while carrying out the work as per the design and drawing of the MCGM.

6.45 BARRICADING
i. The tenderer should note that he has to provide adequate barricading, during the various
activities concern with the completion of the work in all respect in view of the above
mention site conditions while carrying out the work as per the design and drawing of the
MCGM.
ii. It shall be distinctly noted that MCGM will not made any payment towards item of
providing barricaded of any and all kinds as directed. The contractors shall take this fact
into consideration while quoting.
iii. It will be entirely responsibility of the contractor to provide and install secure barricades on
work site, wholly at his cost.
iv. The barricading shall be provided as per specifications and drawing given below.
v. The cardinal principal behind installing secure and continuous barricading is to ensure the
safety of the road users/residents of vicinity etc. Due to non installation of barricades or due
to inadequate installation of barricades on sites, if any accident occurs on site leading to
injury or loss of life, then the contractor and contractors engineer will be liable for
consequent action.
vi. If it is noticed during course of execution that proper barricading is not provided by the
contractor then a penalty of Rs.2000/- per meter per day will be imposed. Penalty on
account of lapses in providing barricades will be cumulatively imposed to the tune of 5% of
the contract cost.
vii. The details of the work shall be prominently displayed in central panel of the barricades in
following format

Name of work ________

Contract cost ________

Date of starting ________

Time period ________

Contractors engineer ________

Mobile Number ________


54
OR

Providing and fixing the barricading in double row with G.I. Sheets of 22 gauge manufactured by
TATA Co. and JINDAL Co. fixed on 3 inch dia.(75mm.) wooden bullies which will be buried in
existing road sufficiently. Embossing of TATA/JINDAL Brand on G.I. Sheet shall be ensured be-
fore painting with yellow and black bands of Synthetic enamel paint as per the traffic norms and as
directed by the Engineer.

OR

Providing and fabricating the steel barricade of size 1.8m x 1.5 M made out of 1.25 mm. the MS
plates of size 1.8 M x 1.0 M , M. S. Angles ISA 40mm x40mmx5mm., MS flat 40mm x5mm thk
55
of, Lloyd Steel, SAIL, Essar Steel approved in straight profile of all sizes, shapes and for all
works including stiffeners, bolts and nuts, fillet/butt welding, splicing, machine grinding of all
member joints wherever required to give neat appearance, fabricating to a curved or bent profile
like arch or semi circular shape, fixing at site as directed etc. complete.” These barricading are re-
usable for 50 times & shall be neatly painted while providing on site.
OR

Barricading for major trenches having depth more than 2 mtr

“Providing and fabricating the structural steel barricade made out of 1.25 mm. thk MS plates of
size 2.5 M x 2M , M. S. Angles ISA 40mm x40mmx5mm., MS flat 40mm x5mm thk and ISLB
250 mm x 125 mm as per IS 1161- I RHS/SHS rolled angle plates etc. (material as per IS 4923
Grade YST 241) of TATA Steel, Lloyd Steel, SAIL, Essar Steel approved in straight profile of all
sizes, shapes and for all works including stiffeners, bolts and nuts, fillet/butt welding, splicing,
machine grinding of all member joints wherever required to give neat appearance, fabricating to a
curved or bent profile like arch or semi circular shape, fixing at site as directed etc. complete. Rate
is including the entire logistics of transporting and other related activities for completing this item.”

Note:- Bidder shall note that any one of above barricading will have to provide as per site
condition for excavated trenches. No payment shall be made for barricading.

6.46 Quantities of all items provided in the BOQ may not be required to be executed depending
upon the site conditions. The tenderer shall not be entitled for any compensation on this ac-
count. Before starting the work, tenderer shall consult with the site in charge and shall take ac-
tual measurements on the site for procurement of material.
6.47 The tenderer should note that while executing the jobs allotted to them, the payment will be
made as per the items included in the BOQ& as per the relevant items included in the various
unified schedules of Rates of the M.C.G.M effective at the time of work and if any item or ac-
tivity doesn’t cover in the BOQ, the payment will be made as per the G.C.C or as amended
from time to time by M.C.G.M.
6.48 The Tenderer shall procure necessary material required for the work with ISI mark wherever
applicable from the manufacturer(s), with ISI certificates and or according to M.C.G.M
specifications.
6.49 All material required for the work can be stacked near the site of work in such a manner so as
not to cause any inconvenience to the pedestrian and vehicular traffic. If no space is available
56
on site then tenderer shall make his own arrangement for stacking of material etc. No extra
payment will be made on this account.

The tenderers shall have to make their own provisions for site office / labourers huts / site
godown either on his / her own place or rented / leased place. No permission shall be granted
vide circular u/no ChE/487/Rds(Tr&Br)/SR dated 18.09.2012 for erecting site office /
labourers huts / site godowns on road carriageway / footpath.

6.50 The tenderer shall obtain traffic permission from Traffic Police Department. For erection of
site office, cement godown, store etc wherever required. The tenderer shall obtain necessary
permission from concerned competent authority on payment of necessary charges as
demanded by the concerned authorities as per the prevailing rules. The cement godown,
watchman’s cabin etc. shall be provided as directed and shall be removed by the Tenderer on
completion of the work at their cost wherever required. It is also binding on Tenderer to
fulfill requirements of environmental authorities. The work shall be started only after
construction of site office, cement godown, store etc. (after completing all formalities) and
after getting necessary traffic. Permission, road opening permission if applicable etc. The
work is required to be executed at one / more places and hence the contractor will be directed
by the engineer to start the work at more than one place.BAR / C.P.M / P.E.R.T / Milestone
chart shall be submitted considering all these factors.
6.51 The tenderers should simultaneously work at one / multiple places as directed by Engineer to
complete the work within contract period.
6.52 Tenderers shall obtain permission from traffic police department and shall provide various
boards and proper barricading of trenches wherever necessary on site to have smooth traffic
as per the requirement of traffic police department and shall have proper coordination with
competent concerned authority/ward staff, A.E.W.W and A.E.W.W (Maint.) etc. If required &
insisted by traffic police department traffic warden shall be appointed on site.
6.53 Tenderer shall have to obtain all the permissions of the concerned authorities required for
carrying out the work. Only recommendatory letters will be issued by the M.C.G.M.
6.54 Within one month of completion of work, the tenderer shall submit at his cost seven copies
of Ammonia prints of completion drawings of laying work if any along with soft copy showing
all the details checked and duly signed by Engineer & tenderer. The payment of final bill shall
be made to the appointed Contractors after receipt of above sets failing which necessary action

57
as per G.C.C / circulars in force on the date of work order till the entire contract period will be
initiated.

6.55 Item of cutting C.I. pipe is also applicable for Ductile Iron Pipe and no fair rate will be
admissible.

6.56 The contractors should provide suitably required number of M.S plates on trenches of
suitable thickness and size for smooth movement of vehicular traffic as per the requirement of
traffic department. Contractor should note that no payment will be made to the contractor for
providing, removing and refixing M.S plates on trench etc.

6.57 While excavation of trenches, temporary arrangement like placing of M.S plate over/
trenches in front of the entrances of the properties shall be done to allow vehicles/ public
entries to the properties. No extra payment will be made for this.

6.58 All mild steel specials required for execution of work shall be fabricated from pipes on site.
No extra cost will be paid for fabrication of M.S. specials except payment for welding and
cutting under respective item of bill of quantities. Also payment for laying of M.S specials in
trenches will be made with average length for bends (mean of internal outer length). In case of
valve chambers, the required M.S cover plates& M.S sections will be considered for payment
on weight basis & it is inclusive of cutting, welding, fabrication, etc, required to complete the
work.

6.59 Contractors should note that the work of laying of water main and work of cross connections
shall be done simultaneously within the time period. As soon as laying work is started, main
cross connection shall be carried out and water main shall be flushed as directed.

6.60 Tenderer should note that the supply of material, supply of C.I. specials, M.S specials if
included in the Bill of Quantities shall be made available anywhere in the city or suburbs or at
the departmental work chowkies as directed. The rates of these supply items include transport,
loading, unloading etc. complete.

6.61 Tenderer shall be registered under the Maharashtra Sales Tax on the transfer of property in
goods involved in the execution of works contracts (Reenacted) Act 1989 and should produce
documentary evidence to the effect (a copy of registration of certificate from the Sales Tax
department along with the tender).

58
6.62 Tenderer shall note that H.E’s schedule item for Butterfly valve is inclusive of providing and
fixing adopter. No extra payment will be made on this account.

6.63 The contractor will be directed by the Engineer to execute the additional emergency work of
excavation, laying of water mains, cross connections, construction of S.V. Chambers, concrete
blocks, digging trial pits & other related works to H.E. Dept. etc. to any extent. The quantum
of the work of any item may get reduced or increased to any extent. However, the payment of
the work shall be made as per terms and conditions of contract.

6.64 Wherever mechanical joints will be used on the water main it will be necessary to fill the
gap between the outer edge of the pipe and special / collar/socket with spun yarn as usual. The
costs of fixing mechanical joints are inclusive of said work. No extra amount will be paid on
this account.

6.65 The sluice valves, B.F. valves, air valves, fire hydrants etc. to be provided on proposed water
main shall be as per relevant I.S/M.C.G.M specifications and shall be got tested in Municipal
Workshop or as directed by the Engineer.

6.66 In case the controlled concrete to be provided at one place/or on particular day, is of small
quantity i.e. less than 10 Cu.m, M10 may be considered as equivalent to 1:3:6, M15 as 1:2:4,
M20 as 1:1.5:3.The concrete sample/ cubes for M10, M15, M20 shall be tested for every100
Cu.m quantity irrespective of individual quantity is less than 10Cu.m.

6.67 The contractors shall bring the correct size of metal/material required for construction of
water bound layers. The contractors will not be allowed to break stones for preparation of
material for water bound layers on site.

6.68 The rate of supplying, loading, transporting on site, unloading and lowering in trenches of all
kinds of pipes up to 450 mm dia is inclusive of cleaning, flushing and testing of water mains
up to 10 kg /cm2pressure as directed by the engineer.

6.69 Latest circulars / guidelines should be followed for providing fencing, barricading &
lighting.

6.70 Please refer circular No. HE/Cir/13 dated 25.10.05 for specification of M.S, D.I& P.E pipes
or amended till date.

6.71 All the sluice valves to be provided shall be GLANDLESS VALVE &preferably with clock
wise opening. False Key (i.e. Chavi) required to operate Butterfly valve should be provided

59
with vertical pipe rod and handle as directed by the Engineer. No additional payment for the
same will be paid to the tenderer.

6.72 The M.S. Pipes shall be manufactured from plates confirming to IS 2062- FE -410.The M.S.
pipes shall be fabricated as per IS 3589(i.e. the fabricated company shall have ISI certificate
for fabrication of respective dia. of MS pipes). Spirally welded pipes will not be allowed.
Every 10th welding joint of mild steel pipe water main shall be tested in metallurgical
laboratory for its strength.

6.73 All the excavated material belongs to the M.C.G.M. and therefore shall be the property of
MCGM. It will be mandatory on the part of tenderer to use this material in the execution of
works under contract, if the quality of material available is as per the specification. The
tenderer should note that if Municipal Dumping Ground is available then contractor has to
dump the surplus excavated material to Municipal Dumping Ground at his own cost as
directed by the engineer. In case of non- availability of Municipal dumping ground, the
intending tenderer should note that the tenderer has to make his own provision/arrangements
of plot in MCGM limit or outside MCGM limit at his own cost for dumping/disposal of
surplus excavated material by obtaining the permission from owner of dumping site and NOC
of concerned authority for debris management plant etc. No payment will be made for removal
of earth of any work.

As and when royalties becomes payable to Government Authority on excavated material as


per statutory requirements, the payment shall be made by the tenderer. The tenderer shall pay
necessary royalties and submit documentary evidences of such payments to the Engineer for
his information and records. The intending tenderer should note that, no transportation and
other charges will be paid to the contractors and he has to quote their offering considering all
factors.

6.74 M.C.G.M staff may visit the factory before and/or during fabrication of M.S pipes as
directed. The contractor shall make arrangement for the factory visit at his own cost.

6.75 The payment for internal cement mortar lining work to water main shall be paid on the basis
of diameter specified in the bill of quantities and not for actual diameter of pipe within the
tolerance limit. No extra claim for payment towards variation in actual pipe diameter within
tolerance limit will be considered/ entertained.

60
6.76 If the contract period of the tender work is 1 year (i.e. 12 month) hence the cost
contingencies is not applicable for this work as per circular no. CA/WSSD/MMRDA/77 Dt.
07.05.2013.

6.77 The completion reports for various activities along with its drawing shall be submitted to the
M.C.G.M immediately after execution of the work.

6.78 All the materials required to use for execution of the work to be got tested as directed by the
Engineer before use.

6.79 Noise level shall be maintained as per circular under no.CE/ PD/ 7788/ I dated 05.11.08.

6.80 The tender is proposed exclusively for Dy.H.E (Const) division of Hydraulic Engineer’s
department.

6.81 The contractor has to provide vernier calliper, micro meter and digital instrument for
measuring thickness of pipe/ferrule etc.

6.82 The tenderer shall note that the tie bars if required to be provided by drilling holes to the
existing cement concrete as directed the said work shall be done as directed by the engineer
without any extra/additional cost to MCGM.

6.83 The tenderer shall remove the water, filled for hydraulic testing of the newly laid water
main/ water main stretch if required after satisfactory testing at his own cost without claiming
any extra /additional cost towards dewatering to MCGM.

6.84 There is a paucity of space for stacking of pipes. The pipes may have to be delivered and
unloaded near the site at locations far away from place of laying the pipes. However no
payment will be made for double handling or transport beyond 500 meters from place of
laying. No payment for retransportation, loading, unloading etc. of pipes or specials received
at site for activity beyond 500 meters will be made under any circumstances. The successful
bidder will have to manage transportation of pipes and specials etc. to site bearing this
constraint in mind.

6.85 After completion of work, contractor has to submit detail location of work with three
reference point and also of water main laid.

6.86 The contract period is exclusive of monsoon. Normally excavations are not permitted in the
month of May and Tenderer shall complete refilling and reinstatement of all trenches, and the
site shall be cleared in all respect including removal of surplus material on or before 15th May
of every year or as directed by Engineer. During the monsoon period, i.e. from closure of
61
excavation if any urgent work is directed, then actual working period of that working period of
that work will be considered as working days.

6.87 Tenderer at his cost, (i.e. including cost of testing, transportation, loading, unloading of
material etc complete) shall test pipes, specials, valves, cement and all other material, as
directed by the Engineer. No extra payment will be made on this Account.

6.88 Surplus Excavated earth / concrete material / Asphalt cakes / debris on site shall be removed
speedily from the site by the contractor as directed by Engineer in charge.

6.89 The tenderer shall arrange for and test water main at required pressure as directed at his cost,
failing which, same will be carried out by the M.C.G.M at the risk and cost of the tenderer.
After testing of water main, same shall be handed over to competent authority of M.C.G.M /
A.E.W.W of respective wards / A.E.W.W (Maint) by the tenderer as directed.

6.90 The rate of supply, loading transporting on site, unloading & lowering in trenches of all
kinds of pipes up to 450mm dia. is inclusive of cleaning, flushing & testing of W.M up to
required pressure as directed by the Engineer.

6.91 If a part of completed line is required for commissioning, the same shall be handed over to
the Corporation after specified testing of water main by tenderer at his cost. No extra payment,
for carrying the material by head load to work site, shall be considered under any
circumstances.

6.92 The tenderer(s) shall note that only 95% payment of payable amount will be released for the
completed work and balance 5% shall be released after completing the following works:

a) Testing of pipeline along with fittings satisfactorily.


b) Reinstatement of trenches.
c) Returning of reclaimed materials to the Municipal Store / Ward as specified.
d) Cleaning the site.
e) Clause 6.9.27 (g) shall be binding on the tenderer (s).
6.93 No core cut sample will be allowed in case of asphalt mix.

6.94 Tenderer, at their cost shall submit seven sets of “As laid” drawings of water main showing
actual alignment with three point location along with the soft copy within 30 days upon
submission of final bill.

6.95 The work may be subjected to third party audit for quality assurance. The representative of
the quality assurance agency appointed for third party audit will supervise the work on day to
62
day basis or as directed by Engineer. Tenderer should make necessary sitting arrangement for
representative of this agency. The quality assurance agency will issue instructions through the
site in charge of M.C.G.M. during execution of the work. All the observations, instructions
made by the quality assurance agency & confirmed by M.C.G.M staff will be binding on the
contractor & they should be complied accordingly by the contractor.

6.96 Programme of work: If at any stage the previously approved programme is required to be
modified, the tenderer shall do so immediately as directed by the Engineer. If it is necessary to
close some phase of the work and start a new phase as directed, the tenderer shall do so
without claiming any extra payment. The programme shall be reviewed periodically and
rescheduled as directed.

6.97 Measurement of excavation shall be as per the items in the Bill of Quantities. If the actual
excavations are more than the specified, excess excavation shall not be payable. However, if
the actual excavations are less than the specified but accepted by the Engineer, the same shall
be paid at actual.

6.98 The cross connection works etc. are required to be planned in view of the water supply hours
in a particular area. Extra payment shall not be considered for works carried out during early,
late or night hours. The work of cross connection at the tapping point shall be undertaken
immediately after starting the work. Subsequently the work of cross connection at down
streamside shall be completed. In any case the cross connection works shall be completed
within one month of start of laying of pipes. If tenderer fail to carry out the work within the
non-supply hours, the same will be carried out by the M.C.G.M at the risk and cost of the
tenderer and recoveries shall be effected from the dues payable to the tenderer.

6.99 The contractors will have to work during night time also and no extra claims will be
entertained. The bidder shall note while working during night hours the machineries used shall
comply with the noise levels as mentioned in circular No CE/PD/7788/I/dated 05.11.2008.

6.100 There is a paucity of space for stacking of pipes. The pipes may have to be delivered and
unloaded near the site at locations far away from place of laying the pipes. However no payment
will be made for double handling or transport beyond 500 meters from place of laying.

6.101 No payment for re-transportation, loading, unloading etc. of pipes or specials received at site
for activity beyond 500 meters will be made under any circumstances. The successful bidder
will have to manage transportation of pipes and specials etc. to site bearing this constraint in
mind.

63
6.102 As regards payment for providing & fabricating M.S pipes, no payment will be made to
contractor against the supply of M.S pipes. The payment for supply of M.S Pipes shall be
made only after completing laying & welding work of M.S pipes. However, supply of M.S
fabricated pipes shall be in proportionate to the planned work of pipe laying as shown in
the Bar Chart / C.P.M / P.E.R.T. Supply of M.S pipe beyond the quantity mentioned in
the Bar Chart / C.P.M /P.E.R.T will not be entertained for payment towards the supply.
However, if the work is ahead of the schedule the payment will be made accordingly. The
Bidder / Contractor should note this specifically. The tenderer should note this
specifically while submitting the bids & plan the work accordingly.

6.103 Details of recovery of existing sluice valve replaced by the contractors in the tender work
are:

a) For 150mm dia. S.V., recovery will be made at the rate of Rs. 595.00 per number.

b) For 250mm dia. S.V., recovery will be made at the rate of Rs. 2485.00 per number.

c) For 300mm dia. S.V., recovery will be made at the rate of Rs. 3723.00 per number.

6.104 Item of SOR-2013, CS-MW-1-b (Brick work with common burnt clay FPS (Non-modular)
bricks of class designation 7.5 in foundation and plinth in: Cement mortar 1:4 (1 cement : 4
coarse sand) is included in this tender. However, many of the times modular bricks as specified
in schedule of rate are not available in market and due to the emergency of the work of
construction of sluice valve chamber, the same work is carried out using regular brick (for
example--K.B.K. Bricks) in such cases rebate of Rs 1100/- per Cu.m will be taken towards use
of regular brick.

6.105 No extra payment will be made for cofferdam, dewatering of any source of water including
dewatering of body water from water mains, barricading, removal of silt, removing of earth
etc.

6.105A The contractor has to carry out leakages & contamination works at various locations at
the same time as per the complaints received from concerned wards. The contractor shall
especially note that he has to commence the work of leakages/ contaminations within six
(6) hours & attend the same within 48 hours from receipt of complaints through the
android enabled mobile phone from the concerned staff of ward/ this department, failing
which penalty of Rs.10,000/- per day shall be imposed for this lapse as per site condition
& as decided by Engineer-in-charge.
6.106 Site Office & its allied conditions:

64
On the receipt of the work order, the contractors will have to erect ready-made AC site chowky
at least one number or more as directed by the Engineer in form of Porta cabin/ Container
cabin or semi permanent or permanent structure with appropriate insulation from heat, and one
or more Godown, before commencement of the work, without any extra cost. The contractors
will obtain necessary permission from concerned Asstt. Commissioner of ward/s or competent
M.C.G.M authority for suitable location for the site office/chowky, godown, place for stacking
machineries & material etc. The contractors will provide following facilities, equipments,
chowky, etc

i) Successful tenderer, therefore, will have to furnish information as regards the name and
complete address of his bank, its branch and the bank A/C No, and Vendor Regn. form etc.
along with tender document. They will have also to submit fresh information when there is
any change in this regard.
ii) The Porta cabin of area preferably about 30 sq.m with air conditioner with at least two
windows for proper ventilation.
iii) It should have toilet facility with necessary plumbing arrangements. After completion of the
work, the chowky and toilet should be completely removed within 7 days.
iv) The Chowky should be equipped with electric supply, fans, sufficiently big tables, chairs,
cupboard with locking arrangement and water filter (of approved brands) etc.
v) The successful tenderer will have to make his own arrangement at his cost for the electric
power supply required for the work either by taking connection from M.T.N.L /
RELIANCE/M.S.E.B/B.E.S.T/TATA or arrange his own generators.
vi) Tenderer, at their cost shall provide and maintain a telephone at the Engineer’s site office.
vii) The contractors are directed to make suitable arrangement in site office to prepare and
maintain site record/registers so as to enable to upload the same in SAP.
viii) Contractor shall provide 10 megapixel digital camera for taking photographs of work
during execution& also later, if required.
ix) Site godown & separate cabin/Site Laboratory adjacent to site office for contractor's staff /
any other consultant / Quality control auditors if appointed by M.C.G.M as per requirement.
x) The contractors will be given 12 mm dia or 20 mm dia (or as decided by the H.E) metered
water connection for drinking purpose only if necessary. Extra water required for
construction purposes will have to be brought by the contractors at his cost and no extra
claims on this behalf will be entertained. The contractors have to obtain necessary permission
for such connections from respective A.E.W.W of wards /Competent Authority and shall pay
the necessary connection charges.

65
6.107 Vehicles/Transportation arrangement for Engineers and Employers Staff:

The subject work is scattered in various locations of ward, & also may need to be carried out
at various locations at the same time. Due to this the contractor has to make transportation
arrangement for engineers & his staff round the clock 24 x7 till completion of work for smooth
working & supervision of the subject work. The transportation arrangement shall be provided
from the date of starting of the work. No payment will be made for the same.

NOTE:
i) If chowky / Site office with necessary requirements is not provided within 30 days from the date
of issue of work order, a penalty of Rs 10000/- per day will be imposed.
ii) If there is further delay more than 30 days, a penalty of Rs 20000/- per day (i.e.
starting from 31st day from the date of issue of work order) will be forfeited from paid
A.S.D,OR will be recovered from 1st R.A. Bill.

i) If there is further delay more than 45 days, a penalty of Rs 50000/- per day (i.e. starting from
46 th day from the date of issue of work order) will be forfeited from paid A.S.D,OR will be
recovered from 1st R.A. Bill.

B) If any of the items except at A of the notes mentioned above is not provided, Additional penalty
of Rs 1000/- per day/per item, will be imposed.
The bidders have to consider the costs of all items mentioned above and quote their % accordingly.
7.4. III)SITE LABORATORY:
(Space for site laboratory will not be provided by M.C.G.M)

Contractors shall set or provide a laboratory at or around the site of size about 30 sq.m before
commencement of work at their cost for performing various tests and at least the following machines
and equipments shall be provided therein:
1) Roadometers, Torches, measuring tapes of lengths @ 3 R.m, 15 R.m, 30 R.m, & 50 R.m of
approved make.
2) Kadappah stone platform of size 2.5 R.m x 0.9 R.m approx.
3) First Aid box.

66
4) Compressive testing machine (for concrete cube tests), of minimum 150 tonne capacity
electrically operated and duly calibrated every 6 months. Testing machine should be maintained
properly. In case of failure, the same shall be repaired or replaced within 2 days.
5) Set of sieves.
6) Sieve Shaker.
7) Laboratory weighing balance of minimum 20 Kg capacity, with set of standard weights, from
1gm. to 5kg. & Electronic weigh balance with least count of 1 gm. with electric operated.
8) Aggregate drying equipments M.S Tray of 0.6 M x 0.45 M and kerosene stove or electric hot
plate.
9) Equipment for testing of silt content in sand.
10) 12 Nos of cube moulds.
11) Slump cone.
12) Infra Red thermometer calibrated upto 250 degree Celsius (for checking asphalt/bitumen
temperature).
13) Camber Board
14) Electronic thermometer calibrated at least upto 300 degree Celsius and glass thermometer
calibrated upto 200 degree celsius.
15) Field density bottle along with cutting tray, chisel, hammer and standard sand.

16) Bitumen Extraction machine / Bitumen core cutting machine.


17) Curing tank with adequate capacities.
18) Density gauge – to check the field density of bituminous & sub base layers & soil strata.
19) Flakiness and elongation index Gauges.
20) 3m straight edge.
21) Any other machines / equipments as may be directed by the Engineer.

The laboratory shall be established within 30 days from the date of work order. On failure to do so,
a penalty of Rs 50000/- per day shall be imposed. All materials used prior to establishment of lab are
to be tested in M.C.G.M Material Testing laboratory (M.T.L) / other M.C.G.M approved labs.

All the test records shall be maintained in the site office & made available as & when required.
The Engineer of the Contractor will conduct field density test periodically under the supervision
of M.C.G.M staff /any other consultant if appointed by M.C.G.M & maintain the relevant in
records.

67
6.108 Instruments to be provided:

The Contractor shall provide at his own cost for the exclusive use of the staff of the Engineer all
survey equipments & measuring instruments of approved make & of every kind necessary for
execution of the work as and when directed by the Engineer, including:

a) Automatic Surveyor’s level (01No) with horizontal 360 degrees circle, tripod with carrying
case, all to the approval of The Engineers representative. The instrument shall be calibrated
as & when instructed by the Engineers representative. The same shall be kept available at
all times at the site chowky.

b) Two (2) Leveling staff 4.5 m long each in 3 sections & with attached bubbles graduated in
meters & Tenths & Hundredth of a meter all to the approval of the Engineer.
c) Two (2) Surveyors Steel Bands of which one shall be 100 Mt. long & approximately 20 mm
wide & 1 shall be at least 30 Mt. long & 12 mm wide each fully divided.
d) Two (2) thermometers for taking temperatures of Asphalt mixes.
e) Any other instruments required for work as directed by Engineer.
Roadometers, Torches, measuring tapes of lengths @ 3 R.m, 15 R.m, 30 R.m, & 50 R.m of
approved make.
f) First Aid box

6.109 Testing of Materials:

All requests for testing of samples must be made in writing in duplicate, specifying therein
the following information (separate memo should be sent for cement, concrete, steel, soil,
asphalt etc.). This includes testing suggested by third party quality assurance agency
through the site in-charge at tenderer’s cost in Govt. approved laboratories.

a) Name of the Work, Work Code No. if any.


b) Type of material and tests desired (i.e. grade of cement, date of
Consignment).
c) Identification mark on the sample should be mentioned on the forwarding memo (in
case of concrete beams and cubes identification marks, grade of concrete, date of
casting, specimen No. should be engraved on concrete. If these details are marked
by paint, samples will not be accepted. In case of reinforcement bars, details shall

68
be displayed on label pasted on bars and label must be signed by the officer, who has
taken the samples).
d) Name and full postal address of the officer to whom the results must be sent.
e) Date of sampling (i.e. date of laying asphalt mix, Sr. No. of load casting concrete or
taking cement samples).

f) Name of the contractor carrying out the work.


g) Any other information which is specified by the user department.

1. Samples must also bear the identification mark and signature of site in-charge taking the
sample. In case of samples of asphalt mixes sent in polythene bags a legible duplicate tag
should be stapled from outside.

2. Quantity of sample must be adequate as shown in the schedule, available with H.E.’s office.

3. Full testing fees as per schedule in force shall be paid in advance between 10.30a.m and 1.00
p.m. on working days except Saturday, and between 10.30 a.m. and 12.00 noon on Saturday.
These fees shall be borne by the tenderer(s).

4. For issuing additional copies or duplicate copies Rs20/- or fees as per prevailing rates will be
charge for each copy. Request for additional/duplicate copy may be made in writing by site in
charge or higher officers of the user department.

5. Cement sample should be forwarded in sealed airtight container with one lid on top not less
than 10 cm. in diameter.

6. Moulds of concrete cubes/beams taken on hire shall be returned in clean, oiled condition with
all nuts and accessories in proper position.

7. Sample for tensile testing of reinforcing bars shall be straight for entire length without bends.
The ends of the bars shall be hacksaw cut and not chisel cut. One sample of each diameter bar
shall be sent for first test and for retest two bars shall be sent. The length of the bars shall be 50
cm. for diameter upto 25 mm and 60 cm for dia equal to and greater than 25 mm.

8. Samples of bitumen, cut back, emulsions shall be forwarded in wide mouthed metal containers
with label pasted on the lid.

9. Samples that are sent for testing natural moisture content shall be forwarded in wax coated
packing or sealed airtight polythene bags.

10. Undisturbed samples sent in sampling tube shall be wax coated on both Open ends.

69
11. Penalty: The tenderers shall arrange to deliver A.M sample for testing to Municipal Testing
Laboratory within 4 (four) days from the date of laying of asphalt mix on site. In case of delay,
additional testing charges as penalty would be recovered from the contractor at following rates.

A) From 5th day to 7thday : Rs 10000 / - per sample from date of laying
asphalt mix on site.
th
B) From 8th day to 14 day : Rs 20000 / - per sample from date of laying
asphalt mix on site.
The above charges i.e A & B shall be paid by the contractors at the time of submitting samples in
Municipal Testing Laboratory.
If the samples of A.M are not sent for testing within 14 days payment for the corresponding quantity
of those samples shall not be made.
6.110 SPECIAL DIRECTIONS TO e-TENDERERS:

1. The subject work is underground & unforeseen, unplanned, unidentified nature may need to be
carried out at various locations at the same time & also at adverse site conditions. The work is
required to be carried within the restricted width and movement of very vehicular traffic is also
required to be allowed abutting to the excavated trench. The contractor shall take utmost care/
necessary precautions/ preventive measures while carrying out the work so that vehicular
traffic/pedestrians traffic shall ply safely and smoothly during the execution of work to avoid
any mishap. If any mishap is happened during the execution of work the consequences of the
same inclusive of legal and financial will be entirely contractor’s liability and same shall be
taken into account while bidding for the tender.

2. The subsoil strata may be silty/marine clay or silty clay with gravel and sand rocky strata is
also likely to be encountered at some stretches of water main laying works.

3. The tenderer shall take suitable measures to protect the sides of the excavated trench at his own
cost till water main laying work including allied works are completed and trench is finally
reinstated.

4. The reinstatement of each stretch has to be started and completed immediately once the water
main is hydraulically tested. If reinstatement is required to be carried out before hydraulic
testing for any reasons whatsoever, the same will be allowed on submission of undertaking by
the bidder regarding satisfactory hydraulic testing of the laid water main. In case of failure in
hydraulic testing of the laid water main, the same will have to be rectified by the bidder
including reinstatement at his own risk & cost.
70
5. Tenderer shall note that if the reinstatement work is delayed the tenderer has to take necessary
steps to bring the excavated trench portion of the particular stretch in motor able and safe
conditions at his cost and no extra payment for the above mentioned works will be entertained
& appropriate penalty will also be imposed.

6. The tenderer shall note that cutting of existing cement concrete road pavement by using
diamond saw machine will be paid as per tender item no. HE-8-27a only. Diamond core cutter
with the depth of 30 / 35 cm shall be used for uniform cutting of existing C.C pavements by the
tenderer so as to avoid damage to the pavements adjacent to cutting area. If the adjacent cement
concrete pavement is damaged by the contractor, the same shall be get rectified by the tenderer
as directed at his own cost. No separate changes towards supplying water & electricity for the
said work will be entertained / considered on any account.

7. As per circular u/no. CA(Finance)/Project/City/33 dt.04.03.2017, GST will be applicable


to the tenderer. Further the tenderer shall mandatorily upload the information of
applicable tax on various items in the proforma as enclosed under ‘Special Annexure-I’, I
‘C’ packet, wherein the tenderer shall indicate in the tabular format, all the applicable
taxes and their percentages and the tax amount considered while quoting the
tender(please refer the circular at Annexure F).

6.111 SPECIAL CONDITIONS OF CONTRACT

1. The work is required to be executed at one / multiple locations. The contractors will have to
obtain permission accordingly from the traffic police department well in advance either for
closing down the road partially/fully or for diversion of traffic for execution of the work. The
contractors should therefore consider this factor while quoting.

2. The contractor shall have to obtain all the permissions of the concerned authorities of M.C.G.M
/ other than M.C.G.M required for carrying out the work. Only recommendatory letters will be
issued by M.C.G.M.

3. Quantities of all items provided in the B.O.Q. may not be required to be executed depending
upon the site conditions. For procurement of materials before starting the work, contractor shall
take actual measurements on the site as per tendered work, contract period &get himself
acquainted with existing site conditions. The tenderer shall not be entitled for any
compensation on this account such as excess procurement of pipes, valves...etc

4. The contractor shall procure all material required for the work from manufacturers with I.S.I
certificates and according to M.C.G.M specifications/approved list wherever applicable.
71
5. Corporation may appoint a consultant for quality audit, during execution period. The contractor
will extend all help in carrying out any survey; test etc. as directed and adverse decision there
of including rectification shall be carried out by the contractors at their cost.

6. All material required for the work can be stacked near the site of work in such manner so as not
to cause any inconvenience to the pedestrian and vehicular traffic. If no space is available on
site then tenderer shall make his own arrangement for stacking of material etc. No extra
payment will be made on this account.

7. The contractor should note that during the execution of the work the excavated material will
have to be removed immediately after completion of the work as per direction of the Engineer,
failing which the same will be got removed at their risk and cost. The site shall be cleared by
removal of surplus material within 24 hours after refilling the excavated trench.

8. Tenderer should note that the subject work being of emergency nature M.C.G.M.
reserved the right to extend the time period of contract in case of emergency or non
appointment of succeeding contractor by further 45 days from existing contract period
& as directed by Engineer- In- Charge. The contractor has to execute and obey the
contract with the same rate quoted for the tender with the same terms and condition.

9. Tenderer also note that in case of emergency, contractor has to execute the work of
adjoining ward/zone with same rate and terms and condition.

10. No extra payment will be made for cofferdam, dewatering of any source of water including
dewatering of body water from water mains, barricading, removal of silt, removing of earth etc.

11. The contractor has to carry out leakages & contamination works at various locations at the
same time as per the complaints received from concerned wards. The contractor shall
especially note that he has to commence the work of leakages/ contaminations within six (6)
hours from receipt of complaints through the android enabled mobile phone from the
concerned staff of ward/ this department, failing which penalty of Rs.10,000/- per day shall
be imposed for this lapse. The leakages shall be attended within 48 hours.

6.112 Concrete Works:

1. All concrete works shall be carried out by Ready Mix Concrete / unless otherwise specified in
respective items.

2. Testing for compressive strength of concrete works shall be carried out as per the Quality
Assurance Manual, or as directed by engineer in-charge. Twelve cubes (150 mm x 150 mm x
72
150 mm) shall be cast & tested for compressive strength for 7, 14 & 28 days at the site
laboratory. For concrete of grade M 35 or higher, corresponding three flexural beams (700 mm
x 150 mm x 150 mm) for flexural strength of 28 days shall also be cast & tested, for every day's
work at the laboratory attached to the R.M.C. plant. In case of failure in compressive strength
for 28 days, the remaining three cubes shall be sent to the municipal laboratory or any other
laboratory approved by Ch.E (Rds& Tr.), as directed by engineer in-charge for re-testing.

3. Besides, once in a month, compressive strength for 7, 14 & 28 days & flexural strength for 28
days (for concrete of grade M 35 or higher) shall be carried out at municipal laboratory or
approved laboratory as directed by engineer in-charge.

4. The temperature of Pavement Quality concrete shall be maintained as per IRC: 15:2002.
Concrete having temperature at the time of pouring more than 30ºC will not be allowed.

5. The tenderer should note that channels (form work) of specific sizes (150mm, 280 mm or 300
mm or 350 mm) may have to be manufactured as per the design of concrete pavement slab for
which no extra payment will be made and tenderer has to quote his % rate accordingly.

6. The contractors shall make necessary arrangement for adequate lighting during night-time & as
per the conditions insisted by Traffic police department N.O.C for the work. No extra claims
will be entertained for the same.

7. List of approved Paver block manufacturers/ Asphalt Plants/ R.M.C. Plants etc. have been
incorporated in this document. However, M.C.G.M. reserves right to modify these lists. (The
updated list of approved paver blocks manufacturers at “the time of execution of works” shall
be obtained from the Dy.Chief Engineer (Roads) City / E.S’s office.

8. All the asphalt works required to be done under the captioned contract shall be got executed
with the specified asphalt mixes manufactured in M.C.G.M. approved asphalt plants only.

9. All the Paver blocks/ Kerb stones/ Water tables/ Frame & covers required for the works to be
carried out under the captioned contract shall be procured from the specified manufacturers
registered with M.C.G.M. only and also the interlocking paver blocks shall have BIS
registration.

10. The RMC works required to be done under the captioned contract shall be got executed with
pre-qualified / approved RMC plant by M.C.G.M.

11. While casting tree guard the guidelines mentioned in section 7.9.15 shall be followed.

6.113 Traffic Management:


73
1. The contractor shall have to provide adequate number of wardens as per requirement of Traffic
Police Deptt. at the contractor's cost.

2. Traffic signs – Temporary traffic and construction signs are to be provided during construction
and maintenance operations for traffic diversion and pedestrian safety as per Traffic Diversion
Plan.

3. The contractor shall display the boards stating information of the name of the work, date of
starting, date of completion, name of the Deptt. and contact telephone no’s of Contractor’s
Engineer.

4. While constructing/improving footpath, provision for sloping ramp of at least 1m width or as


directed, shall be made at every carriage entrance, junctions, bus stops etc., for convenience of
physically challenged persons.

5. The full time services of the Personnel Team of the contractor is mandatory during the entire
period of the project.

6. Diameter of the S.W.D pipe & sizes of manholes provided in the bill of quantities of the tenders
are tentative & are likely to change at the time of execution according to the site conditions.
Contractor’s shall have to carry out such extra items in S.W.D works as per S.W.D schedule
rates of M.C.G.M prevailing at the time of execution of work or as per G.C.C adjusted by
rebate/ premium quoted by the contractors and no fair rate will be admissible for the same.

7. The photographs of work sites & works as and when directed by Engineer are to be taken. A
new Digital Camera of Min 10 Mega Pixels shall be provided in the site office for the said
purpose. The Photographs should be arranged in the Album/ Register showing the relevant
activities executed on site. The register should be duly signed by site-in-charge and contractor
fortnightly. All photographs may required to be uploaded as & when directed to do so.

6.114 Price Variation:


As the time period of the project is 12 months (including monsoon), hence any variation in the
rates of labour and materials shall not be considered for reimbursement to the contractor. The
bidder shall note this aspect and submit their bid accordingly.

The bidder shall note that as the time period of project is 16 (Sixteen) months (Excluding
Monsoon), hence the cost contingencies/ price variation for labour & materials shall be considered
as per circular under no Dy.Ch.E/WSP/CI/08/3387 dated 02.01.09 and will be paid as per indices
issued by competent authority considering the relevant clauses of G.C.C. in force & amendments
74
thereof by the MCGM from time to time. However, maximum limit for reimbursement is 5 % of
the contract cost (including extra items/excess quantities but excluding water/ sewerage and
supervision charges & physical and cost contingencies. The bidder shall note this aspect and
submit their bid accordingly.

6.115 Every running bill submitted by the contractor for payment shall be with the detailed
measurements recorded for each item.
6.116 Contract Labour (Abolition and Regulation) Act 1970: The Tenderer(s) should
specifically note that the successful tenderer shall have to strictly comply with all the
statutory requirement under the provision of the Contract Labour (Abolition and
Regulation) Act 1970 and with the Maharashtra State Contract Labour (Abolition and
Regulation) Rules 1970 and indemnify the Corporation against any claim(s) whatsoever.
The Contractor has to check healths of all the labours employed by him at every fortnight and
take precautionary measures and treatments as per advice of medical officer. If record is not
maintained, penalty of Rs1000/- per labour will be imposed.

6.117 Royalty Payment on excavated material as per statutory requirement:


The contractor shall pay necessary royalties as and when royalties becomes payable to
the government authority on excavated material as per statutory requirements. The
payment towards royalty charges shall be made by the contractor& it will not be
reimbursed by M.C.G.M. The evidences of such payment shall be submitted for record
purpose.
6.118 If the contractor carries out excavation for any tender / additional work allotted &fails
to reinstate the same within the stipulated time limit, as per the programme and or
before 15thof May OR any other date specified by the M.C.G.M authority, the
reinstatement will be got carried out at contractor’s risk and cost through other agency
in addition to further penal action.
6.119 The noise level shall be maintained within the permissible limit in Silence zone area
during the construction activities by the Contractors, as per the notification dated
14.2.2000, issued by the Ministry of Environment & Forests.
6.120 The contractor shall maintain copy of the following registers during execution of work
and it is mandatory to provide Laptops / Desktops to the Site Engineers for the same.
The List of Registers / Records / Files etc to be maintained is as under:

75
Sr.No Name of Register / Records / Files
01 Daily Progress Register
02 Excavation Register ( Soil, C.C, Road carriageways, Rock … etc )
03 Correspondence File
04 External & Internal utility remarks File
05 Permission File (Ward / Traffic / Chowky / C.C.Road … etc)
Permission File (Other utility letters viz S.P, S.W.D, S.O, B.E.ST, TATA, M.G.L, M.T.N.L,
06
Railway, Mb.P.T, M.S.R.D.C, M.M.R.D.A … etc)
07 O/C File
08 Drawing File
09 Instruction Book / Register
10 Level Book if required

11 Mix Design Approval File if required

12 Test Report File (Cement, Sand, Brick, Metal No 1, Metal No 2, Metal No 3, Rock … etc)
13 Test Report File (Sluice Valve (S.V), Butterfly Valve (B.F.V), Air Valve … etc)
14 Test Report File (Paver block, G.S.B, W.M.M, D.L.C, M40 RMC … etc)
15 Test Report File (Asphalt Macadam, Asphalt Concrete … etc)
16 Test Report File (Pipes, Welding … etc)
17 Pipe Laying Register
18 Form Work / Shuttering Register if required
19 Encasement Register if required
20 Cement Variation Register if required
21 Cement Register
22 Sub base & W.B.M Register if required
23 Asphalt Macadam, Asphalt Concrete Qty Register if required
24 Asphalt Macadam / Concrete Challan File if required
25 G.S.B, W.M.M Register if required
26 D.L.C Register if required
27 Duct Pipe / Lateral Register
28 Steel Register if required
29 M10, M15, M20 C.C Qty, Cube, Variation Registers
30 M10, M15, M20, M35 / M40 RMC Qty, Cube, Variation Registers
76
31 R.M.C Challan File if required
32 Pour Card Register if required
33 Joint Cutting Register if required
34 Precast Item Register (Paver blocks, Kerb stone, Dividers etc) if required
35 Precast Item Challan Register if required
36 R.T.I Correspondence File
37 Vigilance Reply File
38 Railway Correspondence File if required
39 Isolation Memo File
40 Hydraulic Testing File
41 Handing Over File
42 Photograph File / Album / Register
43 Penalty Register
45 Sand Metal Register if required
46 M8 Register if required
Any other registers required as per description of items for any activity / material /
47
quantity for which payment is made or as instructed by M.C.G.M staff.

6.121 IMPORTANT POINTS TO BE NOTED BY THE TENDERER:

1. The successful tenderer / Contractor have to co-ordinate between the third party quality
assurance agency, if any, and the M.C.G.M. staff for the quality execution of work.
2. All materials required to be used for execution of the job shall be got tested as directed by third
party quality auditor, if any, through the site in-charge before use.
3. The contractor shall prepare all the relevant site records/registers & duly update the same in
consultation with the site in-charge.
4. The jobs allotted to the contractor for execution is to be executed to the satisfaction of the third
party quality assurance agency if any and the M.C.G.M. The contractor to note this point and
plan the execution of work carefully.
5. The completion reports for various activities along with its drawing are required to be submitted
to the MCGM immediately after execution of the job.
6. It is suggested to the contractor that the contractor may make necessary arrangement for testing
of the water main.

77
7. The overall quantum of the work may vary to any extend and if the scope of the work is reduced
to any extent, the contractor shall not claim any compensation and no payment will be made
towards claim/ compensation. If the quantum of the work get exceed tender amount, the
contractor has to execute the work for additional amount at the same quoted percentage. This
point shall be considered while quoting the tender.
8. As the time period of the project is 12 months (including monsoon), hence any variation in the
rates of labour and materials shall not be considered for reimbursement to the contractor. The
bidder shall note this aspect and submit their bid accordingly.
The cost contingencies/ price variation for labour & materials shall be considered as per circular
under no Dy.Ch.E/WSP/CI/08/3387 dated 02.01.09 and will be paid as per indices issued by
competent authority considering the relevant clauses of G.C.C. in force & amendments thereof
by the MCGM from time to time. However, maximum limit for reimbursement is 5 % of the
contract cost (including extra items/excess quantities but excluding water/ sewrage and
supervision charges & physical and cost contingencies.
9. For extra/excess prior administrative approval of the competent approving authority
mentioned in the circular u/no. Dir/ES&P/324 DT. 15.07.2015 is mandatory for execution
of extra/excess work. However, if quantities of excess items executed in the work is less
than 5% prior/post facto approval of the competent authority shall be obtained
However, prior administrative sanctioning authorities for excess/extra/saving are as per following
table:-

Nature of Permissible limit % of Approving Authority


work excess/Extra/saving of
contract cost

Dir(ES&P)/ A.M.C. M.C.

DMC(E)/DMC(SE)

Underground 25 % Upto 5% Above 5% Above15%


works upto 15% upto 25%

For extra/fair items if any prior administrative approval shall be obtained from the AMC(P) &
maximum limit is 5% of total contract cost.

Contractors are informed that the circular under reference is issued for the propose of having
financial discipline on the work hence whenever the quantity executed to the extent of 80% of
BOQ quantity will be intimated to Site In Charge before executing the work on site & or submission
of R.A. bill for the said work. The extra/excess beyond the BOQ quantity are likely to be operative,
78
the contractor need to take prior approval of competent authority. Any amendment in circular
mentioned above during the time period of this tender will be applicable. The foreclosure of work
due to above circular & reason will not be the cause of claiming compensation of this work.

6.122 Special Notes:

1) The pipe fabrication factory must have facility of automatic welding machine and hydraulic
testing set up.
1) The spiral welding is not allowed for M.S pipes.
2) The contractor has to make arrangement for factory visit of Municipal staff
at his own cost.

3) The contractor has to lay as far as possible the water mains at fixed level by diverting the
utilities if required. Also preferably bends to be used while laying w.m. should be less than of 45
degree.
For extra item, if required to execute, any unforeseen work as per site conditions, HE’s Schedule
of rates will be mainly considered for the payment of work with proper sanction from DMC
(SE). However, if the items are not available in HE’s schedule those item will be paid as per the
items of other MCGM Schedule of rates & as stipulated in the relevant clause of G.C.C. If the
items are not available in any of the M.C.G.M. schedules, then fair rate will be prepared as per
prevailing market rate with 15% contractors profit inclusive of overheads and duly got verified
by Account Office. For fair rate approval from DMC (SE) shall be obtained before execution
of work or afterward as the case may be.
Contractors will be asked to refill the trenches with excavated earth with proper compaction
as specified in clause PL 52 of Technical Specifications and reinstatement of Road surface to its
original road surface. The width of road surface to be reinstated will be restricted to the trench
width plus 15 cm on either side or as directed. The contractor has to maintain the reinstated
trench and reinstated road surface till the defect liability period of the contract period is over at
his cost. Any settlement of reinstated trench and/or reinstated road surface is observed during
this period shall be redone within 7 days by contractor’s at his cost failing which it will attract
penalty equivalent to the cost of reinstatement (at quoted rate) of the portion per week or part
thereof or as per the policy guidelines for re-instatement of trenches and the same will be
recovered from the contractor’s bill. However, during monsoon period if any pothole / settled
trench is observed, it shall be binding on Contractors to attend it within 24 / 48 hours as the
case may be and as directed by the Engineer.
6.123 SITE INSPECTION:

79
Before submitting the tender, the Tenderers / Contractors shall inspect and acquaint himself about
the site of construction with its site constraints. They shall also collect such information as they
may deem necessary for the proper execution of the works. They shall obtain further
clarification, if any, on any specific issue from the Deputy Hydraulic Engineer (Construction) /
E.E.W.W (Const) City, the offices of whom are situated at Municipal Corporation Engineering
Hub Bldg. 1st Floor, Dr. E.Moses Road, Worli Naka, Worli, Mumbai – 400 018 before
submitting the tender. Tenderers / Contractors should note and study the condition related to site
constraints and its impact.
6.124 SITE CONSTRAINTS:

The Tenderers / bidders should note following points carefully before quoting:
1) For execution of proposed subject work along with its various allied work within contractual
period the bidders has to carry out the work at number of locations as directed. Department
will apply for necessary permissions to traffic department / Tree Authority / concerned
M.C.G.M ward / any other agency as may be required. However, necessary follow ups shall
have to be made by the contractor to get the permissions so as to start & complete the work
within stipulated time period. Getting aforesaid permissions will be entirely contractor’s re-
sponsibility for which the required help will be provided by M.C.G.M. Also, the directions of
authority concerned with regards to traffic diversions / for any other purpose will be binding
on the contractor.

2) While carrying out the work, contractor has to ensure safety of existing utilities of B.S.N.L,
B.E.S.T, TATA, SCADA, M.G.L, optical fibre cables, Sewer lines, S.W.D & Water Mains of Hy-
draulic Engineer's Department etc. contractor has to take care of all his Machineries and transport
vehicles while executing the work without disturbing traffic flow on remaining carriageway of
road. If any damage occurs to any immediately and no extra payment will be made to the contrac-
tors.
3) Existing Cross Drainage work/HT cables /High voltage/oil filled TATA cables/ Drains etc may
required to be crossed by way of diversions or by deepening the pipeline as directed. Utmost care
should be taken while carrying out such works to avoid the damage to the existing utilities. If any
damage occurs to any of the utility, same will have to be repaired /reinstated by the contractor at
his cost immediately and no extra payment will be made to the contractor.
4) It is to be ensured by the contractor that all valve chamber covers shall flush with the top of the
existing road.

80
5) Due to paucity of space and to ensure better & consistent quality, it is necessary to provide
Ready Mix Concrete (R.M.C) for the concreting works required for the project or as the case may
be.
6) Very hard rock is likely to be met with in certain stretches which will have to be necessarily
excavated mechanically. This must be done by deploying sufficient no. of Poclain or any other
mechanical means (L&T KOMAT'SU PC 300 LC OR equivalent or higher in capacity)
considering available access point to the strip of land for laying of pipeline, all in
commensuration with time constraints for execution of total work. No blasting including
controlled blasting will be permitted under any circumstances. The contractor may be required
to deploy power driven rock splitters or chemicals like Acconix or equivalent for breaking the
hard rock. The bidder shall carefully evaluate this constraint before quoting the rate under this
item of work.
7) The warranty period of valves will however commence from the physical completion of entire
work under the contract.
8) The bidder shall note that he will have to arrange for security and safety of Municipal and his
own staff working at the site & materials stacked at / near to sites during the whole contract
period and the cost of same shall be deemed to have been covered under items of the contract.
The bidders/Contractors should note that, no claim whatsoever arising out of the ignorance of
site conditions etc submitted later on, will be entertained on any account.

9) As stated in scope of the tender, this tender covers the work of providing and laying of
various dia water mains& its allied civil works. The work of interconnections / cross Connections
of various dia. water mains shall have to be done in restricted time limit as the existing water
mains are live ones and it is to be carried out only after isolation for very restricted time period is
permitted by Hydraulic Engineer.
6.125 ASSISTANCE FOR THE ENGINEER'S STAFF:

The Contractor shall provide all necessary assistance to the Engineer’s Representative and his
staff in carrying out their duties of checking, setting out, inspecting and measuring the works. The
Contractor shall provide surveyor, staff men, office attendants and labourers as may be needed
from time to time by the Engineer.
The Contractor shall provide for Engineer and his staff protective clothing, safety helmets, rubber
boots of suitable sizes, hand lamps, and the likes as may reasonably be required by them. These
articles shall remain the property of the Contractor. No separate payment shall be made on this
account.

81
6.126 SAFETY MEASURES AND SERVICES:

The Contractor shall be responsible for the safety of all workmen and other persons entering the
works and shall take all measures necessary to ensure their safety to the approval of the
Engineer's Representative. The guidelines are as under:

a) Display of proper safety and emergency regulations; fire, gas and electric shock precautions,
provisions of stretchers and first aid boxes together with rescue facilities for each place of
working.
b) Provision of efficient safety helmets for all personnel including the Engineer's Representative
and each of his staff and any authorized visitors.
c) Safe control of water, including provision of ample standby generating and pumping plant;
d) Provision and maintenance of suitable lighting to provide adequate illumination of works with
appropriate spares and standby equipment;
e) Provision and maintenance of safe, sound mechanical equipment each item of plant having an
up-to-date test certificate;
f) Provision and maintenance of safe, sound ropes, slings, pulleys and other lifting tackle, each
appliance having an up-to-date test certificate where appropriate;
g) Provision of notice board 1.25 m x 1.5 min size, written in bold letter in English, Marathi and
Hindi, to be erected on existing footpaths and points of access likely to be used by the public,
which shall warn the public.
6.127 IDLE CHARGES:

No idle charges will be entertained on any of the grounds.

82
SECTION 7
SCOPE OF WORK

83
SCOPE OF WORK

 This particular tender comes under the category of “Regular, Routine and Mainte-
nance works/ Original and New construction works/ For Other Special works”.
The scope of work consists of:
Following works are included for attending Leakages, Contamination and other allied
works in, F/ South, ward in Zone-II City area as mentioned in the BOQ.
The major activities covered are as under.
1. The work comprises mainly to commence the work of frequent leakages/ contaminations
problems at one /multiple locations within six (6) hours & resolve/attend the same within
48 hours from receipt of complaints as per site condition & decided by Engineer-in-charge.
2. Attending leakages on water mains, service pipe connections, making service connections
for consumers, disconnection of old service connections and removal of service connec-
tions.
3. Replacement /Diversions to abate the contamination of water mains, laying of various dia
water mains up to 300 mm of various materials, making cross connections, providing and
fixing sluice valves, butter fly valves, air valves, fire hydrants, construction of chamber, re-
pairing of fire hydrants disconnecting old water mains up to 300 mm physical removing of
old water mains of various dia.
4. Any other emergency and incidental work related to water supply and as directed by H.E.
5. To restore utilities required to be removed during execution of work.
6. Excavations in various surface and Reinstatement of trenches of various types of surfaces
i.e. concrete surface, asphalt surface, footpath etc.
7. The working space has a limitation on all roads where work is proposed in general and as
some of the proposed site is along roads carrying very heavy vehicular traffic including
multi axle trucks/ containers, precautions shall be taken to avoid traffic congestions etc.
8. The co-ordination is necessary to be sought from various M.C.G.M’s dept. Involving opera-
tions and maintenance of water mains, sewer mains, SWD network in the vicinity of site
and concerned traffic police department for smoother execution of the work during Contract
period.
9. The contractor may be required to provide the store places for storing his various plants and
equipments to execute the work. Such arrangements will have to be done by the contractor
on his own procuring necessary permissions required, without any extra payment on any of
such account.

84
SECTION 8
BILL OF QUANTITIES

85
BILL OF QUANTITIES

NAME OF WORK:- CARRYING OUT VARIOUS TYPE OF WORKS FOR ATTENDING


LEAKAGES CONTAMINATION AND OTHER ALLIED WORKS IN F/SOUTH WARD,
ZONE-II.

Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6
1 CS-EW-4/2013
Excavationbychiselingbymanualopera-
tions,pneumaticbreaker,hammer,drilling,compressorbre 350 Cum 873 305550.00
aker,jackhammeretc as per item

2 CS-EW-3/2013
Excavation for founda-
tion,substructures,basements,tanks,sumps,walls,cham 550 Cum 362 199100.00
bers,man holes,trenches,poles, etc as per item

3 CS-EW-1/2013
Excavation for foundations, substructures, basements,
tanks, sumps, walls, chambers, manholes, trenches,--
etc complete as directed by Engineer-in-Charge. 1550 Cum 220 341000.00

4 CS-EW-2-a/2013
Extra over above item CS-EW-1 for lift from 1.5m to
301 Cum 48 14448.00
3.0m. Et as per item.

5 RW-10-55/2013
Breaking of M-35 & above CC bay for attending the
51 cum 111537.00
leakages of W.M. etc as per item.
2187.00

6 HE-8-27/2013
Cutting of exsisting cement concrete road upto speci-
fied depth by using Diamond Saw machine etc
a) Upto 350 mm depth of cutting 98 Rmt 1308.00 128184.00
b) Above 350 upto 500 mm depth of cutting 5 Rmt 2972.00 14860.00

7 SWD-34/2013
Cutting down brick,concrete,stone masonary etc as per
15 cum 4635.00
item . 309.00

8 HE-1-3/2013
S/L/Ton site,unloading, lowering in trenches, CIWM etc
as per item
a) 80mm 71 Rmt 1086.00 77106.00
b) 100mm 28 Rmt 1346.00 37688.00

9 HE-1-6/2013
86
Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6
S/L/Ton site,unloading, lowering in trenches, DIWM (K-
9) etc as per item
c) 150 mm. 138 Rmt 1661.00 229218.00
d) 250 mm. 118 Rmt 2844.00 335592.00
e) 300 mm. 30 Rmt 3565.00 106950.00

10 HE-2-1/2013
Supplying, fabricating and transporting, fabricated mild
steel pipes at site of work etc as per item
a) 80 mm. 6 mm thick 6 Rmt 881 5286.00
b) 100 mm. 6 mm thick 12 Rmt 1086.00 13032.00
c) 150 mm. 6 mm thick 7 Rmt 1596.00 11172.00
d) 250 mm. 6 mm thick 7 Rmt 2621.00 18347.00
e) 300 mm. 6 mm thick 8 Rmt 3133.00 25064.00

11 HE-1-9/2013
Cutting of cast iron and ductile iron pipes with cutting
tools,cutting machine and chamfering the edges
etc.complete as per item
a) 80 mm. 31 Each 314.00 9734.00
b) 100 mm. 13 Each 377.00 4901.00
c) 150 mm. 62 Each 425.00 26350.00
d) 250 mm. 39 Each 502.00 19578.00
e) 300 mm. 17 Each 639.00 10863.00

12 HE-1-12/2013
Providing & Supplying, loading, transporting on site,
unloading,lowering in trenches and assembling of C.I.
specials etc as per item.
a) S & S specials upto 300 mm dia 300 Kg 95.00 28500.00

13 HE-1-16/2013
Jointing of C.I. and/or M.S. pipes, specials etc. with
spun yarn etc as per item
a) 80 mm. 15 Each 525.00 7875.00
b) 100 mm. 5 Each 609.00 3045.00
c) 150 mm. 20 Each 834.00 16680.00
d) 250 mm. 15 Each 1352.00 20280.00
e) 300 mm. 12 Each 1572.00 18864.00

14 HE-2-9/2013
Transporting within 500 meters, laying in position to the
correct line and level, M.S. pipes etc as per item
5 mm. to 8 mm thick plate.
a) Upto 250mm dia pipe (lumsump) 32 Rmt 1157.00 37024.00
b) Above 250 mm upto 500 mm dia pipe. 8 Rmt 1174.00 9392.00

15 HE-2-12/2013
87
Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6
Field welding in all position with required number etc
as per item
c) 6 mm plate thickness 55 Rmt 940.00 51700.00

16 HE-2-13/2013
Field welding in all position with required number etc
as per item
b) Leg length 6mm 50 Rmt 401.00 20050.00

17 HE-2-14/2013
Gas cutting (either square cut or V cut) pipes, plates
etc. of thickness etc as per item
b) above 5 mm upto 10 mm 50 Rmt 166.00 8300.00

18 HE-3-4/2013
Supplying, Loading, transporting on site, unloading, ISI
mark Glandless, Double Flanged sluice valves of PN
1.0
conforming to IS - 14846 etc as per item
a) 80 mm x 10 Bar 1 Each 15838.00 15838.00
b) 100 mm x 10 Bar 1 Each 20461.00 20461.00
d) 150 mm x 10 Bar 1 Each 29953.00 29953.00
f) 250 mm x 10 Bar 1 Each 64710.00 64710.00
g) 300 mm.x 10 Bar 1 Each 78689.00 78689.00

19 HE-3-6/2013
Supplying, Loading, transporting on site, unloading, ISI
mark Glandless, Double Flanged sluice valves of PN
1.0
conforming to IS - 14846 etc as per item
a) 80 mm x 10 Bar 8 Each 20647.00 165176.00
b) 100 mm x 10 Bar 2 Each 25614.00 51228.00
d) 150 mm x 10 Bar 8 Each 34943.00 279544.00
f) 250 mm x 10 Bar 4 Each 69109.00 276436.00
g) 300 mm.x 10 Bar 3 Each 83088.00 249264.00

20 HE-3-30/2013
Supplying, transporting on site and fixing Tamper proof
Kinetic Air valves of PN 1.0 conforming to AWWA C-
512 with sluice valves (double port)etc as per item.
b) 80mm dia. 1 Each 44958.00 44958.00

21 HE-4-1/2013
Making connection on live CI/DI main of various sizes
including
cutting of pipes etc as per item
a) 80 mm x 80 mm connection 5 Each 8515.00 42575.00
b) 100 mm x 80 mm connection 1 Each 8201.00 8201.00
c) 100 mm x 100 mm connection 1 Each 9750.00 9750.00
d) 150 mm x 80 mm connection 7 Each 13076.00 91532.00
e) 150 mm x 100 mm connection 4 Each 11567.00 46268.00
88
Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6
f) 150 mm x 150 mm connection 18 Each 14873.00 267714.00
g) 250 mm x 80 mm connection 5 Each 22004.00 110020.00
h) 250 mm x 100 mm connection 1 Each 21869.00 21869.00
i) 250 mm x 150 mm connection 5 Each 23742.00 118710.00
j) 250 mm x 250 mm connection 5 Each 26736.00 133680.00
k) 300 mm x 80 mm connection 4 Each 27290.00 109160.00
l) 300 mm x 100 mm connection 1 Each 27474.00 27474.00
m) 300 mm x 150 mm connection 4 Each 39019.00 156076.00
n) 300 mm x 250 mm connection 3 Each 34391.00 103173.00
o) 300 mm x 300 mm connection 3 Each 36495.00 109485.00

22 HE-6-1A/2013
Providing and fixing CI Mechanical joint collars suit-
able for CI/DI pipes etc as per item
a) 80 mm dia. 18 Each 1765.00 31770.00
b) 100 mm dia. 7 Each 2016.00 14112.00
c) 150 mm dia. 42 Each 3423.00 143766.00
e) 250 mm dia. 30 Each 6545.00 196350.00
f) 300 mm dia. 12 Each 8534.00 102408.00

23 HE-6-1/2013
P/F C.I/D.I Mechnical joint split collar…etc as per item
a) 80 mm dia. 5 Each 5852.00 29260.00
b) 100 mm dia. 2 Each 6319.00 12638.00
c) 150 mm dia. 10 Each 8761.00 87610.00
e) 250 mm dia. 10 Each 13608.00 136080.00
f) 300 mm dia. 5 Each 18308.00 91540.00

24 HE-6-3/2013
Providing and fixing CI Mechanical joint Double Socket
any degree bends, (dimensionally described in IS
:13382 etc as per item
a) 80 mm dia. 13 Each 2043.00 26559.00
b) 100 mm dia. 6 Each 2632.00 15792.00
c) 150 mm dia. 20 Each 4360.00 87200.00
e) 250 mm dia. 9 Each 8283.00 74547.00
f) 300 mm dia. 7 Each 11514.00 80598.00

25 CS-CW-1-a/2013
Providing and laying in position plain cement concrete
70 Cum 386890.00
1:1.5:3 as per item 5527.00

26 CS-PS-95/2013
Providing and fixing gun metal gate valve with C.I.
wheel of approved etc as per item
CS-PS-95-d 50mm dia. 5 Each 848 4240.00
CS-PS-95-f 80mm dia. 5 Each 1993 9965.00

27 HE-7-2/2013

89
Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6
Providing and laying 'C' class G.I. pipe etc as per item
a) 15 mm dia. 130 Rmt 147.00 19110.00
b) 20 mm dia. 154 Rmt 178.00 27412.00
c) 25 mm dia. 231 Rmt 252.00 58212.00
d) 32 mm dia. 85 Rmt 310.00 26350.00
e) 40 mm dia. 85 Rmt 367.00 31195.00
f ) 50 mm dia. 115 Rmt 481.00 55315.00

28 HE-7-3/2013
Removing and replacing existing GI pipes with new GI
pipes with Salvation etc as per item
a) 15 mm dia. 77 Rmt 109.00 8393.00
b) 20 mm dia. 93 Rmt 129.00 11997.00
c) 25 mm dia. 108 Rmt 176.00 19008.00
d) 32 mm dia. 47 Rmt 212.00 9964.00
e) 40 mm dia. 25 Rmt 254.00 6350.00
f ) 50 mm dia. 8 Rmt 321.00 2568.00

29 HE-7-4/2013
Transfer of Existing service connection with salvation
etc as per item
a) 15 mm dia. 40 Each 1590.00 63600.00
b) 20 mm dia. 50 Each 1888.00 94400.00
c) 25 mm dia. 82 Each 2235.00 183270.00
d) 32 mm dia. 35 Each 3579.00 125265.00
e) 40 mm dia. 30 Each 4142.00 124260.00
f ) 50 mm dia. 20 Each 5706.00 114120.00

30 HE-7-5/2013
P/F C Class(Heavy) GI Union Coupling etc as per item
a) 15 mm dia. 58 Each 132.00 7656.00
b) 20 mm dia. 70 Each 151.00 10570.00
c) 25 mm dia. 101 Each 190.00 19190.00
d) 32 mm dia. 40 Each 206.00 8240.00
e) 40 mm dia. 42 Each 236.00 9912.00
f ) 50 mm dia. 27 Each 301.00 8127.00

31 HE-7-7/2013
P/F GI Double barrel Nipple, C class heavy etc as per
item
a) 15 mm dia. 60 Each 40.00 2400.00
b) 20 mm dia. 73 Each 53.00 3869.00
c) 25 mm dia. 100 Each 71.00 7100.00
d) 32 mm dia. 37 Each 98.00 3626.00
e) 40 mm dia. 38 Each 127.00 4826.00
f ) 50 mm dia. 28 Each 167.00 4676.00

32 HE-7-9/2013

90
Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6
P/F GI Coupling C class heavy etc as per item
a) 15 mm dia. 115 Each 37.00 4255.00
b) 20 mm dia. 118 Each 45.00 5310.00
c) 25 mm dia. 172 Each 56.00 9632.00
d) 32 mm dia. 73 Each 76.00 5548.00
e) 40 mm dia. 71 Each 94.00 6674.00
f ) 50 mm dia. 47 Each 127.00 5969.00

33 HE-7-11/2013
P/F GI Plugs C class heavy etc as per item
a) 15 mm dia. 44 Each 35.00 1540.00
b) 20 mm dia. 39 Each 42.00 1638.00
c) 25 mm dia. 54 Each 58.00 3132.00
d) 32 mm dia. 9 Each 81.00 729.00
e) 40 mm dia. 18 Each 100.00 1800.00
f ) 50 mm dia. 14 Each 126.00 1764.00

34 HE-7-13/2013
P/F GI Elbows (heavy) etc as per item
a) 15 mm dia. 50 Each 39.00 1950.00
b) 20 mm dia. 65 Each 47.00 3055.00
c) 25 mm dia. 90 Each 61.00 5490.00
d) 32 mm dia. 33 Each 84.00 2772.00
e) 40 mm dia. 29 Each 107.00 3103.00
f ) 50 mm dia. 26 Each 140.00 3640.00

35 HE-7-15/2013
P/F GI Bends (heavy) etc as per item
a) 15 mm dia. 68 Each 60.00 4080.00
b) 20 mm dia. 96 Each 78.00 7488.00
c) 25 mm dia. 142 Each 100.00 14200.00
d) 32 mm dia. 47 Each 139.00 6533.00
e) 40 mm dia. 57 Each 179.00 10203.00
f ) 50 mm dia. 39 Each 242.00 9438.00

36 HE-7-24/2013
Removing and Replacing Brass / Gun Metal Ferrule
etc as per item.
a) 15 mm dia. 17 Each 837.00 14229.00
b) 20 mm dia. 17 Each 1059.00 18003.00
c) 25 mm dia. 12 Each 1291.00 15492.00
d) 32 mm dia. 5 Each 2016.00 10080.00
e) 40 mm dia. 4 Each 2416.00 9664.00
f) 50 mm dia. 3 Each 3642.00 10926.00

37 HE-9-6/2013
Providing laying and lowering in trenches PE Pipe etc
as per item
a) 160 mm dia. OD pipe PN 10 10 Rmt 1448.00 14480.00

38 HE-9-26/2013
91
Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6
Providing and fixing Electro Fusion PE Coupler con-
firming to manufactured from etc as per item

c) 160 mm dia. OD Electro fusion PE coupler 7 Each 22449.00


3207.00

39 HE-9-54/2013
Cost of making hole of any size to suit 15 mm dia. to
50 mm dia. ferrule for making service connections on 60 Each 27180.00
CI water main etc as per item
453.00

40 HE-10-1/2013
Taking access opening on C.I. /D.I.Water main by ma-
chine cut ( 2m / 3m length) etc as per item
a) 150 mm 41 Each 10671.00 437511.00
b) 250 mm. 28 Each 17039.00 477092.00
c) 300 mm 17 Each 21078.00 358326.00

41 HE-8-26/2013
Supplying, transporting and fixing S.P. fire hydrants
7 Each 133777.00
including mouth piece, duck foot bend, S.V. as per item
19111.00

42 HE-8-24/2013
Removing/Refixing s.p.fire hydrants etc. 5 Each 976.00 4880.00
as per item

43 HE-8-25/2013
Removing of existing S.P. fire hydrants and replacing
5 Each 50235.00
them with new SP fire hydrants as per item
10047.00

44 HE-4-6/2013
Diversion of live CI/DI water mains with CI/MS pipes of
various dia. etc as per item
a) 80mm 15 Rmt 1869.00 28035.00
b) 100mm 10 Rmt 2024.00 20240.00
c)150 mm 77 Rmt 2610.00 200970.00
d) 250 mm 25 Rmt 3753.00 93825.00
e) 300 mm 18 Rmt 4245.50 76419.00

45 HE-4-7/2013
Discarding existing CI/DI /MS watr mains etc as per
item
a) 80mm 10 Each 6513.00 65130.00
b) 100mm 5 Each 7250.00 36250.00
c)150 mm 15 Each 9556.00 143340.00
d) 250 mm 10 Each 14607.00 146070.00
e) 300 mm 5 Each 20458.00 102290.00

46 HE-2-2/2013
92
Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6
S/F/T on site M. S. Special etc as per item
c) 150 mm dia. 38 Rmt 1637.00 62206.00
d) 250 mm dia. 15 Rmt 2688.00 40320.00
e) 300 mm dia. 15 Rmt 3213.00 48195.00

47 HE-2-8/2013
Transporting within 500 meters, laying in position to the
correct line and level, M.S. Specials etc as per item
a) Upto 250 mm dia pipe 53 Rmt 1331.00 70543.00
b)Above 250 mm upto 500 mm dia pipe. 15 Rmt 1351.00 20265.00

48 HE-10-2/2013
Scrapping and cleaning the internal surface of water
main etc as per item
a) 150 mm 115 Rmt 439.00 50485.00
b) 250mm 135 Rmt 405.00 54675.00
c) 300mm 90 Rmt 376.00 33840.00

49 HE-9-67/2013
Providing and Fixing Electro Fusion Tapping Tees to be
manufactured from virgin resin of PE-80/ PE-100 etc
as per item

a) 160 x 20 mm, 160 x 25 mm, 160 x 32 mm 21 Each 1844.00 38724.00


b) 160 x 40 mm, 160 x 50mm, 160 x 63mm 7 Each 2396.00 16772.00

50 HE-9-39/2013
Providing and fixing by BUTT WELDING Long Neck
Pipe End with Metal Flange confirming to IS 8008 (Part
VI), etc as per item

c) Long Neck Pipe End with Metal Flange 160 mm dia. 4 Each 9580.00
2395.00
d) Long Neck Pipe End with Metal Flange 250 mm dia. 3 Each 13659.00
4553.00
e) Long Neck Pipe End with Metal Flange 315 mm dia. 3 Each 19509.00
6503.00

51 SWD-172/2013
Hiring JCB for Municipal work..etc as per item 11 Shift 139150.00
12650.00

52 HE-8-4/2013
P/L 200mm.thick handset dry rubble soiling etc as
147 Sqm 30135.00
per item 205.00

53 SE-2-1/2013
P/L M.10 c.c.for bedding etc as per item 55 Cum 4651.00 255805.00

54 CS-MW-1-b/2013

93
Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6
Providing brick masonary in 1:4 C.M. etc as per item 61 Cum 350994.00
5754.00

55 SE-2-6/2013

P/L M15 c.c. in sides and haunches and/or in block 35 Cum 6289.00 220115.00
coping including boxing, curing etc. complete as speci-
fied and as directed.etc as per item

56 SE-4-3/2013
Providing plaster 20mm.thick 1:2 C.M. etc as per item. 395 Sqm 94800.00
240.00

57 HE-2-16/2013
Providing and fixing MS frame and cover with its com-
plete 4050 Kg 76.00 307800.00
assembly as per item.
58 HE-2-17/2013
Removing of existing MS frame and cover and replac-
ing it with new MS frame and cover with its complete 7700 Kg 56.00 431200.00
asembly complete.

59 RW-5-48/2013
P/L hot Premix Dense bituminous macadam grade 60-
100 Sqm 46500.00
70 having 50mm thick etc as per item
465.00

60 RW/5-03/2013
P/L premix hot mix Bituminous concrete etc as per item 150 Sqm 69450.00
463.00

61 RW/5-27/2013
P/L Tack coat of 0.225 Kg/sq.m.etc as per item 150 Sqm 3750.00
25.00

RW-5-32/2013
62 P/L Mastic Asphalt 25mm. thick as per 51 Sqm 593.00 30243.00

63 RW-2-20/2013
P/L,spreading & compacting graded crushed stone
agreegate to wet mix macadam in uniform layer of
130 Cum 2768.00 359840.00
75mm to100mm(compacted thickness each) etc as per
item.

64 RW-2-21/2013
P/L ,spreading & compacting specified crushed stone
in granular subbase course layer of 100mm to 150 Cum 2484.00 372600.00
75mm(compacted thickness each) etc as per item.

65 RW-4-01/2013
P/F precast Kerb stone etc as per item 30 Rmt 506.00 15180.00

94
Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6

66 RW-4-02/2013
R/R Kerb stone etc as per item 35 Rmt 305.00 10675.00

67 RW-2-15/2013
Spreading municipal 60mm metal etc as per item 160 Sqm 8960.00
56.00

68 RW-3-20/2013
P/L Paver Blocks, 100mm thick etc as per item 62 Sqm 82894.00
1337.00

69 RW-3-21/2013
R/R Paver Blocks, 100mm thick etc as per item 58 Sqm 19720.00
340.00

70 RW-3-11/2013
P/L 80 mm thick paver Block etc as per item 380 Sqm 361380.00
951.00

71 RW-3-13/2013
R/R interlocking concrete paver of 80mm.thick etc.as
120 Sqm 37320.00
per item 311.00

72 RW-3-12/2013
P/L Paver Blocks, 60mm thick etc as per item 315 Sqm 267750.00
850.00

73 RW-3-14/2013
R/R Paver Blocks, 60mm thick etc as per item 100 Sqm 30100.00
301.00

74 RW/10-33/2013
Construction of cc bay M-40 concrete etc as per item 4 Cum 26608.00
6652.00

75 RW-4-07/2013
R/R water table etc as per item 40 Rmt 343.00 13720.00

76 RW-3-01/2013
P/F shahabad stone pavment etc as per item 28 Sqm 27132.00
969.00

77 CS-CW-1-c/2013
Providing and laying in position plain cement concrete
125 Cum 569625.00
1:3:6 as per item 4557.00

78 RW-5-14/2013
Supplying and laying Bitumen cold mix etc as per item 21 Cum 254268.00
12108.00

95
Sr. Rate
Description Qty. Unit Amount
No. (Rs.)
1 2 3 4 5 6
79 SE-5-1/2013
Providing & laying stone ware pipes of SP2 class in-
cluding jointing with CM (1:1), filleting etc as item.
a) SE-5-1a 150mm dia. 30 Rmt 459.00 13770.00
b) SE-5-1b 230mm dia. 8 Rmt 729.00 5832.00
c) SE-5-1c 300mm dia. 2 Rmt 1194.00 2388.00

80 SWD/142/2013
Constr regular water entrances single of size 0.5m x
5 Each 36995.00
0.6m etc as per item 7399.00
81 SWD/72/2013
P/L NP-2 class pipes of 150 mm. dia. etc as per item 20 Mtr 9720.00
486.00

82 SWD/73/2013
P/L NP-2 class pipes of 250 mm. dia. etc as per item 5 Mtr 3705.00
741.00

83 SWD/74/2013
P/L NP-2 class pipes of 300 mm. dia. etc as per item 10 Mtr 9080.00
908.00

84 SWD/76/2013
P/L NP-2 class pipes of 450 mm. dia. etc as per item 2 Mtr 3250.00
1625.00

85 HE-2-7
Fabricating ,Supplying & transporting M.S. material of
required
thickness suitable for lead joint / mechanical joints to 160 Kg 70.00 11200.00
any
municipal chowky
86 HE-10-6
Hire charges for supplying & providing C.C.T.V. camera 25 Shift 10200.00 255000.00
87 RW-3-22
Removing the paver blocks of any thickness.,size,&
colour from carriage
way OR footpath & transporting the same to ward de- 760 Sqm 201.00 152760.00
pot OR any where in
MCGM limit.
Total Rs. 15563178.00
Say Rs. 1,55,63,180/-

S.E.W.W.(Const.)City S.E.W.W.(Const.)City A.E.W.W.(Const.) City. E.E.WW.(Const.) City

96
SECTION 9
GENERAL CONDITIONS OF
CONTRACT

97
General Conditions of Contract

A. General

1. Definitions

1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of
Contract but keep their defined meanings. Capital initials are used to identify defined
terms.

The “Contract” shall mean the tender and acceptance thereof and the formal agreement if any,
executed between the Contractor, Commissioner and the Corporation together with the documents
referred to therein including these conditions and appendices and any special conditions, the
specifications, designs, drawings, price schedules, bills of quantities and schedule of rates. All
these documents taken together shall be deemed to form one Contract and shall be complementary
to one another.

The Contract Data defines the documents and other information which comprise the Contract.

The “Contractor” shall mean the individual or firm or company whether incorporated or not,
whose tender has been accepted by the employer and the legal successor of the individual or firm
or company, but not (except with the consent of the Employer) any assignee of such person.

The Bidder is a person or corporate body who has desired to submit Bid to carry out the Works,
including routine maintenance till the tender process is concluded.

The Contractor's Bid is the completed bidding document submitted by the Contractor to the
Employer.

The “Contract Sum” means the sum named in the letter of acceptance including Physical
contingencies subject to such addition thereto or deduction there-from as may be made under the
provisions hereinafter contained.
Note : The contract sum shall include the following –
• In the case of percentage rate contracts the estimated value of works as mentioned in
the tender adjusted by the Contractor’s percentage.

• In the case of item rate contracts, the cost of the work arrived at after finalization of
the quantities shown in schedule of items / quantities by the item rates quoted by the
tenderers for various items and summation of the extended cost of each item.

• In case of lump sum contract, the sum for which tender is accepted.

98
• Special discount / rebate / trade discount offered by the tenderer if any and accepted
by the Corporation.

• Additions or deletions that are accepted after opening of the tenders.

The “Contract Cost” means the Contract Sum plus Price Variation. This cost shall be included in
the letter of acceptance.

A Defect is any part of the Works not completed in accordance with the Contract.

The Defects Liability Certificate is the certificate issued by the Engineer, after the Defect
Liability Period has ended and upon correction of Defects by the Contractor.

Drawings means all the drawings, calculations and technical information of a like nature provided
by the Engineer to the Contractor under the Contract and all drawings, calculations, samples,
patterns, models, operation & maintenance manual and other technical information of like nature
submitted by the Contractor and approved by the Engineer.

The Authority shall mean Municipal Corporation of Greater Mumbai (MCGM)

The “Employer” shall mean the Municipal Corporation for Greater Mumbai / Municipal
Commissioner for Greater Mumbai, for the time being holding the said office and also his
successors and shall also include all “Additional Municipal Commissioners, Director (Engineering
Services & Projects)” and the Deputy Municipal Commissioner, to whom the powers of Municipal
Commissioner, have been deputed under Section 56 and 56B of the Mumbai Municipal
Corporation Act.

The Engineer in-charge shall mean the Executive Engineer in executive charge of the
works and shall include the superior officers of the Engineering department i.e.
Dy.Ch.Eng/Ch.Eng. and shall mean and include all the successors in MCGM

The Engineer's Representative shall mean the Assistant Engineer, Sub. Engineer/Jr.
Engineer in direct charge of the works and shall include Sub Eng./ Jr. Eng of Civil section/
Mechanical section/ Electrical section appointed by MCGM.
The “Engineer” shall mean the City Engineer / the Hydraulic Engineer / the Chief
Engineer / the Special Engineer, appointed for the time being or any other officer or officers of the
Municipal Corporation who may be authorized by the commissioner to carry out the functions of
the City Engineer / the Hydraulic Engineer / the Chief Engineer / the Special Engineer or any other
competent person appointed by the employer and notified in writing to the Contractor to act in
replacement of the Engineer from time to time.
99
Contractor’s Equipment means all appliances and things of whatsoever nature required
for the execution and completions of the Works and the remedying of any defects therein, but does
not include plant material or other things intended to form or forming part of the Permanent Works.

The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance.

The Intended Completion Date is the date on which it is intended that the Contractor shall
complete the construction works. The Intended Completion Date is specified in the Contract Data.
The Intended Completion Date may be revised only by the Engineer by issuing an extension of
time.

Materials are all supplies, including consumables, used by the Contractor for incorporation in the
Works and works of routine maintenance.

Plant is any integral part of the Works that shall have a mechanical, electrical, electronic,
chemical, or biological function.

Routine Maintenance is the maintenance of activities of the competed structure for five
years as specified in the Contract Data.

The “Site” shall mean the land and other places including water bodies more specifically
mentioned in the special conditions of the tender, on, under in or through which the permanent
works or temporary works are to be executed and any other lands and places provided by the
Municipal Corporation for working space or any other purpose as may be specifically designated in
the contract as forming part of the site.

Site Investigation Reports are those that were included in the bidding documents and are
reports about the surface and subsurface conditions at the Site.

“Specification” shall mean the specification referred to in the tender and any modification
thereof or addition or deduction thereto as may from time to time be furnished or approved in
writing by the Engineer.

The Start Date/Commencement Date is given in the Contract Data. It is the date when the
Contractor shall commence execution of the Works. It does not necessarily coincide with any of the
Site Possession Dates.

A Nominated Sub-Contractor is a person or corporate body who has a Contract with the
Contractor to carry out a part of the construction work and/or routine maintenance in the Contract,
which includes work on the Site.

100
Temporary Works are works designed, constructed, installed, and removed by the
Contractor that are needed for construction or installation of the Works.

Variation means a change to the:-

i) Specification and /or Drawings (if any) which is instructed by the Employer.

ii) Scope in the Contract which is instructed by the Employer.

iii) Price in the Contract which is instructed by the Employer.

The Works, as defined in the Contract Data, are what the Contract requires the Contractor to
construct, install, maintain, and turn over to the Employer. Routine maintenance is defined
separately.

Jurisdiction: In case of any claim, dispute or difference arising in respect of a contract, the cause
of action thereof shall be deemed to have arisen in Mumbai and all legal proceedings in respect of
any claim, dispute or difference shall be instituted in a competent court in the City of Mumbai only.

2. Interpretation

2.1 In interpreting these Conditions of Contract, singular also means plural, male also means
female or neuter, and the other way around. Headings have no significance. Words have their
normal meaning under the language of the Contract unless specifically defined. The Engineer will
provide instructions clarifying queries about these Conditions of Contract.

2.2 If sectional completion is specified in the Contract Data, references in the Conditions of
Contract to the Works, the Completion Date, and the Intended Completion Date apply to any
Section of the Works (other than references to the Completion Date and Intended Completion Date
for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following documents: (1)
Agreement, (2) Letter of Acceptance, (3) Notice to Proceed with the Work , (4) Contractor's Bid,
(5) Contract Data, (6) Special Conditions of Contract Part (7) General Conditions of Contract
Part I, (8) Specifications, (9) Drawings, (10) Bill of Quantities, and (11) Any other document
listed in the Contract Data.

3. Engineer's Decisions

3.1 Except where otherwise specifically stated, the Engineer will decide contractual matters
between the Employer and the Contractor in the role representing the Employer. However, if the
Engineer is required under the rules and regulations and orders of the Employer to obtain prior

101
approval of some other authorities for specific actions, he will so obtain the approval, before
communicating his decision to the Contractor.

3.2 Except as expressly stated in the Contract, the Engineer shall not have any authority to relieve
the Contractor of any of his obligations under the contract.

4. Delegation

4.1 The Engineer, with the approval of the Employer, may delegate any of his duties and
responsibilities to other person(s), except to the Adjudicator, after notifying the Contractor, and
may cancel any delegation after notifying the Contractor.

5. Communications

All certificates, notices or instructions to be given to the Contractor by Employer/ Engineer


shall be sent on the address or contact details given by the Contractor of Bid. The address and
contact details for communication with the Employer/ Engineer shall be as per the details given in
Contract Data. Communications between parties that are referred to in the conditions shall be in
writing. The Notice sent by facsimile (fax) or other electronic means shall be effective on
confirmation of the transmission. The Notice sent by Registered post or Speed post shall be
effective on delivery or at the expiry of the normal delivery period as undertaken by the postal
service.

6. Subcontracting

6.1 Unless specifically mentioned in the contract subletting will not be allowed. Subletting,
where otherwise provided by the contract shall not be more than 25% of the contract price.

6.2 The Contractor shall not be required to obtain any consent from the Employer for:

a. the sub-contracting of any part of the Works for which the Subcontractor is named in the
Contract;

b. the provision for labour, or labour component.

c. the purchase of Materials which are in accordance with the standards specified in the
Contract.

6.3 Beyond what has been stated in clauses 6.1 and 6.2, if the Contractor proposes sub
contracting any part of the work during execution of the Works, because of some
unforeseen circumstances to enable him to complete the Works as per terms of the
Contract, the Employer will consider the following before according approval:
102
a. The Contractor shall not sub-contract the whole of the Works.

b. The permitted subletting of work by the Contractor shall not establish any contractual relation-
ship between the sub-contractor and the MCGM and shall not relieve the Contractor of any re-
sponsibility under the Contract.

6.4 The Engineer should satisfy himself before recommending to the Employer whether

a. the circumstances warrant such sub-contracting; and

b. the sub-Contractor so proposed for the Work possesses the experience, qualifications and
equipment necessary for the job proposed to be entrusted to him.

7. Other Contractors

7.1 The Contractor shall cooperate and share the Site with other Contractors, public
authorities, utilities, and the Employer between the dates given in the Schedule of
Other Contractors, as referred to in the Contract Data. The Contractor shall also
provide facilities and services for them as described in the Schedule. The Employer
may modify the Schedule of Other Contractors, and shall notify the Contractor of any
such modification.

7.2 The Contractor should take up the works in convenient reaches as decided by the
Engineer to ensure there is least hindrance to the smooth flow and safety of traffic
including movement of vehicles and equipment of other Contractors till the
completion of the Works.

8. Personnel

8.1 The Contractor shall employ for the construction work and routine maintenance the
key personnel including technical personnel named in the Contract Data or other
personnel approved by the Engineer. The Engineer will approve any proposed
replacement of technical personnel only if their relevant qualifications and abilities
are substantially equal to those of the personnel stated in the Contract Data.

8.2 The Contractor’s personnel shall appropriately be qualified, skilled and experienced in
their respective trades or occupations. The Engineer shall have authority to remove,
or cause to be removed, any person employed on the site or works, who carries out
duties incompetently or negligently and persists in any conduct which is prejudicial to
safety, health or the protection of the environment.

103
8.3 If the Engineer asks the Contractor to remove a person who is a member of the
Contractor's staff or work force, stating the reasons, the Contractor shall ensure that
the person leaves the Site within seven days and has no further connection with the
Works in the Contract.

8.4 The Contractor shall not employ any retired Gazetted officer who has worked in the
Engineering Department of the MCGM /State Government and has either not
completed two years after the date of retirement or has not obtained MCGM/State
Government’s permission to employment with the Contractor.

9. Employer's and Contractor's Risks

9.1 The Employer carries the risks which this Contract states are Employer's risks, and the
Contractor carries the risks which this Contract states are Contractor's risks.

10. Employer's Risks

10.1 The Employer is responsible for the excepted risks which are (a) in so far as they
directly affect the execution of the Works in the Employer’s country, the risks of
war, invasion, act of foreign enemies, rebellion, revolution, insurrection or military
or usurped power, civil war, riot, commotion or disorder (unless restricted to the
Contractor’s employees) and contamination from any nuclear fuel or nuclear waste
or radioactive toxic explosive, or (b) a cause due solely to the design of the Works,
other than the Contractor’s design.

11. Contractor's Risks

11.1 All risks of loss of or damage to physical property and of personal injury and death
which arise during and in consequence of the performance of the Contract other
than the excepted risks, referred to in clause 11.1, are the responsibility of the
Contractor.

12. Insurance

12.1 The Contractor at his cost shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start Date to the end of Defects Liability
Period, in the amounts and deductibles stated in the Contract Data for the following
events which are due to the Contractor's risks:

a) Loss of or damage to the Works, Plant and Materials;

104
b) Loss of or damage to Equipment;

c) Loss of or damage to property (other than the Works, Plant, Materials, and
Equipment) in connection with the Contract; and

d) Personal injury or death.

12.2 Insurance policies and certificates for insurance shall be delivered by the Contractor
to the Engineer for the Engineer's approval before the Start Date. All such insurance
shall provide for compensation to be payable in the types and proportions of
currencies required to rectify the loss or damage incurred.

12.3 Alterations to the terms of insurance shall not be made without the approval of the
Engineer.

12.4 Both parties shall comply with any conditions of the insurance policies.

12.5 If the Contractor does not provide any of the policies and certificates required, the
Employer may affect the insurance which the Contractor should have provided and
recover the premiums the Employer has paid, from payments otherwise due to the
Contractor or if no payment is due, the payment of premiums shall be debt due.

13. Site Investigation Reports

13.1 The Contractor, in preparing the Bid, may rely, at his own risk, on any Site
Investigation Reports referred to in the Contract Data, supplemented by any other
information available to him, before submitting the bid.

14. Queries about the Contract Data

14.1 The Engineer will clarify queries on the Contract Data.

15. Contractor to Construct the Works and Undertake Maintenance (if specified in the
tender)

15.1 The Contractor shall construct, and install and maintain the Works in accordance
with the Specifications and Drawings and as per instructions of the Engineer.

15.2 The Contractor shall construct the works with intermediate technology, i.e., by
manual means with medium input of machinery required to ensure the quality of
works as per specifications. The Contractor shall deploy the equipment and
machinery as required in the contract.

105
15.3 The Contractor shall take all reasonable steps to protect the environment on and off
the Site and to avoid damage or nuisance to persons or to property of the public or
others resulting from pollution, noise or other causes arising as a consequence of his
methods of operation.

During continuance of the contract, the Contractor and his sub-contractors shall
abide at all times by all existing enactments on environmental protection and rules
made there under, regulations, notifications and byelaws of the State or Central
Government, or local authorities and any other law, bye-law, regulations that may be
passed or notification that may be issued in future by the State or Central
Government or the local authority. Salient features of some of the major laws that
are applicable are given below:

 The Water (Prevention and Control of Pollution) Act, 1974, this provides for
the prevention and control of water pollution and the maintaining and
restoring of wholesomeness of water. ‘Pollution’ means such contamination
of water or such alteration of the physical, chemical or biological properties
of water or such discharge of any sewage or trade effluent or of any other
liquid, gaseous or solid substance into water (whether directly or indirectly)
as may, or is likely to, create a nuisance or render such water harmful or
injurious to public health or safety, or to domestic, commercial, industrial,
agricultural or other legitimate uses, or to the life and health of animals or
plants or of aquatic organisms.

 The Air (Prevention and Control of Pollution) Act, 1981, this provides for
prevention, control and abatement of air pollution. ‘Air Pollution’ means the
presence in the atmosphere of any ‘air pollutant’, which means any solid,
liquid or gaseous substance (including noise) present in the atmosphere in
such concentration as may be or tend to be injurious to human beings or
other living creatures or plants or property or environment.

 The Environment (Protection) Act, 1986, this provides for the protection and
improvement of environment and for matters connected therewith, and the
prevention of hazards to human beings, other living creatures, plants and
property. ‘Environment’ includes water, air and land and the inter-
relationship which exists among and between water, air and land, and human
beings, other living creatures, plants, micro-organism and property.
106
 The Public Liability Insurance Act, 1991, This provides for public liability
insurance for the purpose of providing immediate relief to the persons
affected by accident occurring while handling hazardous substances and for
matters connected herewith or incidental thereto. Hazardous substance
means any substance or preparation which is defined as hazardous
substance under the Environment (Protection) Act 1986, and exceeding
such quantity as may be specified by notification by the Central
Government.

16. The Works and Routine Maintenance to be completed by the Intended Completion
Date

16.1 The Contractor may commence execution of the Works on the Start Date and shall
carry out the Works and Routine Maintenance, if specified in the tender, in
accordance with the Programme submitted by the Contractor, as updated with the
approval of the Engineer, and complete them by the Intended Completion Date.

17. Approval by the Engineer

17.1 The Contractor shall submit Specifications and Drawings showing the proposed
Temporary Works to the Engineer, who is to approve them if they comply with the
Specifications and Drawings.

17.2 The Contractor shall be responsible for design and safety of Temporary Works.

17.3 The Engineer's approval shall not alter the Contractor's responsibility for design and
safety of the Temporary Works.

17.4 The Contractor shall obtain approval of third parties to the design of the Temporary
Works, where required.

17.5 All Drawings prepared by the Contractor for the execution of the temporary or
permanent Works, are subject to prior approval by the Engineer before their use.

18. Safety

18.1 The Contractor shall be responsible for the safety of all activities on the Site. He
shall comply with all applicable safety requirements and take care of safety of all
persons entitled to be on the site and the works. He shall use reasonable efforts to

107
keep the site and the works, both during construction and maintenance, clear of
unnecessary obstruction so as to avoid danger to the persons and the users.

 Workers employed on mixing asphaltic materials, cement and lime mortars shall be
provided with protective footwear and protective goggles.

 Stone breaker shall be provided with protective goggles and protective clothing and
seated at sufficiently safe intervals.

 The area should be barricaded or cordoned off by suitable means to avoid mishaps
of any kind. Power warning signs should be displayed for the safety of the public
whenever cleaning works are undertaken during night or day.

 The workers engaged for cleaning the manholes/sewers should be properly trained
before allowing working in the manhole.

18.2 Safety Programs:-

I. Have adequate safety supervision in place to ensure that safety programs set up by
the firms/agencies are in compliance with prevalent laws and regulations.

II. Review safety programs developed by each of the trade firms, prepare and submit a
comprehensive safety program.

III. Monitor day to day implementation of safety procedures.

18.3 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.

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.

108
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.

19. Discoveries

19.1 Anything of historical or other interest or of significant value unexpectedly discovered on the
Site shall be the property of the Employer. The Contractor shall notify the Engineer of such
discoveries and carry out the Engineer's instructions for dealing with them.

20. Possession of the Site

20.1 The Employer shall handover complete or part possession of the site to the Contractor 7 days
in advance of construction programme. At the start of the work, the Employer shall
handover the possession of at-least 75% of the site free of all encumbrances, the remaining
25 % of the possession as per contractor’s construction programme.

21. Access to the Site

21.1 The Contractor shall allow access to the Site and to any place where work in connection
with the Contract is being carried out, or is intended to be carried out to the Engineer and
any person/persons/agency authorized by: a. The Engineer b. The Employer or authorized by
the Employer.

22. Instructions

22.1 The Contractor shall carry out all instructions of the Engineer, which comply with the
applicable laws where the Site is located.

22.2 The Contractor shall permit the appointed and/or authorized persons to inspect the Site
and/or accounts and records of the Contractor and its subcontractors relating to the
performance of the Contract, and to have such accounts and records audited by auditors
appointed, if so required. The Contractor’s attention is invited to Clause of ‘Fraud and
Corruption’, which provides, inter alia, that acts intended to materially impede the exercise
of the inspection and audit rights provided for under the Clause & constitute a obstructive
practice subject to contract termination.

22.3 Engineer to have power to issue further drawings or instructions:

The Engineer shall have the power and authority from time to time and at all times to make
and issue such further drawings and to give such further instructions and directions as may

109
appear to him necessary or proper for the guidance of the contractor and the good and
sufficient execution of the works according to terms of the specifications and Contractor
shall receive, execute, obey and be bound by the same, according to the true intent and
meaning thereof, as fully and effectually as though the same had accompanied or had been
mentioned or referred to in the specification, and the Engineer may also alter or vary the
levels or position of nature of works contemplated by the specifications, or may order any
of the works contemplated thereby to be omitted, with or without the substitution of any
other works in lieu thereof, or may order any work or any portion of work executed or
partially executed, to be removed, changed or altered, added if needful, may order that other
works shall be substituted instead thereof and difference of expense occasioned by any such
diminution or alteration so ordered and directed shall be added to or deducted from the
amount of this Contract, as provided under condition no.10(a) hereinafter.

No work which radically changes the original nature of the Contract shall be ordered by the
Engineer and in the event of any deviation being ordered which in the opinion of the
Contractor changes the original nature of Contract he shall nevertheless carry it out and
disagreement as to the nature of the work and the rate to be paid therefore shall be resolved
in accordance with condition no.13d.

The time for completion of the Works, shall be in even of any deviations resulting in
additional cost over the contract price being ordered, be extended or reduced reasonably by
the Engineer. The Engineer’s decision in this case shall be final.

B. Time Control

23. Programme

23.1 Within the time stated in the Contract Data, the Contractor shall submit to the Engineer for
approval a Programme, including Environment Management Plan showing the general
methods, arrangements, order, and timing for all the activities in the Works, along with
monthly cash flow forecasts for the construction of works.

After the completion of the construction works, the programme for the Routine
Maintenance Work, showing the general methods, arrangements, order and timing for all
the activities involved in the Routine Maintenance will also be submitted by the Contractor
to the Engineer for approval if specified in the tender. The programme for Routine
Maintenance will be submitted in each year for the period of Maintenance.

110
23.2 The Contractor shall submit the list of equipment and machinery being brought to site, the
list of key personnel being deployed, the list of machinery/ equipments being placed in field
laboratory and the location of field laboratory along with the Programme. The Engineer
shall cause these details to be verified at each appropriate stage of the programme.

23.3 An update of the Programme shall be a programme showing the actual progress achieved
on each activity and the effect of the progress achieved on the timing of the remaining
Works, including any changes to the sequence of the activities.

23.4 The Contractor shall submit to the Engineer for approval an updated Programme at
intervals no longer than the period stated in the Contract Data. If the Contractor does not
submit an updated Programme within this period, the Engineer may withhold the amount
stated in the Contract Data from the next payment certificate and continue to withhold this
amount until the next payment after the date on which the overdue Programme has been
submitted.

23.5 The Engineer's approval of the Programme shall not alter the Contractor's obligations. The
Contractor may revise the Programme and submit it to the Engineer again at any time. A
revised Programme shall show the effect of Variations and Compensation Events.

24. Extension Of Time In Contracts :


Subject to any requirement in the contract as to completion of any portions or portions of
the works before completion of the whole, the contractor shall fully and finally complete
the whole of the works comprised in the contract (with such modifications as may be di-
rected under conditions of this contract) by the date entered in the contract or extended date
in terms of the following clauses:

a)Extension attributable to MCGM

(i) Extension Due To Modification: If any modifications have been ordered which in the
opinion of the Engineer have materially increased the magnitude of the work, then such
extension of the contracted date of completion may be granted as shall appear to the
Engineer to be reasonable in the circumstances, provided moreover that the Contractor shall
be responsible for requesting such extension of the date as may be considered necessary as
soon as the cause thereof shall arise and in any case should not be less than 30 days
before the expiry of the date fixed for completion of the works.

(ii) Extension For Delay Due To MCGM: In the event of any failure or delay by the
MCGM to hand over the Contractor possession of the lands necessary for the execution
of the works or to give the necessary notice to commence the works or to provide the
necessary drawings or instructions or any other delay caused by the MCGM due to any
other cause whatsoever, then such failure or delay shall in no way affect or vitiate the
contract or alter the character thereof or entitle the contractor to damages or
compensation therefore, but in any such case, the MCGM may grant such extension(s)
111
of the completion date as may be considered reasonable.

Note: For extension of time period as governed in (i) and (ii) above, any modifications
in design/drawings, specifications, quantities shall be needed to be justified with
recorded reasons with approval of Ch.Eng. for not anticipating the same while
preparing estimates and draft tender.

(b) Extension Of Time For Delay Due To Contractor : The time for the execution of the
work or part of the works specified in the contract documents shall be deemed to be the
essence of the contract and the works must be completed no later than the date(s) / the
programme for completion of work as specified in the contract. If the contractor fails to
complete the works within the time as specified in the contract for the reasons other
than the reasons specified in above as (a.i) and (a.ii), the MCGM may, if satisfied that
the works can be completed by the contractor within reasonable short time thereafter,
allow the contractor for further extension of time as the Engineer may decide. On such
extension the MCGM will be entitled without prejudice to any other right and remedy
available on that behalf, to recover the compensation as governed by Clause 8(e) of
GCC.
For the purpose of this Clause, the contract value of the works shall be taken as value
of work as per contract agreement including any supplementary work order/contract
agreement issued.

Further, competent authority while granting extension to the currency of contract


under Clause (b) of as above may also consider levy of penalty, as deemed fit
based on the merit of the case. Also, the reasons for granting extension shall be
properly documented.

25. Delays Ordered by the Engineer

25.1 The Engineer may instruct the Contractor to delay the start or progress of any activity
within the Works. Delay/delays totaling more than 30 days will require prior written
approval of the DMC/AMC.

26. Management Meetings

26.1 The Engineer may require the Contractor to attend a management meeting. The business of
a management meeting shall be to review the plans for progress of the Works.

26.2 The Engineer shall record the business of management meetings and provide copies of the
record to those attending the meeting. The responsibility of the parties for actions to be
taken shall be decided by the Engineer either at the management meeting or after the
management meeting and stated in writing to all those who attended the meeting.\

112
C. Quality Control

27.1. Work to be open to Inspection and Contractor or Responsible agent to be presesnt

All works under or in course of execution or executed in pursuance of the contract shall at
all times be open to the inspection and supervision of the Eng-in-charge and his subordinates and
the contractor shall at all times during the usual working hours, at all other times, during the usual
working hours and at all other times at which reasonable notice of the intention of the Eng-in-
charge and his subordinates to visit the works shall have been given to the contractor, either
himself be present to receive orders and instruction or have responsible agent duly accredited in
writing present for that purpose. Order given to the contractors’ duly authorized agent shall be
considered to have the same force and effect as if they had been given to the contractor himself.

27.2. Notice To Be Given Before Work Is Covered Up

The contractor shall givenot less than ten days’ notice in writing to the Eng-In-Charge or his
subordinate incharge of the work before covering up or otherwise placing beyond the reach of
measurement any work in order that the same may be measured and correct dimension thereof
taken before the same is so covered up or placed beyond the reach of measurements and shall not
cover up or place beyond the reach of measurement any work without the consent in writing of the
Eng-In-Charge or his subordinate incharge of the work, and if any work shall be covered up or
placed beyond the reach of measurement, without such notice having been given or consent
obtained the same shall be uncovered at the contractors expenses, and in default thereof no
payment or allowance shall be made for such work or for the materials with which the same was
executed

27.3 Works to be executed in accordance with specifications / drawings / orders etc. :

The contractor shall execute the whole and every part of the work the most
substantial and workman like manner and both has regards material and every other respect in strict
accordance with specifications. The contractor shall also confirm exactly, fully and faithfully to
the designs, drawings and instructions in writing relating to the work signed by the Engineer In-
charge and lodged in his office and to which the contractor shall be entitled to have access for the
purpose of inspection at such office, or on the site or work during office hours. The contractor
shall be entitled to receive three sets of contract drawings and working drawings as well as one
certified copy of the accepted tender along with the work order free of cost.

113
27.4 Ready Mix Concrete/ Asphalt Mix
i) The contractor shall have to arrange Ready Mix concrete (RMC)/Asphalt from
RMC/ASPHALT producing plants registered with MCGM

ii) The contractor shall, within a 7 days of award of the work, submit a list of at least
three RMC/Asphalt producers with details of such plants including details and
number of transit, mixers & pumps etc. to be deployed indicating name of
owner/company, its location, capacity, technical establishment.

The Engineer-in-charge will reserve right to inspect at any stage and reject the
concrete if he is not satisfied about quality of product at the user’s end.

iii) The Engineer-in-charge reserves the right to exercise control over the:-

a) Calibration check of the RMC/Asphalt plant.

b) Weight and quantity check on the ingredients, water and admixtures added
for batch mixing for RMC plants

c) Time of mixing of concrete/grade of asphalt.

d) Testing of fresh concrete/asphalt mix, recording of results and declaring the


mix fit or unfit for use. This will include continuous control on the work
ability during production and taking corrective action, if required.

e) For exercising such control, the Engineer-in-charge shall periodically depute


his authorized representative at the RMC/Asphalt plant. It shall be
responsibility of the contractor to ensure that all necessary equipment,
manpower & facilities are made available to Engineer-in-charge and or his
authorized representative at RMC/Asphalt plant.

f) All required relevant records of RMC/Asphalt mix shall be made available


to the Engineer-in-charge or his authorized representative. Engineer-in-
charge shall, as required, specify guidelines & additional procedures for
quality control & other parameters in respect of material production&
transportation of concrete mix which shall be binding on the contractor &
the RMC/Asphalt plant. Only concrete as approved in design mix by
Engineer-in-charge shall be produced in RMC plant and transported to the
site.

114
g) The contactor shall have to produce a copy of chalan receipts/SCADA
reports/VTS reports as issued by the RMC/Asphalt plant as a documentary
proof in lieu of supply of RMC/Asphalt mix before releasing payment.

28. Identifying Defects

28.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects
that are found. Such checking shall not affect the Contractor's responsibilities. The Engineer
may instruct the Contractor to search for a Defect and to uncover and test any work that the
Engineer considers may have a Defect.

28.2 The Contractor shall permit the Employer’s technical person(s) to check the Contractor’s
work and notify the Engineer and Contractor if any defects that are found.

29. Tests

29.1 For carrying out mandatory tests as prescribed in the specifications, the Contractor shall
establish field laboratory at the location decided by Engineer. The field laboratory will have
minimum of equipments as specified in the Contract Data. The contractor shall be solely
responsible for:

a. Carrying out the mandatory tests prescribed in the Specifications, and

b. For the correctness of the test results, whether preformed in his laboratory or elsewhere.

29.2 If the Engineer instructs the Contractor to carry out a test not specified in the Specification/
Quality Assurance Handbook to check whether any work has a Defect and the test shows
that it does, the Contractor shall pay for the test and any samples. If there is no defect, the
test shall be a compensation event.

When required by the Engineer-in-charge the contractor(s) shall supply for the purpose of
testing samples of all materials proposed to be used in the works. Samples submitted
either to govern bulk supplies or required for testing before use shall be in suitable
packages to contain them and shall be provided free of charge by the contractor. The cost
of testing shall be borne by the contractor even if the result of the sample confirm or do not
confirm to the relevant BIS code specifications.

i. All expenditure required to be incurred for taking the samples conveyance, packing
shall be borne by the contactor himself.
ii. The failed material shall be removed from the site by the contractor at his own cost
within a week time of written order of the Engineer-in-charge.
115
29.3 Setting of Site Laboratories:

Contractors shall set up a laboratory at site before commencement of work at their cost for
performing various tests and at least the following machines and equipments shall be pro-
vided therein –

1. Set of Sieves as per I.R.C. /I.S.

2. Compressive Testing Machine(For new works)

3. Oven, Electrically Operated

4. Weighing Balance (20 kg capacity)

5. 3 m straight edge

6. Sieve shaker

7. First Aid Box

8. Measuring Jar (for silt content)

9. Other Machines/apparatus as may be directed by the Engineer

10. Vernier Caliber

11. Level / Theodolite

All the test records shall be maintained in the site office and made available as and when
required. The laboratory must be established within 15 days from the date of receipt of the orders
from Engineer In charge. On failure to do so, a penalty of Rs 1000/- per day shall be imposed.

The contractor shall install testing equipment at site. The contractor shall ensure and certify
the calibration of the equipment so installed and shall maintain the same in working order
throughout the period of construction. The contractor shall also provide necessary technically
qualified experienced trained staff for carrying out such tests for using such equipment. The tests
shall be carried out under the supervision of the Engineer-in-charge. The calibration shall be
checked every twelve months as directed by Engineer-in-charge.

30. Correction of Defects noticed during the Defects Liability Period.

30.1 (a) The Engineer shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins at Completion and ends after five years. The
Defects Liability Period shall be extended for as long as Defects remain to be corrected.

116
(b) Every time notice of Defect/Defects is given, the Contractor shall correct the notified
Defect/Defects within the duration of time specified by the Engineer’s notice.

(c) The Engineer may issue notice to the Contractor to carry out removal of defects or
deficiencies, if any, noticed in his inspection, or brought to his notice. The Contractor
shall remove the defects and deficiencies within the period specified in the notice and
submit to the Engineer a compliance report.

31. Uncorrected Defects and Deficiencies

31.1 If the Contractor has not corrected a Defect pertaining to the Defect Liability Period under
clause and deficiencies in maintenance, to the satisfaction of the Engineer, within the time
specified in the Engineer's notice, the Engineer will assess the cost of having the Defect or
deficiency corrected, and the Contractor shall pay this amount, on correction of the Defect
or deficiency by another agency.

D. Cost Control

32. Variations

The Engineer shall, having regard to the scope of the Works and the sanctioned estimated
cost, have power to order, in writing, Variations within the scope of the Works he considers
necessary or advisable during the progress of the Works. Such Variations shall form part of the
Contract and the Contractor shall carry them out and include them in updated Programmes
produced by the Contractor. Oral orders of the Engineer for Variations, unless followed by written
confirmation, shall not be taken into account.

33. Payments for Variations

33.1 If rates for Variation items are specified in the Bill of Quantities, the Contractor shall carry
out such work at the same rate.

33.2 The rate for Extra/Excess shall be governed by clause 10.A of Standard General Condition
of Contract

34. Cash Flow Forecasts

When the Programme is updated, the Contractor shall provide the Engineer with an updated
cash flow forecast.

117
35. Payment Certificates

The payment to the Contractor will be as follows for construction work:

(a) A bill shall be submitted by the Contractor monthly or before the date fixed by the Engineer
In-charge for all works executed in the previous month, and the Engineer In-charge shall
take or cause to be taken requisite measurement for the purpose of having the same verified
and the claim, so far as it is admissible, shall be adjusted, if possible, within 10 days from
the presentation of the bill. If the contractor does not submit the bill within the time fixed
as aforesaid, the Engineer In-charge may depute a subordinate to measure up the said work
in the presence of the contractor or his duly authorized agent whose counter signature to the
measurement list shall be sufficient warrant, and Engineer In-Charge may prepare a bill
from such list which shall be binding on the contractor in all respects.

(b) The Engineer shall check the Contractor's fortnightly/monthly statement within 14 days and
certify the amount to be paid to the Contractor.

(c) The value of work executed shall be determined, based on measurements by the Engineer.

(d) The value of work executed shall comprise the value of the quantities of the items in the
Bill of Quantities completed.

(e) The value of work executed shall also include the valuation of Variations and Compensation
Events.

(f) The Engineer may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later information.
(g) The contractor shall submit all bills on the printed forms at the office of Engineer In-
charge. The charges to be made in the bills shall always be entered at the rates specified in
tender.

36. Payments

36.1 Payments shall be adjusted for deductions for advance payments, retention, security
deposit, other recoveries in terms of the Contract and taxes at source, as applicable under
the law. The Employer shall pay the Contractor the amounts certified by the Engineer
within 15 days of the date of each certificate.

36.2 All sums payable by a contractor by way of compensation under any of these conditions,
shall be considered as a reasonable compensation to be applied to the use of MCGM

118
without reference to the actual loss or damage sustained and whether any damage has or has
not been sustained.

36.3 No payment shall be made for any work estimated to cost less than Rupees One Thousand
till after the whole of work shall have been completed and the certificate of completion
given. But in the case of works estimated to cost more than Rs. One Thousand, the
contractor shall on submitting a monthly bill therefore be entitled to receive payment
proportionate to the part of the work than approved and passed by the Engineer In-charge,
whose certificate of such approval and passing of the sum so payable shall be final and
conclusive against the contractor. All such intermediate payments shall be regarded as
payments by way of advance against the final payments only and not as payments for work
actual done and completed and shall not preclude the Engineer In-charge from requiring
any bad, unsound, imperfect or unskillful work to be removed or taken away and
reconstructed or re-erected nor shall any such payment be considered as an admission of the
due performance of the contract or any part thereof in any respect or the offering of any
claim not shall it conclude, determine or effect in any other way, the powers of the Engineer
In-charge as to the final settlement and adjustment of the accounts or otherwise, or in any
other way vary or effect the contract. The final bill shall be submitted by the Contractor
within one month of the date fixed for the completion of the work otherwise the Engineer
In-charge’s certificate of the measurements and of the total amount payable for the work
shall be final and binding on all parties.

37. The Contractor shall not be entitled to compensation to the extent that the Employer's
interests are adversely affected by the Contractor for not having given early warning or not
having cooperated with the Engineer.

38. Tax

All taxes, duties, cess and charges such as Octroi, Service Tax, Terminal or Sales
Tax, VAT etc. and other duties on material obtained for the work from any source including
the tax applicable as per Maharashtra Sales Tax Act, on the transfer of property in goods in-
volved in the execution of work contract (re-enacted) Act 1989 or as amended shall be
borne by tenderer. The tenderer will not be reimbursed the taxes, duties, cess and charges
whether now in force or that may be enforced in future.

Rates accepted by MCGM shall hold good till completion of work and no additional
individual claim shall be admissible on account of fluctuations in market rates; increase in
taxes/any other levies/tolls etc. except that payment/recovery for overall market situation
shall be made as per Price Variation.

119
39. Currencies

All payments will be made in Indian Rupees.

40. Liquidated Damages

Both, the Contractor and the Employer have agreed that it is not feasible to
precisely estimate the amount of losses due to delay in completion of works and the losses
to the public and the economy, therefore, both the parties have agreed that the Contractor
shall pay liquidated damages to the Employer and not by way of penalty, at the rate per
week or part thereof stated in the Contract Data for the period that the Completion Date is
later than the Intended Completion Date. Liquidated damages at the same rates shall be
withheld if the Contractor fails to achieve the milestones prescribed in the Contract Data.
However, in case the Contractor achieves the next milestone, the amount of the liquidated
damages already withheld shall be restored to the Contractor by adjustment in the next
payment certificate. The Employer and the contractor have agreed that this is a reasonable
agreed amount of liquidated damage. The Employer may deduct liquidated damages from
payments due to the Contractor. Payment of liquidated damages shall not affect the
Contractor’s other liabilities.

41. Cost of Repairs

Loss or damage to the Works or Materials to be incorporated in the Works between


the Start Date and the end of the Defects Correction periods shall be remedied by the
Contractor at his cost if the loss or damage arises from the Contractor's acts or omissions.

E. Finishing the Contract

42. Completion of Construction and Maintenance

42.1 The Contractor shall request the Engineer to issue a certificate of completion of the
construction of the works, and the Engineer will do so upon deciding that the works is
completed. This shall be governed as per clause no.8(g) of Standard General Conditions of
Contract.

43. Taking Over

43.1 The Employer shall take over the works within seven days of the Engineer issuing a
certificate of completion of works. The Contractor shall continue to remain responsible for
its routine maintenance during the maintenance period if specified in the contract.

120
44. Final Account
Final joint measurement along with the representatives of the contractor should be
taken recorded and signed by the Contractors. Contractors should submit the final bill
within 1 month of physical completion of the work.
If the contractor fails to submit the final bill within 1 month, the MCGM staff will prepare
the final bill based on the joint measurement within next 3 months.
Engineer’s decision shall be final in respect of claims for defect and pending claims
against contractors.
No further claims should be made by the Contractor after submission of the final
bill and these shall be deemed to have been waived and extinguished. Payment of those
items of the bills in respect of which there is no dispute and of items in dispute, for
quantities and rates as approved by the Commissioner shall be made within a reasonable
period as may be necessary for the purpose of verification etc.
After payment of the final bill as aforesaid has been made, the contractor may, if he
so desires, reconsider his position in respect of a disputed portion of the final bills and if he
fails to do so within 84 days, his disputed claim shall be dealt with as provided in the
contract.
A percentage of the retention money, over and above the actual retention money as
indicated below shall be held back from payments till the finalization of final bill to be
submitted as per above and will be paid within 30 days of acceptance of the final bill.
Sr.no. Amount of Contract Cost Minimum Payable Amount in final bill
1 Upto Rs.5 Crs. Rs.10 Lacs or final bill whichever is more
2 Upto Rs.25 Crs. Rs.1 Crore or final bill amount whichever is
more
3 Upto Rs. 50 Crs. Rs.2 Crores or final bill amount whichever is
more
4 Upto Rs.100 Crs. Rs.4 Crore or final bill amount whichever is
more
5 More than Rs.100 Crs.. Rs.7 Crore or final bill amount whichever is
more
The contractor have to submit the bill for the work carried out within 15 days from
the date of completion of the work to the respective executing department. If the contractor
fails to submit their bills to concerned executing department, penalty or action as shown
below will be taken for each delayed bill:-
After 15 days from the date of completion/running Equal to 5% of bill amount
bill upto certain date, upto next 15 days i.e. upto 30
days
Next 15 days upto 45 days from the date of Equal to 10% of bill amount
completion/running bill upto specified date
If not submitted witin 45 days from the date of Bill will not be admitted for
completion/ R.A. bill payment.

121
45. Operating and Maintenance Manuals

45.1 If "as built" Drawings and/or operating and maintenance manuals are required, the
Contractor shall supply them by the dates stated in the Contract Data.

45.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the
Contract Data, or they do not receive the Engineer's approval, the Engineer shall withhold
the amount stated in the Contract Data from payments due to the Contractor.

46. Termination

46.1 The Employer or the Contractor may terminate the Contract if the other party causes a
fundamental breach of the Contract.

46.2 Fundamental breaches of Contract shall include, but shall not be limited to, the following:

a) the Contractor stops work for 30 days when no stoppage of work is shown on the current
Programme and the stoppage has not been authorized by the Engineer;

b) the Contractor is declared as bankrupt or goes into liquidation other than for approved
reconstruction or amalgamation;

c) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach
of Contract and the Contractor fails to correct it within a reasonable period of time
determined by the Engineer;

d) the Contractor does not maintain a Security, which is required;

e) the Contractor has delayed the completion of the Works by the number of days for which
the maximum amount of liquidated damages can be paid, as defined in relevant clause.

f) the Contractor fails to provide insurance cover as required under relevant clause .

g) if the Contractor, in the judgment of the Employer, has engaged in the corrupt or fraudulent
practices as defined in GCC in competing for or in executing the Contract.

h) if the Contractor fails to set up a field laboratory with the prescribed equipment, within the
period specified in the Contract Data; and

i) any other fundamental breaches as specified in the Contract Data.

j) if the Contractor fails to deploy machinery and equipment or personnel as specified in the
Contract Data at the appropriate time.
122
46.3 When either party to the contract gives notice of a breach of contract to the Engineer for a
cause other than those listed above, the Engineer shall decide whether the breach is
fundamental or not.

46.4 Notwithstanding the above, the Employer may terminate the Contract for convenience.

46.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe
and secure, and leave the Site as soon as reasonably possible.

47. Payment upon Termination

47.1 If the Contract is terminated because of a fundamental breach of Contract by the


Contractor, the Engineer shall issue a certificate for value of the work done and materials
ordered less liquidated damages, if any, less advance payments received up to the date of
the issue of the certificate and less the percentage to apply to the value of the work not
completed, as indicated in the Contract Data. If the total amount due to the Employer
exceeds any payment due to the Contractor, the difference shall be recovered from the
security deposit, and performance security. If any amount is still left un-recovered it will be
a debt due from the Contractor to the Employer

47.2 If the Contract is terminated at the Employer's convenience, the Engineer shall issue
a certificate for the value of the work done, the reasonable cost of removal of Equipment,
repatriation of the Contractor's personnel employed solely on the Works, and the
Contractor's costs of protecting and securing the Works and less advance payments received
up to the date of the certificate, less other recoveries due in terms of the Contract, and less
taxes due to be deducted at source as per applicable law.

48. Property

48.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be
deemed to be the property of the Employer for use for completing balance construction
work if the Contract is terminated because of the Contractor's default, till the Works is
completed after which it will be transferred to the Contractor and credit, if any, given for its
use.

49. Release from Performance

If the Contract is frustrated by the outbreak of war or by any other event entirely
outside the control of the Employer or the Contractor, the Engineer shall certify that the
Contract has been frustrated. The Contractor shall make the Site safe and stop work as
123
quickly as possible after receiving this certificate and shall be paid for all work carried out
before receiving it and for any work carried out afterwards to which a commitment was
made.

A) Other Conditions of Contract

50. Labour

50.1 The Contractor shall, unless otherwise provided in the Contract, make his own
arrangements for the engagement of all staff and labour, local or other, and for their
payment, housing, feeding and transport.

50.2 The Contractor shall, if required by the Engineer, deliver to the Engineer a return in
detail, in such form and at such intervals as the Engineer may prescribe, showing the staff
and the number of the several classes of labour from time to time employed by the
Contractor on the Site and such other information as the Engineer may require.

51. Compliance with Labour Regulations

(a) During continuance of the Contract, the Contractor and his sub-Contractors shall
abide at all times by all existing labour enactments and rules made there under, regulations,
notifications and bye laws of the State or Central Government or local authority and any
other labour law (including rules), regulations, bye laws that may be passed or notification
that may be issued under any labour law in future either by the State or the Central
Government or the local authority.

(b) Furthermore, the Contractor shall keep the Employer indemnified in case any
action is taken against the Employer by the competent authority on account of
contravention of any of the provisions of any Act or rules made there under, regulations or
notifications including amendments. If the Employer is caused to pay or reimburse, such
amounts as may be necessary to cause or observe, or for non-observance of the provisions
stipulated in the notifications/bye laws/Acts/Rules/regulations including amendments, if
any, on the part of the Contractor, the Engineer/Employer shall have the right to deduct any
money due to the Contractor including his amount of performance guarantee. The
Employer/Engineer shall also have right to recover from the Contractor any sum required or
estimated to be required for making good the loss or damage suffered by the Employer.

(c) The Contractor shall require his employees to obey all applicable laws, including those
concerning safety at work.

124
(d) The employees of the Contractor and the Sub-Contractor in no case shall be treated as
the employees of the Employer at any point of time.

52. Drawings and Photographs of the Works

52.1 The Contractor shall do photography/video photography of the site firstly before the start of
the work, secondly mid-way in the execution of different stages of work as required by
Engineer In-charge and lastly after the completion of the work. No separate payment will
be made to the Contractor for this.

52.2 The Contractor shall not disclose details of Drawings furnished to him and works on which
he is engaged without the prior approval of the Engineer in writing. No photograph of the
works or any part thereof or plant employed thereon, except those permitted under above
clause, shall be taken or permitted by the Contractor to be taken by any of his employees or
any employees of his sub-Contractors without the prior approval of the Engineer in writing.
No photographs/ Video photography shall be published or otherwise circulated without the
approval of the Engineer in writing.

53. The Apprentices Act, 1961

The Contractor shall duly comply with the provisions of the Apprentices Act 1961 (III of
1961), the rules made there under and the orders that may be issued from time to time under
the said Act and the said Rules and on his failure or neglect to do so, he shall be subject to
all liabilities and penalties provided by the said Act and said Rules.

54 Contract Document
The documents forming the contract are to be taken as mutually explanatory of one another.
Unless otherwise provided in the contract, the priority of the documents forming the contract
shall be, as follows:

1) Contract Agreement (if completed)

2) The letter of Acceptance

3) The Bid:

4) Addendum to Bid; if any

5) Tender Document

6) The Bill of Quantities:


125
7) The Specification:

8) Detailed Engineering Drawings

9) Standard General Conditions of Contracts (GCC)

10) All correspondence documents between bidder/contractor and MCGM.

55 Conflict of Interest

The Applicant shall not have a conflict of interest (the “Conflict of Interest”) that affects the
Bidding Process. Any Applicant found to have a Conflict of Interest shall be disqualified. An
Applicant shall be deemed to have a Conflict of Interest affecting the Bidding Process, if

1. A constituent of such Applicant is also a constituent of another Applicant; or

2. Such Applicant has the same legal representative for purposes of this Application as any
other Applicant; or

3. Such Applicant, or any Associate thereof has a relationship with another Applicant, or any
Associate thereof, directly or through common third party/ parties, that puts either or both
of them in a position to have access to each other’s information about, or to influence the
Application of either or each other; or

4. The Applicant shall be liable for disqualification if any legal, financial or technical adviser
of the Authority in relation to the Project is engaged by the Applicant, its Member or any
Associate thereof, as the case may be, in any manner for matters related to or incidental to
the Project. For the avoidance of doubt, this disqualification shall not apply where such
adviser was engaged by the Applicant, its Member or Associate in the past but its
assignment expired or was terminated 6 (six) months prior to the date of issue of this
TENDER. Nor will this disqualification apply where such adviser is engaged after a period
of 3 (three) years from the date of commercial operation of the Project.

56. Applications and costs thereof


No Applicant shall submit more than one Application for the Project. An applicant applying
individually shall not be entitled to submit another application either individually. The
Applicant shall be responsible for all of the costs associated with the preparation of their
Applications and their participation in the Bid Process. The Authority will not be
responsible or in any way liable for such costs, regardless of the conduct or outcome of the

126
Bidding Process.

57. Acknowledgment by Applicant

It shall be deemed that by submitting the Application, the Applicant has:


a. made a complete and careful examination of the tender;
b. received all relevant information requested from the Authority;
c. accepted the risk of inadequacy, error or mistake in the information provided in the
tender or furnished by or on behalf of the Authority relating to any of the matters
referred; and
d. Agreed to be bound by the undertakings provided by it under and in terms hereof.
“The Authority” shall not be liable for any omission, mistake or error in respect of any
of the above or on account of any matter or thing arising out of or concerning or
relating to the TENDER or the Bidding Process, including any error or mistake therein
or in any information or data given by the Authority.

58. Right to accept or reject any or all Applications/ Bids

Notwithstanding anything contained in this TENDER, “The Authority” reserves the right to
accept or reject any Application and to annul the Bidding Process and reject all
Applications/ Bids, at any time without any liability or any obligation for such acceptance,
rejection or annulment, and without assigning any reasons therefore. In the event that the
Authority rejects or annuls all the Bids, it may, in its discretion, invite all eligible Bidders to
submit fresh Bids hereunder.
“The Authority” reserves the right to reject any Application and/ or Bid if:
(a) at any time, a material misrepresentation is made or uncovered, or
(b) the Applicant does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the Application.
In case it is found during the evaluation or at any time before signing of the Agreement or
after its execution and during the period of subsistence thereof including the concession
thereby granted by “The Authority”, that one or more of the pre-qualification conditions
have not been met by the Applicant, or the Applicant has made material misrepresentation
or has given any materially incorrect or false information, the Applicant shall be
disqualified forthwith if not yet appointed as the Successful Bidder either by issue of the
LOA (Letter of Approval) or entering into of the Agreement, and if the Applicant has
already been issued the LOA or has entered into the Concession Agreement, as the case
127
may be, the same shall, notwithstanding anything to the contrary contained therein or in
this TENDER, be liable to be terminated, by a communication in writing by “The
Authority” to the Applicant, without the Authority being liable in any manner whatsoever
to the Applicant and without prejudice to any other right or remedy which the Authority
may have under this TENDER, the Bidding Documents, the Concession Agreement or
under applicable law.
“The Authority” reserves the right to verify all statements, information and documents
submitted by the Applicant in response to the TENDER. Any such verification or lack of
such verification by the Authority shall not relieve the Applicant of its obligations or
liabilities hereunder nor will it affect any rights of the Authority there under.

59 The bid shall be rejected if the bidder-

a. Stipulates the validity period less than 180 days.


b. Stipulates own condition/conditions.
c. Does not fill and (digital) sign undertaking forms, which are
incorporated, in the document.

60 Clarifications
Applicants requiring any clarification on the tender may notify “the Authority” in writing or
by fax or e-mail. They should send in their queries before the date specified in the header
data. “The Authority” shall Endeavor to respond to the queries within the period specified
therein. The responses will be sent by fax and/or e-mail. The Authority will forward all the
queries and its responses thereto, to all purchasers of the TENDER without identifying the
source of queries.
“The Authority” shall Endeavor to respond to the questions raised or clarifications sought
by the Applicants. However, the Authority reserves the right not to respond to any question
or provide any clarification, in its sole discretion, and nothing in this Clause shall be taken
or read as compelling or requiring the Authority to respond to any question or to provide
any clarification, but not later than the date provided in header data.
“The Authority” may also on its own motion, if deemed necessary, issue interpretations and
clarifications to all Applicants. All clarifications and interpretations issued by the Authority
shall be deemed to be part of the tender. Verbal clarifications and information given by
Authority or its employees or representatives shall not in any way or manner be binding on
the Authority.

128
61 Amendment of tender
At any time prior to the deadline for submission of Application, the Authority may, for any
reason, whether at its own initiative or in response to clarifications requested by an
Applicant, modify the tender by the issuance of Addendum.
Any Addendum thus issued will be sent in writing/ Fax/ Email to all those who have
purchased the tender.
In order to afford the Applicants a reasonable time for taking an Addendum into account, or
for any other reason, the Authority may, in its sole discretion, extend the Application Due
Date.

Preparation and Submission of Application


62 Language

The Application and all related correspondence and documents in relation to the Bidding
Process shall be in English language. Supporting documents and printed literature furnished
by the Applicant with the Application may be in any other language provided that they are
accompanied by translations of all the pertinent passages in the English language, duly
authenticated and certified by the Applicant. Supporting materials, which are not translated
into English, may not be considered. For the purpose of interpretation and evaluation of the
Application, the English language translation shall prevail.

63 Format and signing of Application

The Applicant shall provide all the information sought under this TENDER. The Authority
will evaluate only those Applications that are received in the required formats and complete
in all respects. Incomplete and /or conditional Applications shall be liable to rejection.
The Applicant will upload bid in One Folder in electronic form which shall contain the
scanned certified copies of the documents given below and the documents uploaded has to
be digitally signed by the bidder. These copies shall be certified by Practicing Notary
approved by the Govt. of Maharashtra or Govt. of India with his stamp, clearly stating his
name & registration number, except where original documents are demanded

64 Marking of Applications
The Applicant shall submit the Application in the format specified at Appendix-I, together
with the documents, upload in folder as “VENDOR” together with their respective
enclosures
129
Applications submitted by fax, telex, telegram shall not be entertained and shall be rejected
outright.

65 Late Applications
Applications received by the Authority after the specified time on the Application Due Date
shall not be eligible for consideration and shall be summarily rejected.

66 Confidentiality
Information relating to the examination, clarification, evaluation, and recommendation for
the short-listed qualified Applicants shall not be disclosed to any person who is not
officially concerned with the process or is not a retained professional advisor advising the
Authority in relation to or matters arising out of, or concerning the Bidding Process. The
Authority will treat all information, submitted as part of Application, in confidence and will
require all those who have access to such material to treat the same in confidence. The
Authority may not divulge any such information unless it is directed to do so by any
statutory entity that has the power under law to require its disclosure or is to enforce or
assert any right or privilege of the statutory entity and/ or the Authority or as may be
required by law or in connection with any legal process.

67 Clarification Of Financial Bids


To assist in the examination, evaluation and comparison of Bids, the Engineer may, at his
discretion, ask any bidder for clarification of his Bid, including breakdown of unit rates.
The request for clarification and the response shall be in writing or by post/facsimile/e-
mail. No Bidder shall contact the Engineer on any matter relating to his bid from the time
of the bid opening to the time the contract is awarded. Any effort by the Bidder to
influence the Engineer in the Engineer’s bid evaluation, bid comparison or contract award
decisions may result in the rejection of the Bidder’s bid.

68 Inspection of site and sufficiency of tender:

1. The Contractor shall inspect and examine the site and its surrounding and shall satisfy
himself before submitting his tender as to the nature of the ground and subsoil (so far as is
practicable), the form and nature of the site, the quantities and nature of the work and
materials necessary for the completion of the works and means of access to the site, the
accommodation he may require and in general shall himself obtain all necessary

130
information as to risk, contingencies and other circumstances which may influence or affect
his tender. He shall also take into consideration the hydrological and climatic conditions.

2. The Employer may make available to the Contractor data on hydrological and sub-
surface conditions as obtained by or on his behalf from investigations relevant to the works
but the Contractor shall be responsible for his own interpretation thereof. The contractor
shall engage his investigating agency with prior approval of the Engineer from the
approved list of such agencies by MCGM or Govt at his cost initially before commencing
actual work and which shall be reimbursed immediately subject to satisfaction of the
Engineer for faithful compliance and submission of required data regarding such
investigation within specified time.

3. The Contractor shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender for the works and of the rates and prices quoted in
the schedule of works / items / quantities, or in Bill of Quantities, which rates and prices
shall, except as otherwise provided cover all his obligations under the Contract and all
matters and things necessary for proper completion and maintenance of the works. No
extra charges consequent on any misunderstanding.

4. Not Foreseeable Physical Obstructions or Conditions: If, however, during the


execution of the Works the Contractor encounters physical obstructions or physical
conditions, other than climatic conditions on the Site, which obstructions or conditions
were, in his opinion, not foreseeable by an experienced contractor, the Contractor shall
forthwith give notice thereof to the Engineer. On receipt of such notice, the Engineer shall,
if in his opinion such obstructions or conditions could not have been reasonably foreseen by
an experienced contractor, after due consultation with the Contractor, determine:

 any extension of time to which the Contractor is entitled and

 The amount of any costs which may have been incurred by the Contractor by reason
of such obstructions or conditions having been encountered, which shall be added to
the Contract Price.

 and shall notify the Contractor accordingly. Such determination shall take account
of any instruction which the Engineer may issue to the Contractor in connection
therewith, and any proper and reasonable measures acceptable to the Engineer
which the Contractor may take in the absence of specific instructions from the
Engineer.However such costings shall be got approved by the competent authority
as governed vide rules prevailing with authority.
131
5. Office for the Engineer (Works costing upto Rs.50 Lakhs)

The Contractor shall at his own cost and to satisfaction of the Engineer provide a small
temporary office, at the work-site which will include tables, chairs and lockers for keeping
the records. He shall also make necessary arrangements for drinking water, telephone with a
pre-requisite of e-governance and electronic communication. These offices are not to be
allowed on public roads without the written instruction of the Engineer. These offices
should be preferably located within 50 to 500 m of the worksite. In case the office is more
than 500m away from the worksite, the contractor is to provide conveyance for Municipal
Staff.

6. Office for the Engineer (Works costing above Rs.50 lakhs)

The Contractor shall at his own cost and to satisfaction of the Engineer provide a temporary
office at the work-site which will include tables, chairs and lockers for keeping the records.
He shall also make necessary arrangements for drinking water, latrines, with doors,
windows, locks, bolts and fastenings sufficient for security for the Engineer, and his
subordinates, as close to the works from time to time in progress as can be conveniently
arranged, and shall at his own cost furnish the office with such chairs, tables, lockers, locks
and fastenings as may be required by the Engineer, and no expense of any kind in
connection with the erection or upkeep of the offices or fittings shall be borne by the
Corporation, but all such work shall be carried out by the Contractor and the expenses
thereof defrayed by him. The Contractor shall also make water connections and fit up stand
pipe with a bib tap at each office. The latrines and the water connections shall be subject to
all the conditions herein elsewhere laid down for temporary water connection and latrines
generally with all requisite equipments for e-governance and electronic and digital
communication. These offices are not to be allowed on public roads without the written
instruction of the Engineer. These offices should be preferably located within 50 to 500 m
of the worksite. In case the office is more than 500m away from the worksite, the contractor
is to provide conveyance. Also, for staff working beyond working hours the contractor has
to provide conveyance.

7. Permission for provision and removal of office on completion of work: The


tenderer shall obtain permission for provision of site office, cement go-down, store, etc. on
payment of necessary cost implication. The cement go-down, Watchman cabins, etc. shall
be provided as directed and shall be removed by the Tenderers on completion of the work at
their cost. It is binding on the Tenderer to fulfill requirements of Environmental

132
Authorities. The location of such office shall be finalized and got approved from the
Engineer before erection/commencement work.

8. Contractor’s office near works: The Contractor shall have an office near the works
at which notice from the Commissioner or the Engineer may be served and shall, between
the hours of sunrise and sunset on all working days, have a clerk or some other authorized
person always present at such office upon whom such notices may be served and service of
any notices left with such clerk or other authorized person or at such office shall be deemed
good service upon the Contractor and such offices shall have pre-requisite facilities for e-
governance.

69 Official Secrecy:

The Contractor shall of all the persons employed in any works in connection with the
contract that the India Official Secrets Act 1923 (XIX of 1923) applies to them and will
continue to apply even after execution of the said works and they will not disclose any
information regarding this contract to any third party. The contractor shall also bring into
notice that, any information found to be leaked out or disclosed the concern person as well
as the Contractor will be liable for penal action; further the Corporation will be at liberty to
terminate the contract without notice.

70 Subsequent Legislation:

If on the day of submission of bids for the contract, there occur changes to any National or
State stature, Ordinance, decree or other law or any regulation or By-laws or any local or
other duly constituted authority or the introduction of any such National or State Statute,
Ordinance, decree or by which causes additional or reduced cost to the Contractor, such
additional or reduced cost shall, after due consultation with the Contractor, be determined
by the concerned Engineering Department of MCGM and shall be added to or deducted
from the Contract Price with prior approval of competent authority and the concerned
Engineering Department shall notify the Contractor accordingly with a copy to the
Employer. MCGM reserve the right to take decision in respect of addition/reduction of cost
in contract.

71 Patent, Right and Royalties:

133
The contractor shall save harmless and indemnify the Corporation from and against all
claims and proceedings for or on account of infringement of any Patent rights, design
trademark or name of other protected rights in respect of any constructional plant, machine
work, or material used for or in connection with the Works or any of them and from and
against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect
thereof or in relation thereto. Except where otherwise specified, the contractor shall pay all
tonnage and other royalties, rent and other payments or compensation, if any, for getting
stone, sand, gravel, clay or other materials required for the works or any of them.

72 Payments, Tax and Claims:

 The limit for unforeseen claims


Under no circumstances whatever the contractor shall be entitled to any compensation from
MCGM on any account unless the contractor shall have submitted a claim in writing to the
Eng-in-change within 1 month of the case of such claim occurring.
 No interest for delayed payments due to disputes, etc:

It is agreed that the Municipal Corporation of Greater Mumbai or its Engineer or Officer
shall not be liable to pay any interest or damage with respect of any moneys or balance
which may be in its or its Engineer’s or officer’s hands owing to any dispute or difference
or claim or misunderstanding between the Municipal Corporation of Greater Bombay or its
Engineer or Officer on the one hand and the contractor on the other, or with respect to any
delay on the part of the Municipal Corporation of Greater Bombay or its Engineer or
Officers in making periodical or final payments or in any other respect whatever.

73 Settlement of Disputes:

 Termination of contract for death

If the Contractor is an individual or a proprietary concern and the individual or the


proprietor dies and if the Contractor is a partnership concern and one of the legal
representative of the individual Contractor or the proprietor of the proprietary concern and
in case of partnership, the surviving partners, are capable of carrying out and completing
the contract, the Commissioner shall be entitled to cancel the contract as to its uncompleted
part without the Corporation being in any way liable to payment of any compensation to the
estate of the deceased Contractor and or to the surviving partners of the Contractor’s firm
on account of the cancellation of the contract. The decision of the Commissioner that the
legal representative of the deceased Contractor or surviving partners of the Contractor’s
firm cannot carry out and complete the contract shall be final and binding on the parties. In
134
the event of such cancellation the Commissioner shall not hold estate of the deceased
Contractor and or surviving partners of the Contractor’s firm liable in damages for not
completing the contract.

 Settlement of Disputes:

If any dispute or differences of any kind whatsoever other than those in respect of which,
the decision of any person is, by the Contract, expressed to be final and binding) shall arise
between the Employer and the Contractor or the Engineer and the Contractor in connection
with or arising out of the Contract or carrying out of the Works (Whether during the
progress of the Works or after their completion and whether before or after the termination,
abandonment or breach of the Contract) it, the aggrieved party may refer such dispute
within a period of 7 days to the concerned Addl. Municipal Commissioner who shall
constitute a committee comprising of three officers i.e. concerned Deputy Municipal
Commissioner or Director (ES&P), Chief Engineer other than the Engineer of the Contract
and concerned Chief Accountant. The Committee shall give decision in writing within 60
days. Appeal on the Order of the Committee may be referred to the Municipal
Commissioner within 7 days. Thereafter the Municipal Commissioner shall constitute a
Committee comprising of three Addl. Municipal Commissioners including Addl. Municipal
Commissioner in charge of Finance Department. The Municipal Commissioner within a
period of 90 days after being requested to doso shall give written notice of committee’s
decision to the Contractor. Save as herein provided such decision in respect of every matter
so referred shall be final and binding upon both parties until the completion of the works,
and shall forthwith be given effect to by the Contractor who shall proceed with the works
with due diligence, whether he requires arbitration as hereinafter provided or not. If the
Commissioner has given written notice of the decision to the Contractor and no Claim to
arbitration has been communicated within a period of 90 days from receipt of such notice
the said decision shall remain final and binding upon the Contractor.

74 Arbitration and Jurisdiction:

If the Commissioner shall fail to give notice of the decision as aforesaid within a period of
90 days after being requested as aforesaid, or if the Contractor be dissatisfied with any such
decision, then and in any such case the Contractor may within 90 days after receiving
notice of such decision or within 90 days after the expirations of the first named period of
90 days (as the case may be) require that the matter or matters in dispute be referred to
arbitration as hereinafter provided. All disputes or differences in respect of which the

135
decision (if any) of the Commissioner has not become final and binding as aforesaid shall
be finally settled by

Arbitration as follows:
Arbitration shall be effected by a single arbitrator agreed upon the parties. The arbitration
shall be conducted in accordance with the provisions of the Arbitration Act, 1996 or any
statutory modifications thereof, and shall be held at such place and time within the limits of
Brihan Mumbai as the arbitrator may determine. The decision of the arbitrator shall be final
and binding upon the parties hereto and the expense of the arbitration shall be paid as may
be determined by the arbitrator. Performance under the Contract shall, if reasonably be
possible, continued during the arbitration proceedings and payment due to the Contractor
by the Employer shall not be withheld unless they are the subject matter of arbitration
proceedings. The said arbitrator shall have full power to open up, review and revise any
decision, opinion, direction, certification or valuation of the Commissioner and neither
party shall be limited in the proceedings before such arbitrator to the evidence or arguments
put before the Commissioner for the purpose of obtaining his said decision. No decision
given by the Commissioner in accordance with the foregoing provisions shall disqualify
him from being called as a witness and giving evidence before the arbitrator on any matters
whatsoever relevant to the disputes or difference referred to the arbitrator as aforesaid. All
awards shall be in writing and for claims equivalent to 5,00,000 or more such awards shall
state reasons for amounts awarded. The expenditure of arbitration shall be paid as may be
determined by arbitrator.
In case of any claim, dispute or difference arising in respect of a contract, the cause of
action thereof shall be deemed to have arisen in Mumbai and all legal proceedings in
respect of any claim, dispute or difference shall be instituted in a competent court in the
City of Mumbai only.

75 Copyright:

The copyright of all drawings and other documents provided by the Contractor
under the contract shall remain vested in the Contractor or his sub-contractors as the case
may be the employer shall have a license to use such drawings and other documents in
connection with the design, construction, operation, maintenance of the works. At any time
the Employer shall have further license without additional payment to the Contractor to use
any such drawings or documents for the purpose of making any improvement of the works

136
or enlargement or duplication of any part thereof, provided that such improvement,
enlargement, or duplication by itself or in conjunction with any other improvements,
enlargements or duplications already made in accordance with the further license does not
result in the duplication of the whole works.

76. Receipts to be signed in firm’s name by any one of the partners:

Every receipt for money which may become payable or for any security which may
become transferable to the Contractor under these present shall, if signed in the partnership
name by any one of the partners, be a good and sufficient discharge to the Commissioner
and Municipal Corporation in respect of the money or security purporting to be
acknowledged thereby, and in the event of death of any of the partners during the pendency
of this contract, it is hereby expressly agreed that every receipt by any one of the surviving
partners shall, if so signed as aforesaid, be good and sufficient discharge as aforesaid
provided that nothing in this clause contained shall be deemed to prejudice or effect any
claim which the Commissioner or the Corporation may hereafter have against the legal
representatives of any partners so dying or in respect of any breach of any of the conditions
thereof, provided also that nothing in this clause contained shall be deemed prejudicial or
affect the respective rights or obligations of the Contractors and of the legal representatives
of any deceased Contractors interest.

77 Proprietary data
All documents and other information supplied by the Authority or submitted by an
Applicant to the Authority shall remain or become the property of the Authority. Applicants
are to treat all information as strictly confidential and shall not use it for any purpose other
than for preparation and submission of their Application. The Authority will not return any
Application or any information provided along therewith.
78 Correspondence with the Applicant
Save and except as provided in this TENDER, the Authority shall not entertain any
correspondence with any Applicant in relation to the acceptance or rejection of any
application.
79 Price Variation Clause

The Contractor shall be reimbursed or shall refund to the Corporation as he case


may be the variation in the value of the work carried out from time to time, depending on
whether the prices of material and labour as a whole rise or fall, and the method adopted
for such computations shall be as given below, it being clearly understood that the

137
contractor shall have no claim for being reimbursed on the ground that the price of a
particular material or group of materials have risen beyond the limits of the presumptions
made in the following paras, however, no price variations shall be made applicable for
contracts upto 12 months:

A) Controlled materials: Price variations shall be permitted in respect of these


materials the price level of which is controlled by the Government or its agency. The rate
ruling on the date of submission of the tender shall be considered as the basic price of such
material for adjustment. Any variation in this rate shall be considered for reimbursement to
the contractor or refund to be claimed from the contractor as the case may be. The
contractor shall, for the purpose of adjustment submit in original the relevant documents
from the suppliers.

B) Labour and other materials: For the purpose of this contract and for allowing
reimbursement of refund on account of variation of prices of (i) labour, and (ii) materials
other than materials mentioned in A above, computation will be based on the formula
enunciated below which is based on the presumptions that :

i) The general price level of labour, rises or falls in proportion to the rise or fall of consumer
price index number 9 (general) for working class in Mumbai.

ii) The general price level of materials rises or falls in proportion to rise or fall of whole-sale
price index as published by ‘Economic Adviser to Govt. of India’.

iii) And that the component of labour is to the extent of 30 percent of 88 percent and the
component of materials is to the extent of 70 percent of 88 percent of the value of the work
carried out. The remaining 12 percent being the presumptive profit of the contractor.
a) Formula for Labour component:

VL = (0.88 R) x 30 x ( I – IO)
100 IO

b) Formula for Material component :


VM = (0.88 R x 70 - C) x (W – WO)
100 WO
Where –
VL = Amount of price variation to be reimbursed or claimed as refund on account of
general rise or fall of index referred to above.

138
I = Consumer Price Index number of working class for Mumbai (declared by the
Commissioner of Labour and Director of Employment, Mumbai) applicable to the
period under reference (base year ending 2004-05 as 100 i.e. new series of indices).

IO = Consumer price index number for working class for Mumbai (declared by the
Commissioner of labour and Director of Employment, Mumbai) prevailing, on the
day of 28 days prior to the date of submission of the tender.

VM = The amount of price variation to be reimbursed or claimed as refund on account of


general rise or fall of wholesale price index for period under reference.

W = Average wholesale price index as published by Economic Adviser to Govt. of India


applicable to the period under reference.

WO = Wholesale price index as stated above prevailing on the day of 28 days prior to the
date of submission of the tender.

R = Total value of the work done during the period under reference as recorded in the
Measurement Book excluding water charges and sewerage charges but including cost
of excess in respect of item upto 50 percent

C = Total value of Controlled materials used for the works as recorded in Measurement
Book and paid for at original basic rate plus the value of materials used .

i) The quantity of the Controlled material adopted in working out the value of ‘C’ shall be
inclusive of permitted wastages as / if mentioned in specifications.

ii) The basic rate for the supply of controlled material shall be inclusive of all the components
of cost of materials excluding transport charges incurred for bringing the material from
place of delivery to the site.

Computations based on the above formula will be made for the period of each bill
separately and reimbursement will be made to (when the result is plus) and refund will
claimed from (when the result is minus) the contractor’s next bill. The above formulae will
be replaced by the formulae in Annexure-I as and when mentioned in special conditions of
contract
The operative period of the contract for application of price variation shall mean the period
commencing from the date of commencement of work mentioned in the work order and
ending on the date when time allowed for the work order and ending on the date when time
allowed for the work specified in the contract for work expires, taking into consideration,
139
the extension of time, if any, for completion of the work granted by Engineer under the
relevant clause of the conditions of contract in cases other than those where such extension
is necessitated on account of default of the contractor.
The decision of the Engineer as regards the operative period of the contract shall be final
and binding on the contractors.

iii) Where there is no supply of controlled items to contractor the component ‘C’ shall be taken
as zero.

C) Adjustment after completion: If the Contractor fails to complete the works within the time
for completion adjustment of prices thereafter until the date of completion of the works
shall be made using either the indices or prices relating to the prescribed time for
completion, or the current indices or prices whichever is more favorable to the employer,
provided that if an extension of time is granted, the above provision shall apply only to
adjustments made after the expiry of such extension of time.

D) Price variation will be calculated similarly and separately for extra items and / or excess
quantities and provisional sums calculated under Sub Clause 10 (b)A (i)&(ii) and Sub
Clause 10 (b) B(ii) based on the above formula/formulae in Annexure-I as and when
mentioned in Special conditions of contract; IO and WO being the indices applicable to the
date on which the rates under Sub Clause 10 (a)A (i)&(ii) and Sub Clause 10 (a) B(iii) are
fixed. No price variation shall be admissible for FAIR items created during execution.

80. Maximum Price Variation shall be as follows:

Time Period of Project Maximum limit of Price


Variation
Up to 12 months No variation allowed
Above12 months to 24 5%
months
Above 24 months 10%

*Approval of AMC/MC shall be obtained before invitation of tender in case


of any changes in above.
Note: 1) The extension in time period for the projects originally estimated including
monsoon results in change of price variation slabs as mentioned above
i.e.from first slab to second slab or from second slab to third slab, then the
maximum limit of original slab will prevail.
2) Operative period shall mean original or extended time period of contract.
For example:

140
Extension of Time period Maximum Price Variation
If original period of 11 months No variation allowed
including monsoon extends to 16.
The operative period will be 11+5
months.
If original period of 11 months Maximum 5% variation allowed
excluding monsoon extends to 16.
The operative period will be 11+5
months.

Price Variation during Extended Period of Contract:

(i) Extension Due To Modification & Extension for delay due to MCGM :

The price variation for the period of extension granted shall be limited to the amount
payable as per the Indices. In case the indices increases or decreases, above/below the
indices applicable, to the last month of the original or extended period vide clause8(l)(a)(i)
and (ii) of standard GCC

(ii) Extension Of Time For Delay Due To Contractor :

(a) The price variation for the period of extension granted shall be limited to the amount
payable as per the Indices in case the indices increase, above the indices applicable, to the
last month of the original completion period or the extended period vide above clause
8(l)(a)(i) and (ii) of standard GCC.

(b) The price variation shall be limited to the amount payable as per the indices, in case the
indices decrease or fall below the indices applicable, to the last month of original /
extended period of completion period vide above clause 8(l)(b) of standard GCC, then
lower indices shall be adopted.

(iii) Extension of Time For Delay due to reasons not attributable to MCGM and Contractor
(Reference Cl.8(d) of Standard GCC):

The price variation for the period of extension granted shall be limited to the amount
payable as per the Indices in case the indices increases or decreases, above/below the
indices applicable, to the last month of the original period.

81. Payment:

Interim Payment :

141
i) Interim bills shall be submitted by the Contractor from time to time (but at an
interval of not less than one month) for the works executed. The Engineer shall arrange to
have the bill s verified by taking or causing to be taken, where necessary, the requisite
measurement of work.

ii) Payment on account for amount admissible shall be made on the Engineer certifying
the sum to which the Contractor is considered entitled by way of interim payment for all the
work executed, after deducting there from the amount already paid, the security deposit /
retention money and such other amounts as may be deductible or recoverable in terms of
the contract.

iii) On request, the contractor will be paid upto 75 percent of the value of the work
carried out as an adhoc payment in the first week of next month after deducting there from
recoveries on account of advances, interest, retention money, income tax etc. The balance
payment due will be paid thereafter.

iv) No interim payment will be admitted until such time the Contractor have fully
complied with the requirement of the Condition no.8 (g) and 8 (h) concerning submission
and approval of Network Schedule for the works, as detailed in Condition 8 (h). A fixed
sum shall be held in abeyance at the time of next interim payment for non-attainment of
each milestone in the network and shall be released only on attainment of the said
milestone.

v) An interim certificate given relating to work done or material delivered may be


modified or corrected by a subsequent interim certificate or by the final certificate. No
certificate of the Engineer supporting an interim payment shall of itself be conclusive
evidence that any work or materials to which it relates is / are in accordance with the
contract.

82 Banning/De-Registration of Agencies of Construction works in MCGM

 The regulations regarding Demotion/ Suspension Banning for specific period or


permanently / De-Registration shall be governed as per the respective condition
in Contractor Registration Rules of MCGM.

142
83. JOINT VENTURE
In case if Joint Venture is allowed for the Project, the guidelines for JV as follows shall
be incorporated in the Tender Document:
a) Joint Venture should be allowed only when the number of identifiable different works is
more than one and/or the estimated cost of tender is more than Rs.100 Crores. JV shall also
be allowed for complex technical work below Rs.100 Crores with the approval of con-
cerned AMC
b) Separate identity/name shall be given to the Joint Venture firm.
c) Number of members in a JV firm shall not be more than three in normal circumstances, if
the work involves only one discipline (say Civil or Electrical). If number of members in JV
is required to be more than three, then approval of concerned AMC needs to be sought.
d) A member of JV firm shall not be permitted to participate either in individual capacity or as
a member of another JV firm in the same tender.
e) The tender form shall be purchased and submitted in the 'name of the JV firm or any con-
stituent member of the JV.
f) Normally EMD shall be submitted only in the name of the JV and not in the name of con-
stituent member. However, EMD in the name of lead partner can be accepted subject to
submission of specific request letter from lead partner stating the reasons for not submitting
the EMD in the name of JV and giving written confirmation from the JV partners to the ef-
fect that the EMD submitted by the lead partner may be deemed as EMD submitted by JV
firm.
g) One of the members of the JV firm shall be the lead member of the JV firm who shall have
a majority (at least 51%) share of interest in the JV firm. The other members shall have a
share of not less than 20% each in case of JV firms with up to three members and not less
than 10% each in case of JV firms with more than three members. In case of JV firm with
foreign member(s), the lead member has to be an Indian firm with a minimum share of
51%.
h) A copy of Letter of Intent or Memorandum of Understanding (MoU) executed by the JV
members shall be submitted by the JV firm along with the tender. The complete details of
the members of the JV firm, their share and responsibility in the JV firm etc. particularly
with reference to financial technical and other obligation shall be furnished in the agree-
ment.
i) Once the tender is submitted, the agreement shall not be modified/altered/terminated during
the validity of the tender. In case the tenderer fails to observe/comply with this stipulation,
the full Earnest Money Deposit (EMD) shall be forfeited. In case of successful tenderer, the
validity of this agreement shall be extended till the currency of the contract expires.
j) Approval for change of constitution of JV firm shall be at the sole discretion of the MCGM.
The constitution of the JV firm shall not be allowed to be modified after submission of the
tender bid by the JV firm except when modification becomes inevitable due to succession
laws etc. and in any case the minimum eligibility criteria should not get vitiated. In any
case the Lead Member should continue to be the Lead Member of the JV firm. Failure to
observe this requirement would render the offer invalid.
k) Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to
be altered during the currency of contract except when modification become inevitable due
143
to succession laws etc. and in any case the minimum eligibility criteria should not get viti-
ated. Failure to observe this stipulation shall be deemed to be breach of contract with all
consequential penal action as per contract condition.
l) On award of contract to a JV firm, a single Performance Guarantee shall be required to be
submitted by the JV firm as per tender conditions. All the Guarantees like Performance
Guarantee, Bank Guarantee for Mobilization advance, machinery Advance etc. shall be ac-
cepted only in the name of the JV firm and no splitting of guarantees amongst the members
of the JV firm shall be permitted.
m) On issue of LOA, an agreement among the members of the JV firm (to whom the work has
been awarded) has to be executed and got registered before the Registrar of the Companies
under Companies Act or before the Registrar / Sub-Registrar under the Registration Act,
1908. This agreement shall be submitted by the JV firm to the MCGM before signing the
contract agreement for the work. (This agreement format should invariably be part of the
tender condition). In case the tenderer fails to observe/comply with this stipulation, the full
Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken
against partners of the JV and the JV. This joint venture agreement shall have, inter-alia,
following clauses:-
i. Joint and several liability - The members of the JV firm to which the contract is awarded,
shall be jointly and severally liable to the Employer (MCGM) for execution of the project
in accordance with General and Special conditions of the contract. The JV members shall
also be liable jointly and severally for the loss, damages caused to the MCGM during the
course of execution of the contract or due to no execution of the contract or part thereof.
ii. Duration of the Joint Venture Agreement -It shall be valid during the entire period of the
contract including the period of extension if any and the maintenance period after the
work is completed.
iii. Governing Laws - The Joint Venture Agreement shall in all respect be governed by and in-
terpreted in accordance with Indian Laws.
iv. Authorized Member -Joint Venture members shall authorize one of the members on behalf
of the Joint Venture firm to deal with the tender, sign the agreement or enter into contract
in respect of the said tender, to receive payment, to witness joint measurement of work
done, to sign measurement books and similar such action in respect of the said ten-
der/contract. All notices/correspondences with respect to the contract would be sent only
to this authorized member of the JV firm.
No member of the Joint Venture firm shall have the right to assign or transfer the interest
right or liability in the contract without the written consent of the other members and that of
the employer in respect of the said tender/contract.
n. Documents to be enclosed by the JV firm along with the tender:
i. In case one or more of the members of the JV firm is/are partnership firm(s), following
documents shall be submitted:
a. Notary certified copy of the Partnership Deed,
b. Consent of all the partners to enter into the Joint Venture Agreement on a stamp
paper of appropriate value (in original).
c. Power of Attorney (duly registered as per prevailing law) in favor of one of the
partners to sign the MOU and JV Agreement on behalf of the partners and cre-
ate liability against the firm.
144
ii. In case one or more members is/are Proprietary Firm or HUF, the following documents
shall be enclosed:
a. Affidavit on Stamp Paper of appropriate value declaring that his Concern is a
Proprietary Concern and he is sole proprietor of the Concern OR he is in posi-
tion of "KARTA" of Hindu Undivided Family and he has the authority, power
and consent given by other partners to act on behalf of HUF.
iii. In case one or more members is/are limited companies, the following documents shall
be submitted:
a. Notary certified copy of resolutions of the Directors of the Company, permitting
the company to enter into a JV agreement, authorizing MD or one of the Direc-
tors or Managers of the Company to sign MOU, JV Agreement, such other doc-
uments required to be signed on behalf of the Company and enter into liability
against the company and/or do any other act on behalf of the company.
b. Copy of Memorandum and articles of Association of the Company.
c. Power of Attorney (duly registered as per prevailing law) by the Company au-
thorizing the person to do/act mentioned in the para (a) above.

o. All the members of the JV shall certify that they have not been black listed or debarred by
MCGM from participation in tenders/contract in the past either in their individual capacity
or the JV firm or partnership firm in which they were members / partners.
p. Credentials & Qualifying criteria: Technical and financial eligibility of the JV firm shall be
adjudged based on satisfactory fulfilment of the following criteria:
Technical eligibility criteria: In case of Work involving single discipline, the Lead member of the
JV firm shall meet at least 35% requirement of technical capacity as stipulated in tender document.
OR
In case of composite works (e.g. works involving more than one distinct component such as Civil
Engineering works, M&E works, Electrical works, etc. and in the case of major bridges,
substructure and superstructure etc.), at least one member should have satisfactorily completed
35% of the value of any one component of the project work so as to cover all the components of
project work or any member having satisfactorily completed 35% of the value of work of each
component during last seven financial years.
In such cases, what constitutes a component in a composite work shall be clearly defined as
part of the tender condition without any ambiguity.

Financial eligibility criteria: The contractual payments received by the JV firm or the arithmetic
sum of contractual payments received by all the members of JV firm in any one of the previous
three financial years and shall be at least 100% of the estimated value of the work as mentioned
in the tender.

84. Compensation for delay:


If the Contractor fails to complete the works and clear the site on or before the Contract
or extended date(s) / period(s) of completion, he shall, without prejudice to any other
right or remedy of Municipal Corporation on account of such breach, pay as agreed
compensation, amount calculated as stipulated below (or such smaller amount as may
be fixed by the Engineer) on the contract value of the whole work or on the contract
145
value of the time or group of items of work for which separate period of completion are
given in the contract and of which completion is delayed for every week that the whole
of the work of item or group of items of work concerned remains uncompleted, even
though the contract as a whole be completed by the contract or the extended date of
completion. For this purpose the term ‘Contract Value’ shall be the value of the work
at Contract Rates as ordered including the value of all deviations ordered:
• Completion period for projects (originally stipulated or as extended) not exceeding
6 months : to the extent of maximum 1 percent per week.
• Completion period for projects (originally stipulated or as extended) exceeding 6
months and not exceeding 2 years: to the extent of maximum ½ percent per week.
• Completion period for projects (originally stipulated or as extended) exceeding 2
years : to the extent of maximum ¼ percent per week.
When the delay is not a full week or in multiple of a week but involves a fraction of a
week the compensation payable for that fraction shall be proportional to the number of
days involved.
Provided always that the total amount of compensation for delay to be paid this
condition shall not exceed the undernoted percentage of the Contract Value of the item
or group of items of work for which a separate period of completion is given.
i) Completion period (as originally stipulated or as extended) not exceeding 6 months:
10 percent.
ii) Completion period (as originally stipulated or as extended) exceeding 6 months and
not exceeding 2 years : 7½ percent.
iii) Completion period (as originally stipulated or as extended) exceeding 2 years : 5
percent.
The amount of compensation may be adjusted set off against any sum payable to the
contractor under this or any other contract with the Municipal Corporation.

85. Action And Compensation Payable In Case Of Bad Work And Not Done As Per
Specifications
All works under or in course of execution or executed in pursuance of the contract,
shall at all times be open and accessible to the inspection and supervision of the
Engineer-in-charge, his authorized subordinates in charge of the work and all the
superior officers, officer of the Vigilance Department of the MCGM or any
organization engaged by the MCGM for Quality Assurance and the contractor shall, at
all times, during the usual working hours and at all other times at which reasonable
notice of the visit of such officers has been given to the contractor, either himself be
present to receive orders and instructions or have a responsible agent duly accredited in
146
writing, present for that purpose. Orders given to the Contractor’s agent shall be
considered to have the same force as if they had been given to the contractor himself.
If it shall appear to the Engineer-in-charge or his authorized subordinates in-charge of
the work or to the officer of Vigilance Department, that any work has been executed
with unsound, imperfect or unskillful workmanship or with materials of any inferior
description, or that any materials or articles provided by him for the execution of the
work are unsound or of a quality inferior to that contracted for or otherwise not in
accordance with the contract, the contractor shall, on demand in writing which shall be
made within twelve months of the completion of the work from the Engineer-in-
Charge specifying the work, materials or articles complained of notwithstanding that
the same may have been passed, certified and paid for forthwith rectify, or remove and
reconstruct the work so specified in whole or in part, as the case may require or as the
case may be, remove the materials or articles so specified and provide other proper and
suitable materials or articles at his own charge and cost. In the event of the failing to do
so within a period specified by the Engineer-in-Charge in his demand aforesaid, then
the contractor shall be liable to pay compensation at the same rate as under clause 8.e.
of the general condition of contract in section 9 of tender document (for Compensation
for delay) for this default. In such case the Engineer-in Charge may not accept the item
of work at the rates applicable under the contract but may accept such items at reduced
rates as the Engineer in charge may consider reasonable during the preparation of on
account bills or final bill if the item is so acceptable without detriment to the safety and
utility of the item and the structure or he may reject the work outright without any
payment and/or get it and other connected and incidental items rectified, or removed
and re-executed at the risk and cost of the contractor. Decision of the Engineer-in-
Charge to be conveyed in writing in respect of the same will be final and binding on
the contractor.
If the penalisation amount exceeds maximum limit with respect to Clause 8.e of
Standard General Conditions of Contract, then a show cause notice shall necessarily be
issued to the contract as to why the contract should not be terminated.

86. Contractors remain liable to pay compensation:


In any case in which any of the powers conferred upon the Engineer In-charge by
the relevant clauses in documents that form a part of contract as exercised or is
exercisable in the event of any future case of default by the Contractor, he is
declared liable to pay compensation amounting to the whole of his security deposit.
The liability of the Contractor for past and future compensation shall remain
unaffected.
In the event of the Executive Engineer taking action against these relevant clauses,
he may, if he so desires, take possession of all or any tools and plant, materials and

147
stores in or upon the work of site thereof or belonging to the Contractor or procured
by him and intended to be used for the execution of the work or any part thereof
paying or allowing for the same in account at the contract rates, or in the case of
contract rates not being applicable at current market rates to be certified by the
Executive Engineer, may after giving notice in writing to the Contractor or his staff
of the work or other authorized agent require him to remove such tools and plants,
materials or stores from the premises within a time to be specified in such notice and
in the event of the Contractor failing to comply with any such requisition, the
Executive Engineer may remove them at the contractors expense of sell them by
auction or private sell on account of the Contractor at his risk in all respects and
certificate of the Executive Engineer as to the expense of any such removal and the
amount of the proceeds an expense of any such sell be final and conclusive against
the Contractor.

87. No Claim To Any Payment Or Compensation Or Alteration In Or Restriction Of


Work
(a)If at any time after the execution of contract documents, the Engineer shall for any
reason whatsoever, desires that the whole or any part of the works specified in the
Tender should be suspended for any period or that the whole or part of the work should
not be carried out, at all, he shall give to the Contractor a Notice in writing of such
desire and upon the receipt of such notice, the Contractor shall forthwith suspend or
stop the work wholly or in part as required after having due regard to the appropriate
stage at which the work should be stopped or suspended so as not to cause any damage
or injury the work already done or endanger the safety thereof, provided that the
decision of the Engineer as to the stage at which the work or any part of it could be or
could have been safely stopped or suspended shall be final and conclusive against the
contractor.
The Contractor shall have no claim to any payment or compensation whatsoever by
reason of or in pursuance of any notice as aforesaid, on account of any suspension,
stoppage or curtailment except to the extent specified hereinafter.
(b) Where the total suspension of Work Order as aforesaid continued for a
continuous period exceeding 90 days the contractor shall be at liberty to withdraw from
the contractual obligations under the contract so far as it pertains to the unexecuted part
of the work by giving 10 days prior notice in writing to the Engineer within 30 days of
the expiry of the said period of 90 days, of such intention and requiring the Engineering
to record the final measurement of the work already done and to pay final bill. Upon
giving such Notice, the Contractor shall be deem to have been discharged from his
obligations to complete the remaining unexecuted work under his contract. On receipt
of such notice the Engineer shall proceed to complete the measurement and make such
payment as may be finally due to the contractor within a period of 90 days from the
receipt of such Notice in respect of the work already done by the contractor. Such

148
payment shall not in any manner prejudice the right of the contractor to any further
compensation under the remaining provisions of this clause.
(c)Where the Engineer required to Contractor to suspend the work for a period in
excess of 30 days at any time or 60 days in the aggregate, the Contractor shall be
entitled to apply to the Engineer within 30 days of the resumption of the work after
such suspension for payment of compensation to the extent of pecuniary loss suffered
by him in respect of working machinery remained ideal on the site of on the account of
his having an to pay the salary of wages and labour engaged by him during the said
period of suspension provided always that the contractor shall not be entitled to any
claim in respect of any such working machinery, salary or wages for the first 30 days
whether consecutive or in the aggregate or such suspension or in respect of any such
suspension whatsoever occasion by unsatisfactory work or any other default on his
part, the decision of the Engineer in this regard shall be final and conclusive against the
contractor.

88. Contractor to supply plant, ladder, scaffolding, etc and is liable for damages
arising from non provision of lights, fencing, etc.
The Contractor shall supply at his own cost all material, plant, tools, appliances,
implements, ladders, cordage, tackle scaffolding and temporary works requisite or
proper for the proper execution of the work, whether, in the original altered or
substituted form and whether included in the specification of other documents forming
part of the contract or referred to in these conditions or not and which may be
necessary for the purpose of satisfying or complying with the requirements of the Eng-
In-Charge as to any matter as to which under these conditions is entitled to be satisfied,
or which is entitled to require together with the carriage therefore to and from the
work.
The Contractor shall also supply without charge, the requisite number of person with
the means and materials necessary for the purpose of setting out works and counting,
weighing and assisting in the measurements of examination at any time and from time
to time of the work or materials, failing which the same may be provided by the
Engineer In-charge at the expense of the contractor and the expenses may be deducted
from any money due to the contractor under the contract or from his security deposit or
the proceeds of sale thereof, or offers sufficient portion thereof.
The contractor shall provide all necessary fencing and lights required to protect the
public from accident and shall also be bound to bear the expenses of defence of every
suit, action or other legal proceedings, that may be brought by any person for injury
sustained owing to neglect of the above precautions and to pay any damages and cost
which may be awarded in any such suit action or proceedings to any such person or
which may with the consent of the contractor be paid for compromising any claim by
any such person.
149
89. Prevention of Fire :
The contractor shall not set fire to any standing jungle, trees, brushwood or grass
without a written permit from the Engineer In-charge. When such permit is given,
and also in all cases when destroying cut or dug up trees brushwood, grass, etc., by
fire, the contractor shall take necessary measure to prevent such fire spreading to or
otherwise damaging surrounding property. The Contractor shall make his own
arrangements for drinking water for the labour employed by him.
90. Compensation for all damages done intentionally or unintentionally by contractor’s
labour whether in or beyond the limits of MCGM property including any damage
caused by spreading the fire shall be estimated by the Engineer In-charge or such
other officer as he may appoint and the estimate of the Engineer in-charge to the
decision of the Dy. Chief Engineer on appeal shall be final and the contractor shall
be bound to pay the amount of the assessed compensation on demand failing which
the same will be recovered from the Contractor as damages or deducted by the
Engineer In-charge from any sums that may be due or become due from MCGM to
contractor under this Contract or otherwise. Contractor shall bear the expenses of
defending any action or other legal proceedings that may be brought to prevent the
spread of fire and he shall pay any damages and costs that may be awarded by the
Court in consequence.
91. In the case of Tender by partners, any change in the constitution of the firm shall be
forthwith, notified by the contractor through the Engineer In-charge for his
information.
92. Action where no specifications :
In the case of any class of work for which there is no such specifications, such works
shall be carried out in accordance with the specifications and in the event of there
being no such specifications, then in such case, the work shall be carried out in all
respects in accordance with all instructions and requirements of the Engineer In-
charge.

93. Safety and medical help :


(i) The Contractor shall be responsible for and shall pay the expenses of providing
medical help to any workmen who may suffer a bodily injury as a result of an
accident. If such expenses are incurred by MCGM, the same shall be recoverable
from the contractor forthwith and be included without prejudice to any other remedy
of MCGM from any amount due or that may become due to the Contractor.
(ii) The contractor shall provide necessary personal safety equipment and first-aid box
for the use of persons employed on the site and shall maintain the same in condition
suitable for immediate use at any time.
(iii) The workers shall be required to use the safety equipments so provided by the

150
contractor and the contractor shall take adequate steps to ensure the proper use of
equipments by those concerned.
(iv) When the work is carried on in proximity to any place where there is risk or drawing
all necessary equipments shall be provided and kept ready for use and all necessary
steps shall be taken for the prompt rescue of any person in danger.
94. No compensation shall be allowed for any delay caused in the starting of the work
on account of acquisition of land or in the case of clearance of works, on account of
ant delay in according to sanction of estimates.

95. Anti-malaria and other health measures:


Anti-Malaria and other health measures shall be taken as directed by the Executive
Health Officer of MCGM. Contractor shall see that mosquitogenic conditions are
created so as to keep vector population to minimum level. Contractor shall carry
out anti-malaria measures in the area as per the guidelines issued by the Executive
Health Officer of MCGM from time to time.
In case of default, in carrying out prescribed anti-malaria measures resulting in
increase in malaria incidence, contractor shall be liable to pay MCGM on anti-
malaria measures to control the situation in addition to fine.

151
SECTION 10
SPECIFICATIONS

& SELECTION OF MATERIAL

152
10.1 SPECIFICATIONS & SELECTION OF MATERIAL
The tender is prepared on the basis of Unified Schedule of Rates and specifications 2013.
The specifications of the items of USOR are available on MCGM portal http://portal.mcgm.gov.in
under the Tender tab. Hence the deserving contractor shall either download the same from MCGM
portal or the same may be collected in the soft copy format at the time of purchasing the tender
from this office.
10.2 SELECTION OF MATERIAL
1. All materials brought on the site of work and meant to be used in the same, shall be the best
of their respective kinds and to the approval of the Engineer. The Engineer or his represen-
tative will accept that the materials are really the best of their kinds, when it is proved be-
yond doubt that no better materials of the particular kind in question are available in the
market.

2. The contractor shall obtain the approval of the Engineer of samples of all materials to be
used in the works and shall deposit these samples with him before placing an order for the
materials with the suppliers. The materials brought on the works shall conform in every re-
spect to their approved samples. Fresh samples shall be deposited with the Engineer when-
ever the type or source of any material changes.

3. The contractor shall check each fresh consignment of materials as it is brought to the site of
works to see that they conform in all respects to the Specifications of the samples approved
by the Engineer, or both.

4. The Engineer will have the option to have any of the materials tested to find out whether
they are in accordance with the Specifications and the Contractor will bear all expenses for
such testing. All B bills, vouchers and test certificates, which in the opinion of the Engineer
or his representative are necessary to convince him as to the quality of the materials or their
suitability shall be produced for his inspection when required.

5. Any materials that have not been found to conform to the specifications will be rejected
forthwith and shall be removed from the site by the contractor at his own cost within 24
hours.

6. The Engineer shall have power to cause the Contractors to purchase and use such materials
from any particular source, as may in his opinion be necessary for the proper execution of
the work.

7. Notwithstanding the source, the sand shall be washed using sand washing machine before
use.

153
10.3 GENERAL NOTES:

The detailed description, notes, rates and unit of payment of various items mentioned in the BOQ
and rate shall be as per Unified schedule of Rates w.e.f. 16.9.2013 as amended of the M.C.G.M
mentioned below:

Sr.No. Department Abbreviation

1 Building Works/ Common Schedule CS


2 Roads RW
3 Traffic and Signalling RT
4 Bridges BW
5 Water Supply Projects WSP
6 Hydraulic Engg. HE
7 Sewerage Projects SP
8 Storm Water Drains SWD
9 Mechanical and Electrical ME
10 Garden Works GW

10.4 MILD STEEL PIPE FABRICATION WORK SPECIFICATIONS

Fabrication of Pipes and specials detailed specifications

F-1 Scope of Specifications: These specifications shall cover the work of:
1) Procuring of M.S plates, cut plates etc of required size and thickness and other MS structural steel
such as channels ,angles ,flats ,nut bolts etc as per relevant B.I.S specifications for fabrication of
pipes and specials and transporting these material s to the contractor’s approved/ nominated sub
contractor’s factory for fabrication of pipes, specials etc.

2) Fabricating MS pipes specials etc from Mild Steel plates and other structural steel including all
welding etc at contractor or approved nominated sub contractor’s factory /Factories as per IS-
3589 (Latest Revision) and M.C.G.M’s requirement.
3) carrying out Hydraulic test to the specified pressure for the fabricated pipes in the factory.
4) Cleaning and painting of pipes, specials and any other fabricated materials with suitable paint
externally or internally wherever required.
154
5) Loading in factory ,transporting to the site of pipe laying work wherever required by adopting
suitable transporting means without any damages including all loading ,unloading and stacking
carefully the pipes ,specials etc as required and as directed.
F-2 Procurement of material by the Contractor:
Materials required for fabrication of pipes, bends and specials etc Mild steel plates of
required size and thickness shall be procured at contractor’s cost conforming to IS 2062:2006 (or
latest revision ). The M.S. Pipes of dia. 1200 mm & above shall be manufactured from plates
confirming to IS 2062- FE -410 Cu-WA (Copper bearing quality) with copper content as per product
analysis between 0.17 to 0.38 percent & the M.S. Pipes of dia. below 1200 mm shall be
manufactured from plates confirming to IS 2062- FE -410.The M.S. pipes shall be fabricated as per
IS 3589(i.e. the fabricated company shall have ISI certificate for fabrication of respective dia. of MS
pipes). Spirally welded pipes will not be allowed. Every 10th welding joint of mild steel pipe water
main shall be tested in metallurgical laboratory for its strength.
The tenderer shall note that the payment towards procurement of M.S. plates for fabricating. M.S.
pipes / specials will be made as per tender item only. No extra charges / payment for using M.S.
pipes fabricated from Fe 410 Cu-WA( copper bearing quality with copper content between 0.17% to
0.38 % as per specifications will be entertained / considered on any account.
All the pipe material should be procured from reputed manufacturers such as JINDAL SAIL,
ESSAR, ISPAT etc .The contractor shall submit the original test certificate from the manufacturer for
the grade of the material and yield strength.
One sample from each lot as per IS specifications shall be tested in approved laboratory at
the cost of the contractor.
The contractor shall not start the fabricating of pipes and specials before the test certificate from the
NABL accredited and approved laboratory conforming physical and chemical properties of steel to
IS specification as above are submitted to the Engineer in charge.
The Contractor shall procure M.S plates and other structural steel required for fabricating
pipes and specials considering the wastage's/scrap etc and rate quoted shall be inclusive of taking
into consideration wastage's/scrap.
The contractor should carefully judge the balance fabricated quantities required before procurement
of material once 90 % of the material quantities as per BOQ are procured and fabricated. The
balance quantity will be based on the final exact length of pipeline to be laid under the contract and
the material will be procured by the contractor as per his best judgments M.C.G.M will not be
responsible in any manner for under or over procurement nor for any delay or loss on this account.

155
F-3 Stacking of Plates and Other structural Steel in the Contractor’s/Nominated fabrication
factory and inspection and testing of the same:
The contractor shall intimate to the engineer in-charge well in advance the Programme of
transporting and stacking MS plates and other structural steel etc at contractor’s factory to enable the
Engineer /Engineer's representative to make necessary arrangement for inspection and sampling for
test.

F-4 Factory:

The contractor/Bidder’s factory/nominated Fabrication Factory for fabrication work of M.S


pipes and specials shall have an existing authorized and duly valid licensed factory for the
fabrication of pipes and specials having the ISI license and ISO certificate. The Fabrication factory
must be equipped with all necessary mechanical and electrical equipment in sound working order for
carrying out the various operations involved in the work under the tender /Contract such as rolling,
automatic welding, cutting, testing machining etc.
The fabrication factory must have previous experience of fabrication of M.S pipes by longitudinal
and circumferential welding process only required for this tender. Spiral welding for M.S. pipes will
not be allowed.
The fabrication factory shall have Hydraulic testing machines to test the M. S. Pipes for length
ranging between 5 to 7 R.m. The Bidder prior to start of Fabrication shall furnish with his tender the
details of factory where he intend to get the fabrication of pipe and specials done such as its location,
the equipment, plant and other facilities available in the factory for manufacturing of MS pipes and
specials required under this contract along with necessary credential documents of fabrication
factory.
F-5 Fabrication of pipes:
Pipe shall be fabricated from the M.S plates and other structural component etc shall be
fabricated from steel plates and other steel materials procured by contractor as mentioned in clause
F-2. The welded joint shall be tested in accordance with the procedure laid down in IS: 3600 Part-I.

F-6 Cutting of Plates /Rolling of Plates /Tacking of Drums /Assembly of drums into pipe:
The ends of finished pipe in the factory shall necessarily have bevel edge or V edge with or
without shoulder cut /root face to facilitate hand welding in the field.
As field welding is to be carried out from inside in case of bigger diameter pipes i.e. 1200
mm and above ,the bevel edge for them shall usually from inside.

156
During fabrication of pipe cutting of plate, grinding of edges to develop smooth surface, to
have straight cut edges should be adopted by the contractor.
The plate of required size cut as per above shall be put in rolling to form of pipe of required
diameter. The contractor should adjust the rolling machine so as to give uniform curvature to the
pipe throughout its circumference. In this regard necessary precaution and check should be kept by
the contractor during rolling of plate into pipe.
Rolling drum should be kept on assembly platform for tacking, care being taken to ensure
that the tacked drums have their end faces at right angle to the axis of the pipe .The tacked drums
then transferred to an assembly platform where they shall be tack-welded together to form suitable
pipe lengths. Plate shall be bent in the maximum possible width to reduce the number of
circumferential joints.
The longitudinal joints shall be staggered at 90 degree .The drums when tacked together
shall have no circumferential gap when the welding is done on automatic welding machine .But
when hand welding is adopted as gap of 2 mm to 4mm shall be maintained to obtain a good butt
welded joint.
The assembly should be truly cylindrical and without any kinks. The faces shall be at right
angle to the axis of the cylinder. A suitable arrangement for testing the correctness of the faces shall
be provided by the contractor at the assembly platform.
F-7 Full Welding of the Pipes:
a) Electrode:
The contractor shall use electrodes of approved make and size depending on the thickness
of plate and type of joint .Welding electrode shall confirm to IS NO .814 of 1967 “specification
covered for electrode for metal arc welding of mild steel pipe (second or latest revision)’.
For welding of pipes and specials in fabricating unit and also at site electrode confirming to
IS: 814 and classified as EB542H3JX i.e. low hydrogen electrodes and equivalent to ADOR Welding
Ltd ‘s brand name SUPERBASEXPLUS Electrode shall be used as per manufacturers specification .
The corresponding SAW (Submerged arc welding) wire and flush shall be equivalent to ADOR
welding Ltd. Brand’s Auto Melt Gr EL -8, 4 mm dia wire and Auto Melt Gr.A55 Flux. After
completing the welding of joints of pipe or plates from one side, the welding on the other side shall
be taken up .Before starting the welding on the other side, the joints shall be gauged to remove
irregular penetration on the even surface is exposed.
b) Testing of Welded Joint:
The welded joints shall be tested in accordance with the procedure laid down in IS 3600 of
1966.”Codes of procedure for testing of fusion welded joints and weld metals in Steel.”

157
The entire cost of the tests including taking out samples, machining the test pieces,
transport to and fro the Laboratory and testing them in a laboratory ,the cost of patching up the tests
piece hole in pipe, payment of all testing fees ,cleaning and painting etc shall be borne by the
contractors. At least one test specimen shall be taken out from every 200 meters length of pipes
fabricated.
F-8 Hydraulic Test:
Depending on the requirement of the pipe laying works, pipes will have to be manufacture
in standard lengths of about 5.4 m to 7.2 m. The contractor shall provide machines and apparatus for
testing all pipes of lengths standardized by the Engineer from time to time. Each fabricated pipe
shall be tested at factory. The test pressure for pipes fabricated shall be 16 kg/sq cm.The pressure
shall be applied gradually by approved means and shall be maintained for at least for 2 minutes as
per IS 3589.The hydraulic test shall be carried out under the cover at fabrication shop in the presence
and to the satisfaction of engineer.
Each pipe shall be legibly marked with the following details:
a) Manufacturer’s name or trade-mark;
b) Inside diameter and specified Shell thickness;
c) Pipe designation.
d) Pipe Sr. No
PIPE LAYING WORK SPECIFICATION:
F-9 Transporting:
All pipes and specials fabricated in Factory shall be transported to site of laying .The item
of transport covers the cost of loading on the factory, transporting to the site of laying or to stacking
yard. There shall be no free fall of fabricated material s while unloading .The material stacked at site
shall be jointly inspected by the engineer and the contractor and any defect and damage noticed shall
be repaired immediately to the satisfaction of Engineer.
F-10 Providing Steel Props from inside of Pipe:
In order to be able to provide effectively the cement mortar lining to the inside of the pipe
line and to avoid the difficulties during the work, it is necessary that the pipes are maintained in
circular Shape throughout the work. In order to achieve the same, steel adjustable screw type props
of acrow or similar approved make should be fixed inside the pipe. The deflection of pipe should be
limited to 2 % of the average dia. These props shall normally be fixed vertically at intervals not
more than 1.8 m or as directed by the engineer. The props should be kept in position for at least for
three days after encasing of the pipe in that section is completed or till refilling is done to the full

158
height of fill over the pipe in case the pipes are not encased.
F-11 Precaution against Floatation:
Contractor should take necessary precaution to prevent the floatation of pipes laid in trench
due to uplift.
Cutting Pipe faces to form Kinks and Bends in the Field:
If due to site requirement and other prevailing circumstances it is necessary to cut the pipe faces to
form kinks and bends not greater than 5 deg or as and when directed by the engineer .Such cutting
and welding shall be done and the same shall not be paid separately under any items of the Bill of
Quantities.
F-12 welding in field:
Electrodes: The contractor shall use standard electrodes depending upon the thickness of plate and
type of joint .They shall also use standard current and arc, voltage required for the machine in use as
per manufacturer’s directions. Welding electrodes shall confirm to BIS N0 814 of 1967,”
Specification for covered electrodes for metal arc welding of mild steel ‘(second or latest revision)
Indian made or equivalent foreign make electrode of the required quality approved by the Engineer,
shall be used wherever possible.
Gousing:
M.S pipes larger in size i.e. more than 900 mm dia will have to be welded internally and
externally. At the time of internal welding, a ‘V’ cut is made from inside of the pipes and after
completing the internal welding with required numbers of runs, the external welding (sealing run) is
incumbent. Before starting the external welding (sealing run) the internally welded material in the
joint will have to be cleaned by Gousing with Gas flame. Gousing shall be done before starting the
external welding (sealing run) and the rate of welding shall include the cost of Gousing also.
Gousing will also be carried out before rectifying the defective welding wherever necessary and as
directed by the Engineer.

Welding of pipe in the field shall comply with ISS No 816 of 1965 (Code of practice for use
of metal arc welding for general construction in mild steel).

Testing of Field welded joints:


The field welded joints shall be tested in accordance with the procedure laid down in ISS
no 3600 of 1966;” Code of procedure for testing of fusion welded joints and weld metals in steel” . A
welding test piece is to be taken from field welded joints in one in ten proportions. The test pieces
thus taken out shall be machined and tested in approved laboratory. All welding work at site are to be

159
done through reputed welder only and supportive documents to that effect should be submitted to
site incharge.
This hole shall be patched up by inserting and welding suitable sized plates.
Great care should be taken in preparing of these plates so as to get good Butt weld.
The entire cost of the tests including taking out samples, machining the test pieces, transport to and
fro the Laboratory and testing them in a laboratory, the cost of patching up the tests piece hole in
pipe, payment of all testing fees, cleaning and painting etc shall be borne by the contractors.

F-13 Insulated Flange Rings:


Insulated flange rings shall be provided for isolating the section of pipe line which may
have to provide with cathodic protection in Future. Insulated flanges will have to be provided on
cross –connections and also on tapping points. The contractor will have to provide the insulating
Flange rings assembly consisting of the Bakelite ring and packing mounted between flanged pipe
strakes.
Straps: Wherever pipe laying work is done from two faces and/or broken stretches due to
any difficulty met with at site, the final connection has to be made by introducing strap cover gaps
up to 300 mm length. Such straps shall be fabricated in the field by cutting pipes, sitting them
longitudinally and slipping them over the ends to be connected in the form of collar. The collar shall
be in two halves and shall have its inside diameter equal to the outside diameter of the pipe to be
connected. Such strap shall be welded by fillet weld internally as well as externally for pipe dia
above 900 mm.
F-14 Pipe Line testing:
After the work of laying of pipe line is completed and before putting it to commission, the
pipeline shall be tested in the field as and when directed by Engineer, both for its strength and
leakage. The test pressure shall be not less than the static head pressure or1.5 times the working
pressure whichever is higher. The test pressure shall be maintained for 24 hours .The drop in
pressure shall not exceed 0.7 Kg/sqm (10 lbs /sq. inch) within period of 2 hours after the full test
pressure is built up. The section of pipe line shall be subjected to a hydraulic test in full length or in
part as may be found necessary. The water required for flushing and testing the new water mains will
be made available free cost of by M.C.G.M through the cross connections of newly laid water main
and existing water main subject to availability of water. However water required for pressurizing
the water main during testing should be arranged by the contractor.

160
10.5 TECHNICAL DETAILS FOR VALVES:

A. TECHNICAL DETAILS FOR BUTTERFLY VALVE ACCEPTANCE


All sizes of butterfly valves to be supplied shall be clockwise opening, having 10 Bar pressure
rating, bi-directional, as per AWWA C-504 & BS 5155 Standards and as per specific requirements of
M.C.G.M with arrangements and material compositions as stated below:
1. The length over flanges or flange to flange distance for valves shall be as per formula: Distance
over flanges = 0.4 D + 150 mm where D is nominal diameter of the valve in mm.
2. The valves shall be designed for flows & pressures in either direction. The disc axis shall be
horizontal. The valves shall be of double eccentric design and fitted with stainless steel stub shafts in
two pieces.
3. All the valves shall be supplied with flange adapter and loose flange, S.S. studs and nuts with
washers, as per the details mentioned in the drawing and specifications.
1. DESIGN DETAILS:
1. No tapped holes in the body.
2. Length over flanges = 0.4 D + 150 mm (D = diameter of the valve)
3. Bi directional and double eccentric design.
4. Flange dimension and details as per BS:4504 Table 10/11- Raised face.
5. Clamping ring in segments, of not more than 4 pieces. Clamping Blots flush with clamping ring.
(Only Hex bolts to be used with clearance for spanner)
6. Clamping ring in not more than 4 pieces.
7. Bolts flush with clamping ring.(only Hex bolts with clearance for spanner).
8. The valve sealing is on the Disc only.
9. The Disc clamping ring should face on upper side when the valve is in open position.
10. Stub Shaft dia preferably as per table - 'A' of AWWA C-504.
11. Driving shaft with keyway as per IS: 2048 for mounting the Gearbox. The
stub shafts shall be fastened into disc hubs with cross pinning or bolting.
12. Disc locking arrangement at NDE shaft end as per specifications.
13. Body seat ring shall be permanently fitted to the valve body by bolting/
deposition welding.
14. Integrally cast feet.
2. MATERIAL COMPOSITION:
1. Body & Disc - S.G. Iron - BS: 2789 Gr.500/7
2. Shaft DE/ NDE - Non Mag. St. Steel - Grade 316

161
3. Body Seat Ring - St. Steel - Grade 316
4. Bush - Steel baked PTFE
5. Clamping ring segment - St. Steel - Grade 316
6. Disc Seal - Rubber - EPDM
7. All Fasteners - St. Steel - Grade 316
3. GEAR BOX DESIGN DETAILS:
1. Rating - 180 Newton push and pull on hand wheel.
2. Stop mechanism within gear box.
3. Acrylic water proof indicating window.
4. Bolts flush with surface.
5. Water tightness as per IP 68 (submergence - 3 Meters, 72 Hrs).
6. Mounting Base as per ISO 5211
7. Quadrant type worm gear arrangement. Secondary unit spur gear type. Bi directional and double
eccentric design.
8. Mechanical two stopper arrangement.
9. Hand wheel diameter not more than 750 mm.
10. Opening of valve at hand wheel shall be clockwise.
11. Design and rating as per torque valves conforming to Table - 'B' of AWWA C-504.
12. To submit various torque calculations and Seating/Unseating torque.
4. MATERIAL COMPOSITION
1. Gear Case and Cover - S.G.I IS 1865 Gr. 500/7 (Optional) C.S. ASTMA 216 Gr. WCB or IS
1030 Gr. St 230-450 W
2. Worm - Alloy Steel - B.S. 970 Gr. EN-19
3. Quadrant - SG Iron - I.S. 1585-Gr. SG-600/3.
4. Sealing Rings - Nitrile rubber - shore hardness 65 +_5
5. A fastener - Stainless Steel - IS 2306 Gr.04Cr18NI10 AISI 304.
6. Spur Gear and Pinion - Alloy Steel - BS 970 - Gr. EN-19.
5. TESTING OF VALVE:
1. Leakage Test - Disc in closed position, rated pressure application for 10 min on either side.
2. Hydrostatic test - Both ends closed, disc slightly open, pressure of one and half times rated
pressure applied for 10 min to whole body.
3. Disc Strength Test - Disc closed and differential pressure of one and half times rated pressure
applied for 10 min to each side of disc in turn.
4. GEAR BOX - Water Tightness as per IP 68 Submergence test for 72 hrs at 3 mtr head.

162
6. On instructions of Engineer in Charge the contractor shall have to produce following
Documents:
1. Factory details, Manufacturing setup details and Quality assurance plan, etc. as per pro-forma.
2. Detailed drawing of the BFV, Gear Box etc. with cross sectional details and material specification
tables, flange drilling details, etc.
3. Chemical composition details of all the materials from Govt. approved
4. Details of Torque calculations and design details of Gear box.
5. Latest ISO 2001 Certificate copy.
6. Raw material suppliers, physical and chemical composition testing of same prior to
manufacturing.
7. List of supply of similar design valves with performance certificates. The valve sealing is on the
Disc only.
8. Testing facilities available and types of in-house testing done, prior/during assembly/after
finishing for each valve.
B. ACCEPTANCE CRITIERIA FOR "GLANDLESS SLUICE VALVE"
1. The sluice valve manufacturer shall process valid ISI License for all sizes of the SLUICE
VALVES. Necessary licenses to that effect must be submitted.
2. The valve manufacturer shall possess ISO 9001 certification for manufacture of sluice valves.
3. The manufacturer should have carried out POD test of Glandless Sluice Valve (size 300 mm and
for pressure rating of 10 Bar) in presence of M.C.G.M Engineers and the valves should have been
approved by M.C.G.M.
4. The manufacturer shall offer the valves in confirmation with the technical specifications.
TS -1 Specification for Glandless Sluice Valves upto 300 mm size of class 2 and size as stated at
Bill of Quantities.
1.1. General.
The specifications cover the double flanged, Glandless, ALT-1 length, 10 BAR pressure
rating Sluice valves of sizes mentioned in B.O.Q. suitable for water works with temperatures upto 45
degree centigrade and manufactured to Indian Standard specifications IS:14846:2000 and IS 1538 of
1976 or any other latest revision, except for details specified otherwise.
The Glandless Sluice Valves are the completely maintenance free valves, at gland portions.
The design shall incorporate separate sealing mechanism, instead of bolted male-female gland, for
valve sizes above 150 mm. This arrangement shall not be a part of Bonnet and shall be dismantling
type. For glandless valve sizes up to 150 mm, the glandless type of arrangement shall be preferably

163
incorporated in the bonnet, itself.

1.2. Design details and markings.


a) All the valves to be supplied shall be designed for a pressure rating of 10 bar, with a pipe line
flow rate of up to 4.8 meter/second. The valves shall be designed so as to minimize erosion,
cavitations and vibration in all positions and to minimize head loss in fully open position. The
valve shall be of non-rising inside screw type with cast iron tapered wedge fitted with heavy seat
rings. Valves bodies or bonnets shall enable the wedge to be withdrawn well clear of the stream.
The dimensions of all the components of valves shall be conforming to IS: 14846:2000. The
type and make of all bearings, if fitted, shall be indicated on the drawings and necessary
arrangements for lubrication shall be provided.
b) All valves shall be double flanged, ALT-1 length. Flangeless or water type valves will not be
accepted.
c) The operating mechanism on all valves shall be capable of opening or closing valves against the
working pressure of 15% in excess of the normal pressure rating specified.
d) The complete design as regards arrangement for glandless valve shall be clearly elaborated with
detailed drawing. The details of material used for sealing mechanism shall be given.
e) Each valves shall bear on their bodies as cast indications in raised letter showing:
1) Size of valve
2) Year of Manufacture
3) Manufacturer's name
4) M.C.G.M (engraved on S.S. Plate screwed to the valve body)
5) Pressuring rating
6) Heat Number
7) Valve operating and closing direction on hand wheel.
The serial number of valves shall be punched on the flanges distinctly and legibly on both side
flanges of valve.
1.3. Grade of Material.
The material to be used in manufacture of sluice valves shall conform to the data sheet.
1.4. Bodies, Bonnets, Wedges & Stuffing boxes.
Bodies, Bonnets, Wedges and stuffing boxes, sealing arrangement and bush shall be made as per
material specifications in Appendix A(v). The area of the water way throughout the body of the
valve shall not be less than the area of circle of the valve and centre line of the water way and the
axis of spindle shall be exactly perpendicular to each other. The valve opening and closing

164
directions shall be marked on top gland as cast or by anodized plate. The water way shall be
machined for smooth passage of water.
The inside dimensions i.e. width and length shall be clearly mentioned and shown in the
drawing submitting for approval. Tenderer shall submit the sluice valve drawing showing all the
inside dimensions of valve body and dome for the purpose of inter-changeability, at the time of
approval of drawing stage.
1.5. Spindle and Nut:
i) The operating spindle shall be of inside screw non rising type of stainless steel, upset forged to
give unbroken grain flow at the thrust collar or fusion welded thrust collar and finished with ma-
chine cut square threads of such length so as to ensure full flow passage through the valve. The
square threads shall conform to IS: 4694-1968.
ii) The inside width of body and bonnet of sluice valve shall be adequate enough to enable to replace
the wedge nut in the wedge lugs by hand when wedge is in fully closed position.
iii) The spindle of all the valves shall be so screwed (threaded) so as to open the valve when hand
wheel is rotated in a clockwise direction. Any other direction of opening other than one specified
above will not be accepted.
iv)The key on the spindle shall conform to IS: 2048. All spindle contacting surfaces in neck of
stuffing box shall be bushed with L.T. Bronze sleeve of minimum 3 mm thickness. The sleeve
should be clearly shown in the drawing.
v) The chemical and tensile properties of the H.T. brass nut shall be supported by the test certificates.
All the wedge nut faces shall be machine finished. Nut shall be of forged high tensile brass of
quality not inferior to that shown under table of specifications. The nut shall be fixed with wedge in
horizontal position at 90 degree to the flow direction.

1.6. The guide channel and lugs shoe.


The guide channel and lugs shoe shall be integrally cast with sluice valve body and wedge
respectively through its full travel for all the sizes. The clearance between lugs and guide shall not
be more than 3 mm maximum. More clearance from the specified one will cause loose fitting of
wedge inside the channel and shall not be accepted.

1.7. Sealing trim.


This shall consist of bronze contact rings of heavy section on each face of the wedge, matching
corresponding rings in the body. The rings shall be forced fitted and riveted on the body and wedge
recesses by means of special fixtures. On final fitting, the body and wedge shall be accurately sealed

165
together to form a watertight joint. When shut, the wedge shall ride high on the body seal to flow
for wear travel of minimum 10 mm.
1.8. Back Seat Bush
The Bronze bushes shall be provided below spindle collar with proper sealing as required.
1.9 Valve caps.
The sluice valves will be operated by hand wheel of suitable standard size having smooth surface
finish.
The direction of opening and closing in accordance with Clause TS 17.6 shall be indicated on cap as
"CAST".
2.0 Valve Flanges
All valve flanges shall be designed to withstand the stresses to which they will be subjected under
hydraulic tests. Flanges shall be machined without raised face and designed in accordance with part
IV of IS: 1538 "Specifications for C.I. Fittings" and shall be drilled in accordance with table VI of
the IS: 1538. The valve flange faces shall be provided with scripting, so as to have proper sealing
with the gasket at the time of installation.

Note: The entire works shall be carried out as per the standard guidelines and specifications of the
various M.C.G.M departments including the Hydraulic Engineer department.

10.6 ADDITIONALSPECIFICATIONS

A Storm Water Drain Works:

1. The work under this contract requires execution in Nallas/S.W.D subjected to tidal
fluctuations moreover, even during fair-season the Nallas/S.W.D carry appreciable quantity
of sullage. This fact should be borne in mind by the tenderers while quoting their
percentage

2. During the course of the work it will be essential to construct temporary coffer dams as and
when found necessary and extensive pumping will have to be resorted to for making the site
for working conditions. It may be noted that no separate payment for this purpose will be
made either for constructing cofferdams or pumping.

3. The coffer dams should be constructed as found necessary for proper progress of the work
and approved by the Engineer.

4. In order to neutralize the action of possibility of uplift forces 150 mm diameter, M. S. pipes
250 mm long and 10 mm thick shall be inserted vertically in the concrete bed of the nalla
166
before concreting. These pipes will be in two rows at a distance of quarter width from the
nalla edge and 3 m centre to centre and in a staggered manner. It may be noted that no
separate payment will be made for this purpose. However, while paying for the concreting
in the nalla bed the whole area of the nalla bed shall be taken into consideration i.e., no
deduction in the concrete quantity due to the pipes.

5. Adequate working areas may not be available for construction activities. Hence, the
contractors may be required to construct accesses wherever feasible, at their own cost.
Arrangements for movement of the trucks, machinery etc., along the entire length of the
work will also have to be done by the contractors at their own cost. Wherever it would not
be possible for the transport to reach the site of work, the contractors will have to resort to
carrying the material by head-load for which no extra payment will be made. During
excavation for the work, it may be possible for the contractors to stack excavated material
required for back filling after completion of the retaining wall, due to inadequate working
place. In such an eventuality, the contractors would be required to transport the excavated
material away from the site and bring back the same for refilling at their own cost.

6. The contractor should note that in case where it will not be possible to provide
necessary water way for the diversion of water course of nalla due to its inadequate width it
will be necessary to block the complete water way and make such arrangements either to
divert the flow or to resort to pumping the water from upstream side to downstream of work
site by using any number of pumps for any length of time. Waterway of the diverted way
shall be more than original. Permission to block the complete water way shall be given only
after inspecting this arrangement. If work cannot be completed before rains, original water
way be restored. No extra payment on this account shall be entertained.

7. The payment for excavation shall be made on cross sectional basis. Before starting
the work, initial levels will be taken at every 7 m or less depending on site conditions along
the entire length of the proposed work. Levels at every 5.00 m intervals would be taken
along the width of the section. The quantity of excavation would be computed on the basis
of levels thus taken by resorting to the Prismoidal Formula. For establishing the datum line,
the average of the two end points of the ultimate cross-section required for excavation work
will be considered.

8. Normal foundation depth in the section is based on the assumption that good strata
(i.e. having bearing pressure of 15 t/Sq. m) will be available at a depth of 1.5 m below the
final invert level and up to the top of rubble-soling. In case the soil is not of good quality, it
167
will be necessary to have a deeper excavation, as directed by the Engineer, and the section
of the masonry walls will be proportionately modified and payment will be made
accordingly.

9. Repairs to the damaged S.W.open drain, drain pipes, water entrances shall be carried out by
the contractor, as directed by the Engineer, for which payment will be made to the
contractor.

B Water Main Works:


1. The work of water mains shall be considered complete only after successful pressure test,
contractor shall arrange for testing as specified, otherwise, the same shall be tested by the
M.C.G.M. at the risk and cost of the contractor.

2. If a part of a completed line is required for commissioning, the same shall be handed over
to the Corporation after specified testing.

3. No extra payment for carrying the material by head load to work site shall be considered
under any circumstances.

4. The cross connection works etc. are required to be planned in view of the water supply
hours in a particular area. Extra payment shall not be considered for works carried out
during early, late or night hours. If contractor fail to carry out the work within the non-
supply hours, the same shall be carried out by M.C.G.M. at the risk and cost of the
contractor and recoveries shall be affected from the dues payable to the contractor.

5. The contractor, at their cost, shall submit two sets of "As laid" drawings of water main
showing actual alignment, levels, dipping etc. as per the offsets and levels taken during the
execution of the work.

6. The contractor (s) shall note that only 95% payment of payable amount towards the water
mains will be released for the completed work and balance 5% shall be released after
completing the following works:

a) Testing of pipeline satisfactorily & obtaining necessary test


certificate.
b) Reinstatement of trenches.
c) Returning of reclaimed materials to the Municipal store if any.

168
7. The contractor shall provide at his cost 20mm.thick minimum 3 m x 2 m or 4 m x 2 m M.S
plates for covering the trenches temporarily at road crossing or building entrance, as
directed by the Engineer.

8. The lead joints are not allowed for laying of water main/s. If needed the specific sanction of
Concerned Executive Engineer shall be obtained for the same.

10.7 CEMENT MORTAR LINING SPECIFICATION:

-NOT APPLICABLE TO THIS TENDER


WORKS SPECIFICATIONS FOR CLEANING AND PROVIDING CEMENT MORTAR
LINING INSITU TO THE WATER SUPPLY PIPELINES:

1) SCOPE OF THE SPECIFICATIONS

1.1 These specifications cover the following works:


i) Making access openings for cleaning and cement mortar lining for underground and above
ground pipeline.
ii) Cleaning the internal surface of pipelines.
iv) Providing cement mortar lining (Hand lining and machine lining) to
underground and above aboveground pipelines.
v) Painting the pipelines on sides of line valve, expansion joints, saddles of manholes, Air valves,
Scour valves etc.
vi) Testing the lined surface.
vii) Closing the access openings and other ancillary works like cleanup of the site etc.

1.2 The material used and the processes of work carried out under the contract conform to the
following specifications:

American Water Works Association for Cement


Mortar Lining of water pipelines (latest revised) A.W.W.A, C-602-06
American Society for Testing Materials A.S.T.M, C-143
Indian Standard Specifications (Latest versions)

2) WORK PLAN

2.1 The work plan for the speedy and efficient execution of the work should be inclusive of mortar
lining activity.

2.2 The mortar lining work shall be executed as per the work plan submitted by the tenderer /
contractor as per G.C.C subject to the approval of the Engineer.

Should the Engineer suggest any modification in the work plan, the tenderer / contractor shall
modify the same as per the instructions of the Engineer. In any event, the responsibility of
satisfactory execution of the work shall solely lie with the contractor.

169
3) PLANT AND EQUIPMENT

3.1 The Contractor shall use on the work the plant and equipment that shall be in good working
condition and shall be sufficient and appropriate for the rate of progress expected on the work.

3.2 If during the execution of the work, it is found that the plant and equipment is inefficient,
inappropriate or insufficient, the Engineer shall direct the contractor to repair, replace or bring
additional plant and equipment and the contractor shall immediately take the necessary action so as
to comply with the Engineer’s directions.

3.3 Before actually using the equipment for the execution of the work, the contractor shall carry
out test cement mortar lining for the Engineer’s approval and only upon such satisfactory test
run, the plant and equipment shall be employed in the work.

3.4 No claim for any delay on account of such testing, retesting repairs, replacement etc shall be
entertained by the Corporation.

3.5 Keeping sufficient stock of spares shall be in the interest of the contractor as no claim on account
of delay in procuring such spares shall be entertained by the Corporation.

3.6 Attention of the tenderers / contractors is invited to condition no 76 of G.C.C in this regard.

4) MATERIALS

4.1 General.

4.1.1 Portland cement conforming to IS: 8112 shall be used by the contractor.

4.1.2 General indication is that locally available sand may not be suitable for mortar lining. The
locally available sand consists of siliceous gritty materials obtained from rock fragments. It is
therefore proposed not to use local sand in this work and to use quartz sand which is available at
places near Godhra Baroda, Wadi etc. These places are about 300 K.m to 400 K.m from the work
site.

It would be necessary to properly grade the sand and blend the same before using it on works.

The Contractor should arrange to receive / procure oven dry sand in gunny bags or paper bags each
not weighing less than 50 Kg before it is used on work.

All expenses of blending the sand, carrying out tests on sand, drying the sand,
loading and transporting the same to the work site and storing in the godowns,
redrying it before use if required shall be borne by the contractor.
Contractor should therefore make their own enquiries before bidding and ascertain about the
specifications, grades and quantity available at places for selecting sand which will give the work of
desired quality. The contractor shall indicate the place from where they would obtain sand and get
the sample approved from the Engineer. All costs in connection with the sampling and testing of
sand shall be borne by the contractors. The contractors shall also give the sand samples.

4.1.3 Water for the work shall be supplied by the Corporation from the nearest water main. The
contractor shall, however, make arrangements for conveying the water to the sites of work at his own

170
cost. The cost of making water connections & disconnecting after the work is completed shall be
borne by the contractor. The contractor shall make necessary arrangement for storage of sufficient
water at his own cost.

4.1.4 All materials furnished by contractor for being incorporated in the work shall be subject to the
inspection & approval of the Engineer. No material shall be delivered to the work site without
approval of Engineer. Labour & other facilities for handling & inspection of materials by the
Engineer shall be furnished by the contractors at no extra cost of the corporation.

4.1.5 As soon as possible but before commencement of mortar lining work, the contractor shall
submit to Engineer all relevant data relating to the materials & equipment he proposes to use on the
work. Such data shall be in sufficient details to enable the Engineer to identify the particular
product/material & to from his own opinion as regards their quality & conformity to the
specification. Any material rejected by the Engineer shall be immediately removed from the work
site, entirely at the cost of the contractor.

4.1.6 On demand from the Engineer, the contractor shall furnish samples of sand & any other
material, the contractor wishes to use, for testing. The cost of supplying such material & testing the
same shall be borne by the contractor.

4.2 Storage of materials


4.2.1 All material to be incorporated in the work shall be started & handled by contractor in a man-
ner satisfactorily to the Engineer.
4.2.2 Cement shall be stored in cement godowns. Sand shall be stored under roof, and on prepared
floors where it shall not come in contact with any foreign material.

4.3 General
The cement shall be stored in weather proof godown or cement silos specially constructed for the
purpose in such a manner as to prevent deterioration due to moisture or intrusion of foreign matter.
The weather proof godown shall have a solid impervious floor raised 300 mm above the general
ground level so that, the cement stored thereon shall not come in direct contact with sub-soil
moisture. The passage and the general construction shall be such that it affords full protection from
weather effects. Large stock of cement shall not be kept to maintain continuity of the work.

No cement that has been stored for more than 120 days shall ordinarily be allowed to use on the
work. Cement stored for longer period than 90 days shall be used on works only with the specific
written permission of the Engineer who shall ascertain its quality after due testing in then laboratory
before giving such permission. All expenses in connection with the tests shall be borne by the
contractors.

For testing the quality of cement which is procured by the contractors, samples shall be taken from
every consignment arrived at the site of the work at the option of the Engineer. The contractors shall
afford every facility to the Engineer for inspection and sampling of cement.

The cement shall be arranged by the contractor that each consignment could be stacked separately
and in such a manner so as to allow counting of bags in each row with ease. The test results, shall
171
ordinarily, be available within week of sampling and the contractors shall not use any part of
consignment until the results of tests are received and are found satisfactory. Should however, the
use of such cement becomes imperative before the test result are received, the contractors may do so
entirely at their own risk and cost. The whole of such work carried out by them is liable for rejection,
if the test results are found unsatisfactory. Any consignment failing to meet the requirements of
accepted standard shall be rejected and shall be removed from the work site within 48 hours of the
intimation from the Engineer. The decision of the Engineer in this respect shall be final and binding
on the contractor.

The cement is to be procured by the contractor directly from open market, all charges in connection
with the testing of cement such as transport of samples, testing fees etc shall be borne by the
contractor.

The quantity of cement consumed per day will be considerably large, contractor should make
adequate arrangement for procurement and transporting of cement and storing at site stores and re-
transporting of cement to work site etc. Contractor will be fully responsible for the quality and
quantity of cement on site, notwithstanding the control, custody and supervision of the Engineer.

4.4 Sand:

Sand shall consist of inert granular material. The grains shall be strong, durable and uncoated. The
sand shall be well graded and shall pass No. 16 mesh screen with not more than 5 per cent passing
No. 100 sieve (Sieve sizes as specified in A.S.T.M E 11)

Deleterious substances in sand:

Sand shall be free from injurious amount of dust, clay, lumps, shale, soft or flaky particles mica,
loam oil, alkali and other deleterious substances. The total weight of such substances shall not
exceed 3 per cent of the combined weight of the substances and the sand that contain them. In
addition, limitations shall apply to specific substances as follows:

Maximum allowable substance by


Substances
weight
Shale 1%
Clay lumps 1%
Mica and deleterious substance other than shale and
2%
clay lumps

Organic impurities:

Sand shall not show a color value darker than the reference standard color solution prepared as
required in ASTM C-40. Test for organic impurities in sand for concrete as last revised. The grading
of sand when analyzed by the method of sieve analysis shall be within the limits given below. If
however, the bidder by his experience feel that the same results can be achieved by using sand of
different grading than given below. He will be free to use that grading of sand.

Sieve analysis shall be carried out twice a week or as directed by the Engineer
and shall confirmed the following gradation of sand if sand does not conform,
the following gradation of sand, the sand shall be rejected.
Contractors shall provide sieves as well as sieve analysis apparatus for testing
the sand.

172
U.S. Indian Standard
Sieve Size Percentage by weight passing
Standard Sieve Sieve
16 120 1.20mm 100
20 85 850 microns 95-100
30 60 600 microns 85-95
40 42 420 microns 45-60
60 25 250 microns 5-25
100 15 150 microns 2-5

The following two field tests for ascertaining the percentage of clay lumps and impervious organic
impurities shall be carried out by the contractors when ordered by the Engineer.

i) Test for determining silt in sand:


Fill a calibrated tumbler with sand to be tested to half its volume and add water until the tumbler is
three quarters full. Shake up the mixture vigorously and allow it to settle for about an hour. The
volume of silt visible on top of the sand shall be measured. If the volume of the silt standing over the
sand exceeds 3 % of the total volume of the sand, then the sand shall be rejected.

ii) Calorimetric test fir organic impurities:


The sample of sand shall be mixed with an equal volume of 3% solution. (about 30gm in litre of
water) of caustic soda (Sodium Hydroxide), placed in a plain glass and allowed to stand for 24
hours. The liquid standing above the sand at the end if the test shall not be darker than light straw
(pale yellow) color, or the reference standard color solution “prepared as required in ASTM C-40”.
“Test for organic impurities in sands for concrete” as last revised. If the color is dark yellow or
brown the presence of organic material in an excessive amount is indicated.

4.5 WATER:

Water for mixing mortar, curing, mortar lining or washing sand shall be clean and free from all
harmful impurities such as silt, mud, oil, organic material or other deleterious materials. Potable
water shall generally be found fit for preparation of mortar etc.

4.6 ADMIXTURES:

To improve workability, density and strength in the mortar admixture confirming to the latest edition
of ASTM C- 494 “Specifications for chemical admixtures for Concrete” may be used at the option of
the contractor, provided that the ratio of admixtures to Portland cement does not exceed that used in
ASTM C-494 qualification tests. No admixtures shall be used that would have a deleterious effect on
potable water flowing in the pipe after the lining has been placed.

4.7 CEMENT MORTAR:

4.7.1 The composition of mortar for the lining shall be composed of cement, sand and water that are
well mixed and of such consistency as to produce a dense, homogeneous lining that will adhere
firmly to the pipe surface.

4.7.2 The proportion of cement and sand for mortar-lining work will generally
be 1:1 by weight. Contractors are expected to quote the rate on the basis of this proportion.

173
4.7.3 The water cement ratio shall be carefully controlled and shall be kept to the minimum
necessary to obtain the mortar that can be applied well. The water cement ratio shall not exceed 0.35
in any case.

4.7.4 The mortar shall be mixed by machine for a sufficient length of time to obtain maximum
plasticity. In general it shall be mixed for at least 3 minutes after the last water is added. The method
of mixing shall be subject to the approval of the Engineer.

4.7.5 Only that quantity of mortar shall be mixed which can be used up in a continuous process
within an hour after it has been mixed. No mortar that has attained the initial set and / or one hour
has elapsed after nixing shall be used.

4.7.6 The lining shall be uniform in thickness except at joints or deformation in pipeline.

5) FIELD TESTS:

The following field tests shall be carried out by the contractor at his cost for determining the quality
of mortar:
a) Slump Test
b) Cube Test
c) Testing the thickness of lining

Details of each test are described below:

a) Slump Test:
Fresh mortar mixed in power mix may be taken for slump test, the water content shall be as
minimum as possible. Slump test should be done once in a day or as described by the Engineer using
the freshly mixed mortar immediately prior to the mortar being fed to the lining machine. The slump
shall not exceed 25 mm to 30 mm. The test should be made in accordance with ASTM C-143. In the
event of any failure, in respect of the above test, the site Engineer will take suitable action including
stoppage of the work.

b) Cube Test:
After the slump test is carried out cubes of cement mortar of the size 10 cm x 10 cm x 10 cm shall be
taken out. These cubes shall then be tested at 3 days and 28 days for finding out crushing strength of
mortar.

The casting of the cubes shall be done on all the days of mortar lining. The contractor shall make the
arrangement of cube testing machine at site.

The minimum compressive strength of the mortar for the designed mix by volume at 3 days shall be
180 Kg/cm2 and at 28 days shall be 315 Kg/cm2.

Failure of the cube test may entail partial or whole demolition of such work, penalties of the
contractor concerned and / or such other similar steps. In case of any dispute the decision of the
Engineer shall be binding on the contractors.

c) Testing for layer thickness:


The layer thickness test shall be carried on ends of freshly lined pipes either by inserting gauge
which shall be graduated needle which will give accurate measurement. Tolerance in thickness on
positive side shall not be more than 3 mm. However, there shall be no negative tolerance in a

174
thickness. This will be measured on the pipe plate where there are no joints or deformation in pipe
more than 5% in dia.

Contractor may use hand drill or electric drill to measure the thickness at every 50 mtrs. The lining
thickness shall be measured at every 50 meters length by drilling holes in the hardest mortar at
diametrical opposite sides by a depth gauge. The holes shall be then closed by hand application of
mortar.

6) MAKING ACCESSES:

6.1 Excavation

6.1.1 For the lining of underground pipelines, the contractor shall excavate the trench at the
predetermined locations in consultation with the Engineer for making access in the pipeline. The
excavation shall be kept to the minimum required for the proper performance of the work.

6.1.2 The sides of the trench shall be properly shored to avoid any collapse of sides. Shoring shall be
maintained till the work in the trench is completed. The gunite / colcrete / concrete cover shall be
broken wherever necessary.

6.1.3 All excavated material shall be removed immediately after excavation to a place shown by the
Engineer. This will keep the site of work clean and neat. It shall not cause additional hindrance to the
traffic if any. The excavated material transported to the dumping site shall be levied to the
satisfaction of the Engineer. The material for refilling shall be provided by the contractor at his cost.

6.1.4 The trench shall be properly fenced and lighted during pendency of the work to the satisfaction
of the Engineer.

6.1.5 All subsoil water, leakage water, water from flushing; and water in creek area etc shall be
pumped out by the contractor by using suitable water pumps and the trench shall be kept dry till the
work in the trench is completed. All such pumped out water shall be properly drained into the nearby
water course or drainage system and in no case the water shall be allowed to be let out on the road or
close to the work area. The contractor shall, for this purpose, have sufficiently long delivery pipes
etc.

No extra payment shall be made for the dewatering and draining out the water as stated above.

6.2 Cutting the pipe for making Access:

6.2.1 The contractor shall cut the pipe at the predetermined location. The number of openings and
the size of opening shall be minimum required. They shall not be spaced at less than 400 mtrs unless
approved by the Engineer.

6.2.2 Depending upon the size of the pipeline and the equipment to be used either a short length of
pipeline shall be removed or only the upper half segment of the pipe of the required min. length shall
be out. Access holes shall be cut only after obtaining Engineer’s prior permission.

6.2.3 The pipe shall be cut either by gas cutting or by any other approved method. The cut pieces
shall be numbered and kept in the contractor’s yard. The same piece of pipe shall be used for closing
the opening after cleaning and lining.

175
6.2.4 The Contractor shall also be allowed to cut 600 mm dia. manholes (feed holes) at a suitable
distance according to requirement for access for the purpose of hand-lining ventilation, or inspection
etc. Access holes shall be cut only after obtaining Engineer’s prior permission.

7) CLEANING THE INTERNAL SURFACE OF PIPELINE

7.1 Length of the pipe line to be cleaned and lined from each access opening shall be the maximum
length possible and the cleaning and lining shall be done in two directions from the opening
wherever possible.

7.2 The pipelines to be cleaned and mortar lined is laid newly. Normally, cleaning with wire brushes,
hard brooms or such similar devices should be sufficient, to remove all the rust, dust, sift etc.
However, where the Engineer thinks that manual cleaning as described above shall not give proper
results in any section of pipeline, the contractor shall clean such section with mechanical cleaning
devices such as mechanical scrappers etc Engineers decision in regard to the method shall be done at
no extra cost to Corporation and contractor should quote accordingly. Hydraulic cleaning, however,
shall not be allowed.

7.3 After cleaning the internal surface of pipeline is completed as described above, the pipeline
cleaned with duster shall be flushed with water. All flushing water shall be pumped out by the
contractor as already described above. The solid waste shall be disposed off as directed by the
Engineer. The rate also includes artificial drying by air drying etc. for pipeline in marshy area.

8) PROVIDING CEMENT MORTAR LINING

8.1 The cement mortar lining process shall not be started until inspection of scrapped & cleaned
mains is made by the Engineer and permission has been obtained from him.
8.2 The cement mortar lining shall be placed by cement mortar lining machine. The lining machine
shall be of the type that has been used successfully for similar work over a period of at least 3 years
and the trial lining is found to be satisfactory.
8.3 The tenderer shall designate the type (or types) of the machine, he proposes to use & shall pre-
sent evidence that his firm has used similar machine (s) and has carried out satisfactorily the work
of nature similar to the proposed work.
8.4 Applicator head of the lining machine shall centrifugally project the mortar against the inter-
nal surface of the pipe at high velocity in such a manner that it will produce a dense mortar
lining of uniform required thickness.
8.5 The cement mortar lining machine shall have an attachment with rotating or drag trowels follow-
ing the applicator head for trowelling the cement mortar lining to smooth, head surface of uniform
thickness. It shall exert uniform pressure on lining giving the finished surface free of spiral shoul-
ders. The operation to trowels shall be continuous during the application of cement mortar lining.
The trowels shall be cleaned at frequent intervals to remove the accumulated mortar on the trowels
before it is set.
8.6 The cement mortar lining machine shall move ahead of lining, so that nothing will come in con-
tact with the trowelled surface until it has attached its final set.
8.7 The forward movement of the machine and the mechanical placing of the mortar shall be so
176
controlled that a uniform required thickness of lining is assured as specified above. Ridges or uneven
build up caused by irregularity of trowel rate of machine shall not be allowed.
8.8 Thickness of lining shall be checked frequently as the Engineer may direct in order to maintain
proper control on the lining operations. Graduated needle or another approved appliance shall be
used for measuring the thickness. The tolerance in the lining thickness shall be +3 mm. There being
no minus tolerance.
8.9 Head placing of mortar shall not be permitted except adjacent to specials or at other places where
machine placing is impossible or impracticable. Hand placing shall also be permitted for the sections
of pipe used to close the access openings. Same quality of mortar used for machine lining shall be
used for hand lining. Hand placing of mortar shall also be done for the short length of pipes used as
branches or manholes and smaller dia. pipe bends tapers, cross connections, dipping etc. where ma-
chine lining is not possible. All such mortar lining of branches up to 1mt. lengths shall be done by
the contractor at no extra cost to the corporation and the rate for cement mortar lining the main pipe-
line shall be deemed to have included this cost. Hand placed lining shall be trowelled smooth by
street trowels.
8.10All waste materials spatter and mortar of improper consistence such as may result from starting
or stopping the lining machine shall be removed from the pipe ahead of trowels. Only mortar of
required consistence and which adheres to the pipe shall be trowelled finally to form the finished
lining.
8.11 If any section of lining shows evidence of failure, undue irregularity or inferior workmanship,
requires excessive patching or shows segregation or deficiency in cement content, the contractor
shall remove the faulty section, reclean the pipe and reline in accordance with these specifications at
no extra cost to the Corporation.
8.12 Immediately after the lining of a section of pipeline is completed, all valves, branches, air
valves, appurtenances etc in that section shall be cleaned of mortar by the contractor and as directed
by the Engineer, to bring them to original working condition.

8.13 The contractor shall guarantee the finished lining to be free from defective material and work-
manship for period of 24 months from the date of acceptance of work by the Engineer.
9) CURING

9.1 Immediately upon the completion of the lining of a length of a pipeline between access openings
or at the end of day’s run, that section of pipeline shall be closed at each end and the access openings
shall be covered to prevent the circulation of air. As soon as practicable after placing of the lining,
sufficient amount of water shall be introduced into the section between the bulk heads of valves to
create a moist atmosphere and to keep the lining damp, till that section is charged.

9.2 The contractor may alternatively use water sprinklers to keep the lining moist and cure it, subject
to the satisfactory evidence regarding its effectiveness.

10) INSPECTION AND TESTING

10.1The Engineer shall examine the lined sections of the pipeline with regard to the thickness of
lining, its smoothness and cracks in the surface as well as bonding strength and homogeneity. The
contractor shall give all necessary help and all facilities to the Engineer for the inspection.

177
10.2Cement mortar lining that has not been applied and cured and/or the result of which is not in
compliance with these specifications shall be declared unsatisfactory by the Engineer and such
sections of pipelines shall be recleaned and relined by the contractor at his cost to the satisfaction of
the Engineer.

11) CLEANING AND DISINSPECTION

11.1 Upon completion of the work and before chlorinating, all fragments of mortar and the debris
be removed by the contractor so that the pipeline is clean and ready for use in all respects pending
chlorination.

11.2Upon completion of the cleaning as mentioned above and after inspection and approval by the
Engineer the contractor shall chlorinate that section of the pipeline to the satisfaction of the Engineer
by giving an approved dose of chlorine with water and keeping it in that section of pipeline for at
least 24 hrs. All material, labour and equipment for chlorination shall be supplied by the contractor.
After disinfection in the above manner that section of the pipeline shall flushed out.

12) CLOSING THE ACCESS OPENINGS

12.1 The access openings shall be closed by welding the pipe piece at its original place. Before
welding, this pipe piece shall be scrapped and cleaned manually and mortar lined by hand
application, trowelled and cured to the satisfaction of the Engineer. The edges of the pipe piece and
the opening shall be gas cut to form ‘V’ edges and welded together as per the relevant L.S
specifications for welding M.S plates.

12.2 Before the trench is refilled with selected material in layers not exceeding 30 cms, the damaged
gunite / concrete / colcrete cover shall be made good with M15 cement concrete up to the level of
surrounding encasement in concrete / colcrete or 15 cm in case of gunited pipes as specified. The
refilled material shall be properly consolidated by watering and ramming. The refilling shall be done
upto the original road surface or the surrounding ground.

A cut hole of suitable size of circular opening shall be taken as directed, for the internal welding of
access opening. The same shall be welded back to the pipe including fixing doubler plate as directed
by the Engineer. Before welding, the internal surface of cut hole piece shall be scrapped and painted
with one coat of zinc, rich epoxy primer and three coats of Inertol – 49 W thick or any other
approved equivalent paint as per specifications given hereinafter. Contractor shall weld stiffener
plate of required size and shape on the rectangular access opening where necessary and as per
directions of the Engineer.

In case of 600 mm circular opening taken for hand mortar lining, the internal surface of opening
shall be scrapped and painted with 1 coat of zinc, rich epoxy primer and 3 coats of Inertol – 49 W
thick or any other approved equivalent paint. The same shall be welded back by fixing doubler
plate of required size and as directed by the Engineer.

178
10.8 ADDITIONAL CONDITIONS FOR MICRO TUNNELING WORK :
NOT APPLICABLE TO THIS TENDER
1. Nature and extent of work:
1.Providing and laying W.M. using Micro Tunneling and Jacking Pushing Method across highways,
bridges, heavy traffic junctions, Railway lines, Marshy land or Creek etc.
2. Erection of Driving and Receiving Shafts at Nodal Points, preferably at the ends.
3. Excavating the tunnel by MTBM from driving shaft through receiving shaft
at a considerable depth.
4. Jacking Pushing of RC pipe Sleeve through a tunnel from driving shaft through receiving shaft.
5. Annular space is to be filled with RMC M20 grade concrete or rich 1:3 cement grout to have an
encasement of the M.S. carrier Pipe Externally.
6. Providing and Laying M.S. water main beyond Micro tunneling shaft thereby maintaining a
gradual slope of about 45 degrees / as directed by the Engineer to connect the same with existing
W.M. using conventional open trench technology.
7. Installation of various appurtenances such as B.F.V, K.A.V, S.P.F.H, Manholes etc. at various
locations as directed by the Engineer.
8. Construction of Chambers with M.S frame and cover for B.F.V. etc.
9. Refilling and Reinstatement of the trenches as per Municipal norms.
10. Hydraulic Testing of pipelines to the satisfaction of M.C.G.M.
It shall be obligatory for the Contractors to carry out geotech investigations as considered necessary
by them and satisfy themselves of the adequacy of their testing. They shall ensure that the methods
and equipment they propose are in accordance with the geotechnical and other requirements
pertaining to the sites. The Employer / Engineer shall not be responsible for any changes in method
or equipment necessitated during execution of the work and it shall be contractor’s sole
responsibility to ensure deployment of proper method and equipment for the work. The Bidder shall,
on his own accord collect information about likely geotechnical conditions at the sites. Any risks
assumed by the applicant by solely depending on his current knowledge of the sites of the
information currently available on the ground condition any physical obstructions and geological
and geotechnical data on soils/rock of the area shall be entirely his own and shall be wholly and fully
responsible for any consequential expenses arising as a result of the risk he assumed. He shall not
resort to any compensation claim under the contract for differing ground condition that he may
encounter as a result of assuming the risk. The extent and scope of the applicant's geological and
geotechnical investigation along the final pipeline route would depend on the type and model of the
systems that he proposes to use in the project. The applicant shall therefore carry out the necessary
geological and geotechnical investigation of the sites and testing of the soils/rock (to determine
compressive and tensile strength, abrasivity, mineral composition of the rock etc.) to be encountered
along the pipeline route in the sites, as deemed necessary. The applicant shall ensure that the Trench-
less Technology system including where Microtunneling is stipulated as mandatory shall
successfully excavate in the wide ranging ground conditions, from water charged clayey strata with
boulder's to rocky strata, likely to be encountered at the sites.

2. Excavation of shaft:
a) Items for extra over tunnel excavation in rock and boulders are included in the Bills of Quantities
for the breaking up and removal of rock, boulders, concrete or solid brickwork, etc. encountered
in the course of excavation.
b) Allowances for an extra over item to the rate of excavation will be made for the breaking up and
removal of rock, concrete or solid Brickwork etc. encountered in the course of excavation for

179
tunnel.
c) The Contractor’s rates for tunnelling / drilling shall allow for reinstatement of jacking pit,
receiving pit, rescue pit, access pit, area disturbed or damaged by the excavation work or
movement of heavy construction equipment in vicinity of the site and also for maintenance of
foundation and surface of roads, kerbs,footways and turfed areas disturbed or damaged by the
tunnelling / drilling activity, whether public or private to the entire satisfaction of the Engineer.
d)The Contractor is to allow in his rates for excavation for supporting, securing and protecting
any pipelines, cables or services crossing or in close proximity to the excavations except that
separate items are to be priced for large pipes of 600mm diameter and above where such pipes
actually pass through the excavations for the permanent Works.
e) Location of shaft should correspond to proposed nodes. No extra payment for shaft excavations
shall be considered as the rate for tunneling is considered to be inclusive of shafts.
f) The Contractor is to allow in his rates for the design and construction of the Jacking /
launching and receiving pits, thrust wall, installation of jacking equipment, installation of any
other equipment, sheeting / shoring, bracing, etc., and for the efficient execution of the work.
g) It is the responsibility of the Contractor to ensure that the completed tunnels are watertight. If
leakage occurs before completion or during the maintenance period, the Contractor shall carry out
any remedial work that may be necessary to make the Works watertight all at his own expense.
h) It is deemed that the Contractor’s micro tunneling equipment for rock excavation shall have
capability to excavate much harder rock materials than the above described rock and the
Contractor’s price for micro tunneling in rock shall deemed to be included for excavating such
harder rock as well.
i) The items for excavation are to be adopted only for excavations of additional water mains
beyond micro tunneling work & for valve chambers etc. as directed by Engineer and not
towards construction of shafts as the cost of Micro tunneling in Item under “F.M.MIRCO
schedule”, is deemed to be covering the cost towards construction and maintenance of shafts.

3. Construction of Jacking and Receiving Shaft:

The excavations for Jacking or Receiving shafts may be used for construction of manholes or valve
chambers if required. The rate of tunnelling shall be deemed to be inclusive of the cost of Jacking
and Receiving shafts. The Contractor shall submit to the Engineer for approval dimensioned
drawings and calculations of the timbering or trench sheeting details for the shafts. Each shaft shall
have a separate ladder bay for access which shall be isolated from the part of the shaft used for
hoisting materials. The shaft trenching shall be watertight and shall prevent any pressurised slurry
from the tunnel face reaching the shaft The shaft shall be kept dry at all times and shall have a
drainage sump to pump out the ingress water. The Contractor is deemed to be fully aware of the
serious consequences to the tunneling equipment and other accessories if the shaft is flooded. He
shall take every precaution to avoid flooding in the shaft The shaft shall be well protected against
surface run-off getting into the shaft. The contractor shall be solely responsible for any consequential
delays and expenditure arising as a result flooding the shaft. The shaft floor shall be designed to
withstand the tunnel machine and other accessories. The Contractor shall be solely responsible for
providing and subsequent removal of shoring to the shafts or pits and ensuring stability of the sides
of such excavations and safety of adjoining structures. The sizes of the shafts shall be kept as small
as possible considering site constraints. Equipment manufacturer’s data on required shaft sizes shall
be furnished to the Engineer along with the bid. The sizes of pits shall take due cognizance of
available space needed for jacking frame, shoring or feed pumps or other ancillary equipment, thrust
wall and entrance ring.

180
4. Reinstatement of Road and affected Surfaces:
The Contractor shall carry out the reinstatement of road foundation and road surface in accordance
with the Specifications and requirements of the Roads Department, M.C.G.M. This shall include
machine-paving as and when directed by the Engineer. Where road markings are affected, the
Contractor shall reinstate with thermoplastic instead of paintings to the satisfaction of Roads
Department, M.C.G.M. The Contractor shall include in his rates for compliance with all the
conditions stipulated above. The Contractor will be required to maintain in a clean, safe and tidy
state the temporary reinstatement of trench and other damage surfaces in roads as specified
previously until such time as the permanent reinstatement is carried out. Permanent reinstatement
must only be carried out on receipt of an instruction from the Engineer and the reinstatement will
then be commenced within 3 days and completed as soon as possible. The Engineer may instruct the
Contractor to reinstate the road intersections as the work proceeds. The reinstatement must comply
with all the requirements of the PWD or M.C.G.M. Any work not conforming in standard or meet the
requirements of the Engineer or the concerned authorities must be immediately removed and
replaced. Should the Contractor fail to carry out all the required reinstatement works within 7 days
of his being instructed to do so, the Engineer may arrange for the execution of the work at the
expense of the Contractor. On completion of the reinstatement the Contractor will be required to
maintain all the road surfaces etc., affected for the full period of the Contract and Maintenance
Period. All faults, settlement etc., developing within this period must be made good immediately
upon receipt of an instruction form the Engineer. The Contractor attention is also drawn to the fact
that he will be liable for all claims for injury or damage arising from any defect in the reinstated road
surface during the Contract and Maintenance Periods. The Contractor’s rates for tunneling /
drilling shall allow for reinstatement of jacking pit, receiving pit, rescue pit, access pit, trial
pits/trenches of any size both within and without the actual pit / trench area disturbed or damaged
by the excavation work or movement of heavy construction equipment in vicinity of the site and
also for maintenance of foundation and surface of roads, kerbs, footways and turfed areas disturbed
or damaged by the tunneling / drilling activity, whether public or private to the entire satisfaction of
the Engineer. The Contractor shall allow for carrying out this reinstatement work in one or more
stages; the maintenance of the reinstatement to the satisfaction of the Engineer; the provision of
temporary surfacing, maintenance and subsequent breaking out and removal in the event of this
being required for the reinstatement of carriageways; reinstating whatever widths shall have been
taken out and any additional width the Engineer considers require reinstating due to the Contractor’s
operations or to subsidence or traffic; any expense incurred in carrying out the work in short lengths
or in stages. The Contractor shall also allow for the complete reinstatement of all surfaces damaged
in side-tables, and all Private or Government’s or Corporation’s Lands to approval of the Engineer
and generally to a condition at least equal to the original ground surface before the Works
commenced. In the event of the Contractor failing to carry out maintenance work and this work
being done by others, on the others of the Engineer as set out in the Specification, then the cost so
incurred shall be borne by the Contractor and deducted from money due or to become due to the
Contractor. The Contractor shall also allow for matching paving in all reinstatement of road surfaces.
The Contractor’s rates for tunneling / drilling shall be deemed to be inclusive of any kind of
reinstatement of the affected surface.

4) CONTRACTOR’S submittals:
4.1 General information on submittals.
To ensure compliance with the requirements specified in the Contract, the contractor shall make a
number of submittals as described in the following clauses to the Engineer for approval by the
specified time. The contractor shall ensure that the submittals prepared are of good professional
standard, comply with all the requirements specified in the contract and complete with all details and

181
information to enable the Engineer to evaluate and approve the submission. It shall be clearly
understood by the contractor that he shall not commence any work without the approval of the
submittals by the Engineer. Submittals by the contractor shall, interalia, include Contractor’s method
of construction, Microtunneling equipment description and literature, Jacking system and maximum
jacking loads, Pipe designs and shop drawings and calculation demonstrating the ability to sustain
maximum jacking loads, Intermediate jacking stations details, Lubrication system, Bentonite
injection system details, Ground water control details, Entry and exit details, Jacking and receiving
shaft design details, Thrust block details, Muck removal and disposal, Horizontal Directional
Drilling Equipment, buried services details, detection equipment or any other trench less technology
system equipment ,etc.

4.2 Submittal on geotechnical profile and geotechnical reports along the pipeline route.

The Contractor shall establish the subsurface ground conditions and their range of variability along
the pipeline before embarking on the works. He shall clearly identify the types of soil or rock that is
likely to be encountered during boring or tunnelling along the entire pipeline alignment. If found
necessary he shall carryout simple probing techniques (Geophysical soundings or Seismic refraction
method) at closer interval and determine accurately the types of ground to be expected during
boring/ tunnelling.He shall prepare a comprehensive geotechnical profile along the pipeline route
with detailed descriptions of the types of soil or rock to be expected during boring/ tunnelling.The
Contractor shall endeavour to carry out essential geotechnical investigations and tests (Field as well
as laboratory) immediately after award of the work for enabling him to select appropriate
equipment/methods. The Contractor shall be solely responsible for geotechnical investigations and
the inference drawn from such investigations as well as the adequacy of the equipment and method
adopted by him. However, other progress of works like construction of shafts etc. may be continued
simultaneously.

4.3 Submittal on micro tunneling system.


The bidder / contractor shall furnish name of the micro tunneling, model, manufacturer’s technical
literature for the equipment and all other data along with their bid. Any amendments deemed
necessary by the Contractors shall be submitted along with the geotechnical profile within 3 days of
submission of geotechnical profile to M.C.G.M.

4.4 Submittal on site layout.


Contractor’s attention is drawn to various clauses in the document with regard to the site constraints
and space availability in all the sites. The contractor shall carefully examine the site and prepare site
layout plans showing the arrangement of various ancillary equipment required for works, such as
approaches for equipment, spoil removal equipment and slurry tanks, bentonite systems/ mud
recycling system, generators, control cabin, tracking facilities, crane, storage of pipes etc. for each
drive and submit them progressively to Engineer for approval.

4.5 Submittal on existing pipe levels, location of shafts and new pipeline
alignment.

The contractor shall survey and verify the as-built invert levels of the upstream and downstream
pipelines and manholes shown on the contract drawings for all the sites. The contractor shall confirm
or insert the correct as-built levels in the contract drawings and submit them to the Engineer for
necessary amendments and re issue of the contract drawings for construction. Under no
circumstances the contractor shall commence works without verifying the as -built levels and
obtaining the approval of the Engineer.
182
The Contractor will be required to set out and plan the actual route for the pipe laying well in
advance of actual excavations. Trial holes/ probing and other preliminary surveys must be carried
out and the resulting information carefully plotted. A copy of all preliminary surveys and the results
of exploratory excavations must be supplied to the Engineer. For convenience of construction, if the
Contractor prefers changes to the pipeline alignment or the location of manholes shown on the
contract drawings, he shall incorporate such changes in his submittals to the Engineer for approval.
The Engineer would evaluate and approve if the proposed changes are found to be economically and
technically, and functionally acceptable. It shall be clearly understood by the Contractor that any
construction risks and additional costs arising as a result of Contractor’s changes made to the
original pipeline design shall be entirely borne by the Contractor.

4.6 Submittal on jacking and receiving shaft design


The Contractor shall submit the design and construction details of the jacking and receiving shaft
and their proposed locations along the pipeline route to the Engineer for approval. The Contractor’s
design shall ensure that the shaft dimensions are absolute minimum required and method of
construction shall be such that the shafts are constructed without causing unacceptable obstruction to
the existing traffic flow in the vicinity of the construction. The minimum size of the shaft shall,
however, permit construction of appropriate manhole / valve chambers as per the requirements. The
Contractors shall also submit design and construction details of decking, if required, for the shaft.
The Contractor shall be deemed to have allowed for in his Bid for such decking work necessary to
maintain the traffic flow. The submittal shall also include details on shoring system, entry and exit
arrangement, thrust wall layout and design details, general layout of guide rail and jacking table
arrangement etc.

4.7 Submittals for obtaining approval from authorities


The contractor shall submit separate schedule for obtaining approval of various authorities and
obtain specific permission or approval through the engineer. The Contractor shall be responsible for
obtaining permissions from traffic police, PWD, and Railway authorities with due regard to the
method of work and detailed designs involved. The contractor shall be responsible for submission of
the detailed designs and clarification on time to the concerned authorities. The Employer shall
arrange to pay for the way leave charges or supervision charges only as demanded by railway or
PWD authorities.

4.8 Submittal on buried services and obstructions


The contractors shall investigate and determine the actual location of the buried or over the ground
services and physical obstructions, if any, along the pipeline route and at his chosen locations of the
jacking and receiving shafts, and submit service location drawings to the authorities responsible for
electricity, telecom, water, pipeline, gas etc. and obtain their approval or permission to excavate in
their vicinity. The Contractor shall not interfere with the operation of any existing or proposed
service. He shall carefully plan the pipeline route and the locations of the shafts and manholes and
shall identify the services that require diversion well ahead so as to give ample time to the authorities
to divert the services or give approval to carry out the diversion by others. Where applicable, the
Engineer would assist the contractors in getting the approval as expeditiously as possible from
authorities. If in the opinion of the Engineer any services that are within the manhole proper or
affecting the alignment and require permanent diversion, they shall be diverted at the expenses of the
Corporation. Expenses for all other diversions and temporary protection of services shall be borne by
the Contractor. Any consequential delays or expenditure arising from Contractors’ carelessness or
lack of foresight on this matter shall be entirely borne by the Contractor. The Contractor shall fully
co-operate with the Engineer and the authorities and shall have no claim for delay due to such

183
relocation of services. The Contractor shall allow for sufficient time for getting the permissions from
the authorities.

4.9 Submittal on monitoring of ground settlement and upheaval


The contractor shall monitor ground movement daily at the start of jacking operation and end of the
jacking operation on that day and submit in the format, the settlement or upheaval caused by the
micro tunneling and pipe jacking works to the Engineer.

4.10 Submittal on safety


The Contractor shall be solely responsible for safety of the workmen, Engineer’s staff and third
party. The contractor shall implement a comprehensive safety plan for his work people and
Engineer’s/ Employer’s staff or Third party. He shall comply with all relevant acts governing safety
on construction site. He shall submit to the Engineer the details of the arrangements he made with
the fire brigade, local health authorities and the availability of medical staff, first aid equipment
ambulance, sick bay etc. He shall give the names and contact telephone numbers (24 hours) of the
occupational health and safety personnel. The Contractor shall appoint a Safety Officer or Safety
Engineer at all times who shall be the responsible person for all safety related matters
pertaining to the contract. Name of such person shall be communicated along with the submittals
on safety. The contractor shall comply with the guidelines issued by any competent authority
regarding safety at work site especially safety of persons working inside any pipeline- new or
functioning.

4.11 Submittal on quality assurance/control plan


The Contractor shall implement a Quality Assurance Program approved by the Engineer for the
manufacture of jacking pipe and for actual installation of the pipes by microtunneling and pipe
jacking method on site. The Quality Assurance Programme shall be maintained in accordance with
the provision of the manual. No works shall commence until the Quality Assurance Manual has been
approved by the Engineer. The Contractor’s Quality Assurance System shall incorporate but not be
limited to the following:
i) The Quality Assurance and Quality Control procedures covering all materials, design,
manufacture, supply and installation carried out by the Contractor and any of his subcontractors.
ii) Such tests necessary to demonstrate that materials comply with the requirements of this
specification and the requirements of the relevant Standards and Codes.
iii) Contemporary records to be maintained pertaining to progress of the work.

4.12 Submittal on remedial measures to be adopted by the Contractor

The Contractor shall take each and every precaution to ensure that the tunneling or drilling
equipment will successfully excavate along the chosen pipeline alignment before he commences
the operation. Once the tunneling/ drilling is commenced in a drive, the Contractor will be held fully
and wholly responsible for the successful completion of the tunnel excavation and retrieval of the
shield from the receiving shaft or for completion of pilot bore and hole enlargement upon back-
reaming. In the event of inability to complete the drive, due to break down or any other reasons, the
Contractor shall be fully responsible to recover the equipment safely from the ground and restore the
incomplete work to the original condition at his risk and cost by a method approved by the Engineer
and the concerned authorities within time stipulated by the Engineer or the concerned authority. It
shall be clearly understood by the Contractor that the occurrence of such an event is preventable as
such an occurrence is generally due to Contractor’s negligence in the “preventive maintenance” of
the equipment or driving of it to true level and gradient or his failure to determine accurately the
expected ground conditions before commencement of the excavation. The Contractor shall in his
184
submittal clearly state the measures that he would implement to retrieve the shield without causing
interruptions to railway or road traffic etc and without causing any damage to the property belonging
to the PWD or Railways/ M.C.G.M etc. The cost for such retrieval measures or any consequential
expenditure or delays arising from thereof shall be entirely borne by the Contractor. Any failure to
remedial measures shall be entirely at the risk and cost of the Contractor. Any abandoned hole or
tunnel must be grouted completely at the Contractor’s cost so as to prevent subsequent settlement.

4.13 Effect of Approval and Acceptance of Proposals


Approval or acceptance by the Engineer of any proposal for executing the Works, including
drawings, specifications or resources employed under the Contract shall not relieve the Contractor of
his responsibility for any errors thereon and shall not be regarded as an assumption of risk or
liability by the Corporation. The Contractor shall have no claim under the Contract on account of the
failure or partial failure or inefficiency of any plan, method of work or equipment approved or
accepted by the Engineer. Such approval or acceptance shall be considered to mean only that the
Engineer had no objection to these proposals.
Notwithstanding any approval or acceptance by the Engineer, the Contractor shall remain fully
responsible for completing the Works correct in every detail.

5. Special notes:
5.1 Standards and Codes:
Except as otherwise stipulated in this Specification and in the M.C.G.M’s Standard Specifications,
all materials and workmanship shall comply in all respects with requirements of such standard and
specifications, codes and other standards issued by the Bureau of Indian Standards (BIS) and current
at the date of bid as may be applicable to any part of the Works of this Contract. In the event there
being no relevant Indian Standard Specification, other relevant standard, specification, current at the
date of bidding such as the British Standards Institution, American Society for Testing Materials
(ASTM), German Standards (DIN), Japanese Standard for Water and Sewerage (JSWAS), Standard
Association of Australia (AS), or Singapore Standards (SS) and or of the or any other equivalent
standard approved by the Engineer shall apply. If after the date of invitation to Bid there is an
amendment to a standard specification relevant to the Contract, the Engineer will direct whether the
amendment is to apply. In the event of there being any conflict between this Specification, the
Drawings and any Standard Specification forming part of this Contract, this Specification shall take
precedence over the drawing, M.C.G.M’s Standard Specification, codes and other standards in that
order of precedence.

5.2 Selection of Micro tunneling Equipment:


The contractors shall be responsible for the selection of a suitable micro tunnel boring machine
capable of excavating the materials including rocks and mixed ground that may be encountered at
the sites. The contractor shall ensure that geological and geotechnical information he obtains or
possesses for the sites is adequate to accurately determine the types of soil and rock that may be
encountered during execution of the project. The contractor is deemed to have carried out sufficient
geological and geotechnical investigation of the sites and testing of the soil and rock (to determine
compressive strength, tensile strength, abrasivity, cuttability, mineral make up of the rock etc. as may
be necessary to determine the ability to successfully tunnel through the ground) as necessary at his
own cost before the selection of the micro tunneling system. The contractor shall also ensure that the
micro tunneling system he selects for the project shall successfully excavate in the wide ranging
ground conditions from clayey and sandy strata with boulders and loose rocks to rocky strata that
may be encountered at the sites. Contractors shall pay particular attention, when selecting the
tunneling equipment for the project, to ground water level fluctuation and the wide ranging

185
subsurface soil strata from clays, sands, gravels, soft soils with boulders and loose rocks to basaltic
rock that may be present at the sites. The tunneling equipment selected for the project shall have
appropriate cutter head equipped with suitable cutter bits to excavate soils and rock below the water
table. The tunneling equipment shall be capable of balancing the ground water pressure supporting
the excavated tunnel face at all times. The equipment shall be articulated to enable remotely
controlled steering, in both the horizontal and vertical directions. It shall be capable of preventing
rotation and rolling movement of shield’s body during the drive. The tunneling equipment shall,
interalia, have the following features.
a) Able to excavate and crush rock formations, loose rocks, boulders of unconfined compressive
strength and cuttability in excess of 300 Mpa with no requirement for replacing the cutter head or
bits and other components when geological and geotechnical conditions change during a drive.
The compressive strength mentioned above shall not be construed as the maximum anticipated
and the contractor shall be solely responsible for selection of appropriate equipment.
b) Able to cut through rock having high tensile strength, elasticity, hardness and abrasivity.
c) Powerful cutter head, capable of exerting large and / or surging torque to break up rocks and
boulders.
d) Powerful crushing force, preferably with eccentric radial motion of the crushing device, capable
of crushing gravel, boulders and rock.
e) Equipped with suitable steering and guidance system that ensures easy steering control
f) Equipped with a suitable lubricating system arrangement
g) Ability to provide for an Intermediate Jacking Station, if needed
h) Instrumentation to measure deviation from the designed level and grade, rolling and pitching of
the equipment, cutter torque and its percentage to the maximum torque, rpm, jacking speed,
tunnel face pressure etc. preferably with a computerized data logging and printing facility. The
micro tunneling equipment proposed for the project shall meet the above mentioned criteria or
otherwise it will not be permitted to use in the project. The Contractor shall arrange for visit by
three representatives of the Engineer / Employer to the manufacturer’s facility for inspection of
the equipment before finalization of the order for the equipment at Contractor’s cost which shall
include all expenses including Visa, Airfare, stay in hotel for duration as needed, local
transportation and full boarding.

5.3 Concrete Jacking Pipe:


In case of concrete, the concrete jacking pipes shall be manufactured by a centrifugal or vertical
casting process to be approved by the Engineer. Design, manufacture and factory testing of the pipes
and specials shall be to A.S. 1342 or S.S 183 or JSWAS A-6-1989/A-2- 1973, ASTM C76M or other
acceptable standard and shall also meet the basic requirement specified in I.S 458 & I.S 3597 or its
equivalent standard as amended up to-date . The clear cover of concrete over steel reinforcement on
the wet side shall not be less than 50mm. The outside and inside diameters of the pipe shall be such
that they match the dimensions of the tunneling equipment or vice versa. The standard length of the
pipe shall be 2.5m. However the length of the pipe shall be shortened if desired by the contractor to
suit the site conditions subject to the Engineer’s approval.
Class NP4. A load factor (for the maximum jacking force) of not less than 2.0 shall be used in the
calculations to determine the strength of the pipes required. The strength of the pipes shall be tested
by the three edge bearing test. When subjected to the design load in such a test, the load required to
produce the crack width of 0.25mm on the pipe shall be in accordance with IS Code 458. All such
tests shall be carried out at the expense of the Contractor. The frequency of the Three Edge Bearing
test shall be at least once in 3 months or every 100 pipes or part thereof for each diameter. (a) Pipe
shall be straight and uniform with square ends. The joints shall be well formed to allow efficient
transfer of jacking load from pipe to pipe (b) Pipe joint shall be fitted with compressible packer for
better distribution of jacking load. (c) The jacking frame, jacks and steering head shall be properly
aligned along the designed alignment and grade and the whole assembly shall be square and at right
186
angles to the thrust wall (d) Steering corrections shall be made gradually to minimize abrupt
misalignment angles between the pipes (e) The pipes should be provided with well formed
arrangement for groove for rubber gasket. The Engineer may reject any pipes he considers not
suitable for the Works and these rejected pipes shall be removed from the site immediately. After
factory testing and before dispatch, every pipe and special shall be marked in accordance with the
Standard used. In addition, each pipe shall be marked with a number corresponding with the order of
manufacture and date of manufacture and Grade of Concrete. Test certificates from the
manufacturers or other relevant authority shall be submitted to the Engineer. Some of the sites may
have limited or restricted storage space for stacking of jacking pipes. The Contractor shall therefore
schedule the supply of pipes to the sites in such a way that only absolute minimum numbers of pipes
are brought to the site at a time.

5.4 Identification of pipes, rubber rings etc


Every pipe made shall be clearly and indelibly marked upon it an identification number, class, batch
of concrete, diameter and date of manufacture. Every finished pipe shall be tested for dimensional
conformity and non destructive testing with Schmidt Hammer or any other method as approved by
the Engineer. Full records are to be maintained of each pipe test and for each individual pipe the date
manufactured, cleared after testing and supplied. If the pipes are to be procured from a manufacturer,
the Contractor shall make arrangements for visits of the Engineer’s representatives for inspection
and testing as and when deemed necessary by the Engineer. All expenses in connection with such
visits shall be borne by the Contractors. After the satisfactory completion of testing and approval of
the pipes by the Engineer the pipes shall be stored at factory premises during the period awaiting
delivery. No pipe shall leave the manufacturer’s yard for the site unless it is tested and cleared by the
Engineer’s representative.

5.5 Tests on Jacking Pipes


Factory Tests
One pipe out of every 100 pipes or part thereof manufactured for each diameter shall be tested for
Three Edge Bearing Test in a laboratory or institution approved by the Engineer at the Contractor’s
expense. Every pipe shall be subjected to following dimensional conformity tests and the tolerance
shall be within limits as indicated below 34.

1. Length
Pipe Dia in mm Tolerance for all types of pipes in mm Above 1200 +25

2. Perpendicularity of faces
Pipe Dia in mm Tolerances in mm
RC Jacking pipe Steel Jacking Pipe
Above 1000 8 1.6

3. Deviation from straight


Pipe Dia in mm Tolerance for all type of pipes in mm Above 1000 ±10

4. Deviation from pipe dia


Pipe Dia in mm Tolerance for all type of pipes in mm Above 1000 +0, -16
The jacking pipes to be used shall be of R.C.N P-4 class of requisite diameter as mentioned in the
tender & as directed by Engineer.

187
5.6 Carrier Pipes (M.S):
The pipes shall be manufactured from best quality M.S. Plates. The thickness of M.S plates shall be
in consonance with the design and performance requirements and in no case less than 10 mm. The
pipe must account for the anticipated jacking load and precaution against buckling of the plates
during jacking operations. The steel pipes shall be manufactured in a manufacturing establishment
approved by the Engineer and contractor shall supply the name of the steel pipe manufacturer along
with the bid. The steel pipes shall conform to IS 3589.

5.7 Carrier and Sleeve arrangement:


In case of carrier and sleeve arrangement, the contractor shall fill up the annular space with R.M.C.
M-20 grade Concrete or Rich Cement grout (1:3)as per the specification requirement and as directed
by the Engineer.
6 Special Instructions:
1. Tenderers / contractors to note that the payments of C.I./D.I. / M.S. pipes & its appurtenances etc.
will be made only after the work of laying / erecting the same in the trenches to the required line
& level and jointing the same by means of proper methodology is complete.
2. Getting Police/ Traffic Police permission and other permissions from Govt. Semi Govt.
organizations will be solely & entirely the responsibility of the contractor.
3. The contractor is required to give hydraulic testing for water main laid by micro tunneling
method, by deploying his own plant & machinery. However, no separate payment will be made
for Hydraulic Test of pipelines up to & below 450 mm dia.
4. Arbitration matter will be resolved within M.C.G.M. by M.C.G.M authority forming a committee
with its various Head of Department.
5. Tenderer to note that no separate payment will be made for shifting of utility services.
6. Tenderer / contractor to note that over-cutting of shaft / bore hole, filling of gaps etc shall not be
paid over& above the actual quantity in the tender.
7. Tenderer/contractor to note that de-watering for any work shall not be paid separately.
8. No payment for idle charge for any of plans/ machinery or resources to be utilized.
9. The contractor to note that the scope of work can be curtailed to any extent & contractor is not
liable for any compensation or idle charges claim.
10. It is binding on contractor to maintain the Noise Pollution level within permissible limit as per
circular no. CE/PD/7788/ of 05.11.08.
11. No payment will be made for incomplete tunneling work. The contractor is fully responsible if
MTBM is stuck up in railway premises. No claim will be entertained in such case. The contractor
to note that contractors are totally responsible for successful completion of work under Railway
and other utility premises.

188
10.9 FOR CEMENT CONCRETE ROAD WORKS:

1. In addition to the qualities of strength and durability, greater attention will need to be devoted to
the qualities of the pavement surface, which directly affect the user perceptions, comfort and safety.
In this connection, the wear resistance, surface evenness (riding quality) and skid resistance, as well
as freedom of the surface from structural or other quality blemishes (e.g. cracks, joint and edge
spells, surface pitting / pop outs, scaling / potholes, etc.) will need additional attention.

2. The contractor shall have the full responsibility for quality control and also in delivering the
requisite quality in the field.

3. The cement and other materials shall be tested at the approved Lab., at contractor's cost,
preferably before it's use, as per the directions of the site in charge. In case, the test results are not
available before its use, the use of the materials shall be permitted on the explicit understanding that
they will remove and redo the work at their own cost in case the specimens fails to attain the
specified tests.

4.Ordinary Portland Cement of 43 and above grade, Portland Pozzolana Cement or Portland Slag
Cement will be allowed to be used for RMC/conventional mix. Contractor shall provide one
independent cement godown with capacity of minimum 50 to 200 cement bags, under double lock
system with one lock of contractor & other of M.C.G.M as per the site conditions & as directed by
Engineer in Charge.

5.The rates proposed in this tender for all concrete and allied works are inclusive of water cost. The
contractors shall have to make their own arrangements at their cost for bringing adequate water of
potable quality for mixing concrete, curing purposes etc. and for this no extra payment will be made.

6.Water used for mixing and curing of concrete shall be clean and free from injurious amount of oil,
salt, acid, vegetable matter and other substances harmful to the concrete. It shall meet the
requirement stipulated in IS 456. The water brought for concreting and curing etc. shall be got tested
from Municipal laboratory (situated at F/ South ward office) to verify whether it is suitable for above
purposes, whenever directed. This testing will be done at contractor’s cost.

7.Sand shall be of approved quality with fineness modulus between 2.4 to 3.5 as per approved mix
design. The sand will have to be screened to remove the oversized particles and washed to reduce
the silt contents below 8% by volume after one hour and to bring it within the permissible range of
fineness modulus. The fine aggregates will be tested as directed by the Engineer.

8.If coarse aggregates are found having white spots, the same shall be got tested from approved
testing laboratory to eliminate possibility of potential aggregate- alkali reactivity before accepting or
using spotted aggregates.

9. The contractor should make the necessary arrangement to stock the aggregates separately so that
they do not get mixed up with each other and / or with the foreign materials and do not get
segregated. The screening of the aggregates shall be done if found necessary as directed by the
Engineer.

10.M.S / Tor steel and structural steel required for the work shall conform to the relevant latest
Indian Standard Specifications. The steel brought on site shall be got tested at Municipal or any
other approved laboratory at the contractors cost before using on site.

189
11.To determine the ‘K’ value, it is necessary to take a plate load test / CBR test within the scope of
the work wherever necessary. The test will be taken by A. E. (soil Mech.). However contractor shall
arrange at his cost for excavation, loading and refilling. No payment will be made for this work. For
conversion of K - value to CBR value, the value of CBR / K value shall be adopted from IRC: 58-
2002, as detailed below:

APPROXIMATE 'K' VALUE CORRESPONDING TO CBR VALUE FOR HOMOGENOUS SOIL


SUBGRADES

CBR
2 3 4 5 7 10 20 50 100
value (%)
K-Value
2.08 2.77 3.46 4.16 4.84 5.54 6.92 13.85 22
(Kg/cm3)

The recommendations of IRC: 15 – 2002 shall be followed and K-value of less than 5.5 kg/ cm3
tested on the sub grade shall not be permitted. In case, a large number of tests are required either in
view of low K-value obtained, or in view of heterogeneity/ variability of sub grade, additional field
soaked CBR test may be conducted using the above table for assessing the K-value. The final
checking will, however, be based on plate bearing test. In case the 'K' value is less than 5.5 kg/cm 3
(C.B.R. less than 10.0); the C.B.R. shall be improved with intermediate GSB sub base as decided by
the Executive Engineer.

12.Testing for the compressive strength shall be carried out for cement concrete works of M 35 &
above for each day’s work. At least three sets consisting of 3 nos. of cubes (at regular interval) along
with 3 flexural beams shall be cast. Cubes from each set shall be tested for 7 days & 14 days at the
site laboratory in presence of Asstt. Engr. i/c of the work & the contractor shall submit remaining
three C.C cubes for testing compressive strength for 28 days at the approved Laboratory. Also, the
contractor shall cast & submit for each day's work, 3 flexural beams for testing flexural strength at
the approved Laboratory as per the requirement of project & as directed by Engineer in Charge.

13.Whenever the cubes and beams are required to be sent to the laboratory, the same shall be
transported to the Laboratory by the contractors at their cost. The acceptance criteria for the test
result shall be as per IS. 456. No payment for this will be made to contractors.
The contractors shall arrange to send the cubes and flexural beams to the testing laboratory at least
one days before the date of testing of the cubes as well as beams failing which penalty of Rupees
1000/- per day will be imposed and recovered from the contractors bill. The charges for testing of
cubes and beams at municipal laboratory shall be as per rate schedule fixed for testing by the office
of A.E (Soil Mech.) M.C.G.M. Lab at Worli from time to time and the same shall be borne by the
Contractors.
Quality control in the field shall be exercised on the basis of compressive strength and workability.
The maximum water cement ratio shall be 0.40.

14.In case of concrete of less than M 35, at least two sets of cubes shall be cast and tested for 7 days
and 28 days strength in site lab. on the compressive testing machine for day's work.

15. At each Road, minimum 3 cores for day's work of M 35 & above C.C shall be extracted at
regular interval for any four day's work for testing. The average value of test results of 3 cores shall
be considered for deciding the concrete strength for the day's work from which the cores are
extracted. The cores shall be extracted preferably from the slabs of the standard size i.e. 45 M x
3.25M (on either longitudinal side of the work). (The testing of core is to be done if quantity is

190
substantial like length of trench is beyond 500 mtrs and 3 mtr width etc)
The extraction of core shall be arranged in such a way that three cores are extracted in a day's work
of M 35 & above C.C. at regular interval. The average test result of three cores shall decide the core
strength of the day's work. If average strength fails, the entire quantity of M 35 & above concrete
poured on that day will not be paid.
In case the cube test for 28 days period fails, for any particular day's work, additional 3 cores shall
be taken from that day's work and will be tested at contractor’s cost. The core will be 150 mm. dia. If
it fails, no payment will be made.

16. The density of the compacted concrete shall be such that the total air voids are not more than 3%.
The air voids shall be derived from the difference between the density of core and that of concrete
cubes taken for the said day's work. The average value of three cores of at least 100 mm diameter
shall be considered.

17. All cores taken for density measurements shall also be checked for thickness. In case of doubt,
additional cores may be ordered by the Engineer and taken at locations decided by him to check the
depth or density of concrete slab without any compensation being paid for the same. Thickness of
the slab at any point checked as mentioned above shall have minimum specified thickness as per
drawing.
The cost of the Cores & samples to be taken and their testing shall be borne by the contractors.
Cores of slab of M: 35 & above C. C. shall be extracted and submitted within a week’s period after
completion of 28 days in the laboratories approved by the Ch.E (Rds. & Tr.). On failure of
compliance of this conditions a penalty of Rs 1000 /- per day shall be imposed. However, in the
circumstances beyond contractor’s control, the matter of waiving penalty will be reviewed by the
Hydraulic Engineer (H.E).

18. In calculation of the density, allowance shall be made for any steel in cores. Cores shall be
reinstated with epoxy mortar or as directed by the Engineer at the contractor’s cost. In case the cores
are taken from the road already opened to traffic, the mix / material adopted for filling shall be such
that it will develop the requisite strength in a minimum period. The holes created by cores shall be so
filled that these do not shrink. The core holes shall be reinstated within 24 hours of taking cores,
failing which a penalty of Rs 1000 /- per day shall be charged.

19. Core density test shall be carried out in accordance with relevant I.S. Codes.
The results of crushing strength tests on these cores shall not be less than 0.8 times the characteristic
cube crushing strength where the height to diameter ratio of the core is two. Where height to
diameter ratio is varied then the necessary corrections would be made in calculating the crushing
strength of cores in the following manner.
The crushing strengths of cylinders with height to diameter ratio between 1 and 2 may be corrected
to correspond to the standard cylinder of height to diameter ratio of 2 by multiplying with the
correction factor obtained from the following equation:
f = 0.11n + 0.78 where f = correction factor andn = heights to diameter ratio
The corrected test results shall be analyzed for conformity with the specification requirements for
cube samples. Where the core tests are satisfactory they shall have precedence for assessing concrete
quality over the results of moulded specimens. The diameter of cores shall not be less than 150 mm.

20.If the test results of cores of the concrete are not satisfying the strength requirements, then the
payment for the slab/day's work shall not be made.

21. If the contractors excavate certain portion of the road and fails to reinstate/concrete the same
within the stipulated time limit as per the programme on / or before 15th May of the year or any

191
other date specified by M.C.G.M authority as per the policy, they will be required to reinstate this
excavated road portion with bituminous layers / paver blocks as specified and directed by the
Engineer failing which the same will be carried out from any other agency at the Contractor’s
risk & cost, in addition to further penal action. No payment will be made for such restoration.

22. The contractors should also note that they will have to modify, if required, the detailed
programme submitted in the form of BAR chart or PERT/CPM, considering the permission obtained
from Traffic Police before actual starting of the work at site so as to complete the same in the
stipulated contract period.

23. Mix design to give the target strength as required shall be prepared in accordance with the
relevant IRC / IS specifications. The same shall be checked and approved by the Asst. Engineer /
Executive Engineer.

24. Minimum Cement content for M 40 Grade of Concrete shall be 350 kg/cum. If this minimum
cement content is not sufficient to produce the strength of concrete specified in the drawing/design,
it shall be increased as necessary without additional compensation under the contract, or else the
fresh mix design shall be carried out till desired resulted are achieved.

25. The water bound macadam/ W.M.M. base should be adequately watered on the previous day and
also two hours before starting lean concreting work so as to keep it in moist condition.

26. Double bulkheads for keeping the dowel bars in the proper alignment shall be provided as per
drawing, and as directed by the Engineer. Tie bars should be aligned exactly perpendicular to
finished concrete surface of the slab by means of suitable device to be approved by the Engineer.

27. Dowel bars shall be Mild steel rounds in accordance with details / dimensions as indicated in the
drawings and free from oil, dirt, loose rust or scale. They shall be straight, free from irregularities
and the sliding ends sawn or cropped cleanly with no protrusions outside the normal diameters of the
bar. The dowel bars shall be supported on double bulk - head or chairs in prefabricated joint
assembly position as approved by the Engineer prior to the construction of the slabs.
Unless shown otherwise on the drawing, dowel bars shall be positioned at the mid depth of the slab
within the tolerance of +/-20 mm spaced equally along intended lines of the joints within tolerance
of +/- 25 mm. They shall be aligned parallel to the finished surface of the slab, to the centerline of
the carriage way and to each other within the following tolerance.
For the bars supported on bulk - head prior to the laying of the slab.
All the bars in a joint shall be within +/-4.5 mm per 300 mm length of the bar. 2/3rd of the bars shall
be within +/-3 mm per 300 mm length of the bar. No bar shall differ in alignment from adjoining bar
by more than 3 mm per 300 mm length of the bar in either horizontal or vertical plane.
The Dowel bars shall be covered by a sheath of High Density Polythene pipes of approved quality
for half the length plus 25 mm for expansion joints. The sheath shall be tough, durable and of an
average thickness, not less than 1.25 mm. The end portion of the sheath shall be plugged with
suitable properly tight cap fitting.

28.All the trenches & loose pockets, excavated pit etc. will be refilled by metal sand filling or as
specified and directed by the Engineer.

29.The laying of M10 concrete in pavement will have to be carried out with proper form work only.
It shall be ready mix concrete compacted with vibrators and shall have smooth surface. It should
have proper cross profile as directed by the Engineer. The surface of M10 C.C. shall be maintained
smooth till overlaid by slab of M35 & above C.C. The work will have to be carried out as directed

192
by the Engineer.
Curing shall be done by covering with Hessian cloth and sprinkling with water for 7 days or till the
lean concrete is overlaid by M35 & above C.C. slab, whichever is earlier, but for a minimum period
of 24 hours.

30. 3 Ply Waterproof paper or 125 micron plastic membrane shall be used as a separation membrane
between concrete pavement slab and the sub base at the same terms and conditions. No extra
payment shall be made for plastic membrane.

31. For the desired workability, the ready mix concrete of M 35 & above will have a slump not more
than 50 +/- 10 mm.

32.The temperature of Pavement Quality concrete shall be maintained as per IRC: 15: 2002.
Concrete having temperature at the time of pouring more than 30ºC will not be allowed.

33. M35 & above concrete slab shall be laid in two layers and each layer shall be compacted by
needle vibrator, plate vibrator. Screed vibrator shall be used for compaction of 2nd layer in addition
to the with needle and plate vibrator.

34. To achieve the proper consolidation of the concrete slab, the top layer of the concrete shall be
compacted by needle vibrator, plate vibrator and Screed vibrator. If any depressions are observed on
the surface of the concrete, fresh concrete shall be spread on the top, surcharged and got compacted
with batten. Screed vibrator is again to be used for compaction as well as leveling. Minimum 3
skilled masons shall be deployed during M 35 & above concreting work.

35.Care shall be taken to prevent the over vibration and appearance of water / laitance on top surface
of the slab. If any excess water is noticed on the surface of the slab, the same shall be removed by
moving hessian cloth on top surface and the concrete mix shall be immediately rectified as directed.

36. Plate vibrators shall be used for compaction of concrete mix in addition to needle and screed
vibrator and as such contractors must have at least two numbers of each machine such as plate
vibrator, screed vibrator and at least three needle vibrators in working condition.

37.The distance as well as time lag between bottom concrete layers and top layers during concreting
operation shall not exceed 2.5 meters, or 20 minutes whichever is less.

38. Whenever the needle vibrator is used, the mason must follow with a trowel and punch to the
portions of concrete from where the needle vibrator is withdrawn to ensure that no hollow portion
remains in the stiff mass of concrete. Plate vibrating shall also follow thereafter immediately.

39. Concrete pavement must be in proper cross profile as per camber prescribed by the Engineer.

40. After the final regulation of the surface of the slab, surface of concrete slab shall be brush
textured in a direction at right angles to the longitudinal axis of the carriageway.

41. The brushed surface texture shall be applied evenly across the slab in one direction by the use of
a wire brush not less than 450 mm wide. The brush shall be made of 32 gauge tape wires grouped
together in tufts spaced at 10 mm centres. The tufts shall contain an average of 14 wires and initially
be 75 mm long. The brush shall have three rows of tufts. The rows shall be 20 mm apart and the tufts
in one row shall be opposite the centre of the gap between tufts in the other row. The brush shall be
replaced when the shortest tuft wears down to 60 mm. long.

193
Required texture depth
Time test Number of measurements Specified val-
Tolerance
ue
Not later than 6 weeks
An average of 5 measure- +0.25
or before the road is 1.00
ments -0.35
opened to public traffic

42. The texture depth shall be determined by the sand patch test as described in the clause given
below. The test shall be taken at least once in a week or whenever the Engineer considers it
necessary, at times after constructions. 10 individual measurements of the texture depth shall be
taken at least 2 m apart anywhere along the diagonal line across a lane width between points 50 m
apart. No measurements shall be taken within 30 mm of the longitudinal edges of the concrete slabs.
The texture depth shall not be less than minimum required as per the table below, nor greater than a
maximum average of 1.25 mm.

43. After the application of the brushed texture, the surface of the slab shall have a uniform
appearance.

44. Where the texture depth requirements are found to be deficient, the Contractor shall make good
the texture across the full lane width over length as directed by the Engineer, by retexturing the
hardened concrete surface in an approved manner.

44.1 The following apparatus shall be used for testing the texture depth.
i) A cylindrical container of 25ml. internal capacity.
ii) A flat wooden disc 64 mm diameter with a hard rubber disc, 1.5 mm thick, struck to one face, the
reverse face being provided with a handle.
iii) Dry natural sand with a rounded particle shape passing a 300 micron IS sieve and retained on a
150 micron IS sieve.

44.2Method: The surface to be measured, shall be dried, any extraneous mortar and loose material
removed and the surface swept clear using a wire brush both at right angles and parallel to the
carriageway. The cylindrical container shall be filled with the sand, tapping the base 3 times on the
surface to ensure compaction, and striking off the sand level with the top of the cylinder. The sand
shall be poured into a heap on the surface to be treated. The sand shall be spread over the surface,
working the disc with its face kept flat in a circular motion so that sand is spread into a circular patch
with the surface depressions filled with sand to the level of the peaks.

44.3The diameter of the patch shall be measured to the nearest 5 mm. The texture depth of concrete
surface shall be calculated from 31000/(DxD) mm where D is the diameter of the patch in mm.

45.It will be the responsibility of the contractor to give the required finish of riding surface by
checking with the straight edge and wedge gauge and any deficiency observed, shall be rectified as
specified in the general specifications for Road Works.

46. Initial curing shall be done immediately after the surface texturing. Initial curing shall be done
covering with hessian cloth and sprinkling with water over the concreted portion as soon as the
concrete starts setting and by the application of approved resin based aluminized reflective curing
compound which hardens into an impervious film of membrane with the help of mechanical sprayer.
Care should be taken not to disturb the brushed surface texture. Further curing of concrete shall be
done as directed, for a minimum period of 14 days from the date of casting of c.c. slab or as directed.
194
A penalty of Rs1000/- per Sq.m per day will be levied for broken vatas. A penalty of Rs10000/- per
day will be levied for improper curing.

47.The vertical sides of concrete slab are required to be tarred with hot/cut-back bitumen of 80/100
grade before casting of the adjoining relevant bay. The channels should be erected perfectly in
vertical position. The gaps between two channels shall be properly covered by waterproof papers
and the gaps at the bottom shall be properly sealed in C.M. for which no extra payment will be
made.

48.The contractors shall have to cast runner beams, man hole bay, water tables, water entrance bays
etc. preferably within 5 days from the date of casting slab failing which a penalty of Rs 1000/- per
day shall be levied on contractors.

49. The cement concrete slab pavement in M35 & above is required to be carried out strictly as per
the drawing. As regards thickness no claims on account of additional thickness other than the
specified, if provided, will be entertained.

50. The flexible pavement wherever necessary shall be improved in asphalt mix, paver blocks or by
other methods as directed by the Engineer, before allowing the traffic on adjoining completed
C.C.slabs. In case it is not possible, a specific sanction of Dy.H.E(Const) should be obtained before
allowing traffic on C.C slabs.

51. The joints shall be cut within 10 hrs-16 hrs. to a depth of 100mm or min.1/3th depth of C.C.bay,
as directed, failing which these will be got done at contractor's cost and penalty will be levied as
directed by Engineer including withholding the payment of adjoining panels of the uncut joints for 5
years. A suitable rebate for less depth i.e in between 75 mm to 115 mm will be taken on prorata
basis. A proper record shall be maintained in the register.

52.The machine cut joints should be filled in immediately with thermocole as directed by the
Engineer till regular dressing of joints is done. Separate payment will be made for this work.

53.The machine cut joints and expansion joints must be cleaned first by using Raking tool and then
air blown with compressor, so as to remove dust, sand particles and foreign matter from the joints
before filling them with hot sealing compound as specified in IS 1834-1984, after applying primer
conforming to IS 3384-1986.
The details of sealing compound and bituminous primer to be followed as per M.C.G.M Road
Department specifications.

54. No separate payment for restoring vattas before and after cutting of joints or damaged on any
account shall be made. Such vattas shall be restored immediately by the contractors. After curing
period is over, the vattas shall be removed thoroughly, without keeping behind any vatta impression
and without damaging the surface texture of the slab.

55.The contractors shall observe compliance of following requirement in respect of works of sealing
of joint.

55.1 The contractors shall have to purchase the joint sealing compound from open market and from
reputed manufacturers, a list of which is available in the office of respective Dy.Ch.Engr.( Rds). The
sealing compound shall conform to Grade 'A' of IS 1834-1984 i.e `Specifications for hot applied
sealing compounds in Concrete’. The Sealing compound shall have to be got tested at Municipal
Laboratory or at the V.J.T.I, I.I.T or S.P college Laboratory or at the laboratories approved by

195
Ch.Engr.(Rds. & Tr.) at contractor's cost before its use for every batch in addition to manufacturers'
test results of sample.

55.2The Delivery challans for joint sealing compound shall bear requisite details, such as Sr.No.,
Batch No., Date, Weight and name of the contractor to whom the sealing compound is being
supplied etc. The manufacturer's Test Certificate to the effect that sealing compound conforms to
relevant I.S. specifications shall invariably accompany every consignment of sealing compound,
brought on the site.

55.3Due care shall be taken to see that temperature is carefully controlled while heating the joint
sealing compound. Due precautions shall be taken to avoid over-heating of joint sealing compound
above 180 degree Celsius as well as heating for long periods since sealing compound will lose its
properties due to overheating. In case of default on this account, entire overheated material will be
rejected. Therefore, quantity of sealing compound required for one operation of joint sealing work
shall be heated.

55.4 Joint sealing compound once heated but not utilized will not be permitted for use after
reheating the same and such material will be discarded and will have to be removed from site.
Indian Standards (IS & IRC) for work of sealing of joints and quality control:
i) IRC 15-2002 Standard Specifications & Code of Practice for constn. of Concrete Roads.
ii) IRC 57-1974 Recommended practice for sealing of joints in Concrete Pavements.
iii)IS 1834-1984 Specifications for hot applied Sealing Compounds in Concrete.
iv) IS 3384-1986 Specifications of primer.

55.5 The joints cut and cleaned shall be got certified from the Engineer before filling with sealing
compound as per the specification for sealing of joints in rigid pavements. The spilled over sealing
compound if any shall be removed immediately.

56.The regularity of the surface of the slab shall comply with the requirement of following clause.

56.1Compliance with the requirements of this clause for surface regularity shall be measured using
an approved 3 m long straight edge and wedge in such a way as to reveal any and all irregularities.
The maximum permitted number of surface irregularity of 5 mm and 7 mm in a length of 300 m
shall be 20 numbers and such irregularities shall be properly recorded in the register.

56.2Longitudinal irregularity shall normally be measured along any line or lines parallel to the edge
of the slab.

56.3Transverse irregularity shall normally be measured along any line with the straight edge placed
at right angles to the center line of the road.

57.If deemed necessary by the Engineer, any section of the slab which deviates from the specified
levels and tolerance shall be demolished and reconstructed at the Contractor's expense.

58.There shall be a defect liability for 5 years period (60 months) for C.C. pavement. If during this
period, concrete road fails due to (1) development of cracks (2) Spalling of edges (3) Erosion of
concrete surface etc., the action as decided by the engineer shall be taken against the contractor. In
case of development of structural/full depth cracks, 25% cost of the slab per cracked panel shall be
recovered as penalty. The penalty amount shall not exceed cost of respective slab. However, for
cracks in M.H.bays, entire cost of M.H. bays shall be recovered. If the contractors replace the
cracked panels within the guarantee period, the said amount shall be paid separately. It is obligatory

196
on the part of contractors to take care of such cracks during the guarantee period. During the defect
liability period, dressing of joints complete in all respect shall have to be done free of cost at least
once in a year preferably in the month of April or May or as directed by the engineer under
municipal supervision. If the contractor fails to comply with the above conditions, the note of the
same will be taken while evaluating the tenders for C.C. road works in future.
In case of disputed cracks, nature of cracks may be ascertained by extracting core on the crack in
question by the contractor at his cost. If the depth of the penetration of the crack observed on the
core is more than 1/3rd the depth of the slab, the crack will be considered as structural crack.
Reinstatement of the core holes shall be as per in the relevant tender condition.

59.The contractor when called upon will take up the additional work and complete the same at their
rates, terms & conditions of the contract without claiming any compensation and work shall be
completed within the time period allotted to this contract. All taxes/duties etc. will be borne by the
contractors and not by the M.C.G.M.

60.If any contractor fails to carry out work, the same will be got executed at his risk and cost,
through other agencies.

61. The works shall be carried out at least at 3 to 4 locations simultaneously if necessary; so as to
complete the work in stipulated time.

62.Ready mix concrete will be brought to the site from RMC plant only by transit mixers.
a) Every transit mixer will carry delivery challan, mentioning the minimum following details:
i) Name of Manufacturer and Depot.
ii) Serial No. of challan.
iii)Date
iv)Truck No.
v) Name of contractor to whom the RMC is being supplied.
vi)Location of contract work.
vii) Grade of concrete.
viii) Specified workability.
ix) Cement content and Grade of cement.
x) Time of loading
xi) Quantity of concrete.

b) A computerized print out showing details of ingredients or ready mix concrete including
admixture viz. the actual weight of each ingredients, required weight of each ingredients as per mix
design etc. shall invariably be obtained with each transit mixer carrying RMC on site. The
computerized sheet shall be signed by the site in charge and contractor's representative and shall be
preserved as a record on the site.

63.The Pavement Quality Concrete should be produced in RMC plant using ice flakes to control the
temperature of concrete and no extra payment will be made for the use of ice flakes in concrete. The
Pavement Temperature of Pavement Quality Concrete should not exceed 30˚C at the time of
pouring.

64. When the truck arrives on site, the drum should always be speeded to about 10 to 15 rev/min, for
at least 3 minutes, to make sure that the concrete is thoroughly mixed and uniform, before discharge.
65.Testing of Ready Mixed Concrete: The sampling and testing requirements for ready mixed
concrete are the same as those for site mixed concrete. As regards testing of workability, following
procedure be followed.

197
After making sure that the concrete has been uniformly mixed, take a sample from the first 0.5 cu.m
of concrete discharge, and do a slump (or compacting factor) test on the sample. If the result
complies with the specified requirements, then the load should be accepted. If the results are beyond
limits, a further sample should be taken from the second 0.5 cu.m of the discharge, and if this is
satisfactory, the load should be accepted, if not, the concrete load shall be rejected, as the same is not
as per the specification range. The specified slump is 50 mm while carrying out above tests, it may
vary by 10 mm.
66.No extra payment will be made for the use of admixtures.

67.It will be the sole right of the Administration to allow or disallow the use of ready mixed concrete
in specific works based on the site situation, number of works, distance of plant from the site of
work, etc.

68. LIST OF MACHINERY REQUIRED TO BE PROVIDED BY THE CONTRACTOR’S


FOR CEMENT CONCRETE ROADWORKS AT EACH STRETCH OF CIVIL WORK.

1. Screed vibrator - Min.two Nos


2. a) Min. two needle vibrators (60 mm) &
b) Min. two needle vibrators (40 mm)
3. Min. two plate vibrators for compaction of concrete & two vibratory plate compactors for
compaction of trenches, paver blocks etc.
4. At least two(one) water tanks of 5000 Ltrs. capacity each.
5. 3 steel battens of channel section of 4" width with proper handles at both the ends.
6. 2 straight edges with scaled wedge.
7. Requisite finishing instrument.
8. One joint cutting machine for cutting minimum 100mm depth with two spare blades.
9. M.S channels minimum 200 R.M in length in proper shape, line and level.
10. 4 set of double bulk-heads as per drawing.
11. steel fabricated farmas for raising manholes.
12. Portable air compressor.
13. 2 templates for checking camber.
14. 20 cube moulds, 150 mm x 150 mm x 150 mm
15. 1 slump cone with two additional measuring rods.
16. Steel fabricated moulds for casting kerbs, water tables etc.
17. Two joints raking tools.
18. 6 flexural beam moulds of size 700 mm x 150 mm x 150 mm.
19. 15 mm internal dia M.S. pipes for straightening the tie bars.
20. Two nos. steel wire brooms as specified.
21. Min.two sprinklers.
22. Levelling instruments.
23. Two pharmas
24. a) Measuring tape b) Steel tape
25. Generator Set - 01No
26. Digital Thermometer - 02 Nos
27. Wooden Platform - 02 Nos

Contractor must procure all the aforesaid equipments and machinery before commencement of the
respective work in good working condition.

198
69. All the specifications laid down by IRC and as detailed in the relevant clauses of MORTH-
(2001) Manual on Specifications for Road and Bridge Works in respect of Construction of
Drainage Layer, Wet Mix Macadam, Dry Lean Concrete should be strictly followed.

10.10 FOR ASPHALT ROAD WORKS :

1) Loads of asphalt mix brought on lorries shall be fully covered with tarpaulin,
failing which Rs2500/- for every lorry load received on the site uncovered with tarpaulin will be
imposed as penalty and the same will be recovered from the contractor’s bill.

2) The lorry loads of the asphalt mix shall be checked at random at public weigh Bridge
including the Tar Weight for verifying the correct weight of the mix at the rate of one load out of
every ten loads.

3) Various asphalt mix challans shall bear printed serial no. Weight and departure time from the
plant end. The test reports of the test conducted in the asphalt plant laboratory shall invariably
accompany with the first load.

4) While laying asphalt mix layers on the existing road surface, care shall be taken to see that no
manhole or chamber covers of drainage, etc. are buried or kept higher than road surface. They
shall be first identified and raised or lowered to be flushed with final asphalt surface.

5) Prime coat/Tack coat will be allowed during execution of resurfacing work only by mechanical
sprayer.

6) Field Density test shall be taken in Asphalt Concrete Carpet, W.M.M.,D.L.C. and GSB.

7) The contractors shall bring the correct size of metal/material required for construction of water
bound layers. The contractors will not be allowed to break stones, preparation of material for
water bound layerson site.

8) As far as possible, 30% of the milling material shall be used on site, wherever directed.

10.11 TESTING OF MATERIALS:

Contractors are required to send at least one sample per day up to 50 M.T. and at the rate of one
sample for every additional 50 M.T or part thereof per day for Asphalt Macadam/ Seal Coat/Asphalt
Concrete and other asphalt mixes to the laboratory for testing. The contractor shall note that, 50%
payment of the bitumen work will be withheld till the results are received.

The test of samples of asphalt macadam, asphaltic concrete, mastic asphalt, used in the work shall be
carried out at municipal laboratory or approved laboratory as directed by engineer in-charge.

The site laboratory shall be used for testing of sub-base, GSB, base course, WBM, concrete cubes (7
days, 14 days) and other materials as necessary and directed engineer in-charge.

The charges for testing of construction materials and asphalt mixes shall be as per the rates in force
at the time of testing of materials/asphalt mixes and the testing charges shall be borne by the
contractor.
199
i) All requests for testing of samples must be made in writing to in duplicate specifying there in the
following information (separate memo should be sent for concrete, steel, soil, asphaltic mixes)
etc.
1. Name of the Work, Work Code No. if any
2. Type of material and tests desired (i.e. grade of cement, date of consignment)
3. Identification mark on the sample should be mentioned on the forwarding memo (in case of
concrete beams and cubes identification marks, grade of concrete, date of casting, specimen No.
should be engraved on concrete. If these details are marked by paint, samples will not be
accepted. In case of re-inforcement bars, details shall be displayed on label pasted on bars and
label must be signed by the officer who has taken the samples.)
4. Name and full postal address of the officer to whom the results must be sent.
5. Date of sampling (i.e. date of laying asphalt mix, Sr. No. of load casting concrete or taking
cement samples.)
6. Name of the tenderer carrying out the work.
7. Any other information, which is specified by the user department.

ii) Samples must also bear the identification mark and signature of sitein charge/ officer taking the
samples. In case of samples of asphalt mixes sent in polythene bags a legible duplicate tag should
be stapled from outside.

iii)Quantity of sample for testing must be adequate as shown in the schedule.

iv) For issuing additional copies or duplicate copies of test results at Municipal Testing Lab. Rs.
25/- will be charged for each copy. Request for additional /duplicate copy should be made in
writing by site in charge or higher officers of the user department.

v) Field Density test shall be taken in Asphalt concrete Carpet for any thickness. The Contractor
shall obtain the intimation letter from Engineer-in-charge & furnish the same to A. E. (Soil
Mech.) or as directed by the Engineer within 7 days from the date of laying of asphalt concrete
for carrying out the field density test. For any neglect or delay on the part of the contractor to
intimate the same within seven days period, the additional charges as penalty would be
recovered from the Contractor up to Rs. 200/- per test per week at the time of submission of
intimation to A.E (Soil Mech.)’s office.

vi) Samples of bitumen cut back, emulsions shall be forwarded in wide mouthed metal containers
with label pasted on the lid.

vii) Samples for tensile testing of reinforcing bars shall be straight for entire length without bends.
The ends of the bars shall be hacksaw cut and not chisel cut. One sample of each diameter bar
shall be sent for first test and for retest, two bars shall be sent. The length of the bars shall be 50
cm. for all diameters.

viii) Samples that are sent for testing for natural moisture content, shall be forwarded in wax coated
packing or sealed airtight bags.

200
ix) Undisturbed samples sent in sampling tube shall be wax coated on both open ends.

x) The samples thus taken shall sent to the Testing Laboratory within4 days from the date of laying
of Asphalt mix on site. In case of delay, additional testing charges as penalty would be recovered
from the Contractor at the following rates.

From the 5th day to 7th day from date of laying of Rs 10,000/-
A)
asphalt mix on site
From the 8th day to 14th day from date of laying of Rs 20,000/-
B)
asphalt mix on site

The above charges i.e. (A) & (B) shall be paid by the contractors at time of submitting the samples
in Municipal Laboratory.
If the samples of the Asphalt mixes are not sent for testing within14 days, payment for the
corresponding quantity of those samples shall not be made.
Charges would be recovered from the respective bills payable to the contractor by respective
department and credited to XV- Traffic Operations, Roads and Bridges, H - Material Testing
Laboratory.

xi) In case of failure of asphalt mix sample testing in Municipal Laboratory in


various tests the following penalties will be imposed.

a) Rs500/- for each gradation failure as per result of asphalt macadam, seal coat and asphaltic
concrete and Rs 1000/- for each gradation failure in mastic asphalt.

b) For failure on more than 3 gradations in any asphalt mix. 50% of the cost of the work
represented by the failed sample will not be paid to the contractors.

c) Rs1000/- each for failure in flow value/Bulk density/Void Ratio/marshal stability in asphaltic
mix beyond permissible limit as mentioned in the test report.

d) In case of excess % of bitumen in the bitumen mix beyond specified limit, a penalty of Rs.60/-
per MT of AM/SC/AChaving excess bitumen for 50MT or thereafter as applicable for which
representative sample was taken will be imposed on C/S.

e) In case of less percentage of bitumen in the bitumen mix, than the specified limit, 50% of the
cost of day's work represented by the sample will be recovered as penalty.

f) In case of failure of field density of Asphalt mix, the area represented by the sample has to be
removed and redone.

The test of samples of asphalt macadam, asphaltic concrete, mastic asphalt, paver blocks, concrete
cubes (28 days) flexural beams used in the work shall be carried out at municipal laboratory or
approved laboratory as directed by engineer in-charge.

The site laboratory shall be used for testing of sub-base, GSB, base course, WBM, concrete cubes
and other materials as necessary and directed engineer in-charge.

The charges for testing of construction materials and asphalt mixes shall be as per the rates in force
at the time of testing of materials/asphalt mixes and the testing charges shall be borne by the
201
contractor.

xii. Cement samples should be forwarded in sealed airtight container with one opening on top not
less than 10 cm. in diameter. Moulds of concrete cubes/beams taken on hire shall be returned in
clean, oiled condition with all nuts and accessories in proper position.

xiii. All the specifications laid down by IRC and as detailed in the relevant clauses of MORTH-
(2001) Manual on Specifications for Road and Bridgework should be strictly followed.

10.12 Paver Blocks:

1. All paver blocks shall be sound and free of cracks or other visual defects which will interfere with
the proper paving of the unit or impair the strength or performance of the pavement constructed
with the paver blocks.

2. The test criteria and material requirements for Paver blocks should adhere to IS-15658: 2006. The
salient features are as given below:

Physical Requirements:
a) All paver blocks shall be sound and free of cracks or other visual defects which will interfere
with the proper paving of the unit or impair the strength or performance of the pavement con-
structed with the paver blocks.

b) When two layer paver blocks are manufactured there shall be proper bonding between the layers.
Delamination between the layers shall not be permitted. The compressive strength of the two
layer blocks shall meet the specified requirements.

c) When paver blocks with false joints, surface relief or projections are supplied, the same shall be
specified. Also, the surface features shall be well formed and be devoid of any defects.

d) The mix design for paver blocks shall be obtained from manufacturers and shall be submitted
before commencement of the work.

e) In case of failure of samples, the corresponding area of paver blocks shall be removed & re-
placed and samples of replaced lot shall be tested.

f) Octroi receipt will not be insisted if paver blocks are procured within Mumbai Limit, subject to
the submission of documentary evidence.

Thickness of Wearing Layer:


When paver blocks are manufactured in two layers, the wearing layer shall have minimum thickness
as specified in the IS. The thickness of the wearing layer shall be measured at several points along
the periphery of the paver blocks. The arithmetic mean of the lowest two values shall be the mini-
mum thickness of the wearing layer.

Water Absorption:
202
The water absorption, being the average of three units, when determined in the manner described in
the IS, shall not be more than 6 percent by mass and in individual samples, the water absorption
should be restricted to 7 percent.

Tensile Splitting Strength Test:

Thickness of paver Minimum Tensile splitting strength


Sr.No Grade of Concrete
blocks (Mpa)
Individual Average
i. 50 30 >2.1 >2.2
ii. 60 35 >2.6 >2.8
iii. 80 45 >3.6 >3.9
iv. 100 50 >4.1 >4.5
v. 120 55 >4.6 >5.2

Abrasion Test:
Abrasion resistance for classes of H & I mark Paver blocks is < 20,000 mm3 /5000 mm2 (Individ-
ual) and <18000 mm3/ 5000 mm2 (Average), respectively.
The required number of test for abrasion resistance shall be 1 test for a quantity of 2,00,000paver
blocks.

Sampling:
The required number of blocks shall be sampled from each batch of the consignment of blocks upto
a quantity of 25,000 blocks.

Number of paver blocks for


Sr.No Property
Test
i. Water absorption 3
ii. Compressive strength 8
iii. Tensile splitting strength 8
iv. Abrasion resistance 8

All Materials used on site shall be adequately tested as per testing frequency mentioned in this ten-
der / Municipal Specifications in force. No payment shall be made for untested materials used on
site.

Compressive Strength:
Compressive Strength of paver blocks shall be determined as per the method given in the IS. Paver
block strength shall be specified in terms of 28 days compressive strength. In case the compressive
strength of paver blocks is determined for ages other than 28 days, the actual age of testing shall be
reported. The average 28 days compressive strength of paver blocks shall meet the specified re-
quirement. Individual paver blocks strength shall not be less than 85 percent of the specified
strength. In case blocks of age less than 28 days are permitted to be supplied, correlation between
28 days strength and the strength at specified age for identified batch/mix of blocks shall be estab-
lished.
The specified average 28 days compressive strengths of different grades of paver blocks are given in
the table below:

203
Compressive Strength Requirements of Concrete Paver Blocks:
Minimum Average 28 days compressive strength
Sr.No Grade of Paver Blocks
N/mm2
1 2 3
i. M30
ii. M35 fck + 0.825 x established standard
iii. M40 deviation (rounded off to nearest 0.5 N/mm2)

10.13 Maintenance Works:

1) The defect liability period shall be as per Annexure 'A'. The contractor shall
be liable to maintain the completed works during the defect liability period, which shall include
any repairs, rectification of any part or portion of the project road immediately without waiting
for any notice or intimation and shall include:

a) maintaining roads signs, road markings, arrow marking etc. throughout the year, If applicable.

b)Maintaining the kerbs, dividers, with proper painting twice in a year preferably before and after
monsoon, jointing etc, If applicable

c) All road side furniture shall be inspected, restored/painted, If applicable to original condition.

d) Surface deteriorations shall be rectified.

e) Paver blocks- the undulations in the paver blocks settlement of paver blocks, broken pieces of
paver blocks shall be rectified/replaced as directed.

f) The contractor shall not be entitled for any additional cost for such works undertaken.

g) sealing of the joints of concrete pavements shall be done once a year, prior to monsoon.
2) Prescribed period for completing the maintenance works shall be as under:
a)Deteriorated surfaces in Asphalt, Paver Blocks that affect the movement of traffic shall be
repaired / rectified within 24 hrs. of notice of such defects by the contractor in his default or
when brought to his notice by concerned staff of M.C.G.M.
b)All other maintenance work like Road signs, Lane marking, railing etc. if found defective,
shall be started within 7 days of notice of such defects by the contractors and completed within a
reasonable period of 4 weeks or period as directed by Engineer whichever is earlier.
c) Filling of potholes or patching up should be taken and completed with 24hrs. of issue of
instructions to do so.
Penalty of Rs 2500/- per day for every day of delay beyond period prescribed in the tender shall
be levied as regards the maintenance works.
3) It will be the responsibility of the contractors to arrange for a joint inspection in every
quarter of the year after completion of the work till the expiry of defect liability period and also 4
weeks before expiry of the defect liability period. Further, if the contractor fails to do so, the
observations made by the staff during site inspection will be considered for the purpose of noting
the defects.

10.14 Settlement of Disputes / Arbitration and Jurisdiction


The procedure shall be as per clause no 13 d and 13 e of the G.C.C w.e.f 01.06.13.or as amended by
the M.C.G.M from time to time.

204
10.15 Special clause for Cement Concrete / Asphalting works
The tenderer must comply with following machinery for execution of the tender work as per
M.C.G.M’s Road department’s ongoing policy and take the same into account while quoting their
percentage:

Particulars
Intelligent Compaction system - compatible for L&T, Escort, JCB, Greaves make Com-
pactors
Agent Software for Compactor
Batch Mix Plant Scada Automation
Software Agent Batch Mix Plant connectivity
RMC plant Automation with SCADA
Software agent RMC plant connectivity
Vehicle Tracking System with automation loading unloading Switch
Vehicle Tracking System Per month Subscription charges
SCADA automation for ICPB factory.

10.16 Urban Tree & Paving:

While executing the work the bidder has to protect the trees as per Urban Trees and paving Guide-
lines, copy of which is available with the office of Ch.E.(Rds.,Tr.&Br.) .

10.17 Directions for use of GGBS

1. Granulated slag used for manufacture GGBS shall conform to IS:12089

2.Ground Granulated Blast Furnace Slag (GGBS) to be used as cementitious


material shall conform to BS 6699.

3.Cement used by RMC/ Contractors shall conform to OPC/ Portland Slag Cement conforming to
IS: 455.

4.In case of site mixing, a blend of 40% GGBS and 60% OPC 43 grade shall preferably be used.

5.The mixture of cement containing GGBS and OPC shall conform to IS:455 for chemical
parameters.
6.RMC plants shall submit Manufacturer's test certificate of GGBS every week.

7.RMC plants shall submit certificate of physical testing of cement mixture twice a month and
chemical testing of the same before its use.

8.To cover durability parameters Bof concrete, R.M.C. plants shall submit one report during the
project on permeability test (RCPT as per ASTM 1202) and heat of hydration of cement mixture
determined at 7 & 28 days from the Laboratories approved by Chief Engineer (Roads & Tr.)

205
10.18 Directions for use of Fly ash

1. I.S.I mark fly ash conforming to IS 3812 shall be used 20% by weight of cement.

2. Test certificate from Manufacturer shall be produced for satisfying physical and chemical
test properties as per IS 3812 before the use and for every batch of fly ash.

3. A separate silo shall be provided for stacking fly ash in the R.M.C. Plant.

10.19 Directions for use of Micro silica

1. I.S.I. Micro silica confirming IS:15388:2003 shall be used not more than 10% by weight of
cement.
2. Test Certificate from Approved Manufacturers shall be produced for satisfying physical and
chemical test properties as per IS 3812 before the use and every bath of Micro silica.
3. A separate silo shall be provided for stacking micro silica in the RMC plant.

TABLE1: INDIAN STANDARDS ( IS and IRC) FOR CONCRETE PAVEMENT CON-


STRUCTION AND QUALITY CONTROL
I – MATERIALS

Sampling
Specification Method of test

IS: 8112 (Gr.43) IS: 4031 (Pt.1 to 14) IS: 4879

IS:12269(Gr.53) IS: 4032 or Relevant IS


Cement Or Relevant IS or Relevant IS
Aggregate coarse & Fine IS: 383 IS:2386 (Pt. 1 to 8) IS: 2430

Water IS: 456

Admixture for concrete IS: 9103

Hot applied sealing com-


pound for joints IS: 1834 of 1984
IS: 10262
IRC: 44
Concrete mix design IRC: 59
Concrete strength IS: 516
Ready - mixed concrete IS: 4926

206
I - CONSTRUCTION
Method of
Specification test Sampling

Construction of concrete pavement IRC: 15


Lean cement concrete base/ subbase IRC: 74
Curing cement concrete pavement IRC : 84

Installation of joints in concrete pavement IS : 6509


IS : 1834
Sealing of joints in concrete pavements IRC : 57

TABLE 2 : MINIMUM TEST FREQUENCIES FOR QUALITY CONTROL


OF CONCRETE ROAD CONSTRUCTION
I– MATERIALS

Control Criteri-
Item Test on Frequency

Once for each source of sup-


ply for approval of the
Physical and chemical source and subsequently for
Cement test Relevant IS every batch.
--do-
Coarse & fine ag- (including soundness &
gregates alkali reactivity) IS : 383 Once for each source
Water Chemical Test IS : 456 --do---
Expansion Jt. Filter board IS : 1838 --do---
Jt. Sealing com- IS : 1834 of
pound 1984 --do---
10/20 Grade Bi-
tumen Physical --do---

DURING CONSTRUCTION:

MATERIALS :

207
Cement Strength IS : 8112 for each lot of cement received
Gradation IS : 383 Regularly as required
--do---
Coarse & fine aggre-
gate Regularly as required subject to a
Moisture minimum of tests per day.
Content
Los Angeles Once for every change of source.
Abrasion Value
Coarse aggregate Aggregate im-
pact value --do---
Specify gravity IS : 383

Flakiness Index --do--- --do---

Elongation Index --do--- --do---

Control Crite-
Item Test Frequency
rion

CONCRETE

Workability One per transit mixer

Beam / Cube samples, as


Concrete strength specified for each age of 7
days, 14 days and 28 days
for every days
Three longitudinal lines
Checking surface along with the slab length
evenness with 3 mt. - one in the end middle -
straight-edge and third end the two edge
wedge gauge third strips, along the line
of maximum unevenness.

DOWEL BARS

Alignment ( being in a
plane parallel to the
surface of the base Each dowel bar, after fix-
course and being also ing in position.
parallel to the center
line of the slab).
TIE BARS
208
Item Test Control Crite- Frequency
rion

Mid -height positioning Each tie bar

TABLE: 3 ADDITIONAL QUALITY CONTROL CRITERIA AND TOLERANCES

Position Criteria Tolerance


Sub grade/ Full compaction
Sub base under K-Value 5.5 kg/m3 No minus tolerance
Lean Concrete base or C.B.R. 10

Tolerance level for


Grade: M-10 characteristic strength
assessment 1 in 40

Lean Concrete base Surface unevenness under 3 M straight edge

Curing : 7 days or till laying of concrete slab in


case the slab is laid earlier but not earlier than 24 Not more than 10 mm
hours.

Tolerance level for


Grade: M35 & above characteristic strength
assessment: 1 in 40

Workability 50 mm +/- 10 mm
(slump) maximum
Cement concrete
pavement
Curing: 14 days cure by ponding with water. Cur-
ing on the day of casting (prior to curing by pond-
ing) shall be done with wet hessian cloth and cur-
ing compound

No tolerance

Should not be smaller


Length and dia.
than stipulated value

Dowel Bars Placement with equal length vis-à-vis center line


+ 4.5 mm
of the joint

Horizontal & Vertical alignment including that of


dowel cap.

209
TABLE: 4 MINIMUM TEST FREQUENCIES FOR QUALITY ASSURANCE /
ACCEPTANCE OF CONCRETE ROAD CONSTRUCTION

(M-10) (M-15) & above


Parameter
Lean Concrete Base Cement Concrete Pavement

12 nos. of 150 mm dia. cores as specified in


Strength relevant clauses. Acceptance criteria as per
( core testing) I.S. 1199 and I.S. 516, only for thickness of
concrete is more than 20 cm

3 longitudinal lines 3 longitudinal line ( as for quality control)


Surface evenness
(as for quality control) as specified in relevant clauses

Surface defects Full surface Full surface

TABLE: 5 ACCEPTANCE CRITERIA

On completion, Before/within
At the end of Defect liability period
Parameter two months of opening to traf-
of 5 years
fic

“Characteristic strength for cu-


Before the end of the defect liability
bes tested at the age of 28 days
period, the site will be jointly in-
analyzed for complete work to
spected along with the contactor's
exceed the specified strength".
representative/ Engr. & defects ob-
Individual core strength test
served will be listed & the necessary
results, corrected for age, H/D
Strength rectification will be carried out as
ratio & shape (cylinder to cu-
directed by Ch Engr.
be) upto the specified strength.
(C.C. Roads & Tr.) in accordance
The characteristic strength (28
with the relevant specifications &
days) to be not less than the
clauses mentioned in Special Direc-
specified strength (for a toler-
tions/ Conditions to the Tenderers.
ance level of 1 in 40).

ANNEXURE : I
SEALING OF JOINTS IN RIGID PAVEMENTS
The sealing of joints in rigid pavements shall be accomplished with the use of appropriate grade
of sealing compound (IS:1834-1984). The sealing compound shall be heated to required tem-
perature before filling into the joint.
(A) Materials:
210
(i) Sealing compound conforming to IS : 1834
(ii) Primer conforming to IS 3384

(B) Physical requirements of sealing compounds of Grades A & B -


Table 1 of IS 1834 – 1984

Sr. Method of
Characteristic Requirement Remarks
No Test
Grades
(i) Pour Point. Max 180o C Appendix A
A&B
Grades
(ii) Flow Test, Percentage Max 5 Appendix B
A&B
Grades
(iii) Extensibility, Min. 6 mm Appendix C
A&B

Penetration at 25o C, 100g. 15 min. IS 1203 - Grades


(iv)
5s, 1/10 50 max. 1978 A&B
Aviation fuel resistance
Appendix D
a)Increasein penetration as Grade
& IS :
measured in (iv) after 7days Max B only
1203
immersion in aviationfuel 15
1878 *
(v) (See IS : 1571 - 1982 †) Max
15
Appendix
b) Changes in mass after 7 Grade
E
days immersion in aviation 1 B only
fuel, percent max
* Methods for testing tar and bituminous materials : Determination of penetra-
tion (first revision)
† Specifications for aviation fuels, kerosene type ( fourth revision)

10.20 Procedure for filling the joints:


i) The delivery challans for joint sealing compound shall bear requisite details, such as serial nos.,
Batch no., Date, weight, and name of the contractor to whom the sealing compound is being
supplied etc. The manufacturer’s Test Certificate to the effect that sealing compound conforms
to relevant I.S. Specifications, shall invariably accompany the every consignment of sealing
compound, brought on site.
ii) Due care shall be taken to see that temperature is carefully controlled while heating the joint
sealing compound. Due precaution shall be taken to avoid the overheating of joint sealing
compound above 180 degree cent., as well as heating for long periods since sealing compound
will lose the rubberized properties due to overheating. In case of default on this account, entire
overheated material will be rejected. Therefore quantity of sealing compound required for only
one operation of joint sealing work, shall be heated.

211
iii) Joint sealing compound once heated but not utilized will not be permitted for use after
reheating the same and such material will be discarded and will have to be removed from the site
iv) When sealing work is in progress, wooden battens shall be placed on either sides of the joints or
suitable arrangement shall be made to prevent erratic flow of the compound.
v) The contractor should take due care to ensure that the fumes/smoke emitted due to heating of
filling materials shall not affect the nearby residents, where the work is in progress.
vi) The existing sealing compound in machine cut joint shall be removed completely with raker and
coir brush up to a depth of 40mm and joint faces shall be thoroughly cleaned. The dust in the
joint shall be blown off with compressed air from blower.
vii) After the joint surface has thoroughly dried, primer shall be applied to the cleaned joint in thin
film by brush.
viii) As soon as primer attains ‘touch dry’ state, sealing compound heated to appropriate pour point
temperature @ 160-180 degree cent shall be poured in two stages in such manner that the
material does not spill over the exposed concrete surface. Due precaution shall be taken to avoid
overheating of joint sealing compound over 180 degree cent. as well as heating for long periods
since sealing compound is liable to be damaged due to overheating.
ix) After the sealing compound is cooled to ambient temperature, it shall be cut with hot spatula to
bring it flush with the existing concrete surface. The finished surface shall be dusted with lime
powder to prevent any damage likely to be caused on account of traffic movement.

10.21 PENALTY CLAUSE


The Engineer not below the rank of Assistant Engineer is entitled to impose a penalty of Rs 5000/-
per day/lapse, in accordance to the gravity of default communicated in writing. Penalty amount
will be recovered from contractors running bill. This penalty is over and above penalty mentioned
under G.C.C.
If it is observed that, the contractor carrying out the work fails to comply with the instructions
given by the authorities of the Dy.HE (Const)/H.E/D.M.C (SE) /A.M.C/M.C.'s level during
execution of work twice, the work may be terminated and will be carried out at the risk and cost of
the contractor and penal action will be taken against them. This decision will not be arbitrable at
all.
The above mentioned condition will be in addition to the relevant condition in the General
Condition of contract regarding cancellation of contract in full or partly final decision of disputes,
difference of claims raised by the contractor or relating to any matter out of contract.

212
Penalty shall be levied & recovered from contractors running bills as stated below. This penalty is
over and above penalty mentioned under G.C.C / other Terms & conditions mentioned in this
tender.

Sr.No Reasons Amount of Penalty

20% of cost of defective work. The defective


1 Work not as per specification/defective work work is to be redone/rectified.
Lapse in execution of work as discussed &
Minimum Rs 10000 / - per day & then Rs
2 finalized during the quarterly review meeting 5000 / - per day
of the work at site.
Not following / disobedience of orders issued
3 by site incharge or other visiting officers of the Rs 5000 / -per day
M.C.G.M.

In case of failure of asphalt mix sample testing in Municipal Testing Laboratory in various tests
the following penalties will be imposed.

Sr.No Particulars Penalty


Gradation Failure in asphalt macadam(AM),
1 Rs500 / -
asphalt concrete(AC), seal coat(SC)
2 Gradation failure in mastic asphalt (MA) Rs1000 / -
Failure on more than three(3) gradations in 50% of the cost of the work done
3
AM,AC,MA representing the sample
Failure in flow value, bulk density, void ratio,
4 Rs1000 / -
marshal stability
Rs150 / - per M.T for the work
5 Excess bitumen content beyond specified limits
representing the sample.
Less percentage of bitumen content in asphalt 50% of the cost of work
6
mix/es. representing the sample.
7 For other materials failure Rs 500 / - per material per failure

10.22 Other penalties

In addition to any penal action under the General Conditions of Individual contracts, a registered
contractor will be liable under the registration rule to one or more of the following penalties:
a) Warning / Fine
b) Demotion
c) Deregistration

a) Warning / Fine
A contractor will be liable to a warning and /or penalty for:
i) Non-compliance of any provision of the rules.
213
ii)Failure to comply with any clause or direction under these rules or comply
with any conditions of tenders / contracts.
A) In adequate progress / performance under the contract.

For the first default of any type mentioned above a warning will be issued. For each subsequent
default of the types in (i) & (ii) above the minimum penalty will be fine of Rs 2500/- while that for a
default of the type (iii) the minimum penalty will be Rs 5000/- for contracts of upto Rs 25 Lakhs and
Rs 10000/- for contracts of above Rs 25 lakhs. Higher Amount of penalty may be levied by the
competent authority for reasons to be recorded.

b) Demotion
A contractor will be liable to be demoted to a lower class of registration on any of the following
grounds:
a) specific failure or default in execution of individual works in respect of physical progress for
quality of such works.
b) Inadequate performance as revealed by quarterly performance report.
c) Deterioration in financial or technical ability /capacity.
d) Repeated failure to fill in tender documents fully and correctly or delay in execution of formal
contract documents.
c) Deregistration:
A contractor will be liable to be deregistered on any of the following grounds.
a) Attempt to defraud the Corporation.
b) Attempt to bribe any employee / officer of Corporation.
c) Attempt to secure a contract through unfair means or by bringing to bear outside influence.
d) Attempt to secure unauthorized copies of Municipal Records, any documents in relation to any
tender / contract or any other official matter.
e) Furnishing or tampered with Municipal record and documents.
f) Furnishing false and / or misleading information to registration and / or any tender / contract.
g) Threatening, Misbehaving with or physical attack on any Municipal Employees / officer.
h) Attempt to instigate or collude with other contractors with a view to securing undue advantage.
Tenderers are requested to take cognizance of Child Labour Act and shall not employ child
Labourers on site. If Child Labour is found to be employed on the work, a penalty of Rs 5000 / -
on the spot will be imposed on the defaulting contractors and further action as deemed fit will be
taken.

214
10.23 List of Approved Asphalt Plants for Supplying Asphalt Mixes to works of M.C.G.M.

a. Plants situated within Greater Mumbai Limits.


Sr. Location of
Name and Address of Plant
No. Plant
42A,Damu
Pada, Akurli
M/S. Sunrise Stone Industries,42A,Damu Pada, Akurli Road, Kandivali
Road,
1 (E) Mumbai:400101. (Off.):
Kandivali(E)
26130464Plant:28884288/2891815/28894288.
Mumbai:40010
1

Plot No.B-63,
M/S. Bharat Construction Co. (Mumbai) Shop No.-12, Viral Veera Desai
Appartment,50, S.V. Road, Andheri(W) . Road, Amboli,
2
Mumbai:400058..(Off.):26285709/26281976/26243352. Andheri (W).
Plant:26288771 Mumbai:40000
60
2-A,Damu
Pada,
M/S. Ramesh &Associates ,5 Swami Sadan M. G. Road Kandivali (W)
3 Kandivali (E)
. Mumbai:400091. .(Off.):28625955
Mumbai:40010
1
Chavinvali
M/S. Supreme Infrastructure (India) Private Limited, 8, Bhavani Behind
4 Service Industrial Estate, I. I. T. Powai, Hiranandani
Mumbai:400076.(Off.):25783549 Complex
Powai .
42-A,Damu
Pada, Akurli
M/S Amar Construction Corporation, Shop No.13, Moonlight
Road,
5 Shopping Centre, M.V. Road, Andheri(E) .
Kandivali (E)
Mumbai:400069..(Off.):26841465. Plant:28872953.
Mumbai:40010
1
Akurli Road,
M/S. Kiran Construction Co. (Mumbai) B-1/6, Veena Vadini Co-Op.
Kandivali (E)
6 Hsg. SOC. ,M.G. Road Goregaon (W) . Mumbai:400090.
Mumbai:40010
(Off.):28722698/28733744 Plant:28874702
1
42-A,Damu
Pada, Akurli
M/S. New Infrastructure Private Limited, 35, Ram Nagar Bldg. No. 2, Road,
7
Ram Nagar OFF S. V. Road, Mumbai:400092.(Off.):28079961. Kandivali (E)
Mumbai:40010
1

215
Near Anik Bus
Depot, Opp.
Shirke Cement
M/S. Relcon Infrastructure Private Limited, 105/C, Shyam Kamal, 1 st. Bldg. Plant,
8 floor, Agarwal Market, Vile Parle (E), Phase IV, Sion,
Mumbai:400057.(Off.):26141088/26130464. Koliwada
Connector
Road, Wadala,
Mumbai.

b. Plants situated outside Greater Mumbai Limits.

Sr.
Name and Address of Plant Location of Plant
No.
M/S. Mahavir Roads and Infrastructure Pvt. Ltd. 5,
Survey No. 387,Past
Basement,Vasant Industrial Estate, Saki Vihar Road
1 Pifzer Road, Turbe
Sakinaka,Mumbai:400072. (Off.):26130464
Hill,Navi Mumbai.
Plant:28884288/2891815/28894288.
M/S. Dynasty Engineering & Construction Co., 105/C, Shyam Nagla Bunder,
2 Kamal, 1 st. floor, Agarwal Market, Vile Parle (E), Ghodbunder Road, Dist.
Mumbai:400057.(Off.):26141088/26130464. Thane.
M/S. G.L. Construction Pvt.Ltd.,” Gokul Arcade-B”, Subhash
Bounsari Village D.Y.
Road, Near Garware Vile-Parle (E) Mumbai:400057.
3 Patil Quarry, Turbe
(Off.):28395099/28239368 Plant:27611495.
Hill,Navi Mumbai.
M/S. Surface Road Construction D-30/004, Yogi Vaibhav
Nagla Bunder,
Society, Yogi Nagar, Eksar Road, Borivali (W)
4 Ghodbunder Road, Dist.
Mumbai:400091. (Off.):30903429/28898878
Thane.
S. No. 387, Village,
M/S. Shree Krishna Construction,6, Shyam Kunj, Vikroli (E)
5 Dahisar Mori,Post.Dahisar
Mumbai:400083. (Off.):25742880/25747710 Plant:27873972.
Dist. Thane.
M/S. Apex Infra Tech (P) Ltd.,102, Harsha,7 Bungalows,
323, A, Shirvane
6 Andheri (W),) Mumbai:400081. (Off.):26205178/26206808.
Village,Navi Mumbai.
Plot No. 387, Near Ganesh
M/S. Motivate Engineers and Infrastructure (P) Ltd.,A-
Temple Mr. Tarmat Pitzer
7 603,Kent Enclave, Haridas Nagar, Near Shimpoli, Borivali
Road, Turbe Hill,Navi
(W) Mumbai:400092. (Off.):256191515.
Mumbai

The asphalt mixes required for any works of M.C.G.M. shall be supplied by the above listed
approved asphalt plants only.

Tenderers shall arrange to bring the asphalt mixes from these approved asphalt plants registered
with M.C.G.M during the period of work. The valid list of approved asphalt plants can be obtained
from the Dy.Ch. Eng. (Roads) City’s office at the time of execution of work.

The contractor shall ensure the validity of registration certificate of Asphalt Mix before receiving
the Asphalt Mix.

216
10.24 List of Approved Manufacturers of Interlocking Paver Blocks

Sr. No Name and Address of Plant Location of Plant


M/S. Conwood Pre Fab Pvt. Ltd.
Conwood House, Yashodham,
Palghar Manor,
1 General A.K. Marg, Goregaon (E),) Mumbai:400063.
Dist. Thane.
(Off.):28402304

M/S. Unitech Prefab Ltd.,


Unit 11 &12, Nahar & Sheth Ind. Premises, Andheri (E,)
2 Taloja
Mumbai: 400090. (Off.):26910055/26910057/ 26910058

M/S. Rina Cement Product,


14-B, Ranjit co-op Hsg. Soc., Sarojini Naidu Road,
3 Mulund (W), Mumbai:400080. (Off.):2560191 Mob.
No. 9820255507

M/S. Super Tiles & Marbles Pvt. Ltd.,


4-5-6, Mehta Marg, D.S.P., Dadar (E),)
Mumbai: 400014.
4
(Off.):24137627
Fax no. 91-22-24140158.

M/S. Prayosa Buildmet Pvt. Ltd.,


202, Vastu Building,Kolbad Naka, Opp. Babubhai Petrol
Pump,L.B.S.Marg,
5
Thane (W),):400601.
Mob. No. 9820214396.

10.25 List of manufacturer of interlocking paver blocks registered with M.C.G.M

Contractor shall arrange to bring paver blocks from above approved plants registered with
M.C.G.M., during the execution of the work.

The valid list of approved paver blocks manufacturers plants at “the time of execution of works” to
be obtained from the Dy.Ch.Engineer (Roads) City's office.
The contractor shall ensure the validity of registration certificate of paver blocks plant before
receiving the paver blocks.

10.26 List of Approved RMC Plants registered with M.C.G.M

(Subject to renewal of registration with M.C.G.M at the time of execution of work)

Sr. No Name and Address of Plant Location of Plant


M/S. Godrej & Boyce Mfg. Co. Ltd.,
Off. LBS Marg,
1 Phirojsha Nagar, L.B.S. Marg Vikroli (W), Mumbai.
Vikroli (W).
(Off.): 55962020/55181725.
217
Sr. No Name and Address of Plant Location of Plant
M/S. Unitech Prefab Ltd.
Acme Manufacturing
C/o Acme Manufacturing Compound,
2 Compound,
Sangam Nagar, Wadala (E), Mumbai:400037.
Wadala.
(Off.):24151744/24151735/24184688.
M/S. A.C.C. Ltd.,
Near K.J. Somaiya Trust Hospital Compound, Ayur Vihar, Near K.J. Somaiya Trust
3
plot no.C.S.2&2/2, E.E. Highway ,Sion, Mumbai:400027. Hospital Compound, Sion.
(Off.):24025744/24025715
M/S. Manjalankal Const.
Durga Mix,RG-4,Opp. American School of Mumbai,
4 Bandra Kurla Complex,
Bandra Kurla Complex, Bandra(E), Mumbai:400051. Bandra(E).
(Off.):26526015/26541010.
M/S. Larson & Tubro Ltd.,
ECC Division, RMC Plant Opp. I.I.T. main gate, Tirandaj
5 Village, Powai Mumbai:400076. Powai Vikroli.
(Off.):26526015/26541010.

M/S. Tarmac( India) Pvt. Ltd.,


6
96, Ghatkopar Mankhurd Link Road, Conwood House, Ghatkopar Mankhurd Link
NPIL Container Yard, Chembur, Mumbai:400043. Road, Chembur.
(Off.):25774385/26965200.
M/S. Saket Engineering Const. Co.
Malviya Road C.H.S.Ltd., Plot No. 861-A, Vallabh Nivas MMRDA plot, opp. Imax
7 no.2,Malviya Road Vile-Parle (E), Theatre,Anik Wadala
Mumbai:400057.(Off.):220551085. Road,Mumbai:400037.

M/S. RMC Readymix (India) Pvt. Ltd.,


Plot No. 71, Govt. Ind. Estate,Charkop, Plot No. 71, Govt. Ind.
8 Kandivali (W), Mumbai:400067. Estate,Charkop, Kandivali
(Off.):28699596/28699660. (W), Mumbai:400067.

M/S. Mahavir Roads and Infrastructure Pvt. Ltd. 5,


Basement, Vasant Industrial Estate, Saki Vihar Road Survey No. 387,Past Pfizer
9 Sakinaka,Mumbai:400072. Road, Turbe Hill,Navi
(Off.):26130464 Mumbai.
Plant:28884288/ 2891815/ 28894288.
M/S. Supreme Infrastructure (India) Pvt. Ltd,
8, Bhavani Service Industrial Estate, I. I. T.
Chavinvali Behind
Powai, Mumbai: 400076.
10 Hiranandani Complex Powai
(Off.):25783549
.

Plot No.472,Opp.Text Tube


M/S. Surface Road Construction
Factory Near Garuda Petrol
D-30/004, Yogi Vaibhav Society, Yogi Nagar, Eksar
11 Pump, Charkop Ind. Estate,
Road, Borivali (W) Mumbai:400091.
Kandivali (W)
(Off.):30903429/28898878
Mumbai:400091.
M/S. Spec Concrete Pvt. Ltd., Panchratna,29/B,Jawahar End of Tulsi Pipe Road,
12 Nagar,1st.Floor,Off S.V. Road Goregaon (W), Police Quarters, Mahim,
Mumbai:400062. Mumbai-400016.
218
Sr. No Name and Address of Plant Location of Plant
(Off.):28724781/28737963/30934749
M/S. RMC Ready Mix (India) Pvt. Ltd.,
MMRDA plot, opp. Imax
101, Daksha Plot No.2, Sector 11, CBD Belapur, Navi
13 Theatre,Anik Wadala
Mumbai.
Road,Mumbai:400037.
(Off.): 27577561/27573775/27573772.
M/S. Tarmat Infrastructure & Engineering Pvt. Ltd.
General A.K. Vaidya Marg, Near Wageshwari Temple,
14 Goregaon (E), Mumbai: 400063. Goregaon (E).
(Off.):28402130/28401180
(validity up to 30.6.2005).
M/S. Reliance Const. Co., MMRDA plot, opp. Imax
15
105/C Shyam Kamala. 1st Floor, Agarwal Market, Vile- Theatre,Anik Wadala
Parle (E), Mumbai: 400057. (Off.):220551085. Road,Mumbai:400037.
M/S. Reliance Const. Co., 105/C Shyam Kamala. 1st BEST Authorities Plot,
16 Floor, Agarwal Market, Vile-Parle (E), Kandarpada, Dahisar
Mumbai:400057.(Off.):220551085. (W),Mumbai.
M/S. Bharat Construction Co. (Mumbai)
Shop No.-12, Viral Appartment, 50, S.V. Road, Andheri Plot No.B-63, Veera Desai
17 (W), Mumbai: 400058. Road, Amboli, Andheri (W).
(Off.): 26285709/ 26281976/ 26243352. Mumbai:4000060
Plant:26288771
M/S. PBA Infrastructure Ltd.,
611/3,V.N.Purav Marg, Chembur,
18 Mumbai: 400071. S.No.203, Bonsai Village.
(Off.):55973767.

M/s R.E.Infra Pvt. Ltd.,


M/s R.E.Infra Pvt. Ltd., Skyrise Apptt. First floor, A-wing
situated at S.no. 203/387,
19 Plot no.240, Central Avenue road,Chembur, Mumbai-71
Turbhe Village, Navi
Contact no.:-0745373980
Mumbai-400 705

M/s K.R. Construction


Co.,S.No. 8/1-C, Opp. Vibha
M/s K.R. Construction Co., B/005, Hinal Heritage
Ind.,Revenue Village
20 ,Patelwadi, SVP road, Behid Digambar Jain Temple ,
GhodBundar, Thane
Boriwali west Contact no.:-09867519703

M/s Landmark Corporation


M/s Landmark Corporation Pvt., 403, Gitanjali Pvt.,S.No.8,Hissa no.1-D,
21 Arcade,Nehru Road, Vill Parle (E), Mumbai-57 Contact Behind Vishal Ind.,
no.:-09833113691 Complex, Ghodbundar
village road, Mira Road (E)

Contractor shall arrange to bring the RMC mixes from the approved plants registered and
revalidated by M.C.G.M for the execution of work.

219
The valid list of approved R.M.C. plants at “the time of execution of works” to be obtained from
the Dy.Ch.Engineer (Rds) E.S.'s office.

The contractor shall ensure the validity of registration certificate of RMC plant before receiving the
RMC.

10.27 LABORATORY REGISTERED WITH M.C.G.M

The updated list at the time of execution of works canbe obtained from the Dy.Ch.Eng. (Roads)
E.S.'s office.

Note: The tests to be carried out in the above laboratory shall be restricted to max. 20% per project.

10.28 List of Approved Manufacturers

A) D.I. PIPES
I. Electrosteel Castings Ltd (Madras / Calcutta) “Electrospun”
II. JINDAL
III. LANCO
IV. ELECTROTHERM INDIA LTD

D.I pipe to be manufactured as per the following specifications:


I.S 8329 of 2000: I.S.O 2531 of 1998 (Each pipe shall bear ISI mark on it).

B) C.I. SPECIALS
I. Eskay Industrial Enterprises (Calcutta) “Eskay”
II. Kamala Valves Manufacturing Concern (Calcutta) “Kumc”
III. Damodar Iron Works (Belgaum)
IV. Popular Tube Well & Rubber Industries (Calcutta) “BLATBA”

Any other make having I.S.I. Mark subject to approval of the Engineer of the contract and
physical verification of the product in manufacturing place in the factory. Choice of
selection will remain with the Engineer of the contract.

C) BUTTERFLY VALVES
I. M/S VENUS : (upto 1200 mm dia and 16 bar PN rating)
II. M/S R & D Multiple: (upto 1200 mm dia and 16 bar PN rating )
III. M/S KAMALA : (upto 600 mm dia and 10 bar PN rating)
D) AIR VALVES
I. M/S AMFLOW Technology:(upto 200 mm dia 16 bar PN rating)
II. M/S BIKANER :(upto 200 mm dia 16 bar PN rating)

E) SLUICE VALVES
I. M/S AARKO : (upto 300 mm dia and 10 bar PN rating)
II. M/S KAMALA : (upto 300 mm dia and 10 bar PN rating )
III. M/S BIKANER : (upto 300 mm dia and 10 bar PN rating)

220
IV. M/S PATSONS : (upto 300 mm dia and 10 bar PN rating.)

F) GLANDLESS SLUICE VALVE


a. M/S AARKO : (upto 300 mm dia and 10 bar PN rating)
b. M/S KAMALA : (upto 300 mm dia and 10 bar PN rating )
c. M/S BIKANER : (upto 300 mm dia and 10 bar PN rating)
d. M/S PATSONS : (upto 300 mm dia and 10 bar PN rating.)

The above list is as per circular No. AE (M) WW/ 2003/ City dated 7.7.2007 and will
remain APPLICABLE till completion of work.

G) STAND POST FIRE HYDRANT

The stand post fire hydrant shall be used as accepted and tested by M.C.G.M i.e.
Asstt.Engineer (E.R.C). The present name of company accepted by Asstt. Engineer(E.R.C)
are as under:
a. M/S AARKO
b. M/S KAMALA
c. M/S KARTAR

10.29 SCHEDULE OF FEES FOR TESTING

At Municipal Material Testing Laboratory. Rates of testing fees and quantity of sample for test as
approved under no. MGC/F/5749 of 12.08.2011 or applicable as amended from time to time.

Quantity of
Reference/ Rate in
Sr.No Description samples re-
Standard (Rs) / Test
quired
A Aggregate (Coarse& Fine)
IS 2386:Part I-
1963,IS 383-
1 Sieve Analysis (dry)/Fineness modulus 1970 MORTH 400/- 20 Kg
4th
Revision,2001
2 Silt Content 500/- 2 Kg
IS 2386:Part III-
3 Specific Gravity 450/- 1 Kg
1963
IS 2386:Part IV -
1963 MORTH
4 Impact Test 500/- 10 Kg
4th Revision,
2001.
10 Kg
5 Crushing Value/ 10% Fine Value 600/-
6 Los Angeles abrasion Value 900/- 10 Kg
IS 2386 : Part III
- 1963, MORTH
7 Water absorption 450/- 1 Kg
- 4th
Revision,2001
IS 2386 : Part I -
8 Flakiness Index 400/- 10 Kg
1963, MORTH -

221
4th
Revision,2001
9 Elongation Index 400/- 10 Kg
10 Combined Flakiness & Elongation Index 800/- 20 Kg.

B Asphalts
a) Asphalt Macadam/Bituminous Mac-
IRC 27 - 1967, 7 Kg. See
11 adam, Asphalt Mixes (Extraction& grada- 770/-
MORTH - 2001 Note - 2
tion )
Specification 3 Kg. See
b) Seal Coat (Extraction& gradation ) 770/-
MORTH – 2001 Note – 2
Specification
Binder Course (Extraction& gradation, 7 Kg. See
12 1100/-
Density, Voids ) Note – 2
Asphalt Concrete/Bituminous Con- 7 Kg. See
crete/Dense Bituminous Macadam, Semi Note – 2
Dense Bituminous Concrete /Polymer IRC 29, MORTH
13 Modified Binder(PMB)/Crumb Rubber - 2001, IRC-SP- 1950/-
Modified Binder(CRMB)(Extraction, Gra- 53-1999
dation, Density, Voids, Flow Value
,Marshall Stability
2 specimen
each of 10
Mastic Asphalt (Extraction& gradation, IS 5317-1987,
14 1000/- cm dia or 10
hardness no ) IS 1195-1978
cm²
2.5/thick cm
1100/- for
first test
IS 2720 : Part 28,
and Rs
15 Field Density of Asphalt Mixes/Soils 1974 (Reaf-
550/- for
firmed 1995)
each addl.
Test
2 Kg. See
16 Specific gravity of bitumen IS 1202-1978 550/-
Note – 8
2 Kg. See
17 Penetration test of bitumen IS 1203-1978 550/-
Note – 8
2 Kg. See
18 Softening point of bitumen IS 1205-1978 770/-
Note – 8
(25 Kg.
C.A., 25kg
Asphalt Institute
19 Job mix formula for Asphaltic mixes 10000/- F.A., 10kg
Manual MS-2
filler, 5kg
bitumen.)
(1 Kg. Bi-
CRRI Specifica- tumen from
20 Presence of antistripping agent 450/-
tion plant
(Sealed)
1 Kg. in
21 Effectiveness of antistripping agent 770/- wide mouth
bottle
22 Ductility test of bitumen IS 1208-1978 770/- 1 Kg. in
222
wide mouth
bottle
1 Kg. in
23 Flash Point & Fire Point ASTM 450/- wide mouth
bottle
1 Kg. in
24 Loss of heating, Thin Film Oven Test IS 1212 770/- wide mouth
bottle
1 Kg. in
Elastic recovery of half thread in Ducti- IRC : SP : 53 :
25 770/- wide mouth
lometer at 15ºC on PMB/CRMB 2002
bottle
C Soils
IS 2720 : Part 3 -
26 Specific Gravity 450/- 1 Kg
1980
27 Bulk Density 280/- 2 Kg
IS 2720 : Part 2 - 2 Kg. See
28 Natural moisture content 220/-
1973 Note – 9
IS 2720 : Part V
29 Liquid limit 400/- 10 Kg
– 1985
30 Plastic limit 400/- 10 Kg
31 Void ratio (Denity& Sp.Gravity 400/-
IS 2720 : Part 7 -
32 Standard Proctor Test 1100/- 20 Kg
1980
IS 2720 : Part 8 -
33 Modified Proctor Test 1100/- 20 Kg
1980
IS 2720 : Part 16
34 Laboratory C.B.R Test 1650/- 25Kg
-1987
IS 2720 : Part 4 -
35 Dry Sieve Analysis 330/- 25Kg
1985
1100/- for
first test
IS 2720 : Part 31 and Rs
36 Fiend C.B.R Test
-1990 550/- for
each addl.
Test
1100/- for
first test
and Rs
37 Safe.Bearing.Capacity. …..
550/- for
each addl.
Test
1100/- for
first test
and Rs
38 Energy criteria Test for piles …..
550/- for
each addl.
Test
D BUILDING MATERIALS
Cement
Cement (Initial & Final Setting time, IS269,IS 8112, 7 Kg. See
39 1400/-
Compressive Strength) IS 12269 Note – 6
223
Bricks
a)Bricks(Set of Ten) (Compression Test &
40 IS 1077-1986 1000/- 10 Nos
Absorption Test)
Steel
Steel bars (6mm dia to 20 mm dia )(Area
on weight basis, Yield Stress/0.02% Proof IS 432- 1986 60 cm see
41 900/-
Stress, Ultimate Tensile Strength, % Elon- IS 1786-2008 note 1(c),7.
gation
Steel bars (Above 20 mm dia )(Area on
weight basis, Yield Stress/0.02% Proof IS 432- 1986 60 cm see
42 1100/-
Srtess, Ultimate Tensile Strengh, % Elon- IS 1786-2008 note 1(c),7.
gation
Concrete
IS 456-2000, IS 3 Nos see
43 Concrete Cube (Compressive Strength) 450/-
516-1959 Note 1(c)
Concrete Beam (Flexure Test) (10 x 10 x IS 456-2000, IS 3 Nos see
44 600/-
50 cm) 516-1959 Note 1(c)
Concrete Bean (Flexure Test) (15 x 15 3 Nos see
45 600/-
x70 cm) Note 1(c)
Tiles
IS 1237- 1980,IS 6 Nos for
46 550/-
Tiles (AbrasionTest) 13801-1993 each Test
IS 1237-1980, IS 6 Nos for
47 Tiles (Wet Transverse Test) 550/-
13801-1993 each Test
IS 13603 part 12-
48 Tiles (Abrasion Test) 1100/- See Note 14
1993
Wood
IS 287-1993
(Reaffirmed
49 Wood ( Moisture content) 450/- See Note 13
1998) IS
11215-1991
Cores
IS 456-2000, 2200/- Per
50 C.C.Road Core (Compression Test)
IS 516-1959 Core
R.C.C Covers
IS 12592 : Part I ,
51 R.C.C.Cover & Dhapa Testing 450/ Each.
1998
R.C.C.Pipes (Hume Pipes)
IS 3597-1998
(Reaffirmed
52 Hume pipe testing
2001), IS
458-1988
Minimum
1950/- Per One pipe of
a) Upto 600 mm dia
Pipe Each dia per
Lot
2200/- Per
b) 600 to 900 mm dia
Pipe
2500/- Per
c) 900 mm & above
Pipe

224
Concrete Paving Blocks
Paver Blocks (As per Road Dept. require-
53
ment
BS 6717-1993
ASTM C936 IS
a) Compression test 420/- Upto 3 Nos
1237 BS 6717-
2001
b) Water absorption test 500/- ---- do ---
c) Flexure test 450/- ---- do ---
d) Tensile Splitting test 450/- ---- do ---
Paver Blocks (As per Road
Dept.requirement
54 a) Water absorption test IS-15658-2006 550/- 3 Nos
b) Compression test 1100/- 8 Nos
c) Flexure test 1100/- 8 Nos
d) Tensile Splitting test 1100/- 8 Nos
See note no
e) Abrasion Test(Dry Condition) 1100/-
19
55 Other Charges
Duplicate additional copy of test report not 30/- Per
older than 5 Years Copy

Notes:
1. All requests for testing of samples must be made in writing in duplicate, specifying therein
the following information (separate memo should be sent for cement concrete, steel, soil,
asphalt, etc.)

a) Name of the work, work code number if any


b) Type of Material and tests desired (i. e. grade of cement, date of
Consignment.

c) Identification mark on the sample should be mentioned on the forwarding memo (in case of
concrete beams and cubes identification mark, grade of concrete, date of casting, specimen
no. etc. should be engraved on concrete. If these details are marked by paint, samples will
not be accepted. In case of reinforcing bars, details shall be displayed on label pasted on bar
and label must be signed by the officer who has taken samples.

d) Name and full postal address of the officer to whom test result is to be sent.

e) Date of sampling (i.e. date of laying Asphaltic mix, Sr. no of Load,name of supplier/ asphalt
plant from where asphalt mix is acquired, casting concrete or taking samples.

f) Name of the contractors carrying out the work.


g) Additional information as per spelt out in Ch. E. (Roads) circular u/no Ch.E/3231/Roads of
07/09/2006, in case of Asphalt Mixes.

h) Any other information which is specified by the user department

225
2. Samples must also bear the identification mark and signature of Site in-charge/ officer tak-
ing the sample. in case of samples of asphaltic mixes sent in polythene bags, a legible-
duplicate tag should be stapled from outside.

3. Quantity of sample must be adequate as shown in schedule and the specification with which
the samples is to be tested shall be clearly mentioned on forwarding memo by the site in-
charge.

4. Full testing fees shall be paid in advance between 10:30 a.m.and1 p.m. on working days ex-
cept Saturday and between 10:30a.m. and12 noon on Saturday.

5. For issuing additional copies or duplicate copies, Rs.30/- will be charged for each copy. Re-
quest for additional duplicate copy should be made in writing by site-in-charge or higher of-
ficers of the user department.

6. Cement samples should be forwarded in sealed air tight container with one opening on top
not less than 10 cm. in diameter.

7. The steel Samples for tensile testing of reinforcing bars shall be straight for entire length
without bends. The ends of bars shall be hack saw cut and not chisel cut. One sample of
each dia. bar shall be sent for first test and for rested, two bars shall be sent. Length of the
bars shall be 50 cm. for dia. less than 25 mm, and 60 cm for dia equal to and greater than 25
mm.

8) Samples of bitumen, cutback, and emulsions shall be forwarded in wide mouthed metal
containers with labels pasted on the lid.(at least 2 ltr. Capacity metal container)

9) Samples sent for testing natural moisture content shall be forwarded in wax coated packing
or sealed airtight polythene bags.

10) The quantity of Bitumen, cut back, emulsion samples should be at least 2 litre.

11) The sample thus taken shall be sent to municipal testing laboratory as per the condition
mentioned in the relevant tender. The samples thus taken shall be sent to the municipal
testing laboratory within4 days from the date of laying of Asphalt mix on site. In case of
any delay, additional testing charges as penalty would be recovered from the Contractor at
the following rates.

A From the 5th day to 7th day from date of laying of Asphalt mix on site Rs 10000/-

B From the 8th day to 14th day from date of laying of Asphalt mix on site Rs 20000/-

The above charges i.e. (A) and (B) shall be paid by the contractors at the time of submitting
the samples in municipal laboratory.

As per tender conditions, additional testing charges as a penalty, towards delay in submission of
samples, if any, over and above (A) and (B) mentioned above, would be recovered from the
226
contractors bills by the respective user department and would be credited to the following budget
head and voucher no. and date shall be intimated to A.E (Soil Mech)

If the samples of the asphalt mixes are not sent for the testing within 14 days, payment for
the corresponding quantity with reference to these samples, shall not be made. The charges would
be recovered from the respective bills payable to the contractors by the respective user department
and credited to the following budget head.

Fund code : 11
Department code :44
Cost center name : Material Testing Lab.
Cost center code :1000442501
Account head penalties and fines :
Account heads code : 140200200.
1) Field density test shall be taken on Asphalt concrete carpet for any thickness. The contractor
shall obtain the intimation letter from Engineer-in-charge and furnish the same to A.E.(soil
mech.) within 7 days from the date of laying of Asphalt concrete, for carrying out the field
density test. If the contractors fails to intimate the same within 7 days period the additional
charges as penalty would be recovered from the contractor at Rs 200/ per test per week at the
time of submission of intimation to A.E (Soil Mech.)’s office.

2) Sample of wood: As per I.S 11215-1991, clause no. 4.2.3.


3) The test specimen shall be set of 6 pieces of size 70.6 mm x 70.6 mm, centrally cut from ties
and all corners shall be perfectly diagonal.

4) Sample shall be carefully brought and unloaded at Lab without any defects.

5) The samples taken for cubes and Beams shall be sent to Municipal testing lab at least two days
before the actual date of testing. In case of delay additional testing charges as penalty shall be
recovered from the contractors at following rates.

a) 100 % additional testing charges per week shall be recovered other than concrete road
works.

b) For concrete road work Rs 500 per day will be recovered as per special conditions/
directions to the tenders for cement concrete road works.

17) R.C.C Covers : No of samples as per I.S. 12592 part – I- 1998.


18) R.C.C Hume pipes : No of samples as per I.S. 458 - 1988.
19) The test specimen shall be of size 71 + 0.5 mm in square as per I.S 15658- 2006 centrally cut
in paver block and all corners shall be perfectly diagonal.

227
SECTION 11
FRAUD
AND
CORRUPT
PRACTICES

228
FRAUD AND CORRUPT PRACTICES
 The Applicants and their respective officers, employees, agents and advisers shall observe
the highest standard of ethics during the Bidding Process. Notwithstanding anything to the
contrary contained herein, the Authority may reject an Application without being liable in
any manner whatsoever to the Applicant if it determines that the Applicant has, directly or
indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice in the Bidding Process.
 Without prejudice to the rights of the Authority under relevant Clause hereinabove, if an
Applicant is found by the Authority to have directly or indirectly or through an agent,
engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Bidding Process, such Applicant shall
not be eligible to participate in any tender or RFQ issued by the Authority during a period
of 2 (two) years from the date such Applicant is found by the Authority to have directly or
indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice, as the case may be.
 For the purposes of this Clause , the following terms shall have the meaning hereinafter
respectively assigned to them:
A. “corrupt practice” means
the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to
influence the actions of any person connected with the Bidding Process (for avoidance of
doubt, offering of employment to, or employing, or engaging in any manner whatsoever,
directly or indirectly, any official of the Authority who is or has been associated in any
manner, directly or indirectly, with the Bidding Process or the LOA or has dealt with
matters concerning the Concession Agreement or arising there from, before or after the
execution thereof, at any time prior to the expiry of one year from the date such official
resigns or retires from or otherwise ceases to be in the service of the Authority, shall be
deemed to constitute influencing the actions of a person connected with the Bidding
Process); or
save and except as permitted under the relavant sub clause, engaging in any manner
whatsoever, whether during the Bidding Process or after the issue of the LOA or after the
execution of the Concession Agreement, as the case may be, any person in respect of any
matter relating to the Project or the LOA or the Concession Agreement, who at any time
has been or is a legal, financial or technical adviser of the Authority in relation to any
matter concerning the Project;
229
B. “fraudulent practice” means a misrepresentation or omission of facts or suppression of
facts or disclosure of incomplete facts, in order to influence the Bidding Process ;
C. “coercive practice” means impairing or harming or threatening to impair or harm, directly
or indirectly, any person or property to influence any persons participation or action in the
Bidding Process;
D. “undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in any
manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict
of Interest; and
E. “Restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among Applicants with the objective of restricting or manipulating a full and
fair competition in the Bidding Process.
F. If the Employer/Financier determines that the Contractor has engaged in corrupt,
fraudulent, collusive, coercive or obstructive practices, in competing for or in executing
the Contract, then the Employer may, after giving 14 days’ notice to the Contractor,
terminate the Contractor's employment under the Contract and expel him from the Site, and
the provisions of relevant Clause shall apply as if such expulsion had been made.
G. Should any employee of the Contractor be determined to have engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practice during the execution of the Works,
then that employee shall be removed in accordance with relevant Clause.

For the purposes of this Sub-Clause:

i. “corrupt practice” is the offering, giving, receiving to soliciting, directly or


indirectly, of anything of value to influence improperly the actions of another party;

ii. “another party” refers to a public official acting in relation to the procurement
process or contract execution. In this context, “public official” includes Financer
staff and employees of other organizations taking or reviewing procurement
decisions.

iii. “fraudulent practice” is any act or omission, including a misrepresentation, that


knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;

iv. “collusive practice” is an arrangement between two or more parties designed to


achieve an improper purpose, including to influence improperly the actions of
another party;
230
v. “coercive practice” is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence improperly
the actions of a party;

vi. “obstructive practice” is deliberately destroying, falsifying, altering or concealing


of evidence material to the investigation or making false statements to investigators
in order to materially impede the Financier investigation into allegations of a
corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or
intimidating any party to prevent it from disclosing its knowledge of matters
relevant to the investigation or from pursuing the investigation; or

vii. acts intended to materially impede the exercise of the Financer’s inspection and
audit rights provided .

viii. “party” refers to a public official; the terms “benefit” and “obligation” relate to the
procurement process or contract execution; and the “act or omission” is intended to
influence the procurement process or contract execution.

ix. ”parties” refers to participants in the procurement process (including public


officials) attempting to establish bid prices at artificial, noncompetitive levels.

x. a “party” refers to a participant in the procurement process or contract execution.

231
SECTION 12
PRE BID MEETING

232
PREBID MEETING

Pre-bid meeting of the interested parties shall be convened at the designated date, time and
place. A maximum of three representatives of each Applicant shall be allowed to participate on
production of authority letter from the Applicant.

During the course of Pre-bid meeting, the Applicants will be free to seek clarifications and
make suggestions for consideration of the Authority. The Authority shall Endeavour to provide
clarifications and such further information as it may, in its sole discretion, consider appropriate for
facilitating a fair, transparent and competitive Bidding Process.

6.9.2 Interpretation of e-Tender Document:

a) Tenderer(s) shall examine the tender document and acquaint themselves to all conditions and
matters affecting the cost of the works. If any tenderer(s) finds discrepancies or omissions in
the Document or if in doubt about their meaning, he should address a query during pre-bid
meeting.

b) Any resulting interpretation of the tender document will be issued to tenderer(s) as an


addendum. Verbal clarification obtained from any source shall not be binding on the
Corporation.

c) No tenderer(s) shall amend the text of any document except as may be necessary to comply
with any addendum.

6.9.3 Clarification of e-Tendering Documents

6.9.4 Pre-bid meeting (If proposed as per e-Tender notice)

a) The tenderer or his authorized representative is allowed to attend a pre-bid meeting as per
the date, time and venue mentioned in the tender notice/header data.
b) The purpose of the pre-bid meeting will be to clarify issues and to answer questions on any
matter that may be raised prior to the pre-bid meeting.
c) Any tenderer requiring any clarification of the tender document and/or the works may submit his
questions on e-mail of [email protected] Please note that all emails which will reach the
inbox on 26.04.2017 by 5.00 p.m. will be considered for pre bid meeting.

233
SECTION –13
LIST OF APPROVED
BANKS

234
LIST OF APPROVED BANKS

1. The following Banks with their branches in Greater Mumbai and in suburbs and extended
suburbs up to Virar and Kalyan have been approved only for the purpose of accepting
Banker’s guarantee from 1997-98 onwards until further instructions.

2. The Bankers Guarantee issued by branches of approved Banks beyond Kalyan and Virar
can be accepted only if the said Banker’s Guarantee is countersigned by the Manager of a
branch of the same Bank, within the Mumbai Limit categorically endorsing thereon that
said bankers Guarantee is binding on the endorsing Branch of the bank within Mumbai
limits and is liable to be on forced against the said branch of the Bank in case of default
by the contractor/supplier furnishing the bankers Guarantee.

List of approved Banks:-


A S.B.I and its subsidiary Banks

1 State Bank Of India.

2 State Bank Of Bikaner & Jaipur.

3 State Bank Of Hyderabad.

4 State Bank Of Mysore.

5 State Bank Of Patiyala.

6 State Bank Of Saurashtra.

7 State Bank Of Travankore.

B Nationalized Banks

8 Allahabad Bank.

9 Andhra Bank.

10 Bank Of Baroda.

11 Bank Of India.

12 Bank Of Maharashtra.

13 Central Bank Of India.

14 Dena Bank.

235
15 Indian Bank.

16 Indian Overseas Bank.

17 Oriental Bank Of Commerce.

18 Punjab National Bank.

19 Punjab & Sindh Bank.

20 Syndicate Bank.

21 Union Bank Of India.

22 United Bank Of India.

23 UCO Bank.

24 Vijaya Bank.

24A Corporation Bank.

C Scheduled Commercial Banks

25 Bank Of Madura Ltd.

26 Bank Of Rajasthan Ltd.

27 Banaras State Bank Ltd.

28 Bharat Overseas Bank Ltd

29 Catholic Syrian Bank Ltd.

30 City Union Bank Ltd.

31 Development Credit Bank.

32 Dhanalakshmi Bank Ltd.

33 Federal Bank Ltd.

34 Indsind Bank Ltd.

35 I.C.I.C.I Banking Corporation Ltd.

36 Global Trust Bank Ltd.

37 Jammu & Kashmir Bank Ltd.

38 Karnataka Bank Ltd.

236
39 KarurVysya Bank Ltd.

40 Laxmi Vilas Bank Ltd.

41 Nedugundi Bank Ltd.

42 Ratnakar Bank Ltd.

43 Sangli Bank Ltd.

44 South Indian Bank Ltd.

45 S.B.I Corporation &Int Bank Ltd.

46 Tamilnadu Mercantile Bank Ltd.

47 United Western Bank Ltd.

48 Vysya Bank Ltd.

D Schedule Urban Co-op Banks

49 Abhyudaya Co-op Bank Ltd.

50 Bassein Catholic Co-op Bank Ltd.

51 Bharat Co-op Bank Ltd.

52 Bombay Mercantile Co-op Bank Ltd.

53 Cosmos Co-op Bank Ltd.

54 Greater Mumbai Co-op Bank Ltd.

55 JanataSahakari Bank Ltd.

56 Mumbai District Central Co-op Bank Ltd.

57 Maharashtra State Co-op Bank Ltd.

58 New India Co-op Bank Ltd.

59 North Canara G.S.B. Co-op Bank Ltd.

60 Rupee Co-op Bank Ltd.

61 Sangli Urban Co-op Bank Ltd.

62 Saraswat Co-op Bank Ltd.

63 ShamraoVithal Co-op Bank Ltd.

237
64 Mahanagar Co-op Bank Ltd.

65 Citizen Bank Ltd.

66 Yes Bank Ltd.

E Foreign Banks

67 ABM AMRO (N.Y.) Bank.

68 American Express Bank Ltd.

69 ANZ Grindlays Bank Ltd.

70 Bank Of America N.T. & S.A.

71 Bank Of Tokyo Ltd.

72 Bankindosuez.

73 BanqueNationale de Paris.

74 Barclays bank.

75 City Bank N.A.

76 Hongkong & Shanghai banking Corporation.

77 Mitsui Taiyokbe Bank Ltd.

78 Standard Chartered Bank.

79 Cho Hung Bank.

238
SECTION –14
APPENDIX

239
FORM OF TENDER
To,
The Municipal Commissioner for Greater Mumbai
Sir,
I/ We have read and examined the following documents relating to the construction of
_____________________________________________________
____________________________________________________________________
____________________________________________________________________
i. Notice inviting tender.
ii. Directions to tenderers (General and special)
iii. General condition of contract for Civil Works of the Municipal Corporation of Greater
Mumbai as amended up to date.
iv. Relevant drawings
v. Specifications.
vi. Special directions
vii. Annexure A and B.
viii. Bill of Quantities and Rates.
1A. I/We________________________________________________________
(full name in capital letters, starting with surname), the Proprietor/ Managing Partner/ Man-
aging Director/ Holder of the Business, for the establishment / firm / registered company,
named herein below, do hereby offer to
………………………………………………………………………………………………
…………………
……………………………………………………………………………………………….
…………………………………………..
……………………………………………………………….………….…………….………
…………………………………
Referred to in the specifications and schedule to the accompanying form of contract of the
rates entered in the schedule of rates sent herewith and signed by me/ us” (strike out the
portions which are not applicable).
1B. I/We do hereby state and declare that I/We, whose names are given herein below in details with
the addresses, have not filled in this tender under any other name or under the name of any
other establishment /firm or otherwise, nor are we in any way related or concerned with the
establishment /firm or any other person, who have filled in the tender for the aforesaid
work.”
2. I/We hereby tender for the execution of the works referred to in the aforesaid documents, upon
the terms and conditions, contained or referred to therein and in accordance with the speci-
fications designs, drawings and other relevant details in all respects.
* At the rates entered in the aforesaid Bill of Quantities and Rates.
3. According to your requirements for payment of Earnest Money amounting to
Rs.______________________/-(Rs.
__________________________________________________________ )
240
I/We have deposited the amount through online payment gateways with the C.E. of the Corpo-
ration not to bear interest
4. I/We hereby request you not to enter into a contract with any other person/s for the execution of
the works until notice of non/acceptance of this tender has first been communicated to me/us,
and in consideration of yours agreeing to refrain from so doing I/we agree not to withdraw the
offer constituted by this tender before the date of communication to me/us of such notice of
non/acceptance, which date shall be not later than ten days from the date of the decision of the
Standing Committee or Education Committee of the Corporation, as maybe required under the
Mumbai Municipal Corporation Act, not to accept this tender.(Subject to condition 5 below).
5. I/We also agree to keep this tender open for acceptance for a period of 180 days from the date
fixed for opening the same and not to make any modifications in its terms and conditions
which are not acceptable to the Corporation.
6. I/We agree that the Corporation shall, without prejudice to any other right or remedy, be at lib-
erty to forfeit the said earnest money absolutely, if.
a. I/We fail to keep the tender open as aforesaid.
b. I/We fail to execute the formal contract or make the contract deposit when called upon to
do so.
c. I/we do not commence the work on or before the date specified by the Engineer in his
work order.
7. I/We hereby further agree to pay all the charges of whatsoever nature in connection with the
preparation, stamping and execution of the said contract.
8. I/We further agree that, I/we shall register ourselves as ‘Employer’ with the Bombay Iron and
Steel Labour Board’ and fulfill all the obligatory provisions of Maharashtra Mathadi, Hamal
and other Manual workers (Regulation of Employment and Welfare) Act 1969 and the Bombay
Iron and Steel unprotected workers Scheme 1970.
9. “I/We………………………………………….…….. have failed in the accompanying tender
with full knowledge of liabilities and, therefore, we will not raise any objection or dispute
in any manner relating to any action, including forfeiture of deposit and blacklisting, for giving
any information, which is found to be incorrect and against the instructions and directions
given in this tender.
10. “I/We further agree and undertake that in the event it is revealed subsequently after the allot-
ment of work/contract to me/us, that any information given by me/us in this tender is false or
incorrect, I/We shall compensate the Municipal Corporation of Greater Mumbai for any such
losses or inconvenience caused to the Corporation in any manner and will not resist any
claim for such compensation on any ground whatsoever. I/we agree and undertake that I/we
shall not claim in such case any amount by way of damages or compensation for cancellation
of the contract given to me/us or any work assigned to me/us or is withdrawn by the Corpora-
tion,”
Address Yours faithfully,

………………………………….

…………………………….……

241
Digital Signature of the Tenderer or
the Firm

1.……………………………………………….

2.……………………………………………….

3.……………………………………………….

4.……………………………………………….

5.……………………………………………….

Full Name and private residential address of all


the partners constituting the Firm
A/c No.

….
…………………………………………
….

1. …………………………………….. Name of Bank

2. …………………………………….. …………………………………………
………

3. …………………………………….. Name of Branch

4. …………………………………….. …………………………………………
……….

5. …………………………………….. Vender No.


……………………………………

242
AGREEMENT FORM
Tender / Quotation dated ……………. 20…

Standing Committee/Education Committee Resolution No. ……..……………………………….


CONTRACT FOR THE WORKS
…….…………………………………………..………..…………
…………………………………………………………...………………………….………………
……………………………………………………………...…………………………………………
………
This agreement made this day of ………… ……………………………. ……………… …………
Two thousand ……………………....…..……..………..……………………………………………
Between
.……...……………...………………………………………………….…………….………
………………………………………………………..…………….…………………………..……..

inhabitants of Mumbai, carrying on business at…… ………………...…..…… ………… …
…………………………………………………………………...………………………….………
……
in Bombay under the style and name of Messrs ……………………..………………………
……………………………………………………………...…………………………………………
… (Hereinafter called “the contractor of the one part and Shri ………………………………
…………………………………………………………………………………….…………….……
….
the Director(E.S.&P.) (hereinafter called “the commissioner” in which expression are included
unless the inclusion is inconsistent with the context, or meaning thereof, his successor or succes-
sors for the time being holding the office of Director (E,S.& P)of the second part and the Municipal
Corporation of Greater Mumbai (hereinafter called “the Corporation”) of the third part,
WHEREAS the contractor has tendered for the construction, completion and maintenance of the
works described above and his tender has been accepted by the Commissioner (with the approval
of the Standing Committee/Education Committee of the Corporation NOW THIS
THIS AGREEMENT WITNESSETH as follows:-

1) In this agreement words and expressions shall have the same meanings as are respectively
assigned to them in the General Conditions of Contract for works hereinafter referred to:-
2) The following documents shall be deemed to form and be read and constructed as a part of
this agreement viz.
a) The letter of Acceptance
b) The Bid:
c) Addendum to Bid; if any
d) Tender Document
e) The Bill of Quantities:
f) The Specification:
g) Detailed Engineering Drawings
243
h) Standard General Conditions of Contracts (GCC)
i) All correspondence documents between bidder and MCGM
3) In consideration of the payments to be made by the Commissioner to the contractor as
hereinafter mentioned the contractor hereby covenants with the Commissioner to construct,
complete and maintain the works in conformity in all respects with the provision of the contract.
4) The Commissioner hereby covenants to pay to the Contractor in consideration of the
construction, completion and maintenance of the works the contract sum, at times and in the
manner prescribed by the contract.
IN WITNESS WHERE OF the parties hereto have caused their respective common seals to be
herein to affixed (or have hereunto set their respective hands and seals) the day and year above
written.

Signed, Sealed and delivered by the contractors

In the presence of Trading under the name and style of

Full Name
Address Contractors

Signed by the Director (ES&P) in the presence of Ex. .... City/ WS/ ES

Director (ES&P)
The Common seal of the Municipal Corporation of
Greater Mumbai was hereunto affixed on the
…………...... 20 in the presence of two members of
the Standing Committee.

1. 1.

2. 2.

And in the presence of the Municipal Secretary Municipal Secretary

244
ANNEXURE “A”
Name of work: Carrying out various types of works for attending Leakages, Contamination
and other allied works in F/ South ward in Zone-II City area.
1) Earnest Money
a) Name of Ward : F/ South ward Zone-II.
b) Estimated cost of Tender : Rs. 1,55,63,180/-
c) Earnest Money
(1% of the Estimated Cost of the tender) : Rs1 ,55,640 /-

2)Definition : The Engineer for this work is


Hydraulic Engineer (H.E).
3) Security Deposit Amended : 7% of the Contract Sum
a) Contract Deposit : 2% of the Contract Sum
b) Retention Money : 5% of the Interim payment.

4) Contract Period : Period of completion.


12(Twelve) Months including monsoon

1) Contract as a whole :
2)
3)
5) Defect Liability Period : mentioned as under
a)Lekage & contamination & allied
works including Reinstatement works : One Year (12 months) from completion of
the work.
6) Supervision Charges : Ten percent (10%)
7) Advances (Recovery of advances) : as per G.C.C

Signature of Issuing Officer Signature of Contractor

Date: _____________

245
Financial Bid Form

I/We hereby confirm that I/ We have examined Tender Document including addendum etc. (as applicable),
conditions of contract, specification, drawings, Bill of Quantities etc. forming part of the Tender and accordingly I/we
hereby submit my/our offer to execute as per the tender documents in all respects at the quoted below.

1. Name of the Work : As on Cover page


2. Name of Client : M. C. G. M.
3. Name of Department : Hydraulic Engineer
4. Estimated Cost : Rs. 1,55,63,180 /-
(To be filled in by Tenderer)

5a) Premium (in Figures) _________________% above the rates in B.O.Q/


Estimated cost.
(in Words)__________________% above the rates in B.O.Q /
Estimated cost.

Rs_____________________________________________

In Words
Rs____________________________________________________________

OR

b) Rebate(in Figures) _________________% above the rates in B.O.Q /


Estimated cost.
(in Words)__________________% above the rates in B.O.Q /
Estimated cost.

Rs_____________________________________________

In Words

Rs____________________________________________________________

6. Total Cost of the Work Rs_______________________________

In Words
Rs____________________________________________________________

7. Name and Title of Signatory : ______________________________________________________________

8. Name and address of tenderer : ______________________________________________________________

9. E-mail address of the firm :


______________________________________________________________

Telephone Nos. : ______________________________________________________________

246
Signature of the Tenderer of the Firm

Full Names and Residential address and 1.


Tel. nos. of all partners constituting the 2.
firms:
3.
4.
(A separate sheet shall be attached for Names and addresses if necessary)

247
Annexure- B

PRE-CONTRACT INTEGRITY PACT

The Bidder commits himself to take all measures necessary to prevent corrupt practices, unfair
means and illegal activities during any stage of his bid or during any pre-contract or post-contract
stage in order to secure the contract or in furtherance to secure it and in particular commits himself
to the following:-

1. The Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration,
reward, favour, any material or immaterial benefit or other advantage, commission, fees,
brokerage or inducement to any official of the MCGM, connected directly or indirectly with
the bidding process, or to any person, organization or third party related to the contract in
exchange for any advantage in the bidding, evaluation, contracting and implementation of the
Contract.

2. The Bidder further undertakes that he has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or
other advantage, commission, fees, brokerage or inducement to any official of the MCGM or
otherwise in procuring the Contract or forbearing to do or having done any act in relation to
the obtaining or execution of the Contract or any other Contract with the Government for
showing or forbearing to show favour or disfavour to any person in relation to the Contract or
any other Contract with the Government.

3. The Bidder will not collude with other parties interested in the contract to impair the
transparency, fairness and progress of the bidding process, bid evaluation, contracting and
implementation of the contract.

4. The Bidder will not accept any advantage in exchange for any corrupt practice, unfair means
and illegal activities.

5. The Bidder, either while presenting the bid or during pre-contract negotiations or before
signing the contract, shall disclose any payments he has made, is committed to or intends to
make to officials of the MCGM or their family members, agents, brokers or any other
intermediaries in connection with the contract and the details of services agreed upon for
such payments.

248
6. The Bidder shall not use improperly, for purposes of competition or personal gain, or pass on to
others, any information provided by the MCGM as part of the business relationship, regarding
plans, technical proposals and business details, including information contained in any
electronic data carrier. The Bidder also undertakes to exercise due and adequate care lest any
such information is divulged.

7. The Bidder commits to refrain from giving any complaint directly or through any other manner
without supporting it with full and verifiable facts.

8. The Bidder shall not instigate or cause to instigate any third person to commit any of the actions
mentioned above.

9. The Bidder and their respective officers, employees, agents and advisers shall observe the
highest standard of ethics during the Bidding Process. Notwithstanding anything to the
contrary contained herein, the Authority may reject an Application without being liable in any
manner whatsoever to the Applicant if it determines that the Applicant has, directly or
indirectly or through an agent, engaged in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice in the Bidding Process.

For the purposes of this Clause 9, the following terms shall have the meaning herein after
respectively assigned to them:
1. “fraudulent practice” means a misrepresentation or omission of facts or suppression of
facts or disclosure of incomplete facts, in order to influence the Bidding Process ;

1. “coercive practice” means impairing or harming or threatening to impair or harm, directly


or indirectly, any person or property to influence any persons participation or action in the Bidding
Process;

2. “undesirable practice” means (i) establishing contact with any person connected with or
employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner
influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest;
and

3. “restrictive practice” means forming a cartel or arriving at any understanding or


arrangement among Applicants with the objective of restricting or manipulating a full and
fair competition in the Bidding Process.

Signature of Tenderer/Bidder
249
Annexure- C

(On Rs. 500/- Stamp Paper)

DECLARATION CUM INDEMNITY BOND

I, _____________________ of _________, do hereby declared and undertake

as under.

1. I declare that I have submitted certificates as required to Executive engineer

(Monitoring) at the time of registration of my firm/company _______ and there is nochange in the
contents of the certificates that are submitted at the time of registration.

2. I declare that I ____________ in capacity as Manager/Director/Partners/Proprietors of


___________ has not been charged with any prohibitory and /or penal action such as banning (for
specific time or permanent)/de-registration or any other action under the law by any Government
and/or Semi Government and/or Government undertaking.

3. I declare that I have perused and examined the tender document including addendum, condition
of contract, specifications, drawings, bill of quantity etc. forming part of tender and accordingly, I
submit my offer to execute the work as per tender documents at the rates quoted by me in capacity
as ______________ of ___________.

4.I further declare that if I am allotted the work and I failed to carry out the allotted work in ac-
cordance with the terms and conditions and within the time prescribed and specified, MCGM is
entitled to carry out the work allotted to me by any other means at my risk and cost, at any stage of
the contract.

5. I also declare that I will not claim any charge/damages/compensation for non availability of site
for the contract work at any time.

6. I declare that I will positively make the arrangements of the required equipment on the day of
commencement or with respect to the progress of the work in phases, as per the instructions of site
in charge

Signature of Tenderer/Bidder

250
BANKERS GURANTEE IN LIEU OF CONTRACT DEPOSIT

THIS INDENTURE made this ______________day of __________ BETWEEN

THE ___________________BANK incorporated under the English/Indian Companies Acts and


carrying on business in Mumbai (hereinafter referred to as 'the bank' which expression shall be
deemed to include its successors and assigns)of the first part
__________________________________________ _________________________________
inhabitants carrying on business at _______________________________ in Mumbai under the
style and name of Messer’s __________________(hereinafter referred to as 'the consultant') of the
second part Shri. _______________________________________

THE MUNICIPAL COMMISSIONER FOR GREATER MUMBAI (hereinafter referred to as 'the


commissioner' which expression shall be deemed, also to include his successor or successors for
the time being in the said office of Municipal Commissioner ) of the third part and THE
MUNICIPAL CORPORATION OF GREATER MUMBAI (hereinafter referred to as 'the
Corporation') of the fourth part WHEREAS the consultants have submitted to the Commissioner
tender for the execution of the work of
''_________________________________________________________and the terms of such
tender /contract require that the consultants shall deposit with the Commissioner as/contract
deposit/ earnest money and /or the security a sum of Rs.______________(Rupees
__________________)AND WHEREAS if and when any such tender is accepted by the
Commissioner, the contract to be entered into in furtherance thereof by the consultants will provide
that such deposit shall remain with and be appropriated by the Commissioner towards the Security
-deposit to be taken under the contract and be redeemable by the consultants, if they shall duly and
faithfully carry out the terms and provisions of such contract and shall duly satisfy all claims
properly chargeable against them there under AND WHEREAS the consultants are constituents of
the Bank and in order to facilitate the keeping of the accounts of the consultants, the Bank with the
consent and concurrence of the consultants has requested the Commissioner to accept the
undertaking of the Bank hereinafter contained, in place of the contractors depositing with the
Commissioner the said sum as earnest money and /or security as aforesaid AND WHEREAS
accordingly the Commissioner has agreed to accept such undertaking NOW THIS AGRREMENT
WITHNESSES that in consideration of the premises, the Bank at the request of the consultants (
hereby testified ) UNDERTAKES WITH the commissioner to pay to the commissioner upon
demand in writing , whenever required by him , from time to time , so to do ,a sum not exceeding
in the whole Rs._____________(Rupees___________________)under the terms of the said tender
and /or the contract .The B.G. Is valid upto _________”Notwithstanding anything what has been

251
stated above, our liability under the above guarantee is restricted to Rs.___________only and
guarantee shall remain in force upto ____________ unless the demand or claim under this
guarantee is made on us in writing on or before __________all your right under the above
guarantee shall be forfeited and we shall be released from all liabilities under the guarantee
thereafter”

IN WITNESS WHEREOF

WITNESS(1) _________________

Name and _________________

address _________________

WITNESS(2)__________________

Name and __________________ the duly constituted Attorney Manager

address _____________________

the Bank and the said Messer’s ___________________________________

_______________________________________ (Name of the Bank)

WITNESS(1)_________________

Name and _________________

address _________________

WITNESS(2)_________________

Name and ___________________

For Messer’s ____________________

address ____________________

have here into set their respective hands the day and year first above written.

The amount shall be inserted by the Guarantor, representing the Contract Deposit in Indian
Rupees.
252
 PROFORMA FOR THE UNDERTAKING TO BE SUBMITTED BY THE
TENDERER
(ON THEIR LETTERHEAD)

Date: _____________
To,
The Municipal Commissioner,
Municipal Corporation of Greater Mumbai,
Mumbai.
Sub: _____________________________________________
Sir,

We, the undersigned hereby undertake that

1. All Asphalt Works required to be done under the captioned contract work shall be got exe-
cuted with the specified asphalt mixes manufactured in M.C.G.M. approved Asphalt Plants
only.

2. All the Paver blocks required for the Paver block works to be carried out under the cap-
tioned contract work shall be procured from the specified manufacturers approved with
M.C.G.M.

3. The R.M.C. works required to be done under the captioned contract work shall be got exe-
cuted with the specified R.M.C. mixes supplied by M.C.G.M. approved R.M.C. plants only.

4. All the pipes/ specials required for the works will be procured from the manufacturer ap-
proved with M.C.G.M only.

5. All the M.S pipes/ specials will be fabricated from B.I.S. approved Company/ I.S.O 9000
Certified Company, confirmed to I.S 3589, I.S 2062.

6. All the Air valves, Sluice valves & the Butterfly Valves will be procured from the Com-
pany approved with M.C.G.M.

7. All the observations & instructions made by the quality assurance agency appointed if any
for the tender work are binding on us and same will be complied immediately.

Yours Faithfully,

Signature
Rubber Stamp.

253
Information regarding status of tender (s)
(To be submitted on Tenderers letter head)

1 a) whether it is proprietary concern?

_________________________________________________________

b) If so, name of the owner


_________________________________________________________

If it is partnership concern, please furnish name and address of each partner and copy of
registration certificate.

2. In case of Company, please furnish documentary proof to show that the Company
registered.

Signature of authorized person of

Concern/ Company.

254
Annexure- D
Rate Analysis

Item Desciption

Sr.No. Description of rate analysis Unit Quantity Rate Amount


parameters

1 Basic Material (Rate should be


inclusive of all taxes)

2 Machinery Hire Charges

3 Labour Type (labour

components)

4 Total of all components

5 Overhead &Proffit 15% on 4

6 Total Rate (4+5)

7 Per unit rate

Sign & Seal of the Tenderer

255
Annexure- E

Each tenderer shall upload scanned copy of an undertaking on stamp paper of Rs 500/- as
per proforma given below, in packet “B”. The undertaking shall be submitted in physical format
within seven days from the date of issue of work order, if the tender is awarded to the bidder.
“I/We …………………………………………….………………….(full name in capital
letters, starting with surname) , the Proprietor / Managing Partner / Managing Director / Holder of
the Business/Manufacturer/Authorized Dealer, for the establishment /firm/registered company,
named herein below, do hereby state and declare that
I/We……………………………………………………………………………….
whose names are given herein below in details with the addresses have not filled in this tender under
any other name or under the establishment / firm or otherwise, nor are we in any way related or
concerned with any establishment, firm or any other person, who have filled in the tender for the
aforesaid work”.

I/We hereby further undertake that we have offered the best prices for the subject supply /
work as per the present market rates. Further, we do hereby undertake and commit that we have not
offered / supplied the subject product / similar product / systems in the past one year in
Maharashtra state for quantity variation up to -50% / + 10% at a price lower than that offered in the
present bid to any other outside agencies including Govt./semi Govt. agencies and within M.C.G.M
also. Further, we have filled in the accompanying tender with full knowledge of the above
liabilities and therefore we will not raise any objection or dispute in any manner relating to any
action, including forfeiture of deposit and blacklisting, for giving any information which is found
to be incorrect and against the instructions and directions given in this behalf in this tender.

I/We further agree and undertake that in the event it is revealed subsequently after the
allotment of work / contract to me / us, that any information given by me / us in this tender is false
or incorrect, I / We shall compensate the Municipal Corporation of Greater Mumbai for any such
losses or inconvenience caused to the Corporation in any manner and will not raise any claim for
such compensation on any ground whatsoever. I / We agree and undertake that I / We shall not claim
in such case any amount, by way of damages or compensation for cancellation of the contract given
to me / us or any work assigned to me / us or as withdrawn by the Corporation.”

256
Annexure ‘F’
Taxes and duties on material:

“All charges towards Octroi, Terminal tax or Sales Tax/ VAT/ Customs duty/ Service tax
etc. and other duties on material/ Machinery obtained for the work from any source including the tax
applicable, as per Maharashtra Sales Tax Act, on the transfer of property in good involved in the
execution of work contracts, (re-enacted) Act 1991 or as amended shall be borne by the tenderer. The
Engineer shall not be responsible for any defaults in paying various taxes / Royalty as mentioned
above, by the contractor. The tenderer shall mandatorily upload the information of applicable tax
on various items in the proforma as enclosed under ‘Special Annexure-I’ in ‘C’ packet, wherein
the tenderer shall indicate in the tabular format, all the applicable taxes and their percentages
and the tax amount considered while quoting the tender. The Prices quoted in this annexure under
column 3 shall be inclusive of all taxes and duties and will be considered for evaluation. As and when
the GST(Goods and Service Tax) comes into force for the State, the Prices quoted under columns 4 to
7 of this Annexure shall be considered and any increase in tax liability arising due to levy of GST shall
be recovered from the tenderer based on actual.
For this purpose, MCGM shall, after exploring the available options under the GST,
calculate the scheduled rate of differential GST liability (after fully deducting the benefit of additional
input credit/ saving from VAT, CST, Octroi Duty, Excise duty, CVD, Service tax, Education Cess,
SHEC, KKC, SBC, and any other non creditable taxes). The tenderer will be required to file
supplementary claims for the actual differential GST Liability at his end (after fully deducting the
benefit of additional input credit/ saving from VAT, CST, Octroi Duty, Excise duty, CVD, Service tax,
Education Cess, SHEC, KKC, SBC, and any other non creditable taxes) and provide a Chartered
Accountant’s Certificate for this actual differential GST Liability along with the proof of payment for
such actual differential GST Liability. The reimbursement of differential GST Liability will be
restricted to the lower of the scheduled rate of differential GST Liability as provided by MCGM and
actual differential GST Liability as provided by Tenderer.
MCGM shall, based on the nature of the tenders and the BOQ rates, communicate its
decision on payment/recovery of net differential GST Liability (on account of applicability GST) to
the contractor. If any dispute, difference of any kind whatsoever shall arise with respect to payment/
recovery of net differential GST Liability (on account of applicability GST), the aggrieved party shall
refer such dispute within a period of seven days to the concerned Add. Municipal Commissioner who
shall constitute a committee comprising of three officers i.e. the concerned Dy. Municipal
Commissioner or Director (E.S.&P.), Chief Engineer other than the Engineer of the Contract and the
concerned Chief Accountant. The Committee shall give its decision in writing within 60 days of its
formation, after giving at least one hearing to the contractors.
Appeal on the Order of the Committee may be referred to the Municipal Commissioner
within 7 days. Thereafter the Municipal Commissioner shall constitute a Committee comprising of
three Addl. Municipal Commissioners including Addl. Municipal Commissioner in charge of Finance
Department. The Municipal Commissioner within a period of 90 days after being requested to do so
shall give written notice of committee’s decision to the Contractor. Save as herein provided such
decision in respect of such matter so referred shall be final and binding upon both parties and shall
forthwith be given effect to by the Contractor. No claims in this respect whatsoever shall be entitled
to be referred to arbitration. The change in the tax structure of GST if it is on higher side will not be
reimbursed to the contractor for the extended period if it is on the fault of contractor. Further the
257
tenderer will not be reimbursed the taxes, duties, cess and charges etc. (except GST) whether now in
force or that may be enforced in future”.
a) The labour welfare CESS as applicable as per the Government Resolution under no
BCA/2009/case no 108/labour.7A/Mantralaya/ Mumbai-400032 dt. 17.06.2010 shall be recov-
ered from contractor’s bill.
b) Any tax benefit availed by the bidder by way of statute of the project or by way of project au-
thority certificate shall be to the Employer’s account and shall be deducted from the contractor’s
RA bills.

SPECIAL ANNEXURE-I
Name of Work:-

SR. ITEM AMOUNT BIDDER TO INDICATE THE AMOUNT OF APPLICABLE TAXES. THESE
NO. DESCRIPTION INCLUSIVE SHALL NOT BE TAKEN INTO CONSIDERATION FOR EVALUATION
OF ALL
TAXES &
DUTIES VAT SERVICE TAX (IF OTHER TAXES IF TOTAL
APPLICABLE) ANY AMOUNT OF
TAXES

% AMOUNT % AMOUNT % AMOUNT

Col. 1 Col. 2 Col. 3 Col. 4a Col. 4b Col. 5a Col. 5b Col. 6a Col. 6b Col. 7
(4b+5b+6b)

GRAND TOTAL

Sign & Seal of Tenderer

258
PROFORMAS:

A) PROFORMA- I
The list of similar works as stated in para ‘A’ of Post qualification during last seven years–
PROFORMA- I
Stipulated Actual date Actual Cost of Certifying Au-
Name of the Name of the
Sr.No. date of com- of comple- work done (in thority
Project employer
pletion tion Lakhs)
6 7
1 2 3 4 5

NOTE:
j. Scanned Attested copies of completion/performance certificates from the Engineer-in-
Charge for each work should be annexed in the support of information furnished in the above
proforma.
k. Works shall be grouped financial year-wise.

B) PROFORMA- II
Audited annual turnover of Civil Engineering Construction Works during the last five years.

PROFORMA- II

Annual Turnover Updated


Average of
Sr.No. Financial year of Civil Engineer- value to cur- Page No.
last 5years
ing Works rent year

Total

259
NOTE: The above figures shall tally with the audited balance sheets uploaded by the tenderers
duly certified by Chartered Accountant.

C) PROFORMA- III
Similar work, as stated in para ‘A’ of Post qualification,

PROFORMA- III

Name of Name of Cost of Date of Stipulated Actual Actual Remarks


the Pro- the Em- the Pro- issue of Date of Date of cost of explaining
ject ployer ject work Completion Comple- work reasons for
Order tion done delay, if any

1 2 3 4 5 6 7 8

Note: Scanned Attested copies of completion/performance certificates from the Engineer-in-


charge for each work should be annexed in support of information furnished in the above proforma.
D) PROFORMA- IV
PERSONNEL:

PROFORMA- IV

Sr. Post Qualifica-


Name Work Experience
No. tion

(Prime Candidate/ Name of Pro-


No. of Years jects
Alternate)

1 Project Manager

Quality Control En-


2
gineer

3 Site Engineer

4 Site Supervisor

NOTE: Scanned Attested copies of qualification certificates and details of work experience shall
be submitted /uploaded.

E) PROFORMA- V
MACHINERY:
a) for special work

260
PROFORMA- V/A

Sr.No. Equipment Number Owned/Leased/Assured access

1 2 3 4

PROFORMA- V/B

Sr.No. Equipment Number Owned

1 2 3 4

Note: The tenderer(s) shall furnish/upload the requisite Scanned Attested documents of owner-
ship/leased of machineries. The undertaking from the suppliers will not be accepted.

b) For Routine work

The tenderer(s) to qualify this bid shall either own equipments, in full working order, as listed below,
or must demonstrate that based on known commitments, they will be available for timely use in the
proposed contract as specified in Equipment Capability

PROFORMA V/C

RTO Vehicle
Requirements
Sr.No Equipments owned / access to nos / Invoice
(No)
no.
1 2 3 4
01 Pumps for dewatering
02 Submersible pumps for dewatering
03 Rock breaker with compressor
04 Pipe cutter
05 Ratchet Drilling machine.
06 Roller Vibratory Min. 10T
07 Welding set.
08 Compressor
09 Transit Mixer (Tilted)
10 J.C.B.
11 Excavator / Poclain
12 Dumper / Trucks 8 Cu.m capacity
13 Dumper / Trucks 4 Cu.m capacity
14 C.C.T.V. Camera
15 Mobile D.G.set
16 Plate Vibrator
Note: The tenderer(s) shall furnish/upload the requisite Scanned Attested documents of
ownership/leased of machineries. The undertaking from the suppliers will not be accepted.

261
F) PROFORMA - VI

Details of Existing Commitments and ongoing works –

PROFORMA - VI / A

Value of Antici-
Descrip- Contract Name & Ad- Value of Scheduled work re- pated
Place
tion of No. & dresses of Contract date of com- maining to Date of
work Date employer in Rs. pletion be com- comple-
pleted tion
8
1 2 3 4 5 6 7

Note: Scanned Attested copies of completion/performance certificates from the Engineer-in-


Charge for each work should be annexed in the support of information furnished in the
above proforma.

Details of works for which bids are already uploaded –

PROFORMA - VI / B

Name & Ad- Value of Date on which Remarks


Description Time Pe-
Place dresses of em- Contract in decision is ex-
of work riod
ployee Rs. pected
7
1 2 3 4 5 6

Note: Scanned Attested copies of certificates from the Engineer-in-charge for each work shall be
annexed.

G) PROFORMA VII

Maximum Quantity of total Pavement Quality Concrete (M35 or richer mix) on volumetric basis in
Cu.m, completed in one single contract during the last seven(7) financial /calendar years

Quantity of Concrete (M
Name of the Name of the
Year 35 or richer mix) (Cum) Remarks
Works Employers
1 2 3 4 5

H) PROFORMA VIII
The tenderer to qualify this bid shall own or have assured access (through hire, lease, and other
commercial means) in full working order, to the equipments as listed below, and must demonstrate
that based on known commitments, they will be available for timely use in the proposed contract.

262
Sr.No Equipment No
1 2 3
Computerized Batch mix Asphalt Plant
1 Capacity min. 80 M.T per hr. with valid
registration of M.C.G.M.

R.M.C Plant (computerized) – Capacity


60 Cu.m per hr. (or two nos. of 30
2
Cu.m. per hr. in lieu of 60 cum per hr.)
with valid registration of M.C.G.M.

Paver Blocks (BIS Certified) manufac-


3 turing factory approved by M.C.G.M
with valid registration.
NOTE: a) The minimum suggested major equipments to begin with for execution of works in
accordance with the prescribed construction schedule are shown in the above list. The contractor
shall mobilize prior to bidding of this bid and mandatorily during the contract implementation,
additional equipment as directed by Engineer-in-charge.

I) PROFORMA IX
Information on Litigation History in which the tenderer is involved.
Remarks showing
Other Party (ies) Employer Cause of Dispute Amount involved
Present Status.
1 2 3 4 5
Note: Scanned Attested copies of completion/performance certificates from the Engineer-in-charge
for each work should be annexed and uploaded.

J) PROFORMA – X
Information of certificate issuing authorities
Contact numbers
Employer/Name of Designation of E-mail ID of
Sr.No. of issuing
issuing Authority issuing Authority issuing Authority
Authority

K) PROFORMA –XI : DELETED.

INFORMATION ABOUT INSTALLATION OF SCADA ETC.

MANDATORY REQUIREMENT FOR REGISTERED/ASSURED PLANTS REQUIRED AND TO


ALL MACHINERIES OWNED/ASSURED REQUIRED.

MANDATORY REQUIREMENT:

Copies of Certifica-
Whether Installed tion of installer
Particulars
company enclosed.
Yes / No Yes/ No
1 2 3
Intelligent Compaction system - compatible for
L&T, Escort, JCB, Greaves or equivalent make
263
Compactors.
Agent Software for Compactor

Batch Mix Plant SCADA Automation


Software Agent Batch Mix Plant connectivity
Software agent RMC plant connectivity
Vehicles Tracking System with automation loading
unloading Switch
Vehicles Tracking System Per month Subscription
charges
SCADA Automation for ICPB Factory
Note:- Intending tenderer shall give undertaking to provide the information
on SCADA as required in PROFORMA – X.

264

You might also like