0% found this document useful (0 votes)
49 views217 pages

Tender

Uploaded by

Brijesh Yadav
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)
49 views217 pages

Tender

Uploaded by

Brijesh Yadav
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/ 217

MUNICIPAL CORPORATION OF

GREATER MUMBAI

HYDRAULIC ENGINEER‟S
DEPARTMENT

TENDER NO:-71000060578

SUBJECT :-Replacement of 1200mm dia. Old Tansa, New Tansa 800mm


dia. Vihar main by 1500mm dia. M.S.W.M. along Dr. B.A.
Road from Hindmata junction to Sane Guruji Marg in F/S
wards (Phase –II)

1
EARNEST MONEY DEPOSIT – Rs. 62,50,000.00
Issue to M/s _________________________________________
___
Address: - _________________________________________

Office of Deputy Hydraulic Engineer Construction)


Hydraulic Engineer's Department,
M. C. G. M. Engineering Hub Building, First Floor,
Dr. E Moses Road, Worli,
Mumbai - 400018.

MUNICIPAL CORPORATION OF GREATER MUMBAI


Hydraulic Engineer‟s Department
TENDER DOCUMENT FOR

SUBJECT : Replacement of 1200mm dia. Old Tansa, New Tansa &


800mm dia. Vihar main by 1500mm dia M.S.W.M. along
Dr. B.A. Road from Hindmata junction to Sane Guruji Marg
in F/S wards.
Due on:- 29.12.2015

1. Tender shall be submitted through internet on MCGM web site, (i.e.,


to upload the scanned copies of documents of Packet A (except DD for
E.M.D.), Packet-B & Packet-C (except DD for ASD & Rate analysis if
necessary) in the prescribed Performa required in the e- tender) up to
4.00 p.m. on or before due date of tender submission, as per clauses
mentioned in 6.9.8 of the tender. (Please refer clause no. 6.4 & 7.6 of
the tender for submission of ASD).

2. Tenderer shall read the clause/sub clauses of the tender under No.
6.9.8 before submitting the tender
Note: where ever it is mentioned to submit physical D.D of EMD & ASD in the tender it shall
be read as follows:
“The system to accept EMD and ASD amount online has been developed by MCGM and
accordingly the EMD and ASD amount will have to be paid online only by the tenderer”.

Prepared by - Checked by-

2
INDEX
PAGE
SECTION DESCRIPTION
NO
1 e-Tender Notice 4-7

2 Scope of Work 8-9

3 Important points, Post Qualifications … etc 10-20

4 General Information 21-25

5 General Direction to Tenderers 26-29


6 Instructions to e-Tenderers 30-62
Special Instructions / Directions / Conditions of
7 63-118
Contract
8 Important points to be noted by Tenderer 119-121
General specification of work, M.S pipe
fabrication work specifications, Mortar Lining
9 specifications, Technical Details of Valves – 122-155
Butterfly / Sluice, Specifications & Additional
specifications
Annexure „A‟, Agreement Form, Proforma For
10 156-168
Banker‟s Guarantee, Form of Tender
Proforma for the undertaking to be submitted by
11 the tenderer, Proforma for completed & ongoing 169-171
works, Appendix – II
List of Approved Banks, Asphalt Plants, RMC
12 Plants, Paver blocks, Manufacturers of pipes, 172-181
Specials, B.F.V, S.V, Fire Hydrants … etc
13 Schedule of Fees for Testing 182-191
14 Bill of Quantity ( B.O.Q ) 192-212
213-215
15 Financial Bid Form

Addendum / Corrigendum / Clarifications issued (


16 216-217
if any published ) from time to time

3
SECTION 1
e-TENDER NOTICE

4
MUNICIPAL CORPORATION OF GREATER MUMBAI
Hydraulic Engineer‟s Department
E-TENDER NOTICE

U/no. Dy.H.E.(Const.)/4541/IR date: 05.12.2015

The Commissioner for the Municipal Corporation of Greater Mumbai


(M.C.G.M.) invites online e-tender for the following work in Three Packet „A‟,
Packet „B‟ and Packet „C‟ on percentage rate basis from the firm registered with
the Municipal Corporation of Greater Mumbai, (MCGM) old rules of
registration in Class AA, category IV or new rules of registration 2015 in Class
I(A) and from the contractors/firms equivalent and superior classes registered in
Govt/Semi Govt. organization carrying out similar nature of works (excluding
those who are blacklisted, demoted and debarred in MCGM, P.W.D., other
Government/Semi Govt. Organizations in India) and having their office in
Mumbai will be allowed subject to the condition that the contractor who are not
registered with MCGM they will apply for registration as per new rules of
registration 2015 in the same category with M.C.G.M. within three months time
period from the award of contract, otherwise their EMD and ASD will be
forfeited and the award of contract will be treated as cancelled. The tender copy
can be downloaded from MCGM‟s portal (http://portal.mcgm.gov.in).
All interested vendors / contractors whether already registered or not
registered with MCGM shall mandatorily get registered for e-tendering process
of MCGM & obtain login credentials to participate in the online bidding
process. The details of the same are available on the above mentioned portal
under ‟e-procurement‟ tab.
For registration enrollment, for digital signature certificates and user
manual , please refer to respective links provided in e-tendering tab. Vendors
can get digital signature from any one of the Certifying Authorities (CA‟s)
licensed by controller of certifying authorities namely Safes crypt, IDRBT,
National Informatics center , TCS , CUSTOMS , MTNL , GNFC and e-Mudhra
CA.
Bid No Name of work Estimated cost Amount Class Contract
(In Rs.) of.EMD period
(In Rs. )
Class- AA,
Replacement of
Category-IV
1200mm dia. Old Tansa, 24 months
as per old
New Tansa & 800mm (Excluding
rules or
dia. Vihar main by monsoon)
Class I(A)
7100060578 1500mm dia. M.S.W.M. 62,49,26,106/- 62,50,000/-
as per new
along Dr.B.A. Road
rules of
from Hindmata junction
registration
to Sane Guruji marg
Or
junction in F/S ward
equivalent
Blank e-tender forms shall be downloaded from MCGM‟s portal after
payment of Rs.12,100 + 5% VAT, i.e. Rs.12,800/- per copy by e-tendering
process from the approved banks under section “Payment of Tender Fees”. E-
Tenders should be submitted up to 4.00 p.m. on 29/12/2015 by e-tender process.
5
The tenderers who have quoted more than 12 % rebate over the office
estimate shall pay the amount online towards the A.S.D. and upload the details
in e-Packet „C‟. if it is observed that the lowest bidder has quoted percentage
more than 15% above or below the estimated cost then rate analysis in USOR
format shall be called by the department through email from such bidder. Such
rate analysis shall be submitted by the contractor within 3 days from receipt of
mail from the department. If ASD not paid online & shall not uploaded in e-
packet „C‟, the tender will be rejected outright and treated as non responsive.
e-Tenderers are requested to carefully note the conditions for Barricading,
Removal of earth, online EMD, ASD and other conditions introduced in the
scope of work of tender document before quoting for the bid.
As per three Packet systems, requisite details for post qualification criteria
are to be uploaded by the tenderer in 'bidders document 'online in Packet ‟B‟.
Before purchasing/downloading the tender copy, tenderer(s) may refer to Post
Qualification Criteria on M.C.G.M portal (http://portal.mcgm.gov.in).
The E.M.D. will be accepted only online as mentioned in tender
document. The contractors has to pay E.M.D./A.S.D. to the tender for which the
bidder is quoting the bid, the standing deposit of the registered Municipal
Contractors will not be considered.
The tenderer should upload scanned copy of the original registration
certificate to get registered with MCGM for e-tendering process, login
credentials to participate in the online bidding process before
purchasing/uploading/ submitting the e-tender copy. The e- 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 tenderers will be
opened as per the timetable shown in the Header Data in the office of Dy.
HE.(Construction) ..
All scanned copies uploaded in the Packet ‟A‟& Packet ‟B‟ should be,
duly certified (not below the rank of Assistant Engineer) credential documents
as per e-Tendering process. This is mandatory for all bidders, failure to comply
this condition will lead to rejection of tender and also attract penalty equivalent
to
1. For the first default 10% of EMD will be forfeited.
2. For the second default 50% of EMD will be forfeited.
3. For the third default 100% of EMD will be forfeited.
The dates and time for uploading e-Tender & opening of the e-Tenders
are as under:
The e-tender sale will start from : 09/ 12 / 2015
The last date of e-tender sale will be : 28 / 12 / 2015 upto 03.00 p.m.
Submission of e-tender : 29 / 12 / 2015 upto 04.00 p.m.
The packet „A‟ & „B‟ will be opened on : 30 / 12 / 2015 at 12.00 noon &
12.15p.m respectively.
The packet ‟C‟ will be opened on : 08 / 01 / 2016 at 3.30 p.m.
A pre-bid meeting will be held in the office of Deputy Municipal
Commissioner (Special Engineering), Municipal Annex Building, Third Floor,
Mahapalika Marg, Mumbai-400 001 at 3.00 p.m. on 23/12 /2015. All intending

6
tenderers should upload the scanned copy of their letters containing all queries
by e-mail on the e-mail id i.e. [email protected]. Please note that all e-
mails which will reach the in box on 22/12/2015 by 5.00 p.m. will be considered
for pre bid meeting and physical letter submitted if any will not be considered.
The Tender shall be valid for 120 days from the date of tender opening i.e.
Packet „A‟ of the tender.
The Municipal Commissioner reserves the right to reject any or all
e-tenders without giving any reasons to the tenderers. The details are available
on MCGM‟s website http://portal.mcgm.gov.in.
The post qualification criteria for these tender is annexed herewith please.

Sd/-05.12.2015
Hydraulic Engineer
Municipal Corporation of Greater Mumbai

7
SECTION 2
SCOPE OF WORK

8
TENDER WORK

 The scope of work consists of Providing & Laying 1500 mm dia


M.S.W.Mfrom Sane Guruji Marg junction upto Hindmata junctionalong Dr.
Babasaheb Ambedkar Road ( Phase II ) for a length of @ 2.3 K.m in „F/S‟
ward respectively”. along with its allied works ( i.e. Laying, cement mortar
lining, cross connection work, Hydraulic Testing, Discarding of old mains &
commissioning of newly laid main, Reinstatement work … etc )Tender
drawings marked as indicates this work. The same can be seen in the office of
E.E.W.W (Const) City.

9
SECTION 3
IMPORTANT POINTS, POST
QUALIFICATIONS … ETC

10
IMPORTANT POINTS

MANDATORY CONDITIONS: Tenderer(s) are requested to note that “The e-


tender shall be rejected if the tenderer”:

A) Stipulates the validity period less than 120 days from opening of the Packet
„A‟.

B) Stipulates his own condition / conditions.

C) Does not fill in and digitally sign the tender form and form of quoting
percentage incorporated in the tender by e-tendering.

D) Does not upload scanned copies of all signed undertaking forms which are
incorporated in the tender document.

E) Does not submit adequate amount of Additional Security Deposit in the form
of D.D. along with confirmation letter from issuing Bank for rebate as per
condition in the tender.

F) Does not quote percentage in figures and words in the form for quoting
percentage incorporated in the e-tender. If there is any discrepancy in the
figures and words while quoting percentage, the percentage quoted in the
words shall be considered for deciding responsiveness of tender.

G) Does not disclose the full name/names, mobile no/nos, Email id/ids and
address / addresses of proprietor/Partners/Directors (in case of
Proprietorship/Partnership/Pvt. Ltd/Public Limited concern firm and the
engineering qualifications if any).

H) Does not upload duly attested scanned copies of documents listed in Packet
„A‟, „B‟, „C‟ and does not submit hard copies of rate analysis & D.D for
A.S.D wherever required in Packet „C‟ as per clause.

I) Does not have experience as per clause no. (B) of post qualification criteria in
Section- 03.

J) Does not upload scanned, certified copies in Packet „A‟ of the „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.
However, in case of Public Limited Companies, Semi Government
Undertakings, government undertaking no „PAN‟ documents will be insisted.

11
K) Does not submit requisite E.M.D as per clause no.6.4 & 7.60requisite A.S. D
in the form of D.D/Pay Order along with confirmation letter from issuing
bank as per clause no. 6.4 &7.6 of the tender.
Note: Whereever it is mentioned to submit physical D.D of EMD & ASD in the tender it shall be read as
follows:
“The system to accept EMD and ASD amount online has been developed by MCGM and
accordingly the EMD and ASD amount will have to be paid online only by the tenderer”.

NOTES:

1) For detailed description of item rates and units for Building works/Common
Schedules((CS), Road Works(RW), Traffic and Signalling works(RT),Storm
Water Drain works(SWD), Bridge(BW), Sewerage Project(SP), Water Supply
Projects(WSP), Hydraulic Engineering works(HE), etc Unified Schedule of
Rates of M.C.G.M. in force at the time of invitation of tender, shall be
referred to and be applicable along with item no. FMR/7.57 of FMR 2011 of
road schedule.

2) Corresponding notes on the above mentioned schedules viz “HE-2013, CS-


2013, SP-2013, RW-2013, SWD-2013, RT-2013, WSP-2013, BW-2013”shall
be applicable. For extra/excess the same schedules will be followed.

3) The tenderer shall specifically note that his/their registration class and
category on the date of submission of the tender will be considered for
considering responsiveness of the tender.

4) The „Additional Security Deposit‟ of the successful tenderer shall be refunded


as per clause no 7.6 at page no. 71.

5) In case of tenders having equal percentage from contractors, the preference


will be given as below:

i) In case of contractors registered with M.C.G.M &contractors registered with


other organization, preference will be given to the contractors registered with
M.C.G.M.

ii) If the class of tenderer is same, the preference shall be given to thetenderer
whose registration date in higher class stands ahead of the other.

iii) If the tenderer are registered in higher class on the same date, then the
preference shall be given to the tenderer whose registration stands ahead of
the others.

6) The tenderer who have been registered in M.C.G.M and also in Govt. Body of
Maharashtra and /or Central Government, then their class whichever higher
will be considered for deciding eligibility criteria.

12
7) The tenderer shall upload in Packet „A‟, a scanned copy of the D.D for
Earnest Money Deposit of requisite amount as mentioned in tender notice.
The tenderer has to submit D.D for E.M.D along with bank confirmation
letter physically in sealed envelope in Packet „A‟. The contractor‟s who are
having standing deposit with M.C.G.M. shall also pay full Earnest Money
Deposit (E.M.D) as mentioned in tender notice. The standing deposit
exemption will not be allowed for this tender.
Note: Whereever it is mentioned to submit physical D.D of EMD & ASD in the tender it shall be read
as follows:
“The system to accept EMD and ASD amount online has been developed by MCGM and accordingly
the EMD and ASD amount will have to be paid online only by the tenderer”.

8) i) The tenderer shall arrange to bring all types of material such as pipes,
specials, valves and other allied appurtenances from the ISI approved
manufacturer or dulyapproved by M.C.G.M and tested as per M.C.G.M
specifications or as otherwisespecified.

ii) The tenderer shall arrange to bring the asphalt/RMC


mixes/paverblocksfrom approved asphalt plants/RMC plants/paver blocks
manufacturersregistered withM.C.G.M. during the period work. The tenderer
willconfirm valid registrationfrom the office of the Dy.Ch.E (Roads) City/
E.S/W.S before executing thecaptioned works.

iii) If any tenderer fails to comply with any of the above mandatory
conditions orfails to upload the relevant information / document required to
be uploaded inPacket „A‟ and „B‟ then the tender shall be rejected forthwith
and in such case 10% E.M.D. amount will be forefeited. However, it will be
open to the department to direct the tenderer to call for physical verification
of documents uploaded & to direct the tenderer to bring / show the original
documents for physical clarification within three days from opening of packet
„B‟, before proceeding further with the evaluation of the bid. Intimation to
this effect will be given by email / telephonic instruction. It is mandatory on
the part of tenderer to collect and also to check on respective web site, such
letter of information / document if any from the office. The tenderer shall note
that no additional physical documents will be accepted which have not been
uploaded. However, no physical document verification / clarification
whatsoever shall be permitted on opening of Packet „C‟. Further, if it is
observed that the contractors clarifications/submissions with regards to
departments observations and clarification is not convincing then also 10%
E.M.D. amount of the bidder shall be forfeited.

iv) Tenderer shall however note that submission of necessary information /


clarification / document of uploaded tender documentsdoes not mean that he
will be permitted to submit any additional documents or permitting
corrections to substantiate that he is fulfilling any of the qualifying criteria. If
the tenderer fails to upload any of the required documents in packet „A‟,
packet „B‟ & packet „C‟, his tender will be treated as non-responsive without
any further communication and their 10% E.M.D. amount will be forefeited.

13
v) Tapping point cross connection work should be undertaken preferably within
two months from the date of laying of pipe for that work.

vi) It shall be distinctly noted that MCGM will not made any payment
towards item of providing barricades of any and all kinds as directed.
The contractors shall take this fact into consideration while quoting.
(for details please see clause no. 7.1.c.)

vii) No payment for removal of earth will be made. (For detail please see
clause no. 7.3.26 & 7.2.26.a)

Pre-bid meeting:

a) The pre-bid meeting will be held at the date, time and venue mentioned in the
advertisement inviting the bids. The prospective tenderer and authorized
representative of tenderer should attend the said meeting and obtain clarification
regarding work and tender condition.

b) The minutes of the meeting and responses to the queries of the tenderer will be
given in writing within three(3)days and circulated / informed to all the
prospective tenderer and shall form part of tender document which will be
applicable to all the tenderer. Tenderer has to upload scanned copy of this prebid
meeting minute‟s document in Packet „C‟.

c) The tender submitted thereafter shall be read along with above Clarifications
and the tender shall be unconditional. Conditional tenders shall be rejected
outright.

14
POST- QUALIFICATION

To qualify for opening of financial bid in packet „C‟, the tenderer shall fulfill the
following minimum criteria „A to E‟ failing which their offer shall be rejected
outright.
A) The tenderer in their own name & style should have experience as given
below (B) in M.C.G.M., Government, Semi Government or Public Sector
Organization. Such experience certificate duly signed by the officer not
below the rank of Executive Engineer of the concerned organization shall be
enclosed.
B) i) Experience of having successfully completed similar works during last
7(Seven) years ending last day of month previous to the one in which
applications are invited should be either of the following :-

a. Three similar completed works costing not less than the amount equal
to 40% of the estimated cost of the work tendered for i.e.2500.00
Lakhs.
or
b. Two similar completed works costing not less than the amount equal to
50% of the estimated cost of the work tendered for i.e. 3125.00 Lakhs.
or
c. One similar completed work costing not less than the amount equal to
80% of the estimated cost of the work tendered for i.e.5000.00 Lakhs.
ii) Similar works means, the Experience of Laying of water main of
minimum diameter 450 dia. and above;
a) Three similar completed works having length at least 1016.00 rmt. each
during last Seven(7) years.
OR
Two similar completed works having length at least 1270.00 rmt. each
during last Seven(7) years.
OR
single similar completed works having length at least 2032.00 rmt. each
during last Seven(7) years.
b) Successfully completed at least one contract of magnitude of at least
30% of the Cement Concrete /Reinforced Cement Concrete work of
M35 grade or richeri.e 870 cu.m in one single contract during last seven
(7)financial years.

or
Memorandum of Understanding (MoU) by the main bidder/tenderer
with the firm registered in Class AA/ category C-III & above or as per
new reframed registration rules with M.C.G.M., for road works and
having experience of Cement Concrete /Reinforced Cement Concrete
15
work of M35 grade or richer as mentioned in the post qualification
criteria in one single contract will be allowed. However, the experience
of the work executed by the firm/tenderer as a nominated sub-
contractor to the prime contractor will not be considered. The tenderer
will have to submit all credentials of the firms with whom they are
entering with Memorandum of Understanding (MoU) by specifying the
bid no. for which MoU has been entered with for fulfilling the criteria
of Cement Concrete /Reinforced Cement Concrete works of the tender
document. The firm entering with MoU with prime tenderer/bidder for
fulfilling the post qualification criteria B)(b) i.e. experience of Cement
Concrete/Reinforced Cement Concrete work will not be allowed to
participate in respect of that particular bid in the bidding process in his
own capacity as prime bidder.
c) Minimum experience of cement mortar lining work for 450 mm dia.
and above for a length of 980 mtrs in one single contracts during last
seven (7) financial year
or
The Tenderer should submit Memorandum of Understanding (MOU)
with a firm and the firm should have cement mortor lining experience
as per the requirement given above either is his own capacity or as an
officially appointed sub-contractor. The tenderer has to submit all
credentials of firm with whom they are entering with Memorandum of
Understanding (MOU) for mortor lining work.
(iii) Average Annual financial turnover during the last 3 years, ending 31st
March of the previous financial year, Should be at least 30% of the
estimated cost of the work tendered for i.e.1875.00 Lakhs.
C) Bid Capacity: The Tenderer who meet the minimum qualification criteria
will bequalified only if their available bid capacity is more than the total bid
value. The available bid capacity will be calculated as under:
Assessed available Bid capacity = (a x n x 2.0) – b,
where, a= Maximum value of Civil Engineering Works executed in any one
year during the last Three (3) financial years (with updated value,
as per criteria stated in (B) above).
n=Period of completion for the tendered work in years (0.3 years to
be added for each intervening monsoon within contract period).
b=Cost at current financial year (i.e 2015-2016) price level of
existingcommitments and ongoing works to be completed during
the period over which tendered work is to be carried out on
proportionate basis.
Enhancement of turnover upto level of 2015-2016 shall be done as per formula
given.
Turnover of 2012-2013 x 1.21 = Turnover of 2015-16
Turnover of 2013-2014 x 1.10 = Turnover of 2015-16
Turnover of 2014-2015 x 1.00 = Turnover of 2015-16
Note:
16
1) The statements showing the value of the existing commitments and ongoing
works as well as the stipulated period of completion remaining for each of the
works shall be uploaded. The certificates shall be duly signed by the officer not
below the rank of an Executive Engineer or equivalent.

2) Tenderer (s) who meet the minimum qualifications criteria will be qualified
only if the available bid capacity at the time of bidding is more than the total
estimated cost of the work(s). The available bid capacity will be calculated as
mentioned above.

3) Work order issued subject to court order will not be considered for computing
bid capacity. Evidence for the same shall be uploaded, if not, bid capacity will
be calculated based on submitted documents.

4) For calculating the bid capacity, the value of work in hand will be considered
as on the date of evaluation of „B‟ Packet.

5) Liability of work in hand will be calculated as per the work order amount and
work completion certificate but not as per budget provision.

6) Litigation History: The Tenderer shall submit and upload information on


litigation/arbitration history in which the tenderer is involved. (In the Proforma
VIII).
UNDERTAKING CUM INDEMNITY BOND ON STAMP PAPER OF
Rs 500/-

We, (1) Mr. _________________ (2) Mr. ___________________ and (3)


Mr.____________________ aged (1)____yrs. (2)____urs. and (3)____yrs.
respectively; proprietor/partners/ power of Attorny holder of the Firm
_______________________ having its office at ____________________
Hereby gives undertaking-cum-indemnity bond as under:

AND, WHEREAS we are registered contractor‟s with the Municipal corporation


of Greater Mumbai and/or(Name of other authority), having registration number
________ valid up to _______.
AND, WHEREAS the Municipal Corporation of Greater Mumbai had published
the tender notice for the work ____________________________________in
______wards.
AND, WHEREAS I/we want to participate in the said tender procedure. I/we
hereby give an undertaking-cum-indemnity bond as herein after appearing:-
I/we hereby agree and undertake that my/our firm is not under any penal action
such as Demotion, Suspension, Black-listing, De-registration etc. by any
Government, Semi-Govt. and Govt. undertaking etc.
I/we hereby further undertake to communicate if my/our form comes under any
penal action such as Demotion, Suspension, Back listing, De-registration etc. by
any Government, Semi-Govt. and Govt. undertaking etc.

17
I/we hereby further agree and undertake that, at any stage of tendering, if the
said information is found incorrect, it should be Lawful for the M.C.G.M. to
forthwith debar me/us from the tendering procedure and initiate appropriate
penal action.
The undertaking-cum-indemnity bond is binding upon us/our heirs, executers,
administrators and assigns and/or successors and assigns.

Place:- Proprietor/Partners/Directors/POA
holder
(Seal of Firm/Co.)
Date:-
Identified by me
BEFORE ME

D) The tenderer shall provide equipments and site staff as mentioned below for
thetender:
1) Equipment Capability:

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


1 2 3
01 Pumps for dewatering 8 (15BHP)
02 Submersible pumps for dewatering 4 (15 BHP)
03 Rock breaker with compressor 8
04 Crane 3
05 Pipe cutter 3
06 Ratchet Drilling machine. 6
07 Roller Vibratory Min. 10T 3
08 Welding set. 4
09 Compressor 4
10 Transit Mixer (Tilted) 4
11 J.C.B. 4
12 Excavator / Poclain 3
13 Dumper / Trucks 8 Cu.m capacity 4
14 Dumper / Trucks 4 Cu.m capacity 4
15 C.C.T.V. Camera 3
16 Flow Meter 4
17 Mobile D.G.set 4
18 Plate Vibrator 4

2) Personnel Capability:
Sr.
Personnel Requirements
No
1 2 3
01 Project Manager - B.E(Civil) with minimum 5 years 1No
18
experience or Diploma (Civil) with minimum 10 years of
experience.
Site Engineer with technical qualification Diploma
02 4 Nos
(Civil) / B.E (Civil).
03 Supervisory staff. 6 Nos
Computer operator (well conversant with computer
04 2 Nos
knowledge and English & Marathi typing)
Quality Control Engineer at least B.E (Civil) with minm.
05 2 years experience or D.C.E with 4 years experience in 1 No
Material Testing Laboratory.
Note:
1) The points mentioned in „E‟ above are as per requirement stipulated against
each item. The minimum suggested Personnel, with the prescribed construction
schedule prior to bidding of this bid are shown in the above list. If any
certificate / voucher / Invoices / sales / purchase orders of the date after “Due
date (End Date)”of tender is found uploaded in e-submission of packets, which
differs from original documents of the tenders (i.e documents uploaded online),
the e-tenderers will be disqualified without any notice. If the contractor fails to
deploy the personnel as prescribed above a penalty of Rs 5000 / per day per
personnel will be imposed on the contractors and the same will be recovered
from A.S.D or from immediate R.A.Bill, whichever is earlier.
2) The quantity and cost mentioned in „A‟ and „B‟ above will be considered for
completed work of laying water main in all respect, for which certificate from
concerned Executive Engineer shall be submitted. The experience of ongoing
work will not be considered.
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.

UNDERTAKING ON STAMP PAPER OF Rs 500/-

I / We -------------------------------------------------------------------------the Proprietor /
Partners / Directors of the proprietary concern, with Partnership Firm / Company having my /
our office address at ----------------------------------------------------------------------------------------
---------------do hereby state and undertake as follows:

I / We say that I / We have submitted my/our tender for the work of ----------------------
---------------------------------------------------------------------to the Municipal Corporation of
Greater Mumbai.

I / We hereby undertake to arrange and make available at site the requisite


Equipments, required / necessary for executing the work within the contract period on
issuance of work order by Municipal Corporation of Greater Mumbai.

I / We shall submit the details of such equipments, required / necessary for executing
the work within contract period indicating therein details such as source, type etc on receipt of
the work order.

19
I / We hereby further undertake that I / We shall not ask for any extension of the
contract period in the event of non-availability of equipments, and I / We hereby undertake to
complete the works within the contract period at my/our risk as to cost and consequences.

Solemnly affirmed at Mumbai.

Dated this ___________day of ___________2015

Signature/Seal

F) Even though the tenderer(s) meets the above qualifying criteria, they are liable
to be disqualified, with forfeiture of E.M.D, if they have:

a) Made and uploaded misleading or false representations in the forms,


statements and attachments uploaded in proof of the qualification
requirements; and/or
b) Record of poor performance such as abandoning the works, not
properlycompleting the contract, inordinate delays in completion, or
financial failures etc; and/or

c) Not uploaded online details of ongoing works / commitments.

20
SECTION 4
GENERAL INFORMATION

21
General information

Classes available for Civil Contractors

Category Description of work


Building & allied works, pile foundation,
precast or cast in situ concrete works,
BuildingC-I diaphragm walls, ground anchors and allied
works, water proofing, leak proofing of
various types of structures.
Bridges including road over bridges, flyover,
Bridges C-II
foot over bridges, subways and culverts.
Road works of various types including storm
Roads C-III water drains culverts and training/ de-silting
of nallas, underground storm water drains.
Laying of water mains, rising mains, water
Water SupplyC-IV
pumping stations, reservoirs, head works.
Laying of sewers, rising main & underground
Sewerage C-V storm water drains, sewage pumping stations,
treatment plants, outfalls etc.

Class available according to the limits of works, amount of solvency,


registration fees & amount of standing deposit prescribed for each class.

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

22
MINIMUM FINANCIAL AND ORGANIZATIONAL REQUIREMENTS FOR CIVIL
ENGINEERING DISCIPLINE
(As per new registration rules)
Total Cost of
Turn- Single Work
Over in Completed
Sr. Upper limit Minium Last 3 within Last 3 No. of Civil Engineers
No. Class of Tendering Solvency Years years Employee
1 2 3 4 5 6 7
4 Graduate with 5 years or 1
Graduate with 5 years and 5
Without Diploma Holder with 7 years
1 I(A) Limit 200 4000 1500 experience.
3 Graduate with 5 years or 1
Graduate with 5 years and 4
Diploma Holder with 7 years
2 I(B) 2500 175 2500 750 experience.
3 Graduate with 5 years or 1
Graduate with 5 years and 4
Diploma Holder with 7 years
3 I(C ) 1500 150 1500 300 experience.
2 Graduate with 3 years or 1
Graduate with 3 years and 3
Diploma Holder with 5 years
4 II 750 100 750 150 experience.
2 Graduate with 3 years or 1
Graduate with 3 years and 2
Diploma Holder with 5 years
5 III 300 75 300 90 experience.
1 Graduate with 1 year or 1
Diploma Holder with 3 years
6 IV 150 40 150 50 experience.
1 Graduate with 1 year or 1
Diploma Holder with 3 years
7 IV(A) 90 25 90 30 experience.
1 Graduate with 1 year or 1
Diploma Holder with 3 years
8 V 50 15 50 15 experience.
1 Fresh Graduate or 1 Fresh
9 V(A) 30 8 0 0 Diploma Holder.
1 Fresh Graduate or 1 Fresh
10 VI 15 2 0 0 Diploma Holder.
1 Fresh Graduate or 1 Fresh
11 VII 10 1 0 0 Diploma Holder.
1 Fresh Graduate or 1 Fresh
12 VIII 5 0.5 0 …. Diploma Holder.
1 Fresh Graduate or 1 Fresh
13 IX 3 0.25 ….. …. Diploma Holder.

23
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 following table

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 criteria)
limit of
Tendering Minimum Cost Cost of Two Works Cost of Three Works
of Single Work Completed costing not Completed costing not less
Completed less than (Within Last than (Within Last 3 years)
(within Last 3 3 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
Schedule of Fees
As per new registration rules)
A) Civil Engineering Discipline
Penalty per
calender
Registration Renewl Upgradation Late month
Sr.NO. Class Scruitiny Fees
Fee Fee Fee Fee after date
of expiry of
registration
Rs. Rs. Rs. Rs. Rs. Rs.
1 2 3 4 5 6 7 8
1 I(A) 19800 33000 33000 33000 6600 3300
2 I(B) 7600 28600 28600 28600 5720 2875
3 I(C ) 7600 28600 28600 28600 5720 2875
4 II 14850 24750 24750 24750 4950 2475
5 III 12375 20625 20625 20625 4125 2075
6 IV 9900 16500 16500 16500 3300 1650
7 IV(A) 7480 12320 12320 12320 2464 1250
8 V 4950 8250 8250 8250 1650 825
9 V(A) 3740 6160 6160 6160 1265 650
10 VI 2475 4125 4125 4125 825 415
24
11 VII 1485 2475 2475 2475 495 250
12 VIII 990 1650 1650 1650 330 165
13 IX 990 1650 1650 1650 330 165
Note:- 1) For effecting any change in the registration certificate due to change in
adress/constyitutions/status/name of registered firm a saperate fee of Rs.6600/- will be charged.
2) Fee will be enhanced by 10% every 3 (three) year with effect from 1 st April

25
SECTION 5
GENERAL DIRECTION TO
TENDERERS

26
5.0 GENERAL DIRECTION TO TENDERERS:

If the tender is accepted, a sum of Rs 5000/- or as applicable at the time of issue


of work order shall be charged by way ofconsolidated legal and stationary
charges for preparing the contract (CA/FRG/61dated 19.03.13) or as amended.
These charges will apply to routine contract only, prepared generally after
previous existing draft , where however, the contract have to be framed a new or
where the existing forms of contract are required to be altered or amended
substantially, the legal charges hereof will be communicated to the tenderers in
due course. While uploading all scanned copies of various requisite tender
documents in their requisite packets & submitting the all documents in original
in physical format if the tender is awarded, the tenderer have to note following:

5.1Tenderers are requested to sign the form of the tender, specification of


works if any and the schedule of rates. All tenders not so signed shall be
rejected.

5.2 The tender must be submitted to the Municipal Commissioner on the copy
of thetender form marked "Original". It should be faultless in figures and
entirely freefrom erasures. Any tender containing corrections, alternation,
erasures ormistakes in figure which are not purely clerical will be
rejectedunless theCommissioner directsotherwise after personal
inspection.

5.3 All tenderers must disclose the names of their partners, if any, in the
particularcontract. Any tenderers failing to do so will render himself
liable to have his tenderdeposit forfeited and the contract if entered into
cancelled at any time at during itscurrency.

5.4 Firms with common proprietor / partner are connected with one another
either financially or as master and servant or with proprietor / partner
closelyrelated toeach other such as husband, wife, father / mother and
minor son / daughter andbrother / sister and minor brother / sister, shall
not tender separately under differentname for the same contract.

5.4.A) If it is found that firms as described in clause 5.4 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.

5.4.B) If it is found that closely related persons as in clause 5.4 have


submitted separate tenders under different names of firms, establishment

27
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 no5.4(A) including similar action
against firms / establishment concerned.

5.4.C) If after award of contract, it is found that the accepted tenderer violates any
of the clauses, 5.4, 5.4A, 5.4B the contract shall be liable for cancellation at
any time duringits currency in addition to penal action against the contractors
as well as relatedfirms / establishments.

5.4.D) 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.

5.5Successful tenderer must bring tender document (i.e in physical format) duly
sealed and delivered at the H.E's office within seven days from the date of
issue of work order.

5.6 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).

5.7 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 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.

5.8 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.

28
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.

TAXES/DUTIES

All charges on account of Octroi Terminal or VAT and other duties on material
obtained for the work from any source as amended up to date shall be borne by
the contractor.

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.

29
SECTION 6
INSTRUCTIONS TO
e-TENDERERS

30
6.0INSTRUCTIONS TO e–TENDERERS:

6.1.1INVITATION 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.

6.1.2 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.

6.1.3 e-TENDER VALIDITY:

The tender offer shall be kept valid for 120(One hundred and twenty)
calendar days from the prescribed date of opening of packet„A‟of the tender.
Thereafter validity may be extended for further period as may be mutually
agreed upon between the tenderer and M.C.G.M.

6.2e-TENDER DOCUMENT:

6.2.1 e-Tender document is not transferable.Tenderers are requested to read


carefully the following directions, terms and conditions of the contract.
Tenderer has to signthe form of tender, annexure, specifications and bill of
quantities and rates etc. aftermaking appropriate entries wherever necessary,
before uploadingthe scanned copies of these various documents of tender. All
entries should be in clear writing andlegible. 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 inillegible form are liable to
be rejected. Contents of the tender documents are as per Index page.

6.2.2Drawing/(s) related to the work of the area to which tender pertains may
Be inspected in the office of the E.E.W.W (Construction) City having his
office at Engineering Hub Building, 1st Floor, Dr E. Moses Road, Worli Naka,
Worli, Mumbai – 400 018.

6.2.3One e-Tender per Tenderer


Each tenderer shall upload only one tender for one work. Tenderer who
uploads and e-submits more than one tender for one work, will cause all
the e-tenders with the tenderer‟s participation to be disqualified.

31
a) Firms with common proprietors / partners connected with one another either
financially or as principal agent or as master and servant or with proprietor /
partners closely related with each other such as minor son / daughter and minor
brother / sister shall not tender separately under different names for the same
contract.

b) If it is found that firms described vide above clause have tendered and
uploaded separately under different names for the same contract, all such
tenders shall stand rejected.EMD and tender deposits of such e-tenderers shall
be forfeited. Any contract entered into under such conditions will also be liable
to be cancelled at any time and penal action including black listing of such
firms will be taken.

6.3COPIES OF SPECIFICATIONS AND G.C.C


Copies of prevailing Technical Specifications and General Conditions of Contract
(G.C.C) in force and amendments thereof are available available in the office of
the Dy.H.E(Construction) / Dy.Ch.E (Roads) Cityduring office hours on payment
of requisite charges & S.T in cash.
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.

6.4 EARNEST MONEY DEPOSIT (E.M.D)

a) The tenderer‟s shall pay the total E.M.D only by a Demand Draft, on the total
estimated cost of the tender work i.e combined cost for Part A H.E.‟s work &
Part B Road work payable in the name of the „Municipal Corporation of
Greater Mumbai‟ along with confirmation letter from issuing bank. The
scanned copy of the D.D for E.M.D shall be uploaded in Packet „A‟. The
tenderer shall submit D.D for E.M.D along with bank confirmation letter
physically in sealed envelope in Packet „A‟ on or before the date of submission
of tender. The Contractor‟s who are having standing deposit with M.C.G.M
shall also pay full E.M.D amount. The standing deposits exemption will not be
allowed for this tender.
Note: where ever it is mentioned to submit physical D.D of EMD & ASD in the tender it shall
be read as follows:
“The system to accept EMD and ASD amount online has been developed by
MCGM and accordingly the EMD and ASD amount will have to be paid online
only by the tenderer”.

a-I )The tender work is divided in Part A & Part B. The intended tenderer shall
note that bid shall be submitted separately for Part-A and Part-B of the tender
work. Part-A is for the works related with HE‟s Department whereas Part-B is for
the road works related with the reinstatement of trenches in cement concrete/
Asphalt/ Paver blocks pavement as existing before trenching of as directed. The
Bill Of Quantities for Part-B work is provisional and same may be given to other
agency for execution either partially or fully at any point of time through other
32
MCGM department as per the decision of the Municipal Commissioner/Engineer
in charge during the tendering procedure or during the contract period. Intended
tenderer have to co-operate with other agency/department for this road work
during execution. The tenderer shall note this while submitting their bids.

a-II) SeparateContract deposit/performance guarantee/ASD ( if required ) for


Part-A and Part-B work shall be submitted. The work of part –B may or may not
be allowed to be executed in this tender during the contract period. If Part-B work
is deleted from the tender work, ASD for part-B work will be returned to the
tenderer by following due procedure. The tenderer shall note this while
submitting their bids.

b) If the tenderer withdraws his tender offer during the tender validity period
his Earnest Money Deposit shall be forfeited.

c) Tender not accompanied by the Earnest Money Deposit (E.M.D) shall be


treated as non-responsive& 10% E.M.D. amount will be forefeited.

d) The E.M.D of other than 1st two responsive tenderers will be released after
opening of packet „C‟. The E.M.D of 2nd lowest bidder will be released after
issue of work order / Letter of acceptance to the successful tenderer, provided
they will not have any right / claim for the work under reference, under any
circumstances.

e) In case misleading information submitted by the bidder, E.M.D shall be


forfeited.

f) However, the Earnest Money Deposit of the successful tenderer shall be


refunded immediately after the Contract Deposit / Security Deposit is paid by
him. No interest will be paid on any tender deposit. Earnest Money Deposit
will not be converted into Contract Deposit / Security Deposit.

6.5 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.

33
6.6 MODIFICATIONS IN TENDER DOCUMENT

If M.C.G.M considers it 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 shall be sent to all tenders(s). Each addendum
shall be signed by the tenderer(s) and scanned copy of the same should be
uploaded in Packet „C‟. Hard copy of the minutes of the prebid meeting and
addendum should be submitted in packet „C‟ if the tender is awarded to the bidder
.The tenderer (s) shall not add or amend the text of any documents contained in
tender document.

6.7 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.
“ 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 upto 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 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
34
copy of registration of certificate from the sales tax department) along with the
tender.

6.8 Tenderer should specifically state and upload their residentialaddress


besides their official addresses, along with the telephone, mobile and fax no.
The successful tenderer will have to establish office in Greater Mumbai with
telephone and fax facility within 30 days from issue of work order. The
contractor or their partners or authorized representative shall be available on
the given telephone number. The said local office telephone & fax nos shall be
communicated to M.C.G.M Engineer-in-charge. Any communication sent on
the said Fax/Email/Telephone no. shall be considered sufficient and legal
communication to the contractor.

6.9e- Tendering Document

6.9.1Contents of e-Tendering Document: As per Index page

6.9.2 Interpretation of e-Tender Document:

a) Tenderer(s) shall examine the tender document and acquaintthemselves to all


conditions and matters affecting the cost of the works. If any tenderer(s)
findsdiscrepancies or omissions in the Document or if in doubt about their
meaning, heshould address a query during pre-bidmeeting.

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


meetingas 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 through e-mail to reach Dy.H.E(Const) ’s
office by 22.12.2015 till 5.00 p.m.

6.9.5 COST OF e-TENDERING

35
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.

6.9.6 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, issued maximum 6 ( six ) months
prior to due date of tender. Latest solvency certificate shall be submitted in
physical format if the tender isawarded to bidder.

6.9.7SIGNING OF e-TENDER DOCUMENT

Tenderer(s) shall sign the Tender Form, Annexure „A‟ and Bill ofQuantities
and Addendum etc.

a) If a tender is submitted by an individual it shall be signed with date,givinghis


full name, mobile no, email id and address.
b) If a tender is submitted by a proprietary firm, it shall be signed by the
proprietor with date, full name, name of the firm, mobile nos, email ids and
address.
c) If a tender is submitted by a firm in partnership, it shall be signed by all
partners of the firm with date, full names, mobile nos, Email Ids and addresses
or by a partner/person holding the power of attorney on behalf of the firm for
signing the tender with a copy of the Power of Attorney accompanying the
tender. A certified copy of the partnership deed duly registered with Chief
Accountant (Treasury)/C.A (WSSD)/ C.A (Finance) addresses of the firm and
full names and addresses of all partners of the firm shall be submitted with the
tender.
d) If a Limited Company or a Corporation submits a tender, it shall be signed by a
person holding power of attorney for signing the tender with the certified copy
of the Power of Attorney accompanying the tender. Such Limited Company or
Corporation shall furnish evidence of its existence before the contract is
awarded.
e) Power of Attorney shall be registered with the Office of Chief Accountant
(Treasury) / C.A (WSSD) / C.A (Finance).
f) Tenderer(s) should note the units for items and quote percentage above or
below (in words) in the e-tender. The person signing the tender shall initial
erasures and changes, if any.
g) All witnesses and sureties shall be persons of status and their full names,
occupations, mobile nos, email ids and addresses shall be stated below their
signatures.

36
6.9.8 SUBMISSION OF e-TENDER :

Tenderer shall note the following particulars while submitting the tender.

a) The tender is proposed to be processed via electronic mode. Tenderer shall


therefore necessarily submit the tender though internet. i.e e-tendering process,
on respective M.C.G.M web site.
b) The tenderer shall simultaneously submit physically in sealed envelopes, a D.D
for E.M.D ( On the total estimated cost of the tender work i.e. combined cost
for Part A & Part B work ) along with bank confirmation letters from issuing
bank in Packet „A‟ and D.D. of requisite A.S.D. amount( separately for Part A
& Part B work ) along with confirmation letters from issuing bank and Rate
analysis, if necessary in Packet „C‟on or before the date of submission of
tender, as per clause/sub clauses 6.9.8, 6.4 a, 7.60 of the tender.
Note: where ever it is mentioned to submit physical D.D of EMD & ASD in the tender it shall
be read as follows:
“The system to accept EMD and ASD amount online has been developed by
MCGM and accordingly the EMD and ASD amount will have to be paid online
only by the tenderer”.

c) The documents of packet „A‟, packet „B‟ and packet „C‟ of the tender shall be
scanned at the prescribed location/s and filled in the prescribed Proforma
wherever required in the e-tender documents created at respective website.
d) The tenderer shall obtain Login-ID, Password and authentic Digital
signature, at least 2-office working days before, last date of submission of
tender, for opening and submitting/filling of the tender, directly from internet
through respective M.C.G.M website. The request for the same will not be
entertained thereafter.
e) The tender awarded to the successful tenderer will be rejected in case
the documents submitted in Packet „A‟, Packet „B‟ and Packet „C‟, varies
with the documents scanned/submitted electronically for the tender.
f) The tender will be processed strictly in accordance with the documents
submitted /scanned by e-Tendering process. Any reference, letters addressed to
M.C.G.M of whatsoever nature during the e-tendering process, will not be
entertained, to halt the tender process.
g) M.C.G.M at own discretion reserves rights to amend the schedule of
tender process or cancel the tender at any stage without assigning any
reason and tenderer will not be entitle for any say or claim about the
same.
h) The HELP DESK is made available to the tenderer between the date of issue
and date of submission of tender in the office of Hydraulic Engineer during
office hours for E-processing of tender.
i) The results of tender opening will be directly available on the web site at the
respective dates.

37
Tender should be uploaded through internet on M.C.G.M web site up to 4.00 p.m
on or before due date of tender submission. Tenderer should pay E.M.D. and
requisite A.S.D amount( separately for Part A & Part B work ), if applicable
through online payment gateway upto 4.00 p.m on or before due date of tender
submission.

Note: Wherever it is mentioned to submit physical D.D of EMD & ASD in the tender it shall
be read as follows:
“The system to accept EMD and ASD amount online has been developed by
MCGM and accordingly the EMD and ASD amount will have to be paid online
only by the tenderer”.

6.9.9 The successful tenderer should submit tender documents in Physical


formatof packets – A, B & Cand super scribed“Tender for HE‟s works 2015-
2016” and delivered at the office of the H.E within seven days from the date of
issue of work order.

6.9.10Tender is invited in three-packet system i.e. in Packet „A‟, Packet „B‟and


Packet„C‟.

6.9.11 Submission of online e-tender

I) The tenderer shall upload the scanned copies of all requisite documents of the
tender in three packets i.e. packet „A‟, packet „B‟ and packet „C‟ (except rate
analysis & DD of ASD). (separately for Part A & Part B work as stipulated.)

Note: 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).

Note: This tendering process is covered under Information Technology ACT &
Cyber Laws as applicable.

Note: Wherever it is mentioned to submit physical D.D of EMD & ASD in the tender it shall
be read as follows:
“The system to accept EMD and ASD amount online has been developed by
MCGM and accordingly the EMD and ASD amount will have to be paid online
only by the tenderer”.

II) In e-tendering process some of the terms and it‟s 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”
38
Percentage Variation read as “Percentage Quoted”
Purchaser read as “Department/M.C.G.M”

III)Only numeric values up to two decimal places are accepted in “Percentage


Quoted” (in Percentage Variation Tab) by the contractors inonline e-
tender Process, therefore the contractors/bidders should take care
while quoting their % rates in numeric values up to two decimal places.

IV) Before entering into 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
M.C.G.M Portal.

There are two methods for this registration: (A and B)

A.Transfer from R3(registered contractors with M.C.G.M)to SRM

a) Contractors already registered with M.C.G.M 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 created at eachdivisional office
of Road Department.
c) M.C.G.M 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.
e) Vendor creates his User ID and Password for e-tendering applications by
accessinglink sent to his mail ID.

B. Online Self Registration (Temporary registration for tenderers not


registered with M.C.G.M):

Vendor fills up Self Registration form via accessing M.C.G.M portal.

a) Vendor Transfer cell(same as mentioned above)accesses Supplier


Registrationsystem and accepts the Vendor request.
b) Accepted Vendor receives User ID creation email with Link on his
supplied mail Id.
c) Vendor creates his User ID and Password for e-tendering application.

C. CONTRACTORS BIDDING:
Contractor will quote and upload Tenderdocuments
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

39
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. Contractor will download Tender Documents from Information from
purchaser tabby accessing Purchaser document folder through
collaboration „C‟ folder link.
6. Contractors 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 has to be digitally signed and saved.
Contractors canprocure their digital signature from any certified CA‟s in India.
8. E.M.D and A.S.D should be submitted 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. Contractorsspecifies ASD details if applicable in “ASD” tab.
11. Contractors checks the bid, Digitally signs & save and submit his Bid
Invitation.
12. Contractors can also save his uploaded documents/commercial
information withoutsubmitting the BID for future editing through
„HOLD‟ option.
13. Please note that “Hold” action do not submit the Bid.
14. Contractor will receive confirmation once the Bid is submitted.
15. The bidders are requested to upload online each file of max 5MB size
so as to facilitate easy uploading and downloading of documents during
e-tendering process.
16. The bidders should upload the requisite documents well in advance
before the end date and time.

D.Bid creator (M.C.G.M) starts Bid Opening for Packet A after End Date and
Time and Bid Evaluation process starts.

E.Payment of e-Tender Fees:

Payment of Tender Fees can be made online using the online payment gateway.

The Tenderers who have submitted their e-Bid online must submit/ upload same
respective content in e-Packet A, e-Packet B and e-Packet C as specified.
Envelopes for Packet C inclusive of DD/Pay Order of ASD red wax sealed,
addressed to the Municipal Commissioner of Greater Mumbai and super scribed
“Tender for the work of (as on cover page) and Vendor BID NO “anddelivered as
specified in the tender notice separately to the offices of Dy.H.E (Const) who has
created the bid, not earlier than End Time and but not later than packet A opening

40
time and date. The e-PacketA, B and C of the e-Tenderers who have not
submitted ASD physically in packet „C‟ cannot be considered in bidding process.

Note: where ever it is mentioned to submit physical D.D of EMD & ASD in the
tender it shall be read as follows:
“The system to accept EMD and ASD amount online has been
developed by MCGM and accordingly the EMD and ASD amount will have
to be paid online only by the tenderer”.

No packets will be accepted unless it is properly red wax sealed. Tenderer(s) shall
not be allowed to fill in or seal their tenders at the Municipal Office.

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.

In case of any difficulties faced while uploading data by the bidder/contractor in


online process, it should be referred to tender inviting authority.

6.9.12 e-Packet „A‟

(Scrutiny of this packet will be done strictly with reference to only the scanned
copies of documents uploaded online.)

Packet „A‟ will comprise of the certified copies of the following documents.
Copies shall be certified by the Gazetted Officer or officers not below the rank of
Assistant Engineer/Administrative Officer of M.C.G.M. or practicing Notary
approved by the Govt. of Maharashtra or Govt. of India with his stamp with or
without a red seal clearly stating his name and registration number.

a) Registration Certificate.
b) Sales Tax registration certificate in Maharashtra (or equivalent information
under VAT).Those not registered in Maharashtra, shall submit an
41
undertaking to theeffect that if they are successful tenderer, they shall
submit Sales Tax RegistrationCertificatein Maharashtra within 30 days of
issue of work order, failing whichpayment for the work executed will not
be released.

c) Certifiedcopies of the valid „PAN Document‟ (description as stated in


Mandatory condition).

d) Scanned copy of Requisite payment towards Earnest Money Deposit (E.M.D)


in the form of Pay Order/D.D along with confirmation letter from issuing bank.

Note: where ever it is mentioned to submit physical D.D of EMD & ASD in the
tender it shall be read as follows:
“The system to accept EMD and ASD amount online has been
developed by MCGM and accordingly the EMD and ASD amount will have
to be paid online only by the tenderer”.

e) Valid Bank Solvency Certificate.


f) Latest partnership deed in case of partnership firm duly registered with C.A
(Treasury)/ CA (WSSD)/Finance.

g) Undertaking by the tenderer as per format annexed 11.1.


h) 1) Own „PAN Card” in case of Retailer / Sealer / Supplier / Distributor, etc.
2) In case of Company or firm:
i) „PAN Card‟ of proprietor in case of Proprietary / ownership firm.
ii)„PAN Card‟ of a company in case of Private Limited Company
iii)„PAN Card‟ of firm in case of Partnership firm.

iv)In case of the organization / Sansthas/ Societies / Trust which are


registered underPublic Trust Act 1950 / Registration Act 1860 / The
Maharashtra co-op SocietiesRegistration Act 1960 (whichever is
applicable),the PAN Card of Sansthas /Societies or Trust only.

3)However, in case of public limited companies, semi-govt. undertaking


govt.undertaking, no PAN document will be insisted.

i) Tenderer‟s original certificate of registration of VAT/CST issued by


Govt.authorities in prescribed form.

j)Undertaking for Labour License as per prescribed pro-forma.


k)Bar Chart/C.P.M/P.E.R.T/ Milestone chart.
l) M.C.G.M Vendor registration number.
m)Undertaking on stamp paper of Rs.200/- stating that tenderer is
42
conversant to all site situation and difficulty & has inspected the site
personally.

n) Notarized scanned copy of Registration certificates for Contract labour


under E.P.F. & M.P.Act 1952 & ESIC Act 1948.

o) Registered power of Attorney if any.


p) Valid e-mail id of the bidder.
Scanned copies of all abovementioned documents should be uploaded while
uploading the tender & successful tenderer will have to submit it in original
within seven days from the date of issue of work order for executing the
necessary contract document.
6.9.13 e- Packet „B‟- Post Qualification documents.

(Scrutiny of this packet will be done strictly with reference to only the scanned
copies of documents uploaded online.)

Packet „B‟ will comprise of the following original Government documents duly
certified by Gazetted Officer or Officer not below the rank of Assistant
Engineer/Admin. Officer of M.C.G.M. or Practicing Notary approved by the
Govt. of Maharashtra or Govt. of India with his stamp with or without a red seal
clearly stating his name and registration number.

i. The name of the work executed stating maximum diameter of water main/s
provided & laid alongwith its lengthand quantity of the C.C road work (M35
grade & richer mix PQC) and mortar lining workas required as per post
qualification criteria specified in the tender, in M.C.G.M, Government, Semi-
Government and Public Sector Organization during last Seven(7) financial
years in the name of the tenderer.
ii. The name of the one similar type of work executed by tenderer in their own
name during last seven (7) financial years as per clause no. (B) of post
qualification criteria in section-03.
iii. The list of the „Equipments‟ mentioning numbers and capacity of each
equipment as per details mentioned in the Post-Qualification pro-forma.
iv. The list of the „Technical Personnel‟s‟ with their qualification, working in the
tenderer‟s establishment.
v. The original financial statements of last seven (7) financial years clearly
stating the turnover of Civil Engineering Works and Common summary
statement duly certified by Chartered Accountant. (Attested copy will not be
allowed).
vi. Details of works in hand along with copy of work orders and attested
certificates of completed parts thereof.
vii. List of water pipe laying works carried out in past along with attested copy
ofcertificates.

43
viii. Undertaking on Rs 500/- stamp paper as per proforma given in clause of Post
qualification.
ix. Bid capacity calculations as per clause D of the post qualification criteria.
x. Evidence 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) to the extent of 15% of the cost of the
work tendered for.
xi. Activity based programme for the proposed tender work execution in the
form of a Bar Chart / C.P.M / P.E.R.T / Milestone chart shall be submitted
& strictly adhered to. A quarterly review meeting shall be held for
monitoring the progress of the work so as to take necessary steps to expedite
the tender work so that the project gets completed within the stipulated time
period.
xii. Financial & physical Milestones of various stages of the work during the
Contract period.
xiii. Information on Litigation / Arbitration History in which tenderer is involved
(Proforma VIII original).
xiv. Details of certificate issuing Authorities in (Proforma IX).
xv. Annexure „A‟ signed(clause no. 10.1), Form of Tender (clause no. 10.4).
xvi. Appendix-II (clause no. 11.2)
xvii. Copies of various B.G‟s applicable as per P.Q.Criteria and other tender
conditions if any.
xviii. Information about installation of SCADA etc. in Proforma X.
xix. Under taking cum indemnity bond on stamp paper of Rs. 500/- regarding firms
under penal action, demotion etc. as per format at Note no. 6 in Bid capacity of
the post qualification criteria.
xx. Photocopy of pre bid meeting minutes, signed copy of Addendum if any.

Note:
I) Subsequent commitments, if any, after submission of the tenderand till
opening of packet ‘B’, shall be submitted in specified time as stated in
tender during submission of required documents of packet ‘B’on
online by e-mail.
II) The tenderer should mandatorily furnish e-mail id’s of all the
Authoritiesissuing all the certificates as per relevant clause of the
tender.

Scanned copies of all above mentioned documents should be uploaded while


uploading the tender & successful tenderer will have to submit it in original
within seven days from the date of issue of work order for executing the
necessary contract document.

6.9.14 e -Packet „C‟.

Physical Packet „C‟ will comprise of the following original documents.

44
a) Tenderer should pay Additional Security Deposit through online payment only
for rebate as per condition incorporated in this tender as worked out in clause
7.6 (If rebate quoted is more than 12%).
b) Deleted.

The online e-Packet ‘C’ shall contain the following:


i.) Percentage rate shall be quoted.
(Bid Comparison Report is generated in the system when authorized bid opening
committee processes for opening commercial bid).
(ii) The Packet „C‟ shall contain the following Mandatory requirement
a) Amount of ASD in the form of D.D. will not be accepted. ASD shall be paid
by the contractor online before end date of tender (last date and time of
submission of online tender).
b) After opening of online financial bid i.e. e-packet C; if it is observed that the
lowest bidder has quoted percentage more than 15% above or below the
estimated cost then rate analysis in Unified SOR format will be called by the
department through email from such bidder. Such rate analysis shall be
submitted by the contractor within 3 days from receipt of e-mail only from
the department. Per day of delay in submission of Rate analysis by the
bidder will entail penalty of 1% of EMD
If the rate analysis as required is not submitted within 7 days of
submission by the bidder OR if the lowest bidder backs out from the tender
award process, such bidder will be barred from participating in tender process of
any department of MCGM for a period of two years from the date of opening of
packet C.
If L1 bidder backs out or refuses to work his 100% EMD and ASD
shall be forfeited.

(Bid Comparison Report is generated in the system when authorized bid


opening committee processes for opening commercial bid)
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, for quoting %
there is a part in Header Data under the tab “Percentage Variation” in online
Tendering). Once the e-Packet C opening date and time (Price Bid opening date
and time) is passed, M.C.G.M can open the commercial online Bid submitted by
the bidder. A bid comparison report would be generated which will give overall
ranking of bidders.

Rate analysis for major ruling schedule items such as M.S.pipe, S.V/B.F.V,
Barricading,M40 R.M.C.,M 20 R.M.C.etc,as applicable of the estimated cost
shall be physically submitted in Packet „C‟ if the premium / rebate offered is
more than 15%.

45
On scrutiny if rates for the premium / rebate offered more than 15% are not
found workable as per Tender Committee‟s decision, Municipal Commissioner
reserves right to reject the tender.

Scanned copies of all above mentioned documents should be uploaded while


uploading the tender & successful tenderer will have to submit it in original
within seven days from the date of issue of work order for executing the
necessary contract document.

6.9.15 PROFORMAS:

A) PROFORMAI
The list of completedCivil Works construction business for similar works
pertaining to water mains laying / roads/ highways / runways etc, during last
seven(7)financial/calendar years:

Actual
Name of
Name of Stipulated cost of
the Actual Certify
the Date / work done
Sr. Project / Date of ing
Employer / Year of / Amount
No work Completio Autho
Organisatio Completio of work
complete n rity
n n completed
d
(in lakhs)
1 2 3 4 5 6 7
Total Amount of work
(in lakhs)
completed

Note:
1) Scanned, Attested copies of completion/performance certificates from
the Engineer-in-charge for each work should be annexed and uploaded.
2) Works shall be grouped financial/calendar yearwise.

B)PROFORMA II

Maximum annual turnover of Civil Engineering Construction Works of any


one financial year during the last seven(7)financial years:

Sr. Financial Annual Turnover of Civil Updated value to


No Year Engineering Works current year
1 2 3 4

Note:The above figures shall tally with the audited balance sheets submitted and
uploaded by the tenderers duly certified by Chartered Accountant.

C) PROFORMAIII
46
At least one work, pertaining to providing & laying water mains, mortar lining
work and construction of cement concrete works/R.C.C. works of size as
mentioned in the post qualification criteria during the last seven(7)financial/
calendar years:

Remarks
Actual
Name Name of Cost of Stipulated Actual Date explaining
cost of
of the the the Date of of reasons for
work
Project Employer Project Completion Completion delay, if
done
any.
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 and uploaded.
D) PROFORMAIV

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
Name of the Name of the (M 35 or richer mix)
Year Remarks
Works Employers (Cum)

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.

47
PERSONNEL:

E)PROFORMAV
Sr. Qualification / Criteria Nos.
Post
No to be deployed
1 2 3 4
B.E (Civil) with minimum 5
Project years experience or Diploma
1 (Civil) with minimum 10 years of 1No
Manager
experience.
Site Technical qualification. Diploma
2 (Civil) / B.E (Civil). 4 Nos
Engineer
Supervisory Able to comply with the
3 instructions given. 6 Nos
Staff
Well conversant with computer
Computer
4 knowledge and English & 2 Nos
Operator
Marathi typing.
At least B.E (Civil) or equivalent
Quality
with min. 2 years experience or
5 Control 1No
D.C.E with 4 years experience in
Engineer
Material Testing Laboratory.

MACHINERY:

F) PROFORMAVIA
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 E-1
Equipment Capability (post qualification criteria).

Requirements RTO Vehicle nos


Sr.No Equipments owned / access to
(No) / Invoice no.
1 2 3 4
01 Pumps for dewatering
8 (15BHP)
Submersible pumps for
02 4 (15 BHP)
dewatering
03 Rock breaker with compressor 8
04 Crane 3
05 Pipe cutter 3
06 Ratchet Drilling machine 6
48
07 Roller Vibratory min. 10T 3
08 Welding set 4
09 Compressor 4
10 Transit Mixer (Tilted) 4
11 J.C.B 4
12 Excavator / Poclain 3
Dumper / Trucks 8 Cu.m
13 4
capacity
Dumper / Trucks 4 Cu.m
14 4
capacity
15 C.C.T.V Camera 3
16 Flow Meter 4
17 Mobile D.G set 4
18 Plate Vibrator 4

G) PROFORMA VIB
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.

Sr.No Equipment No
1 2 3
Computerized Batch mix Asphalt Plant Capacity min. 80 M.T per
1
hr. with valid registration of M.C.G.M.
R.M.C Plant (computerized) – Capacity 60 Cu.m per hr. (or two
2 nos. of 30 Cu.m. per hr. in lieu of 60 cum per hr.) with valid
registration of M.C.G.M.
Paver Blocks (BIS Certified) manufacturing factory approved by
3
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.

49
H) PROFORMA VII A
Details of Existing Commitments and ongoing works:

Value of
Sche
Value work
Name dule
of remainin Antici
Contr & d
Descrip Contr g pated
Sr. act Address date
tion of Place act to be date of
No No. & of of
work (in complete comple
Date employ comp
Lakhs d tion
er letio
) (in
n
Lakhs)

1 2 3 4 5 6 7 8 9
(in
Total amount of work completed
Lakhs)

Note: Scanned Attested copies of completion/performance certificates from the


Engineer-in-charge for each work should be annexed and uploaded.

I) PROFORMA VIIB

Details of works for which bids are already submitted:


Date on
Name &
Description Value of which
Addresses Time
of Place Contract decision Remarks
of Period
work in Rs. is
employer
expected
1 2 3 4 5 6 7

J) PROFORMA VIII
Information on Litigation History in which the tenderer is involved.
Remarks
Other Party Cause of Amount showing
Employer
(ies) Dispute 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.

50
K) PROFORMA – IX

Information of certificate issuing authorities for proforma under 6.9.13.XV.


Contact
Designation E-mail ID of
Employer/Name of numbers of
Sr.No. of issuing issuing
issuing Authority issuing
Authority Authority
Authority

L)PROFORMA –X

INFORMATION ABOUT INSTALLATION OF SCADA ETC.

MANDATORY REQUIREMENT FOR REGISTERED/ASSURED PLANTS


REQUIRED AND TO ALL MACHINERIES OWNED/ASSURED REQUIRED.

MANDATORY REQUIREMENT:

Copies of
Certification of
Whether
installer
Particulars Installed
company
enclosed.
Yes / No Yes/ No
1 2 3
Intelligent Compaction system -
compatible for L&T, Escort, JCB,
Greaves or equivalent make 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

6.9.16e – TENDER OPENING AND EVALUATION


Once the e-Packet A(Eligibility criteria) opening date and time is reached Bidders
Bid Tab gets activated, M.C.G.M department (bid creator) or Tender evaluation
committee members can log in with user ID and password, check the list of the
Bidders who have applied for the Bid Invitation in the “Bidders/Bid” tab. The
TENDERER / CONTRACTOR‟s who are having status as “Bid submitted” will
51
be considered eligible for the Bid opening process. M.C.G.M selects Bid one by
one for evaluation of packet A.

a) The tender copy shall be available on website up to 3.00 p.m on the date
specified and shall be uploaded up to 4.00 p.m on or before due date of
submission at the office specified in tender notice. Late tenders or telegraphic
tender shall not be accepted. During the opening of various tender packets the
tenderer /their authorized representative (one person per tenderer) may attend.

b) Packet „A‟ and packet „B‟ will be opened on next day at 12.00 noon & 12.15
p.m. respectively.If the scanned copy of the D.D. for E.M.D. are not uploaded
in Packet ‟A‟ and D.D. for
E.M.D. along with bank confirmation letter from issuing bank in physical
format is not submitted in Packet ‟A‟, the tender shall be rejected outright.
Initially, the contents of Packet „A‟ will be readout. Then contents of Packet
„B‟ will be readout. If any tenderer fails to upload the relevant information
required to be uploaded in Packet „A‟ and „B‟, it will be open to the department
to direct the tenderer to call for physical verification of documents uploaded &
to direct the tenderer to show the documents in physical format of necessary
information/clarification within three days from opening of packet „B‟, before
proceeding further with the evaluation of the bid, failing to submit document
verification will lead to tender being declared as non responsive and 10%
E.M.D. will be forefeited. Intimation to this effect will be given by email /
telephonic instruction. Tenderer has to submit the above said additional
documents in physical format, within three days from opening of packet „B‟. It
is mandatory on the part of tenderer to collect and also to check on respective
web site, such letter of information, document if any from the office. However,
no information/clarification/ physical document verification whatsoever shall
be permitted on opening of Packet „C‟. Thereafter, the list of non-responsive
tenderers will be informed that their tenders have been treated as Non-
responsive, specifying the reason and their uploaded Packet „C‟ will not be
opened and they will be requested to collect their un-opened packet of E.M.D.
Draft & A.S.D. Draft from the office.

Note: where ever it is mentioned to submit physical D.D of EMD & ASD in the
tender it shall be read as follows:
“The system to accept EMD and ASD amount online has been
developed by MCGM and accordingly the EMD and ASD amount
will have to be paid online only by the tenderer”.

c) Packet „C‟ of only the eligible and responsive tenderers shall be opened on date
specified and quoted percentage will be read out.

Any change in date and time of opening of Packet „A‟,„B‟ and „C‟ as
specified in the tender notice, will be displayed at Divisional /Head Office.

52
If the tenderer fails to submit required documents uploaded in packet „A‟ and
packet „B‟ for physical verification or additional documents for clarification /
confirmation / information within 3 days from the opening of packet „B‟,
then 10% amount of E.M.D. paid by tenderer will be forfeited and also the
tenderer will be treated as non-responsive.

d)Bid opening authentication:

The price bids have to be opened in presence of three M.C.G.M persons who are
authorized to approve the Price bid opening process.

User ID‟s of these three Tender Evaluation/ Opening committee members are
assigned for respective bid invitation number and these authorized M.C.G.M
Tender Evaluation/Opening committee members will enter their passwords
simultaneously for authenticating this Price Bid Opening Process.

e) The M.C.G.M reserves the right to reject all or any of the e-tender (s) without
assigning any reason.

6.9.17Process 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.

6.9.18Examination of e-Tenders and Determination of Responsiveness:


Prior to the detailed evaluation of e-tenders, the M.C.G.M. will determine
whether each tender:
a) meets the eligibility criteria.
b) has been properly uploaded.
c) isaccompanied by the required securities.
d) isresponsive to the requirement of the e-tender documents.

6.9.19ERRORS AND DISCREPANCIES IN TENDER

a) 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.

53
6.9.20EVALUATION 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.
On opening of packet „A‟ & „B‟ if it is found that any of the bidders have not
uploaded the required documents along with the bid then such bidder shall
be considered non responsive and their bid will be out rightly rejected. No
further correspondence or intimation to the bidder in this regard, will be
made by M.C.G.M.

6.9.21POLICY FOR TENDER UNDER CONSIDERATION

Tender shall be deemed under consideration from the day of opening of tender
until such time as an official announcement of Notification of Award is made or
work order to the successful tenderer is issued. While tenders are under
consideration tenderer(s) or their representatives are advised to refrain from
contacting, by any means, any Corporation personnel on matter relating to the
tender under scrutiny, if necessary, the Engineer will obtain clarification on
tender from any or all the tenderer(s) either in writing or through personal contact
as may be necessary.

6.9.22AWARD 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.
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.

6.9.23STAMP DUTY
The successful tenderer shall pay stamp duty on the contract / Bank Guarantee
vide circular no. CE/PD/11127/II dated 29.01.2010 as follows:

When amount or value set forth in


such contract does not exceed Rs 10 One Hundred Rupees stamp duty
Lacs
One Hundred Rupees plus One
When it exceeds Rs 10 Lacs Hundred Rupees for every Rs
54
1,00,000/- or part thereof, above Rs 10
Lacs subject to maximum of Rs 5
Lacs stamp duty

6.9.24CONTRACT AGREEMENT

1) 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.
2) All Legal & stationary charges as per circular u/no CA/FRG/38 dated
21.01.2015 or as amended on the date of issue of work order on this contract
agreement shall be borne and paid by the tenderer. The details are as under:

Consolidated Legal & Stationary


Sr.No Contract Value ( Rs )
Charges ( Rs )
1 Upto 3,00,000 Nil
2 Above 3,00,000 upto 20,00,000 610
3 Above 20,00,000 upto 1,00,000,00 2420
4 Above 1,00,000,00 ( without limit ) 6050 (Maximum)

6.9.25DISPUTE

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.Cclause No. 96 as
amended till date.

6.9.26SIGNING OF THE CONTRACT

a) Within 30 days from the date of issue of Work Order, the successful tenderer
shall sign the form of Agreement along with all the documents required for
execution of contract and shall require to execute the contract and also shall
furnish the required Contract Deposit (5% of the Contract Sum), only in the
form of B.G.‟s for faithful compliance of the workfailing which the Tenderer
E.M.D. may be forfeited and the tenderer, may be disqualified from
tendering any work with the Corporation. Also contractors will be liable to
pay Rs 5000/- per day as a penalty from expiry of One Month from the date of
issue of work order till they submit all required documents to the satisfaction of
Engineer / C.A (WS.S.D) required for execution of contract.
55
b) That the tenderer / proprietary owners/other private parties paying contract
deposit in the form of Government Securities/Bonds/ to the
MunicipalCorporation of Greater Mumbai shall have to pay service charges
and depositing/withdrawing charges on the face value of the securities at
prevailing rates approved by the Corporation from time to time for the entire
period ofdeposit. The charges shall be paid in cash before submitting
securities/Bonds/etc.

6.9.27CONTRACT DEPOSIT/PERFORMANCE SECURITY AND


RETENTION MONEY.( SEPARATELY FOR PART A & PART B OF
THE TENDER WORK )
a) Within 30 days from the date of issue of Work Order, the successful tenderer
shall furnish a Contract Deposit only in the form of bank guarantee for an
amount of the five percent (5%) of the contract sum, for faithful compliance of
the work.The Bank Guarantee‟s (B. G.) shall be from a Bank acceptable to the
M.C.G.M. and shall be strictly in the prescribed pro-forma.The Bank
Guarantees shall be valid till finalization of final bill, settlement of accounts
of work by the contractor in all respect or after the completion of defect
liability period whichever is later. All expenses towards Bank Guarantee
including Stamp Duty as per Stamp Act will be paid and borne by the
contractor.

b) In addition to the Contract Deposit, Retention Money at the rate of Five


Percent (5%) of certified bill amount shall be deducted from each Running
Account Bill on which no interest shall be paid.

b) i) …deleted…

c) If the successful tenderer fails to comply with the requirement of Clause


6.9.27, 6.9.30it shall constitute sufficient grounds for the annulment of the
award and forfeiture of the E.M.D. and ASD.

d) The total Security Deposit shall be as given below:

Contract Deposit:5% of the Contract Sum to be furnished within 30 days from


the date of issue of Work Order.

Retention Money:5% of the Contract Sum from the certified interim running
account bills shall be deducted as Retention Money on which no interest shall be
paid.

On successful completion of work, by withholding Rs. 50.0 Lacs., Balance


retention amount shall be released against Bank Guarantee valid upto Defect

56
Liability period. The B. G. shall be kept valid by renewal until finalization of
final bill, settlement of accounts of work by the contractor in all respect or the
completion of defect liability period whichever is later.

e) The banks with their branches in Greater Mumbai and up to Virar and Kalyan
have been approved for the purpose of accepting Banker‟s Guarantee. (Please
see the list).

f)The bankers guarantee issued by branches of Approved Bank beyond Kalyan


and Virar can be accepted only if the Banker‟s Guarantee is countersigned by
the Manager of a Branch of the same Bank within the Mumbai city limit
categorically endorsing there on that the said Banker‟s Guarantee is binding
enforced against the said Branch of the bank in case of default by the
contractor/tenderer(s)/supplier furnishing the banker‟s guarantee.

g) Contract deposit/Retention money/ performance guarantee etc. shall


berefunded to the contractors only on finalization of final bill, settlement of
accounts of work by the contractor in all respect or after the completion of
defect liability period whichever is later of the total contract work. However,
tenderer should note that the release of retention money will be effected based
on completion of defect liability period of respective work (i.e W.M, laying
work, Reinstatement work).

h) As per scope of the Tender, the overall quantum of work may vary to any
extent.

i) The B.G. shall be kept valid by renewal until finalization of final bill,
settlement of accounts of work by the contractor in all respect or the
completion of defect liability period whichever is later.
j) A penalty of Rs500/- per day will be imposed, if the contractor fails tosubmit
the duly renewed bank guarantee immediately after expiry of earlier bank
guarantee.

6.9.28Mode of payment for Contractual work:

a) It will be obligatory on the part of successful tenderer to get himself registered


as M.C.G.M‟s vendor by paying necessary fees to M.C.G.M by following due
procedure.

b) 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.

57
c) The payment to the contractors will be made through S.B.I by E.C.S / RTGS /
NEFT.
d) As regards the submission of Running Account ( R.A ) Bills & Final Bills by the
Contractor is concerned, the relevant circulars issued or being issued from time to time
during the contract period will be made applicable & the same shall be binding on the
Contractor.

6.9.29PENALTY CLAUSE

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 not as per
1 work.The defective work is to
specification/defective work
be redone/rectified.
Lapse in execution of work as
discussed & finalized during the Minimum Rs 10000 / - per day
2
quarterly review meeting of the work & then Rs 5000 / - per day
at site.
Not following / disobedienceof orders
3 issued by site incharge or other Rs5000 / -per day
visiting officers of the 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
1 macadam(AM), asphalt concrete(AC), Rs500 / -
seal coat(SC)
Gradation failure in mastic asphalt
2 Rs1000 / -
(MA)
50% of the cost of the work
Failure on more than three(3)
3 done representing the
gradations in AM,AC,MA
sample
Failure in flow value, bulk density, void
4 Rs1000 / -
ratio, marshal stability
Rs150 / - per M.T for the
Excess bitumen content beyond
5 work representing the
specified limits
sample.
Less percentage of bitumen content in 50% of the cost of work
6
asphalt mix/es. representing the sample.
Rs 500 / - per material per
7 For other materials failure
failure

58
Further penalty for non submission of the RA bills by the contractors shall be
imposed vide CA/IRD/1/06 dated 02.05.2012 as follows:

Bills submitted after 15 days and


within 30 days from the date of Penalty of 5% of bill amount
completion/ Running bills.
Bills submitted after 30 days and
Penalty of 10% of bill amount
within 45 days
Bills submitted after 45 days from
Bill will not be admitted for payment
date of completion/ RA bill

6.9.30Contract Labour (Regulation and Abolition Act 1970):


The tenderer(s)shouldspecifically note that the successful tenderer shall have to
strictly comply withthe entire statutory requirement under theprovision 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.

6.9.31As 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.

6.9.32Tenderer shall submit the undertaking along with packet „A‟ stating
that he will submit license certificate from the office of LabourCommissioner as
stated in clause no 6.9.31 above, after issue of work order and before
commencing the work, if the work is allotted to him.

6.9.33An 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.

6.9.34The tenderer shall submit the copy of Registration issued under


Employee‟sprovident fund and Miscellaneous Provisions Act 1952.

6.9.35The tenderer shall also submit the copy of registration certificate


issued under Employees State Insurance Corporation (E.S.I.C Act 1948).

6.9.36Tenderers are requested to take cognizance of Child Labour Act and


takeprecaution not to employ Child Labour on site. If Child Labour is found
to beemployed on the work, a penalty of Rs5000/- on the spot will be
imposedon the defaulting contractors and further action as deemed fitwill
be taken.

6.9.37Tenderer is requested to refer to relevant Unified Schedules ofRates

59
ofvarious M.C.G.M‟s Dept. w.e.f.16.09.2013, as amended for full description of
the items in the B.O.Q. along with FMR/2011 (Item no. FMR-7.57) & (Item
no.FMB- 2.21).

6.9.38The contract period shall be as mentioned in the tender notice. The


periodrequired for mobilization, procurement of material, traffic permission,
other required permissions, erection of site office etc.complete shall be
reckoned from the dateof issue of work order.
The project works, laying of water main work shall not be carried out
during the monsoonperiod without prior sanction from competent
authority.

6.9.39 Rate analysis showing as to how the percentage quoted by the tenderer
is workable for satisfactory execution and completion of the work shall have to
be submitted as and when directed to do so.

6.9.40Tenderers shall quote:


a) Rates for every item in case of Item Rate Tender.
b) Percentage figure above or below (both in words and figures) as applicable or
at par incase of percentage tenders,for the bill of quantities (BOQ).(Separately
for Part A& Part B work) Tenderers are requested to note the units
for various items carefullybefore quoting the rates.

6.9.41Rates of each item of work mentioned in the schedule should be well


scrutinized with due consideration of each item before submittingthe tender as
no variation in rates will be allowed on any ground as mistake or
misunderstanding after the tender has been submitted.

6.9.42Tenderer should specifically state their residential addresses besides


their officialaddresses along with the telephone and mobile number.The
Contractor ortheir partners and authorized representative shall be available on
a given telephonenumber/mobile number during any hours.

6.9.43The 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 bepaid as per G.C.Cin force as amended upto date by M.C.G.M.

6.9.44The lead joints are not allowed for laying of water mains. If needed
thespecific sanction of Engineer shall be obtained for the same.

6.9.45The tenderer shall provide minimum ONE (1) digital camera with 5
megapixel lenses to siteincharge for taking site photographs.

6.9.46The tender shall have to start & simultaneously carry out the works

60
included inthe tender at multiple locations or as directed by the engineer.

6.9.47As 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 permissionwill be granted in any circumstances, to
execute any additionalwork in another ward,by using the savings in BOQ,
without sanction of competent authority. Tenderer should strictly note this
clause.

6.9.48The sketches, drawings referred for the tender will be available for
inspection in the office of E.E.W.W(Construction) E.S / W.S /City of the area
to which tender pertains.

6.9.49Each tenderer shall upload scanned copy of an undertaking on stamp


paper of Rs 500/- as per proforma given below, in packet “A”. 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
variationup 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
withinM.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


subsequentlyafter 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

61
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.”

62
SECTION 7
SPECIAL INSTRUCTIONS /
DIRECTIONS / CONDITIONS OF
CONTRACT

63
7.0 SPECIAL INSTRUCTIONS TO TENDERERS
7.1Alignments of the proposed water mains marked on the plan are indicative.
TheEngineer will finalize the actual alignment after theTenderer takes the trial
pits on site. The water mains shall be laid by diverting, re-aligning, andsupporting
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.

7.1 aThe laying of the water mains in the tender 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 phasewise manner by allowing moving
heavy vehicular traffic nearby and abutting to existing concrete road, Bridge
foundation & substructure, infrastructure of existing utility such as oil filled high
voltage electric cables of M/s. Tata, M/s. BEST etc. and other infrastructure if any
and safeguarding of the same shall be entirely tenderer‟s responsibility.All
precautionary/preventive and safety measures shall be taken during execution of
the work 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.

7.1 b However,M/s. Tata Powers, High voltage oil filled/Gas filled power cables are required
to be crossed at some locations. The surrounding portion of these high voltage oil filled/Gas
filled cables are provided with Blended Sand and metal. 1500 mm dia water main will have to
be laid across and along these High voltage cables and hence, the item of wooden shoring to
protect existing High voltage power cables surrounded with blended sand, metal has been
considered provisionally in the estimate. However, the contractor has to take all precautionary,
safety and preventive measures/steps to safeguard these high voltage cables during the
execution of the work. Also, the directions of authority concerned with regards to safety of the
power cables will be binding on the contractor and no claim whatsoever arising out of the said
additional precautionary works which may required to be carried out will be entertained on any
account. The bidder shall carefully evaluate this constraints and submit their bid accordingly.

7.1 c (i) The tenderer should note that he has to provide very strong structural steel
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. The tenderer shall also note
that, if Part B i.e. Road works is considered for execution then no
separate/extra/additional payment toward barricading of the work/trenches while
carrying out the reinstatement of trenches in cement concrete/ paver block/asphalt
will be entertained.

64
(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 which is given
below:
“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.”

(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.

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 ____________

65
7.2 Quantities of all items provided in the BOQ may not be required to
beexecuteddepending upon the site conditions. The tenderer shall not be entitled
for anycompensation on this account. Before starting the work, tenderer shall
consultwith the site in charge and shall take actual measurements on the site for
procurement of material.

7.3The 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 therelevant
items included in the various unified schedules of Rates of the M.C.G.M
effectiveat the time of work and if any item or activity doesn‟t cover in the
BOQ,the payment will be made as per G.C.C or as amended upto to date by
M.C.G.M.

7.3.aThe tenderer shall note thatcement concrete encasement to M.S. pipes /


specials will be paid as per tender item no RW-10-29 only.

7.3.1The Tenderer shall procure necessary material required for the work with
ISImark wherever applicable from the manufacturer(s), with ISI certificates and
oraccording to M.C.G.M specifications.

7.3.2All material required for the work can be stacked near the site of work in
such amanner 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 forstackingof 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.

7.3.3 The tenderer shall obtain traffic permission from Traffic


PoliceDepartment.For erection of site office, cement godown,store etc wherever
required. Thetenderer shall obtainnecessary permission fromconcerned competent
authority onpayment ofnecessary charges asdemanded by the concerned
authorities as per theprevailing rules.The cement godown, watchman‟s cabin etc.
shall be provided as directed and shall beremoved by the Tenderer on completion
of the work at theircost wherever required. It is also binding on Tenderer to fulfill
requirements ofenvironmentalauthorities. The work shall be started only after
construction of siteoffice, cementgodown, store etc. (after completing
allformalities) and after getting necessarytraffic
permission, road opening permission ifapplicable etc. The work isrequired to be
executed at one / more places and hence thecontractor will bedirected by
theengineer to start the work at more than one place.BAR / C.P.M / P.E.R.T /
Milestone chartshall be submitted considering all these factors.

66
7.3.4 The tenderers should simultaneously work at one / multiple places as
directed byEngineer to complete the work within contract period.

7.3.5 Tenderers shall obtain permission from traffic police department and shall
provide various boards and proper barricading of trencheswherevernecessary on
site to have smooth traffic as per the requirement of traffic policedepartment and
shall have proper coordination with competent concerned authority/ward staff,
A.E.W.W and A.E.W.W (Maint.) etc.

7.3.6Tenderer shall have to obtain all the permissions of the concerned


authoritiesrequired for carrying out the work. Only recommendatory letters will
be issuedby the M.C.G.M.

7.3.7 Within one month of completion of work, the tenderer shall submit at his
cost seven copies of Ammonia prints of completion drawings alongwithsoft 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 as per G.C.C / circulars in force on the
date of work order till the entire contract period will be initiated.

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

7.3.9 The contractors should provide suitably required number of M.S plateson
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.

7.3.10While excavation of trenches, temporary arrangement like placing of


M.S plate over/ trenches in front of the entrances of the propertiesshall be
done to allow vehicles/ public entries to the properties.No extra payment will
be made for this.

7.3.11 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.Sspecials
except payment for welding and cutting under respective item of bill of quantities.
Also payment for laying of M.S specials in trencheswill 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 beconsidered for payment on
weight basis & it is inclusive of cutting, welding, fabrication, etc, required to
complete the work.

7.3.12Contractors should note that the work of laying of water main and work
67
of cross connections shall be done simultaneously within the timeperiod. As
soon as laying work is started main cross connection shall be carried out and
water main shall be flushed as directed.

7.3.13Tenderer should note that the supply of material,supply of C.Ispecials,


M.S specials if included in the Bill of Quantities shall be made availableanywhere
in the city or suburbs or at the departmental work chowkies asdirected. The rates
of these supply items include transport, loading, unloading etc. complete.

7.3.14Tenderer 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 documentaryevidence to the effect (a
copy of registration of certificate from the Sales Tax department along with the
tender).

7.3.15Tenderer 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.

7.3.16 The contractor will be directed by the Engineer to execute the additional
emergency work of excavation, laying of water mains,
crossconnections,construction of S.V.Chambers, concrete blocks, digging trial
pits & other relatedworks to H.E. Dept. etc. to any extent. The quantum of the
work of any item mayget reduced or increased to any extent. However, the
payment of the work shall bemade as per terms and conditions of contract.

7.3.17 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.

7.3.18 The sluice valves, B.F. valves, air valves, fire hydrants etc. to beprovided
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.

7.3.19 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 beconsidered 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.

68
7.3.20The 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 boundlayers on site.

7.3.21 The rate of supplying, loading, transporting on site, unloading and


lowering in trenches of all kinds of pipes up to 450 mm dia is inclusiveof
cleaning, flushing and testing of water mains upto 10 kg /cm2pressure as directed
by the engineer.

7.3.22 Latest circulars / guidelines should be followed for providing fencing,


barricading& lighting.

7.3.23 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.

7.3.24 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 with vertical pipe rod andhandle as directed
by the Engineer. No additional payment for the same will be paid to
the tenderer.
7.3.25 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 10 th welding joint of
mild steel pipe water main shall be tested in metallurgical laboratory for its
strength.

7.3.25 (a) 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.

7.3.26 a)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 intending tenderer should note that the

69
tenderer has to make is own provision/arrangements of plot in MCGM limit or
outside MCGM limit at his own cost for dumping/disposer of surplus excavated
material by obtaining the permission from owner of dumping site and NOC of
concerned authority for debris management plant etc. However, MCGM
reserves its rights to use surplus excavated materials for its own use anywhere in
MCGM limits and the contractor will have to dump the material at any sites as
decided and directed by the engineer in charge; no extra payment will be made
on this account.

As & 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. The intending tenderer should note that no
transportation & other charges will be paid to the contractor and he has to quote
their offer considering all above factors.
b) The tenderer shall note that the item of filling in excavated trenches with
contractors murum as directed included in the Part A, H.E.‟s work of the
tender is provisional. If it is decided that the reinstatement work is to be
carried out by this office appointed contractor along with H.E.‟s work the
said item of filling of excavated trenches with contractor‟s murum as
directed will not be operated. The tenderer shall consider this aspects and
submit their bid accordingly.

c) The tender work is divided in Part A& Part B. The intended tenderer shall
note that bid shall be submitted separately for Part-A and Part-B of the
tender work. Part-A is for the works related with HE‟s Department
whereas Part-B is for the road works related with the reinstatement of
trenches in cement concrete/ Asphalt/ Paver blocks pavement as existing
before trenching. The Bill Of Quantities for Part-B work is provisional
and same may be given to other agency for execution either partially or
fully at any point of time through other MCGM department as per the
decision of the Municipal Commissioner/Engineer in charge during the
tendering procedure or during the contract period. Intended tenderer have
to co-operate with other agency/department for this road work during
execution. No claim whatsoever in nature towards the above mentioned
decision of the Municipal Commissioner/Engineer regarding such
reduction in scope of the tender work will entertained/accepted by the
MCGM. The tenderer shall note the same while submitting their bids.

7.3.27M.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.

70
7.3.28 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.

7.3.29 The cost contingencies/price variation for labour & material 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 authorit considering the
relevant clauses of applicable G.C.C. in force & amendments thereof by the
MCGM from time to time. However maximum limit for reimbursement is 10% of
the contract cost (including extra/excess quantities but excluding water/sewerage
and supervision charges &physical and cost contingencies)

7.3.30The completion reports for various activities along with its drawing shall be
submitted to the M.C.G.M immediately after execution of the work.

7.3.31All the materials required to use for execution of the work to be got tested
as directed by the Engineer before use.

7.3.32Noise level shall be maintained as per circular under no.CE/ PD/ 7788/ I
dated 05.11.08.

7.3.33The tender is proposed exclusively for Dy.H.E (Const) division of


Hydraulic Engineer‟s department.

7.3.34The payment for internal mortar lining work shall be made on the basis of
diameter specified in the bill of quantities and not for actual diameter of pipe
(within the plus- minus tolerance limits) No extra claims with regards to variation
in actual pipe diameter will be considered/ entertained.

7.3.35 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.

7.3.36The 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.

7.3.37 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
71
circumstances. The successful bidder will have to manage transportation of
pipes and specials etc. to site bearing this constraint in mind.

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. The tenderer should note this specifically while submitting the bids &
plan the work accordingly.

7.4. I) Site Office& its allied conditions:


On the receipt of the work order, the contractors will have to erect ready-madeAC
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 wardsor competent
M.C.G.Mauthority for suitable location for the site office/chowky, godown, place
for stacking machineries& material etc. The contractors will provide following
facilities, equipments, chowky, etc

1) 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.

2) The Porta cabin of area preferably about 30 sq.m with air conditioner with at
least two windows for proper ventilation.

3) It should have toilet facility with necessary plumbing arrangements.

4) The Chowky should be equipped with electric supply, fans, sufficiently big
tables, chairs, cupboard with locking arrangement and water filter (of approved
brands) etc.

5) 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/TATAor arrange his own
generators.

6) Tenderer, at their cost shall provide and maintain a telephone at theEngineer‟s


siteoffice.

7) 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.

72
8) Contractor shall provide 5 megapixel digital camera for taking photographs of
work during execution& also later, if required.

9) The successful bidder shall appoint Project Manager, Site Engineer, Quality
Control Engineer and Computer Operator conversant with English & Marathi
typing as per condition of post qualification table (E-2) personnel capability. A
penalty of Rs 5000 / per day shall be levied if the personnel as mentioned in
post qualification are not appointed from the date of starting of the work. Full
bio-data of personnel shall be submitted to concerned E.E.W.W (Const) before
starting of the work.

10) The contractor shall have his project office of minimum area 450 sq.ft in
M.C.G.M limit for execution of this work.

11) Site godown & separate cabin adjacent to site office for contractor's staff /
any other consultant / Quality control auditors if appointed by M.C.G.M as
per requirement.

12) The payment of the bills and other claims arising out of the contract will be
made in the name of tenderer‟s Bank A/c by ECS / RTGS / NEFT only.
Successful tenderer therefore will have to furnish theinformation as regards the
name and complete address of his bankand bank A/C no etc along with „E‟
tender document. They will have also to submit fresh information when there is
any change in this regard. For submission of R.A.Bill / Final Bill circular no
CA/FRD/I/06 dated 02.05.12 &CA/FCE/11 dated 02.07.13 will be binding on
the tenderer.

13) After completion of work, contractor has to submit detail locationof work
with three reference point and also L-section of water main laid.

14) The contractors will be given 12 mm dia to 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.

15) The contractor shall have to provide adequate number of wardens as per
requirement of Traffic Police Department at the contractor‟s cost.

16) 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

73
removal of surplus material on or before 15 th May of every year or as directed by
Engineer. During the monsoon period, i.e. from closure of excavation if any
urgent work is directed, then actual working period of that work will be
considered as working days.

17) 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.

18) 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.

19) 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.

20) 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.

21) 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.

22) 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).

23) No core cut sample will be allowed in case of asphalt mix.

24) With all GPS Tenderer, at their cost shall submit seven sets of “As laid”
drawings of water main showing actual alignment & total station survey
coordinates along with the soft copy within 30 days upon submission of final bill.

74
25) After completion of the work, the chowky and toilet should be completely
removed within 7 days.

26) Any other equipment/s instructed by M.C.G.M staff.

27) 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 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.

28) 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.

29) 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.

30) 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.

31) 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.

32) 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.

75
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.

33) 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. The tenderer should note this specifically while
submitting the bids & plan the work accordingly.

34) Vehicle for Engineers and Employers Staff:


The Contractor shall provide minimum one (1) air conditioned (AC) vehicles
(Tata Indica or equivalent) for each ward till completion of work & to be
kept round the clock for the sole use of the Engineer & his staff.
Thevehicle shall be provided at site within 15 days from the date of
starting of the work.
If the tender work period is excluding of monsoon, then at least one
vehicle must be available during monsoon period also. The vehicle should not
be older than five years.
In such case contractor will be paid vehicle charges as per MCGM
transport schedule. However on failure to provide the vehicle a penalty of Rs.
30000/- per vehicle per shift will be imposed/ recovered.
The contractor shall solely responsible for running and upkeep of
transport vehicle including all taxes, insurance, toll, licenses, tools, fuel, oil,
lubricant, repairs & maintenance and shall also provide competent drivers with
vehicle in two shifts.
In case of breakdown of vehicle an alternative equivalent vehicle shall be
provided immediately.

NOTE: A)
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.

iii) 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.

76
The bidders have to consider the costs of all items mentioned above and quote
their % accordingly.

7.4. II)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.

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 sameshall 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 ofstandard


weights, from 1gm. to 5kg. & Electronic weigh balance with leastcount of 1 gm.
with electric operated.

8) Aggregate drying equipments M.S Tray of 0.6 M x 0.45 M and kerosenestove


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 (forchecking
asphalt/bitumen temperature).

13) Camber Board


14) Electronic thermometer calibrated at least upto 300 degree Celsius and glass
thermometer calibrated upto 200 degree celsius.
77
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 & subbase layers &
soil strata.

19) Flakiness and elongation index Gauges.

20) 3m straight edge.

21) Any other machines / equipments as may be directed by theEngineer.

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.

7.5Instruments 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.

78
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.

7.6 ADDITIONAL SECURITY DEPOSIT ( separately for Part-A and Part-B)

In addition of the E.M.D., tenderer(s) quoting more than 12% rebate over
the office estimate shall have to pay an Additional Security Deposit (ASD) for the
entire amount calculated as per the formula given below without any maximum
limit:
Additional Security Deposit = 1 x ( X / 100 ) x Office Estimated Cost.
Where „X‟ = Percentage rebate quoted on office estimated cost by the
tenderer minus 12%.

The ASD shall be paid in the form of DD only (along with bank
confirmation letter) in sealed packet at the offices where the tenders are to be
submitted on the date of submission. If any tenderer is having genuine problems
for submission of DD at the designated place of tender submission , the tenderer
is allowed to submit sealed envelope of DD in the Office of the Hydraulic
Engineer, M. C. G. M. Engineering Hub Building, First Floor, Dr.E.Moses Road,
Worli, Mumbai – 400018, against proper acknowledgement on such written
request from the tenderer. In case of submission of DD at Hydraulic Engineer
dept., H.E. will forward the sealed envelope of DD so accepted to the concerned
office accepting the tenders within next two hours.
The DD of required amount as per the above formula must be submitted
by the tenderer only on the name of the same company under which he is quoting
for the tender. The tenderer must also give the amount of DD, no. of DD and the
bank from which it is drawn along with the confirmation letter from the
concerned bank authorities for having issued the DD.
All DD‟s shall be in favour of „Municipal Commissioner, Municipal
Corporation of Greater Mumbai‟.
a) deleted.

b) deleted.
c) The tenderer bidding for more than one work shall pay A.S.D. amount online
corresponding to the estimated cost of the individual works separately, for
which the bidder is quoting the bid.
d) Additional Security Deposits of all the responsive tenderers, other than
successful tenderer will be refunded as under (L- lowest bidder)

79
i) L-2 : 75% amount of ASD shall be refunded after Tender Committee‟s
recommendations. Remaining 25% shall be refunded after standing
committee‟s approval.
ii) L-3: Refunded after Tender Committee‟s recommendations.
iii) L-4 & others before Tender committee‟s meeting.
If L1 bidder backs out or refuses to work, his 100% EMD and ASD shall be
forfeited and blacklisting action shall be initiated against him.
e) The Additional Security Deposit (ASD) of the successful tenderer will be
refunded only after successful completion of work in all respects or till the
submission of final bill, whichever is later.
f) The tenderers who have quoted more than 12 % rebate over the office
estimate shall pay the amount online towards the A.S.D. and upload the
details in e-Packet „C‟. if it is observed that the lowest bidder has quoted
percentage more than 15% above or below the estimated cost then rate
analysis in USOR format shall be called by the department through email
from such bidder. Such rate analysis shall be submitted by the contractor
within 3 days from receipt of mail from the department. Per day of delay in
submission of Rate analysis by the bidder will entail penalty of 1% of EMD.
If the rate analysis as required is not submitted within 7 days of submission
by the bidder OR if the Lowest bidder backs out from the tender award
process, such bidder will be barred from participating in tender process of
any department of MCGM for a period of two years from the date of opening
of C packet. If L1 bidder backs out or refuses to work his 100% EMD and
ASD shall be forfeited.

Note: where ever it is mentioned to submit physical D.D of EMD & ASD in the tender it
shall be read as follows:
“The system to accept EMD and ASD amount online has been developed by
MCGM and accordingly the EMD and ASD amount will have to be paid online
only by the tenderer”.

g) Performance Bank Guarantee (as per revised circular u/no. CA(F)/FRD/I/dt.


23.09.2015).

% Quoted Amount of P.G.


Any premium or at 3% of Contract sum
par
Rebate upto 15% 3% of Contract sum
Rebate from 15.01% 10% of Contract sum
to 20%
Rebate from 20.01% 20% of Contract sum
and more
The B.G. for performance Guarantee will not be
accepted in broken period and same will be one
complete B.G. for entire D.L.P period.
80
7.7Testing of Materials:

7.7.1All 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 testingsuggested
bythirdparty quality assurance agency through the site in-charge at
tenderer‟scostin 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 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.

7.7.2Samples 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.

7.7.3 Quantity of sample must be adequate as shown in the schedule,available


withH.E.‟s office.

7.7.4 Full testing fees as per schedule in force shall be paid in advancebetween
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).

7.7.5For issuing additional copies or duplicate copies Rs20/- or fees as per

81
prevailing rates will be charge for each copy. Request for
additional/duplicatecopy may be made in writing by site in charge or higher
officers of the user department.

7.7.6Cement sample should be forwarded in sealed airtight container with one lid
on top not less than 10 cm. in diameter.

7.7.7Moulds of concrete cubes/beams taken on hire shall be returned inclean,


oiled condition with all nuts and accessories in proper position.

7.7.8Sample for tensile testing of reinforcing bars shall be straight for


entirelengthwithout bends. The ends of the bars shall be hacksaw cut andnot
chisel cut. One sample of each diameter bar shall be sent for first testand 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.

7.7.9 Samples of bitumen, cut back, emulsions shall be forwarded in wide


mouthedmetal containers with label pasted on the lid.

7.7.10Samples that are sent for testing natural moisture content shallbeforwarded
inwax coated packing or sealed airtight polythene bags.

7.7.11Undisturbed samples sent in sampling tube shall be wax coated onboth


openends.

7.7.12 The road under reference carries heavy traffic, the contractor shall carry
out the total station survey of the entire road stretch under reference giving all
the details to facilitate finalization of the proposed 1500 mm dia. water main
alignment at his own cost.

7.8 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
ofasphalt 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 : Rs10000 / - per sample from date of laying
asphalt mix on site.
B)From 8th day to 14th day : Rs 20000 / - per sample from date of laying
asphalt mix on site.

The above charges i.eA& 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.

82
7.9.1 SPECIAL DIRECTIONS TO e-TENDERERS:

1) Tenderer shall note that the depth of excavation for laying 1500mm dia. M.S
watermains can vary from 3 m to 6 m depending on the 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 contractors liabilityand 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
sandrockystrata isalso likely to be encountered at some stretches of watermain
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 workincluding allied
works are completed andtrench is finally reinstated or otherwise. Any claim of
whatsoever innature towards protections of the sides of the excavated trenches
will not be entertained. The tenderer shall quoteaccordingly.

4) The tenderer shall note that the works of laying 1500mm dia. M.S.W.M and of
stub mains/ cross connections are to be started simultaneously at multiple
locations as directed with a length of 300 R.mor there about at each stretch.

5) Laying of 1500mm dia. M.S.W.M and its allied work including reinstatement
in M40 cement concrete or otherwise is to be planned well in advance.

6) It is mandatory for the bidders to complete the laying work of a particular


stretchincluding hydraulic testing & to reinstate the said stretch permanently in
pavement quality cement concrete.

7) If reinstatement in cement concrete 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.

8) 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.
The tenderer shall quote accordingly.

9) The reinstatement of each stretch has to be started and completed


immediately oncethe water main is hydraulically tested or otherwise.

83
10) 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.

11) 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 & no separate changes towards supplying water & electricity for
the said work will be entertained / considered on any account.

7.9.2SPECIALCONDITIONS OF CONTRACT

 The scope of work consists of Providing & Laying 1500 mm dia M.S.W.M
from Hindamata Jn. & Sane Guruji Marg Jn. along Dr.B.A.Road in „F/S‟ ward
along with its allied worksfor a length of @2450mtrs( i.e Laying of W.M. & Stub
mains, Dry Connections, cement mortar lining, Hydraulic Testing, Live cross
connections,. Reinstatement work … etc) or as directed from time to time by
the Engineer. The contract work shall be completed within 24 months
(Excluding monsoon) & the contractor should plan the work in each fare
season accordingly so as to complete the work within the contract period.

7.9.3Tenderers 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.

7.9.4 Permissions:

7.9.4.1 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.
7.9.4.2The 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.
7.9.4.3 Methodology of the work, safety manual and quality assurance plan shall
be submitted before commencement of the work with copy at each site office,
failing which a penalty of Rs 25000/- per month shall be imposed on the
contractors.

84
7.9.4.4Quantities 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

7.9.4.5The 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.

7.9.4.6Corporation 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.

7.9.4.7All 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.

7.9.4.8 The contractor should note that during the execution of the work the
excavated material will have to be removed immediatelyafter completion of the
work as per direction of the Engineer, failing which the same will be got
removed at their risk and cost.
7.9.4.8 a) 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 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. all vehicle
employed for removal of surplus earth compulsorily fitted with Vehicle Tracking
System (VTS) with automation of loading, unloading switch at the cost of
contractor.
As & when royalties becomes payable to Government Authorities 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. The intending tenderer should note that no transportation & other
charges will be paid to the contractor and he has to quote their offer considering
all above factors.

85
7.9.4.9 The site shall be cleared by removal of surplus material on or before
15th of May every year.

7.9.5Concrete Works:

7.9.5.1All concrete works shall be carried out by Ready Mix Concrete /


unlessotherwise specified in respective items.
7.9.5.2 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 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.
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.

7.9.5.3 The temperature of Pavement Quality concrete shall be maintained as


perIRC:15:2002. Concrete having temperature at the time of pouring more than
30ºC will not be allowed.

7.9.5.4 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.

7.9.5.5The contractors shall make necessary arrangement for adequate lighting


during nighttime & as per the conditions insisted by Traffic police department
N.O.C for the work. No extra claims will be entertained for the same.However,
barricading for the excavated trench while execution of the work will be paid as
per relevant tender B.O.Q items.

7.9.5.6i)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
theinstructions given by the authorities of the Dy.H.E (Const)/H.E/D.M.C(SE)
/A.M.C/M.C.'s level during execution of work twice, the work may be
86
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.

7.9.5.6 ii) 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.
ii)Failure to comply with any clause or direction under these rules or comply
with any conditions of tenders / contracts.
iii) 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.

87
d) Attempt to secure unauthorized copies of Municipal Records, any documents
in relation to any tender / contract or any otherofficial matter.
e) Furnishing or tampered with Municipal record and documents.
f) Furnishing false and / or misleading information to registrationand / or any
tender / contract.
g) Threatening, Misbehaving with or physical attack on anyMunicipal Employees
/ officer.
h) Attempt to instigate or collude with other contractors with a viewto securing
undue advantage.
i) Any of the grounds mentioned in 7.9.5.6.ii b, if it is deemed to beserious
enough.

7.9.5.7List 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.

7.9.5.8All 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.

7.9.5.9 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.

7.9.5.10The 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.

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

7.9.6 Traffic Management:

7.9.6.1The contractor shall have to provide adequate number of wardens as per


requirement of Traffic Police Deptt. at the contractor's cost.

7.9.6.2 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.

7.9.6.3 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.

88
7.9.6.4 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.

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

7.9.6.6Diameter of the S.W.D pipe & sizes of manholes provided in the bill of
quantitiesof 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.

7.9.6.7The photographs of work sites & works as and when directed by Engineer
are to be taken. A new Digital Camera ofMin 5 Mega Pixelsshall 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.

7.9.6.8Price Variation:

Any variation in the rates of labour &materials shall be considered for


reimbursement / refund as per G.C.C in force & amendments thereof. However,
maximum limit for reimbursement is 10% of the contract cost (including extra
items/excess quantities but excluding water/sewerage and supervision charges
& physical and cost contingencies).The quantity of material to be used shall be
evaluated as per minimum specified requirement. However price variation shall
not be admissible beyond theoretical date of completion of contract period, as
also for the fair items created during execution.

7.9.6.9Tenderers 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.

7.9.6.10Every running bill submitted by the contractor for payment shall be with
the detailed measurements recorded for each item.

7.9.6.11Contract Labour (Abolition and Regulation) Act 1970: The Tenderer(s)


should specifically note that the successful tenderer shall have to strictly comply
89
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.

7.9.6.12Royalty Payment on excavated material as per statutoryrequirement:


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.

7.9.6.13If 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.

7.9.6.14All trenches taken in connection with the work should be sufficiently


barricaded, as specified.

7.9.6.15The 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.

7.9.7FOR 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.

90
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 200 cement bags, under double lock system with one lock of contractor
& other of M.C.G.M.

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 G/North 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.

91
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/cm3 (C.B.R. less than 10.0), the C.B.R. shall be improved with
intermediateGSB 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.

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.

92
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 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

93
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 shallnot 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 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. Mixdesign to give the target strength as required shall be prepared in


accordance with the relevant IRC / IS specifications.The same shall be checked
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

94
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 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 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.

95
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.

96
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.

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.

Required texture depth


Number of
Time test Specified
measurements Tolerance
value
Not later than 6
weeksor before the An average of 5 +0.25
1.00
road is opened to measurements -0.35
public traffic

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.
97
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 membranewith 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.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

98
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 themwith 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 jointsor
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 Ch.Engr.(Rds. & Tr.) at contractor's cost before its use for every
batch in addition to manufacturers' test results of sample.

55.2 The 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

99
invariably accompany every consignment of sealing compound, brought on the
site.

55.3 Due 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 inConcrete.
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.

100
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 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
minimumfollowing 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.

101
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. shallinvariably be obtained with each
transit mixer carrying RMC on site. The computerized sheet shall be signed by
the site in chargeand 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 extrapayment will be made
for the use of ice flakes in concrete. The PavementTemperature 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.
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 BYTHE


CONTRACTOR‟S FOR CEMENT CONCRETE ROADWORKSAT 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)

102
3. Min. two plate vibrators for compaction of concrete & two vibratory plate
compactors for compaction of trenches, paver blocks etc.
4. At least two 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 withtwospare
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 machinerybefore


commencement of the respective work in good working condition.

69. i) 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.

7.9.8 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.

103
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 shallbe taken
to see that no manhole or chamber covers of drainage, etc. areburied or kept
higher than road surface. They shall be first identifiedand 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 requiredfor


construction of water bound layers. The contractors will not beallowed 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.

7.9.9 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.

104
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 ofconsignment)
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 asphaltmixes sent in polythene
bags a legible duplicate tag should bestapled 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/- or as amended 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 widemouthed


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
105
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.

ix) Undisturbed samples sent in sampling tube shall be wax coated onboth 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 theContractor at the following
rates.

From the 5th day to 7th day from date of laying of asphalt Rs 10,000/-
A)
mix on site
From the 8th day to 14th day from date of laying of asphalt Rs 20,000/-
B)
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 beyondpermissible 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

106
thereafter as applicable for whichrepresentative 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 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
andBridgeWork should be strictly followed.

7.9.10Paver 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 constructed with the paver blocks.
107
b) When two layer paver blocks are manufactured there shall be properbonding
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 & replaced 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 minimum thickness of the
wearing layer.

Water Absorption:

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 Grade of Minimum Tensile splitting


Sr.No
paver blocks Concrete strength (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

108
Abrasion Test:

Abrasion resistance for classes of H & I mark Paver blocks is < 20,000 mm3
/5000 mm2 (Individual) 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
Sr.No Property
blocks for 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 tender / 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 requirement. 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 established.
The specified average 28 days compressive strengths of different grades of paver
blocks are given in the table below:

Compressive Strength Requirements of Concrete Paver Blocks:


Grade of Paver Minimum Average 28 days compressive
Sr.No
Blocks strength 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)
109
7.9.11 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 paintingtwice in a year preferably
before and after monsoon, jointing etc.

c) All road side furniture shall be inspected, restored/painted

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 theexpiry of
defect liability period and also 4 weeks before expiry of the defect liability

110
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.

7.9.12 Settlement of Disputes / Arbitration and Jurisdiction

The procedure shall be as per G.C.C in force or as amended by the M.C.G.M


from time to time.

7.9.13 The contractor shall maintain the various required registers, testing
records with regards to various activities during the progress of the work in
consultation with engineer incharge of the work. The contractor has to make
necessary arrangements at site office for preparation of all records.

7.9.14 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 Compactors
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.

7.9.15Urban Tree & Paving:


While executing the work the bidder has to protect the trees as per Urban Trees
and paving Guidelines, copy of which is available with the office of
Ch.E.(Rds.,Tr.&Br.) .

7.9.16 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.

111
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.)

7.9.17Directions 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.

7.9.18Directions for use of Microsilica

1. I.S.I. Microsilica 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 Microsilica.
3. A separate silo shall be provided for stacking microsilica in the RMC plant.
TABLE1:INDIAN STANDARDS ( IS and IRC) FOR CONCRETE PAVEMENT
CONSTRUCTION AND QUALITY CONTROL
I – MATERIALS

Specification Method of test Sampling

Cement IS: 8112 (Gr.43) IS: 4031 (Pt.1 IS: 4879


112
IS:12269(Gr.53) to 14) or Relevant
orRelevant IS IS: 4032 IS
orRelevant IS
IS:2386 (Pt. 1
Aggregate coarse & Fine IS: 383 IS: 2430
to 8)
Water IS: 456
Admixture for concrete IS: 9103
Hot applied sealing IS: 1834 of
compound for joints 1984
IS: 10262
Concrete mix design IRC: 44
IRC: 59
Concrete strength IS: 516
Ready - mixed concrete IS: 4926
I I - CONSTRUCTION
Method of Sampling
Specification
test
Construction of concrete pavement IRC: 15
Lean cement concrete base/ subbase IRC: 74
Curing cement concrete pavement IRC : 84
Installation of joints in concrete
IS : 6509
pavement
Sealing of joints in concrete IS : 1834
pavements IRC : 57

TABLE 2 :MINIMUM TEST FREQUENCIES FOR QUALITYCONTROL OF


CONCRETE ROAD CONSTRUCTION
I – MATERIALS
Control Frequency
Item Test
Criterion
Physicaland Oncefor each source of supply
Cement
chemical test Relevant IS for approval of the sourceand
subsequently for every batch.
--do-
Coarse & fine
(including
aggregates IS : 383 Once for each source
soundness &
alkali reactivity)
Water Chemical Test IS : 456 --do---
Expansion Jt. Filter board IS : 1838 --do---
Jt. Sealing IS : 1834
--do---
compound of 1984
10/20 Grade
Physical --do---
Bitumen
DURING CONSTRUCTION:

113
MATERIALS :

Cement Strength IS : for each lot of cement received


8112
Gradation Regularly as required
Coarse & fine IS :
aggregate 383
Moisture Regularly as required subject to
--do---
content a minimum of tests per day.
Los Angeles
Once for every change of source.
Abrasion Value
Coarse aggregate IS :
Aggregate
383 --do---
impact value
Specify gravity
Flakiness Index
--do--- --do---
Elongation Index
--do--- --do---

Control Frequency
Item Test
Criterion

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 along


Checking surface evenness
with the slab length - one in the
with 3 mt. straight-edge
end middle - third end the two
and wedge gauge
edge third strips, along the line
of maximum unevenness.

DOWEL BARS

Alignment ( being in a
plane parallel to the surface
Each dowel bar, after fixing in
of the base course and
position.
being also parallel to the
center line of the slab).

114
TIE BARS

Mid -height positioning Each tie bar

TABLE: 3 ADDITIONAL QUALITY CONTROL CRITERIA


ANDTOLERANCES

Position Criteria Tolerance


Sub grade/
Sub base
Full compaction
under
K-Value 5.5 kg/m3 No minus tolerance
Lean
or C.B.R. 10
Concrete
base
Grade: M-10
Tolerance level for
Lean Surface unevenness under 3 M
characteristic strength
Concrete straight edge
assessment 1 in 40
base Curing : 7 days or till laying of
concrete slab in case the slab is laid
Not more than 10 mm
earlier but not earlier than 24 hours.
Tolerancelevel for
Grade:M35& above characteristic strength
assessment: 1 in 40
Workability 50 mm
(slump) maximum +/- 10 mm
Cement
concrete
Curing: 14 days cure by ponding with
pavement
water. Curing on the day of casting
(prior to curing by ponding) shall be No tolerance
done with wet hessian cloth and curing
compound

Length and dia.


Should not be smaller
than stipulated value
Placement with equal length vis-à-vis
Dowel Bars center line of the joint
+ 4.5 mm
Horizontal& Vertical alignment
including that of dowel cap.

TABLE:4MINIMUM TEST FREQUENCIES FOR QUALITY


ASSURANCE / ACCEPTANCEOF CONCRETE ROAD CONSTRUCTION

(M-10) (M-15) & above


Parameter
Lean Concrete Cement Concrete Pavement
115
Base
12 nos. of 150 mm dia. cores as specified in
Strength
relevant clauses. Acceptance criteria as per I.S.
(core
1199 and I.S. 516, only for thickness of concrete
testing)
is more than 20 cm
3 longitudinal
Surface lines 3 longitudinal line ( as for quality control) as
evenness (as for quality specified in relevant clauses
control)
Surface
Full surface Full surface
defects

TABLE: 5 ACCEPTANCE CRITERIA

On completion, Before/within two At the end of Defect liability


Parameter
months of opening to traffic period of 5 years
Before the end of the defect
“Characteristic strength for cubes liability period, the site will be
tested at the age of 28 days jointly inspected along with
analyzed for complete work to the contactor's representative/
exceed the specified strength". Engr. & defects observed will
Individual core strength test be listed & the necessary
Strength results, corrected for age, H/D rectification will be carried out
ratio & shape (cylinder to cube) as directed by Ch Engr.
upto the specified strength. The (C.C. Roads & Tr.) in
characteristic strength (28 days) to accordance with the relevant
be not less than the specified specifications & clauses
strength (for a tolerance level of 1 mentioned in Special
in 40). Directions/ Conditions
to the Tenderers.

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). Thesealing compound
shall be heated to required temperature before filling intothe joint.

(A) Materials:
(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
116
Sr. Method of
Characteristic Requirement Remarks
No Test
Appendix Grades A
(i) Pour Point. Max 180o C
A &B
Flow Test, Percentage Appendix Grades A
(ii) 5
Max B &B
Appendix Grades A
(iii) Extensibility, Min. 6 mm
C &B

Penetration at 25o C,
15 min. IS 1203 - Grades A
(iv) 100g.
50 max. 1978 &B
5s, 1/10
Aviationfuel resistance
AppendixD Grade B
a)Increasein
&IS : 1203 only
penetrationas measured
1878 *
in (iv) after 7days
immersion in
Max
aviationfuel
(v) 15
(See IS : 1571 - 1982 †)
Max 15
b) Changes in mass
Appendix
after 7 days immersion
1 E Grade B
in aviation fuel, percent
only
max
* Methods for testing tar and bituminous materials : Determination of
penetration (first revision)

† Specifications for aviation fuels, kerosene type ( fourth revision)

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
whileheating 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.

117
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.

118
SECTION 8
IMPORTANT POINTS TO BE NOTED
BY TENDERER

119
8.0IMPORTANT POINTS TO BE NOTED BY THE TENDERER
1) The successful tenderer/ contractor has to obtain the required permission from the various
authorities like Traffic Police, M.C.G.M, P.W.D, M.M.R.D.A and Local Self Government
Authorities where work is to be executed, of his own for immediate execution of the work.A
recommendation letter to the various authorities will be given by the department, wherever
required.

2) 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.

3) All materials required to be used for execution of the job shall be get tested as directed by
third party quality auditor if appointed by M.C.G.M through the site incharge before use.

4) The contractor shall prepare all the relevant site records/registers & duly update the same
in consultation with the site in-charge.

5) 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.

6) The completion reports for various activities along with its drawing are required to be
submitted to the M.C.G.M immediately after execution of the job.

7) It is mandatory that the contractor will appoint a qualified engineer in each chowky to
receive directions for execution of the job from the Engineer.

8) The contractor shall provide adequate Transport facility for municipal engineer and staff to
approach various authorities & supervise various work sites effectively for expediting the
execution of work.

9) It is expected that the contractors will purchase all the municipal Unified schedule of rates
from the respective departments before filling of the tender.

10) It is suggested to the contractor that the contractor shall make necessary arrangement for
procurement of the machinery for testing of the water main.

11) The overall quantum of the work may vary to any extent 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 exceeds the
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.

8.1 Special Notes:


1) The pipe fabrication factory must have facility of automatic welding machine and
hydraulic testing set up.

2) The spiral welding is not allowed for M.S pipes.

3) The contractor has to make arrangement for factory visit of Municipal staff
at his own cost.

120
4) 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.

121
SECTION 9
GENERAL SPECIFICATION OF WORK,
M.S PIPE FABRICATION WORK
SPECIFICATIONS, MORTAR LINING
SPECIFICATIONS, TECHNICAL
DETAILS OF VALVES – BUTTERFLY /
SLUICE, SPECIFICATIONS &
ADDITIONAL SPECIFICATIONS.

122
9 GENERAL SPECIFICATION OF WORK
9.1 INTRODUCTION:

 The 1200mm dia. Old Tansa (OT), New Tansa (NT )& 800mm dia. Vihar
Mains laid parallel along Dr. B.A.Road feeds to F/S & F/N ward with boosting
from Rawli Hill Reservoir and 1450mm dia. Old BHR arm. As OT, NT and
800mm dia. Vihar mains are inter connected it is not possible to isolate one of
the main separately. If there occurs burst/leakages on any of the three mains
the consumers in F/S ward & F/N ward get affected till the repair work is
completed. Further, the existing very old three water mains are gone below the
series of fly overs commissioned along Dr. B. A. Road due to which it makes
difficult for the routine maintenance. Hence, to overcome this problem it has
been proposed to replace the above said three water mains by laying new
1500.mm dia. M.S.W.M.

 9.2SCOPE OF WORK: As mentioned in the Index page at Sr.No.2 .The


various activities required to be executed under this work are enumerated as
follows: The typical cross section details of the trench for 1500 mm dia. water
main is shown in attached sketch.

1. Manufacturing of M.S. pipes and specials of various diameters such as 1500


mm,1200 mm dia … 600 mm & 450 mm dia etc by procuring M.S plates as per
the specifications and conditions mentioned therein.
1A.Providing/laying of D. I. K9 class pipes of various dia. as required and its
allied works such as cross connections, transfer of service connections etc.
2. Removing existing cement concrete/ paver block/ Asphaltic carriageway
portions and carry out the excavation for laying various dia. MSWM in the
trenches to correct line and level as directed and to the satisfaction of the
Engineerincharge.

3. Providing C.C. encasement as the case may be in general and mortar lining
internally as directed wherever applicable.

4. Providing and fixing various appurtenances such as Butterfly Valves / Sluice


Valves / Kinetic Air Valves etc. for W.M‟s laid thus.

5. Construction of chambers for valves etc with brick masonry / RCC as directed.

6. The working space has a limitation as the proposed site is along roads carrying
very heavy vehicular traffic including multiaxle trucks/ containers and
precautions shall be taken to avoid traffic congestions etc.

7. The co-ordination is necessary to be sought from various M.C.G.M‟s deptt.


Involving operations 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.
123
8. 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.

9. A cement mortar lining of specified grade is to be done to the M.S. water main
from inside, to protect the same from corrosion, as directed by the Engineer.

10. The quantities of excavation in soil, hard strata and M: 15/ M: 20 grade
concrete for foundation encasement of the new pipeline & allied works may
undergo Variation compared to BOQ provisions. The final decision in this case
will however rest with the Engineer. Bidders are requested to make their own
assessment of these quantities while quoting their rates on this account.

11. Other necessary ancillary works shall be carried out by the bidder asdecided
by the Engineer so asto make the proposed work under the tender contract to
become complete ( commissioned ) & to make the proposed network of trunk
mains effective.

12. The Contractor shall arrange for supports to existing cross


drainageworks,existing transmission pipe lines across trenches for cross
connecting pipe lines,any structure, utility services of any authority met during
construction of work and construct, maintain and afterwards remove and
reinstate any temporaryaccesses, diversions required for and in connection with
the execution of the works. Reinstatement shall include restoring the area of
the access, route diversions, water course, roads, pipelines, etc. to at least the
degree of safety,stability, drainage and appearance, continuance of functional
operation thatexisted before Contractor entered the site.

13. Since the pipeline is proposed to be lined internally with cement mortar the
Contractor shall take the necessary steps to avoid any change in shape of pipe
byproviding appropriate props from inside of pipe till the same is laid /
encasedproperly.

9.3SITE INSPECTION:
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.

124
9.4SITE CONSTRAINTS:
As stated in scope of the tender, this tender covers the work of providing and
laying 1500 mm dia. all welded M.S pipeline, mortar lining and other allied
civil works. This work is to be carried out for a length of about 4.1 km. Pipe
line is to be laid by excavation on existing roads which were improved in
cement concrete/ paver block/ asphalt.

The Tenderers / bidders should note following points carefully before quoting:

1) For execution of laying of proposed 1500 mm dia M.S.W.M, 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 followups
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 responsibility 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 Hydraulic 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 of the utilities, same will have to be
repaired / reinstated by the contractor at his cost immediately and no extra
payment will be made to the contractors.

3) Existing Cross Drainage works/Drains etc may required to be crossedby 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 utilities, same will have to be
repaired / reinstated by the contractor at his cost immediately and no extra
payment will be made to the contractors.

3AHowever, M/s. Tata Powers, High voltage oil filled/Gas filled power cables are required to
be crossed at some locations. The surrounding portion of these high voltage oil filled/Gas
filled cables are provided with Blended Sand and metal. 1500 mm dia water main will have
to be laid across and along these High voltage cables and hence, the item of wooden shoring
to protect existing High voltage power cables surrounded with blended sand, metal has been
considered provisionally in the estimate. However, the contractor has to take all
precautionary, safety and preventive measures/steps to safeguard these high voltage cables
during the execution of the work. Also, the directions of authority concerned with regards to
safety of the power cables will be binding on the contractor and no claim whatsoever arising
125
out of the said additional precautionary works which may required to be carried out will be
entertained on any account. The bidder shall carefully evaluate this constraints and submit
their bid accordingly.

4) It is to be ensured by the contractor that all valve chamber covers shall flush
with the top of the existing road.

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) Due to space constraint on site, the contractor has to removeall excess/


surplus excavated material whatever it may be immediatelyfrom the
excavated trenches and should dispose off as directed by obtaining necessary
permissions, if required.

7) The width of strip of road available for laying the 1500 mm dia pipeline is
about 2.5 to 3.5 meters in general. The pipe line may required to be laid by
cutting soft/ hard rock & a large volume of excavated material is expected to
be generated.

8) 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 machineries & equipments, or any other mechanical means
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.

9) 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.

10) 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.

126
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.

11) The warranty period of valves will however commence from the physical
completion of entire work under the contract.

12) 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.

13) As stated in scope of the tender, this tender covers the work ofproviding and
laying 1500 mm dia and short segments of smaller dia. all welded M.S / D.I /
C.I pipeline , necessary mortar lining & its allied civil works.
The work of interconnections / cross Connections of 1500 mm dia / or any
other dia.major trunk mains shall have to be done in restricted time limit as
the existing trunk mains are live ones and it is to be carried out only after
isolation for very restricted time period is permitted by Hydraulic Engineer.

The tenderers / contractors should note following points carefully before


quoting.

9.5ASSISTANCE FOR THE ENGINEER'S STAFF:

The Contractor shall provide all necessary assistance to the


Engineer‟sRepresentative and his staff in carrying out their duties of
checking,setting out, inspecting and measuring the works.The Contractor
shallprovide surveyor, staff men, office attendants and labourers as may
beneeded 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 madeon this account.

9.6SAFETY MEASURES AND SERVICES:

127
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.

9.7 IDLE CHARGES:

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

9.8 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 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

128
9.9MILD 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) andM.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.

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

129
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.

F-3 Stacking of Plates and Other structural Steel in the Contractor‟s


/Nominated fabrication factory and inspection and testing of thesame:

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 minimum


1200 mm Dia. M.S pipes by longitudinal and circumferential welding process
only. Spiral welding for M.S. pipes will not be allowed.

130
The fabrication factory shall have Hydraulic testing machines for minimum dia.
upto 1800 mm 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.

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.

131
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.”

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

132
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 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:

133
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 done through
reputed welder only and supportive documents to that effect should be submitted
to siteincharge.

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

134
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.

9.10MORTAR LINING SPECIFICATION:

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 forunderground
and above ground pipeline.
ii) Cleaning the internal surface of pipelines.
iii) Providing cement mortar lining (Hand lining and machine lining) to
underground and above aboveground pipelines.
iv)Painting the pipelines on sides of line valve, expansion joints, saddlesof
manholes, Air valves, Scour valves etc.
v) Testing the lined surface.

135
vi) 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.

3) PLANT AND EQUIPMENT

3.1 The Contractor shall use on the work the plant and equipment thatshall be in
good working condition and shall be sufficient and appropriate for the rate of
progress expected on the work.

3.2If during the execution of the work, it is found that the plant and equipment is
inefficient, inappropriate or insufficient, the Engineershall 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.

136
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 the relevant clauses/


conditions of G.C.C in force and amendments thereof.

4) MATERIALS

4.1 General.

4.1.1 Portland cement conforming to IS: 8112 shall be used by thecontractor.

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 samebefore using
it on works.

The Contractor should arrange to receive / procure oven dry sand in gunnybags or
paper bags each not weighing less than 50 Kg beforeit 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 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.

137
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 manner 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 silosspecially
constructed for the purpose in such a manner as to preventdeterioration due to
moisture or intrusion of foreign matter. The weatherproof 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 theEngineer 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

138
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 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


Substances
by weight
Shale 1%
Clay lumps 1%
Mica and deleterious substance other than
2%
shale and clay lumps
139
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.

U.S. Indian
Percentage by weight
Standard Standard Sieve Size
passing
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

140
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 basisof this
proportion.

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 mixing shall be used.

141
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/cm2and 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 thickness. This will be
measured on the pipe plate where there are no joints or deformation in pipe more
than 5% in dia.

142
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 excavatethe
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.

6.1.3All excavated material shall be removed immediately after excavationto a


place shown by the Engineer. This will keep the site of workclean and neat. It
shall not cause additional hindrance to the traffic if any. The excavated material
transported to the dumping site shall belevied to the satisfaction of the Engineer.
The material for refilling shall be provided by the contractor at his cost.

6.1.4The trench shall be properly fenced and lighted during pendency of the work
to the satisfaction of the Engineer.

6.1.5All 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:

6.2.1The 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.

143
6.2.2Depending 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.

6.2.3The 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.

6.2.4The 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 accessopening shall
be the maximum length possible and the cleaning andlining 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 devicesshould 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 Aftercleaning 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.
8.2The 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.
144
8.3 The tenderer shall designate the type (or types) of the machine, heproposes to
use & shall present 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 internal 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 following 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 shoulders. 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.
8.6The cement mortar lining machine shall move ahead of lining, so that nothing
will come in contact 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 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 machine 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 pipeline 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.
8.11If 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,

145
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 befree fromdefective
material and workmanship 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.

9.2The 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.

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.

11.2 Upon 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
146
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.Sspecifications 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.

9.11 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:

147
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
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.

148
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.

6. DOCUMENTS TO BE SUBMITTED:

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.

149
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 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.

150
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 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 machine 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.

151
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 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

152
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.

9.12 ADDITIONAL CONDITIONS FOR MICRO TUNNELING WORK


(Not applicable for this tender hence deleted)

9.13SPECIFICATIONS

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.

9.14ADDITIONALSPECIFICATIONS

A Storm Water Drain Works:


9.14.1 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.

9.14.2 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.

9.14.3 The coffer dams should be constructed as found necessary for


proper progress of the work and approved by the Engineer.

9.14.4 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 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.

153
9.14.5 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.

9.14.6 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.

9.14.7 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.

9.14.8 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 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.

9.14.9 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.

154
B Water Main Works:

9.14.10 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.

9.14.11 If a part of a completed line is required for commissioning, the


same shall be handed over to the Corporation after specified testing.

9.14.12 No extra payment for carrying the material by head load to work
site shall be considered under any circumstances.

9.14.13 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.

9.14.14 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.

9.14.15 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.

9.14.16 The contractor shall provide M.S plates at his cost 20mm.thick 3 m
x 2 m or 4 m x 2 m or of any other size as directed for covering the
trenches temporarily, as directed by the Engineer.

155
SECTION 10
ANNEXURE„A‟, AGREEMENT FORM,
PROFORMA FOR BANKER‟S
GUARANTEE, FORM OF TENDER.

156
10.1ANNEXURE – A

1) Earnest Money

a) Name of Ward : „F/S‟ ward

b) Estimated cost of Tender Part „A‟ : Rs. 531764406.00


Part „B‟ : Rs 93161700.00
Total of Part A & Part B :Rs. 624926106.00

c) Earnest Money
(1% of the Estimated Cost of the tender) : Rs. 62,50,000=00

2) Definition : The Engineer for this


work is Hydraulic
Engineer (H.E).

3) Security Deposit Amended : 10% of the Contract Sum

a) Contract Deposit : 5% of the Contract Sum

b) Retention Money : 5% of the Interim


payment.

Note: The retention money will be released as per the G.C.C clause as
amended. However, the tenderer should note that the release of the
retention money will be effected based on completion of D.L.P of the
respective work and as per tender conditions.

4) Contract Period : Period of completion.


Twenty Four (24) Months
(Excluding Monsoon)

1) Contract as a whole :

2)

3)

157
5) Defect Liability Period : mentioned as under

a) For laying of water mains &its allied : One Year (12 months) from the
works date of Hydraulic Testing of
the newly laid water main.

b) For Reinstatement work (other than : Three Years (36 months) from
C.C.Road) the date of completed
reinstatement work during the
prevailing fair season.

c) For Reinstatement work (in Cement : Five years (60 months) from
Concrete Road) the date of completed
reinstatement work during the
prevailing fair season.

6) Supervision Charges : Ten percent (10%)

7) Advances (Recovery of advances) : as per G.C.C

Signature of Issuing Officer Signature of Contractor

Date: _____________

158
10.2 AGREEMENT FORM

STANDING COMMITTEE RESOLUTION NO. ______________________


CONTRACTFORTHEWORKS __________________________________
(As on cover page).

THIS AGREEMENT is made on this day of month Two Thousand and


______________________________________________________________
Betweeninhabitants of Mumbai, carrying the business at
______________________________________________________________
in Mumbai under the style and name of Messer
_____________________________________________________________
(Hereinafter called the „Contractor‟) of the part and Shri
______________________________________________________________
________________________________________________________________
_______the Dy. Municipal Commissioner (hereinafter called the Commissioner)
in which expression are included unless the inclusion is inconsistent with the
context of meaning thereof, his successor or successors for the time being
holding the office of the Dy. Municipal Commissioner 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 of the Corporation).

NOW THIS AGREEMENT WITNESSETH as follows:

1. In this agreement, works and expressions shall have the same


meanings as are respectively assigned to them in the General
Conditions of Contract for works in force with amendments upto
date herein after referred to and shall be deemed to form and read
and construed as part of this agreement.

2. The following document shall be deemed to form and be read and


construed as part of this agreement viz.
a) The said Tender Document.
b) The Drawings.
c) The Specifications, technical details of Butterfly Valve and
Sluice Valve acceptance and other items etc.
d) The General Conditions of Contract for Civil work in force
with amendments up to date.
e) The instructions/Special instructions/directions and important
points to tenderers & Special Conditions (if any) of contract.
f) The Bill of Quantities and the schedules of Rates.

159
g) Annexure‟A‟ & specific works details
h) Post qualification instructions
i) Corrigendum/addendum and clarifications if any
j) Any other documents listed in contract data as forming part
of the contract.

3. In consideration of the payments to be made by the Commissioner


to the contractor as herein after 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 contracts.

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 sent their respective
hands and seals) the day and year above written.

Signed and delivered by the contractors _________________________

Trading under the name and style of

Contractors
In the presence of

Full name ____________________

Address _____________________

____________________________

Signed by the Deputy Municipal Commissioner ______________________

Deputy Municipal Commissioner (S.E.)

In the presence of ____________________


__________________________________

160
The Common seal of the Municipal Corporation
of Greater Mumbai was hereunto affixed on
the ___________ day of 2013 ____ in the
presence of two Members of Standing
Committee of the Corporation.

1) _______________________ 1)
_________________________
____________________________
_________________________

2) ________________________ 2)_______________________

and in the presence of the Municipal


Secretary.
Municipal Secretary

161
10.3 PRO-FORMA FOR BANKER‟S GUARANTEE

(As per Stamp duty Act applicable, Stamp duty will be paid by the
contractor on all types of Bank Guarantees.)

KNOW ALL MEN & THESE PRESENTS WITNESS that WE


-------------------------------------------------------------------------------------------------
-----------BANK, a Banking Corporation constituted by the Banking Companies
(Acquisition and Transfer of Undertakings) Act, 1970 carrying on the business
of Banking in Mumbai and at other places in India & having its Head Office at--
---------------------------------------------------------------------------------------------
herein after referred to as „ the said Bank‟ SEND GREETINGS.

WHEREAS the Municipal Corporation of Brihan Mumbai hereinafter


referred to as M.C.G.M has invited tenders for execution of work
of_______________________ hereinafter referred to as the said works.

AND WHEREAS Shri/Smt/M/S ----------------------------------- has /have


responded to the said tender & having been declared as the successful tenderer
has/have agreed to execute the contract for the said work as per terms and
conditions of tender document.

AND WHEREAS the term of the tender document require that the
successful tenderer shall furnish to the M.C.G.M. a Contract Deposit of R/s -----
---------------(Rupees------------------------------------------------------------------------
-------------------) for faithful compliance of the terms & conditions contained in
the tender document, the work awarded under the tender and the agreement
dated--------------------------

We, ___________________________________________________ Bank


do hereby undertake to pay on demand to the Municipal Corporation of Brihan
Mumbai an amount not exceeding R/s ----------------- (Rupees-----------------------
---------------------------------------------) if Shri/ Smt./M/s ----------------------------
------------------------------------commits any breach of any of the terms and
conditions contained in the tender document, does not faithfully execute with the
work awarded under the tender, and commits breach of and agreement executed
on----------------- with Deputy Municipal Commissioner (Special Engineering)
of the Municipal Corporation of Brihan Mumbai hereinafter referred to as
D.M.C.

We, ______________________________________________ do hereby undertake


and agree to pay to the Municipal Corporation of Brihan Mumbai without demur, merely on
demand by the Deputy Municipal Commissioner of the Municipal Corporation of Brihan
Mumbai, the amount due under this guarantee. Any such demand made on the Bank shall be
convulsive as regards the amount due & payable by the Bank under this guarantee. However,
our liability under this guarantee, shall be restricted to an amount not exceeding Rs -------------
----- (Rupees-----------------------------------------------------------------)

162
We, --------------------------------------------------------------------------- Bank hereby
further agree that the Guarantee herein contained shall remain in full force & effect during the
period and till the work awarded under the tender is faithfully executed, the obligation under
the tender document & the agreement dated ----------------- is discharged by Shri/Smt/M/S ----
------------------------------------------------------------ to the satisfaction of the Deputy Municipal
Commissioner of the Municipal Corporation of Brihan Mumbai.

We, --------------------------------------------------------------- Bank further agree &


undertake to extend the period of this guarantee from time to time.

We, -------------------------------------------------------------------------------- Bank hereby


further agree with the Deputy Municipal Commissioner or his successor or successors that the
Municipal Corporation of Brihan Mumbai shall have the fullest liberty without our consent
and without affecting in any manner our obligations here under to vary any of the terms &
conditions of the tender document, the agreement dated ----------------- and the contract
entered into with the -------------------------------------- of the Municipal Corporation of Brihan
Mumbai by Shri/Smt/M/S ---------------------------------.

We, ------------------------------------------------------------------- Bank further undertake


not to revoke this guarantee during its currency, except with the previous consent of the
Deputy Municipal Commissioner of the Municipal Corporation of Brihan Mumbai in writing.
Dated this------------------- day of ---------------------------------------------

WITNESSES: BANK

(Strike out which is not necessary.)

163
10.4 FORM OF TENDER

To,
The Municipal Commissioner of Greater Mumbai,

Sir,

1. I/we have read and examine the following documents relating to the
work of
………………………………………………………………………
………………………………………………………………….

(a) Notice inviting Tender.


(b) Important points.
(c) Post Qualification.
(d) Instructions/directions to Tenderers.
(e) Instruction to Tenderers, conditions to the Tenderers.
(f) Special instructions to Contractors.
(g) General conditions for contract for Civil Works (with up-
to-date Amendments).
(h) Related Drawings.
(i) Annexure-A & Works specific details.
(j) Bill of quantities and rate
(k) Corrigendum/addendum and clarifications if any
(l) Any other documents listed in contract data as forming part of
the contract.

(1A) I/We
…………………………………………………………………………….
(Full name in capital letters starting with surname), the Proprietor
/Managing Partner / Managing Director/Holder of the Business for the
Establishment /Firm /Registered Company, name herein below, do hereby
offer to the execution of above work
………………………………………………………………………………
………………………………………………………………………………
…………………… referred to in the specifications and schedule to the
accompanying form of contract at 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 M/S


……………………………………………………………………. do
hereby state and declare that I /We, whose names are given herein below in
details with the address, have not filled in this tender under any other name
or under the name of any other establishment/ firm or otherwise nor are we
164
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 here by Tender for the execution of the work referred to in the
aforesaid documents, upon the terms and conditions, contained or
referred to therein and in accordance in all respect with the
specification, design, drawings and other relevant details.

* At the rates entered in the aforesaid bill of quantities and rates.


* At the rates entered in the aforesaid bill of quantities and rates
adding thereto /deducting there from …………… percent (in
words…………………………………. …
* Tenderer strike out whichever is not applicable.
On
…………………………………………..work or at such other rates as may be
fixed under terms and conditions of contract and within the period /s
of completion as stipulated in Annexure-A.

3. According to your requirement for payment of earnest money


amounting to ………………………is enclosed in packet „A‟.

4. I/we here by request you not to enter into a contract with any other
person/s for the execution of work until notice of non-acceptance of
this tender has first been communicated to me /us, and in
consideration of your agreeing to refrain from so doing I/We agree
not to withdrawal the offer constituted by this Tender before the date
of communication to me /us such of notice of non-acceptance, which
date shall be not later than 15 days from the date of decision of the
standing committee or Education Committee of the Corporation, as
may be required under the Mumbai Municipal Corporation Act, not
to accept this Tender. (Subject to conditions below).

5. I/We also agree to keep this Tender open for acceptance for a period
of 120 days from the date of opening of the packet “A‟ and not make
any modification in terms and conditions which are not acceptable to
the Corporation.

6. I/We agree that the Corporation shall, without prejudice any other
right or remedy, be at liberty 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 to 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.

165
7. I/We here by 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 registered ourselves as “


Employer” with the „ Mumbai 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 Mumbai Iron and Steel unprotected workers
Scheme 1970.

9. I/We M/S
……………………………………………………………..have filled
in the accompanying Tender with full knowledge of liabilities and
therefore we will not raised 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 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 t 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 Corporation”.

11.I/We further agree to take out before starting the work all insurances
to be effected on behalf of the Corporation valid up to 12 months
after completion of work from the Directorate of Insurance
Maharashtra State, Griha Nirman Bhavan (MHADA), 264, 1 st Floor,
Opp. Kalanagar, Bandra (E), Mumbai – 400051 only. If in any case
the insurance cover is not offered by the Maharashtra State Insurance
Funds then I/We agree to take out cover from insurance company
/companies approved by the Maharashtra State Insurance Fund.
1. Category in which registered

Bankers………………………

2. Class in that category

Branch………………………...

166
3. Registration no. Account

No…………………...

4. Validity of Registration.

The information regarding Tenderer‟s status

(1) (a) Whether it is proprietary concern ?

(b) If so, name of the owner.

(1) If is a partnership concern. Please furnish


name of each partner and copy of
registration certificate.

(2) In case of company, Please furnish


documentary proof to show that
the company is registered.

Office Address:
………………………………………
………………………………………
Yours Faithfully,
Trading under the style & name of

Contractors
Signature of the Tenderer of the
Firm.

Full name and residential address of all the partners constituting the firm.

1.___________________________________

2.___________________________________

3.___________________________________

4.___________________________________

5.___________________________________

167
Note: The Tender must give full details about the names and private residential
addresses of all the partners constituting the firm and the required information as
detailed above.

Tenderers not complying with this should note that their Tender shall be
rejected out right if these details are not mentioned at this page.

168
SECTION 11
PROFORMA FOR THE UNDERTAKING
TO BE SUBMITTED BY THE
TENDERER,&APPENDIX-II.

169
11.1 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 executed 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 captioned 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 executed 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 approved 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 Company 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,

170
Signature
Rubber Stamp.

11.2APPENDIXES - II

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.

171
SECTION 12
LIST OF APPROVED BANKS, ASPHALT
PLANTS, RMC PLANTS, PAVER
BLOCKS, MANUFACTURERS OF PIPES,
SPECIALS, B.F.V, S.V, FIRE HYDRANTS
… ETC.

172
12.1 LIST OF APPROVED BANKS:
1. The following banks with their branches in Greater Mumbai and up to
Virar and Kalyan have been approved only for the purpose of accepting
Banker‟s Guarantee from 1997 – 1998 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 branch of the same bank, within the
Mumbai limit categorically endorsing thereon that said Banker‟s 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 Banker‟s Guarantee.
3. Follwing is the list of Approved banks:
A) S.B.I and it‟s subsidiary
b. banks: C) Scheduled Commercial Banks
State Bank of India Bank of Madura Ltd
State Bank of Bikaner and Jaipur Bank of Rajasthan Ltd
State Bank of Hyderabad Banaras State Bank Ltd
State Bank of Mysore Bharat Overseas Bank Ltd
State Bank of Patialaa Catholic Syrian Bank Ltd
State Bank of Saurashtra City Union Bank Ltd
State Bank of Travankore Development Credit Bank
State Bank of Indore Dhanalaxmi Bank Ltd
Federal Bank Ltd
B)Nationalised Banks IndsInd Bank Ltd
Canara Bank I.C.I.C.I Banking Corporation Ltd
Andhra Bank Jammu and Kashmir Bank Ltd
Bank Of Baroda Karnataka Bank Ltd
Bank Of India Karur Vysya Bank Ltd
Bank Of Maharashtra Kotak Mahindra Bank
Central Bank of India Bank of Madura Ltd
Dena Bank Bank of Rajasthan Ltd
Indian Bank Banaras State Bank Ltd
Indian Overseas Bank Bharat Overseas Bank Ltd
Punjab National Bank Catholic Syrian Bank Ltd
Punjab And Sindh Bank Laxmi Vilas Bank Ltd
Syndicate Bank Nadungadi Bank Ltd
Union Bank Of India Ratnakar Bank Ltd
Vijaya Bank South Indian Bank Ltd
UCO Bank S.B.I Commercial and Int. Bank Ltd
United Bank of India Tamilnadu Mercantile Bank Ltd
Corporation Bank Vaishya Bank Ltd
Allahabad Bank H.D.F.C Bank Ltd
Oriental Bank of Commerce I.D.B.I Bank Ltd
Axis Bank Ltd
D) Scheduled Urban Cooperative
E) Foreign Banks
Banks
173
Abhyudaya Co-op Bank Ltd Th The Royal Bank of Scotland Bank (N.V)
Bassein Catholic Co-op bank Ltd American Express Bank Ltd
Bharat Co-op Bank Ltd ANZ Grindlays Bank
Mumbai Mercantile Co-op Bank Ltd Bank of America N.T & S.A
Cosmos Co-op Bank Ltd Bank of Tokyo Ltd
Greater Mumbai Co-op Bank Ltd Bank Indosuez
Maharashtra State Co-op Bank Ltd Banque Nationale de Paris
Mumbai District Central Co-op Bank Barclays Bank
Janata Sahakari Bank Ltd City Bank
Hongkong & Shanghai Banking
North Canara G.S.B Co-op Bank Ltd
Corporation
Rupee Co-op Bank Ltd Mitsui Taiyokobe Bank Ltd
Saraswat Co-op Bank Ltd Standard Chartered Bank
Shamrao Vitthal Co-op Bank Ltd Cho Hung Bank
The Mahanagar Co-op Bank Ltd
Citizen Co-op Bank Ltd
Sangali Urban Co-op Bank Ltd
Punjab & Maharashtra Co- op Bank Ltd
Jankalyan Sahakari Bank Ltd
Yes Bank Ltd
Thane Janata Sahakari Bank Ltd

12.2 List of Approved Asphalt Plants for Supplying Asphalt Mixes to works of
M.C.G.M.

a. Plants situated within Greater Mumbai Limits.


Sr.
Name and Address of Plant Location of Plant
No.
42A,Damu Pada,
M/S. Sunrise Stone Industries,42A,Damu Pada, Akurli
Akurli Road,
1 Road, Kandivali (E) Mumbai:400101. (Off.):
Kandivali(E)
26130464Plant:28884288/2891815/28894288.
Mumbai:400101

Plot No.B-63,
M/S. Bharat Construction Co. (Mumbai) Shop No.-12,
Veera Desai
Viral Appartment,50, S.V. Road, Andheri(W) .
2 Road, Amboli,
Mumbai:400058..(Off.):26285709/26281976/26243352.
Andheri (W).
Plant:26288771
Mumbai:4000060

2-A,Damu Pada,
M/S. Ramesh &Associates ,5 Swami Sadan M. G. Road
3 Kandivali (E)
Kandivali (W) . Mumbai:400091. .(Off.):28625955
Mumbai:400101

174
Chavinvali
M/S. Supreme Infrastructure (India) Private Limited, 8,
Behind
4 Bhavani Service Industrial Estate, I. I. T. Powai,
Hiranandani
Mumbai:400076.(Off.):25783549
Complex Powai .
42-A,Damu Pada,
M/S Amar Construction Corporation, Shop No.13,
Akurli Road,
5 Moonlight Shopping Centre, M.V. Road, Andheri(E) .
Kandivali (E)
Mumbai:400069..(Off.):26841465. Plant:28872953.
Mumbai:400101
M/S. Kiran Construction Co. (Mumbai) B-1/6, Veena
Akurli Road,
Vadini Co-Op. Hsg. SOC. ,M.G. Road Goregaon (W) .
6 Kandivali (E)
Mumbai:400090. (Off.):28722698/28733744
Mumbai:400101
Plant:28874702
42-A,Damu Pada,
M/S. New Infrastructure Private Limited, 35, Ram Nagar
Akurli Road,
7 Bldg. No. 2, Ram Nagar OFF S. V. Road,
Kandivali (E)
Mumbai:400092.(Off.):28079961.
Mumbai:400101
Near Anik Bus
Depot, Opp.
Shirke Cement
M/S. Relcon Infrastructure Private Limited, 105/C,
Bldg. Plant, Phase
8 Shyam Kamal, 1 st. floor, Agarwal Market, Vile Parle
IV, Sion,
(E), Mumbai:400057.(Off.):26141088/26130464.
Koliwada
Connector Road,
Wadala, Mumbai.

a. 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.
Hill,Navi Mumbai.
(Off.):26130464Plant:28884288/2891815/28894288.
M/S. Dynasty Engineering & Construction Co.,
105/C, Shyam Kamal, 1 st. floor, Agarwal Market, Nagla Bunder,
2 Vile Parle (E), Ghodbunder Road,
Mumbai:400057.(Off.):26141088/26130464. Dist. Thane.

M/S. G.L. Construction Pvt.Ltd.,” Gokul Arcade-B”,


Bounsari Village
Subhash Road, Near Garware Vile-Parle (E)
D.Y. Patil Quarry,
3 Mumbai:400057. (Off.):28395099/28239368
Turbe Hill,Navi
Plant:27611495.
Mumbai.
M/S. Surface Road Construction D-30/004, Yogi Nagla Bunder,
4 Vaibhav Society, Yogi Nagar, Eksar Road, Borivali Ghodbunder Road,
(W) Mumbai:400091. (Off.):30903429/28898878 Dist. Thane.
175
S. No. 387, Village,
M/S. Shree Krishna Construction,6, Shyam Kunj,
Dahisar
5 Vikroli (E) Mumbai:400083.
Mori,Post.Dahisar
(Off.):25742880/25747710 Plant:27873972.
Dist. Thane.
M/S. Apex Infra Tech (P) Ltd.,102, Harsha,7
323, A, Shirvane
Bungalows, Andheri (W),) Mumbai:400081.
6 Village,Navi
(Off.):26205178/26206808.
Mumbai.
Plot No. 387, Near
M/S. Motivate Engineers and Infrastructure (P)
Ganesh Temple Mr.
Ltd.,A-603,Kent Enclave, Haridas Nagar, Near
7 Tarmat Pitzer Road,
Shimpoli, Borivali (W) Mumbai:400092.
Turbe Hill,Navi
(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.

12.3 List of Approved Manufacturers of Interlocking Paver Blocks

Sr.
Name and Address of Plant Location of Plant
No
M/S. Conwood Pre Fab Pvt. Ltd.
Conwood House, Yashodham, Palghar Manor,
1
General A.K. Marg, Goregaon (E),) Dist. Thane.
Mumbai:400063. (Off.):28402304
M/S. Unitech Prefab Ltd.,
Unit 11 &12, Nahar & Sheth Ind. Premises,
Andheri (E,) Mumbai: 400090.
2 (Off.):26910055/26910057/ 26910058 Taloja

M/S. Rina Cement Product,


3 14-B, Ranjit co-op Hsg. Soc., Sarojini Naidu
Road, Mulund (W), Mumbai:400080.
176
(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.

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.

12.4 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.
Name and Address of Plant Location of Plant
No
M/S. Godrej & Boyce Mfg. Co. Ltd.,
Off. LBS Marg,
1 Phirojsha Nagar, L.B.S. Marg Vikroli (W),
Vikroli (W).
Mumbai. (Off.): 55962020/55181725.
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
Near K.J. Somaiya Trust Hospital Compound,
3 Trust Hospital
Ayur Vihar, plot no.C.S.2&2/2, E.E. Highway
Compound, Sion.
,Sion, Mumbai:400027.
177
(Off.):24025744/24025715
M/S. Manjalankal Const.
Durga Mix,RG-4,Opp. American School of Bandra Kurla Complex,
4
Mumbai, Bandra Kurla Complex, Bandra(E), Bandra(E).
Mumbai:400051. (Off.):26526015/26541010.
M/S. Larson & Tubro Ltd.,
ECC Division, RMC Plant Opp. I.I.T. main
5 gate, Tirandaj Village, Powai Powai Vikroli.
Mumbai:400076. (Off.):26526015/26541010.

M/S. Tarmac( India) Pvt. Ltd.,


96, Ghatkopar Mankhurd Link Road,
Conwood House, NPIL Container Yard, Ghatkopar Mankhurd
6
Chembur, Mumbai:400043. Link Road, Chembur.
(Off.):25774385/26965200.

MMRDA plot, opp.


M/S. Saket Engineering Const. Co.
Imax Theatre,Anik
Malviya Road C.H.S.Ltd., Plot No. 861-A,
Wadala
7 Vallabh Nivas no.2,Malviya Road Vile-Parle
Road,Mumbai:400037.
(E), Mumbai:400057.(Off.):220551085.

M/S. RMC Readymix (India) Pvt. Ltd.,


Plot No. 71, Govt. Ind.
Plot No. 71, Govt. Ind. Estate,Charkop,
Estate,Charkop,
8 Kandivali (W), Mumbai:400067.
Kandivali (W),
(Off.):28699596/28699660.
Mumbai:400067.
M/S. Mahavir Roads and Infrastructure Pvt.
Ltd. 5, Basement, Vasant Industrial Estate, Survey No. 387,Past
9 Saki Vihar Road Sakinaka,Mumbai:400072. Pfizer Road, Turbe
(Off.):26130464 Hill,Navi 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
(Off.):25783549
Powai .

Plot No.472,Opp.Text
M/S. Surface Road Construction Tube Factory Near
D-30/004, Yogi Vaibhav Society, Yogi Nagar, Garuda Petrol Pump,
11
Eksar Road, Borivali (W) Mumbai:400091. Charkop Ind. Estate,
(Off.):30903429/28898878 Kandivali (W)
Mumbai:400091.
M/S. Spec Concrete Pvt. Ltd., End of Tulsi Pipe Road,
12
Panchratna,29/B,Jawahar Nagar,1st.Floor,Off Police Quarters,
178
S.V. Road Goregaon (W), Mumbai:400062. Mahim, Mumbai-
(Off.):28724781/28737963/30934749 400016.
M/S. RMC Ready Mix (India) Pvt. Ltd., MMRDA plot, opp.
101, Daksha Plot No.2, Sector 11, CBD Imax Theatre,Anik
13
Belapur, Navi Mumbai. Wadala
(Off.): 27577561/27573775/27573772. Road,Mumbai:400037.
M/S. Tarmat Infrastructure & Engineering Pvt.
Ltd.
General A.K. Vaidya Marg, Near Wageshwari
14 Goregaon (E).
Temple, Goregaon (E), Mumbai: 400063.
(Off.):28402130/28401180
(validity up to 30.6.2005).
M/S. Reliance Const. Co., MMRDA plot, opp.
105/C Shyam Kamala. 1st Floor, Agarwal Imax Theatre,Anik
15
Market, Vile-Parle (E), Mumbai: 400057. Wadala
(Off.):220551085. Road,Mumbai:400037.
BEST Authorities Plot,
M/S. Reliance Const. Co., 105/C Shyam
Kandarpada, Dahisar
16 Kamala. 1st Floor, Agarwal Market, Vile-Parle
(W),Mumbai.
(E), Mumbai:400057.(Off.):220551085.
M/S. Bharat Construction Co. (Mumbai)
Shop No.-12, Viral Appartment, 50, S.V.
Plot No.B-63, Veera
Road, Andheri (W), Mumbai: 400058.
Desai Road, Amboli,
17 (Off.): 26285709/ 26281976/ 26243352.
Andheri (W).
Plant:26288771
Mumbai:4000060

M/S. PBA Infrastructure Ltd.,


611/3,V.N.Purav Marg, Chembur,
S.No.203, Bonsai
18 Mumbai: 400071.
Village.
(Off.):55973767.

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.

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.

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.

179
Note: The tests to be carried out in the above laboratory shall be restricted
to max. 20% per project.

12.5 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)
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.)

180
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

181
SECTION 13
SCHEDULE OF FEES FOR TESTING

182
13.0 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
Rate in
Reference/ of
Sr.No Description (Rs) /
Standard samples
Test
required
A Aggregate (Coarse& Fine)
IS 2386:Part I-
1963,IS 383-
Sieve Analysis (dry)/Fineness
1 1970 MORTH 400/- 20 Kg
modulus
4th
Revision,2001
2 Silt Content 500/- 2 Kg
IS 2386:Part
3 Specific Gravity 450/- 1 Kg
III-1963
IS 2386:Part
IV - 1963
4 Impact Test MORTH 4th 500/- 10 Kg
Revision,
2001.
Crushing Value/ 10% Fine 10 Kg
5 600/-
Value
6 Los Angeles abrasion Value 900/- 10 Kg
IS 2386 : Part
III - 1963,
7 Water absorption 450/- 1 Kg
MORTH - 4th
Revision,2001
IS 2386 : Part I
- 1963,
8 Flakiness Index 400/- 10 Kg
MORTH - 4th
Revision,2001
9 Elongation Index 400/- 10 Kg
Combined Flakiness &
10 800/- 20 Kg.
Elongation Index

B Asphalts
a) Asphalt
IRC 27 - 1967,
Macadam/Bituminous 7 Kg. See
11 MORTH - 770/-
Macadam, Asphalt Mixes Note - 2
2001
(Extraction& gradation )
b) Seal Coat (Extraction& Specification 770/- 3 Kg. See
183
gradation ) MORTH - Note - 2
2001
Specification
Binder Course (Extraction& 7 Kg. See
12 1100/-
gradation, Density, Voids ) Note - 2
Asphalt Concrete/Bituminous 7 Kg. See
Concrete/Dense Bituminous Note - 2
Macadam, Semi Dense
IRC 29,
Bituminous Concrete /Polymer
MORTH -
13 Modified Binder(PMB)/Crumb 1950/-
2001, IRC-SP-
Rubber Modified
53-1999
Binder(CRMB)(Extraction,
Gradation, Density, Voids,
Flow Value ,Marshall Stability
2
specimen
each of 10
Mastic Asphalt (Extraction& IS 5317-1987,
14 1000/- cm dia or
gradation, hardness no ) IS 1195-1978
10 cm²
2.5/thick
cm
1100/-
for first
IS 2720 : Part
test and
Field Density of Asphalt 28, 1974
15 Rs 550/-
Mixes/Soils (Reaffirmed
for each
1995)
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.,
Asphalt
Job mix formula for Asphaltic 25kg F.A.,
19 Institute 10000/-
mixes 10kg
Manual MS-2
filler, 5kg
bitumen.)
(1 Kg.
CRRI Bitumen
20 Presence of antistripping agent 450/-
Specification from plant
(Sealed)
Effectiveness of antistripping 1 Kg. in
21 770/-
agent wide
184
mouth
bottle
1 Kg. in
wide
22 Ductility test of bitumen IS 1208-1978 770/-
mouth
bottle
1 Kg. in
wide
23 Flash Point & Fire Point ASTM 450/-
mouth
bottle
1 Kg. in
Loss of heating, Thin Film wide
24 IS 1212 770/-
Oven Test mouth
bottle
1 Kg. in
Elastic recovery of half thread
IRC : SP : 53 : wide
25 in Ductilometer at 15ºC on 770/-
2002 mouth
PMB/CRMB
bottle
C Soils
IS 2720 : Part
26 Specific Gravity 450/- 1 Kg
3 -1980
27 Bulk Density 280/- 2 Kg
IS 2720 : Part 2 Kg. See
28 Natural moisture content 220/-
2 -1973 Note - 9
IS 2720 : Part
29 Liquid limit 400/- 10 Kg
V - 1985
30 Plastic limit 400/- 10 Kg
31 Void ratio (Denity& Sp.Gravity 400/-
IS 2720 : Part
32 Standard Proctor Test 1100/- 20 Kg
7 -1980
IS 2720 : Part
33 Modified Proctor Test 1100/- 20 Kg
8 -1980
IS 2720 : Part
34 Laboratory C.B.R Test 1650/- 25Kg
16 -1987
IS 2720 : Part
35 Dry Sieve Analysis 330/- 25Kg
4 -1985
1100/-
for first
test and
IS 2720 : Part
36 Fiend C.B.R Test Rs 550/-
31 -1990
for each
addl.
Test
1100/-
37 Safe.Bearing.Capacity. ….. for first
test and
185
Rs 550/-
for each
addl.
Test
1100/-
for first
test and
38 Energy criteria Test for piles ….. Rs 550/-
for each
addl.
Test
D BUILDING MATERIALS
Cement
Cement (Initial & Final Setting IS269,IS 8112, 7 Kg. See
39 1400/-
time, Compressive Strength) IS 12269 Note - 6
Bricks
a)Bricks(Set of Ten)
40 (Compression Test & IS 1077-1986 1000/- 10 Nos
Absorption Test)
Steel
Steel bars (6mm dia to 20 mm
dia )(Area on weight basis, 60 cm see
IS 432- 1986
41 Yield Stress/0.02% Proof 900/- note
IS 1786-2008
Stress, Ultimate Tensile 1(c),7.
Strength, % Elongation
Steel bars (Above 20 mm dia
)(Area on weight basis, Yield 60 cm see
IS 432- 1986
42 Stress/0.02% Proof Srtess, 1100/- note
IS 1786-2008
Ultimate Tensile Strengh, % 1(c),7.
Elongation
Concrete
Concrete Cube (Compressive IS 456-2000, 3 Nos see
43 450/-
Strength) IS 516-1959 Note 1(c)
Concrete Beam (Flexure Test) IS 456-2000, 3 Nos see
44 600/-
(10 x 10 x 50 cm) IS 516-1959 Note 1(c)
Concrete Bean (Flexure Test) 3 Nos see
45 600/-
(15 x 15 x70 cm) Note 1(c)
Tiles
IS 1237-
6 Nos for
46 1980,IS 550/-
Tiles (AbrasionTest) each Test
13801-1993
IS 1237-1980, 6 Nos for
47 Tiles (Wet Transverse Test) 550/-
IS 13801-1993 each Test
IS 13603 part See Note
48 Tiles (Abrasion Test) 1100/-
12-1993 14
Wood
186
IS 287-1993
(Reaffirmed See Note
49 Wood ( Moisture content) 450/-
1998) IS 13
11215-1991
Cores
2200/-
C.C.Road Core (Compression IS 456-2000,
50 Per
Test) IS 516-1959
Core
R.C.C Covers
IS 12592 : Part 450/
51 R.C.C.Cover & Dhapa Testing
I , 1998 Each.
R.C.C.Pipes (Hume Pipes)
IS 3597-1998
(Reaffirmed
52 Hume pipe testing
2001), IS
458-1988
Minimum
One pipe
1950/-
a) Upto 600 mm dia of Each
Per Pipe
dia per
Lot
2200/-
b) 600 to 900 mm dia
Per Pipe
2500/-
c) 900 mm & above
Per Pipe
Concrete Paving Blocks
Paver Blocks (As per Road
53
Dept. requirement
BS 6717-1993
ASTM C936 Upto 3
a) Compression test 420/-
IS 1237 BS Nos
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
e) Abrasion Test(Dry See note
1100/-
Condition) no 19
55 Other Charges
Duplicate additional copyof test 30/- Per
report not older than 5 Years Copy
187
Notes:
1. All requests for testing of samples must be made in writing in
duplicate,specifying therein the following information (separate memo
should be sentfor 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
identificationmark, grade of concrete, date of casting, specimen
no. etc. should beengraved on concrete. If these details are
marked by paint, sampleswill not be accepted. In case of
reinforcing bars, details shall bedisplayed on label pasted on bar
and label must be signed by theofficer who has taken samples.

d) Name and full postal address of the officer to whom test result is
to besent.

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

2. Samples must also bear the identification mark and signature of Site in-
charge/ officer taking the sample. in case of samples of asphaltic mixes
sent in polythene bags, a legible-duplicate tag should be stapled from
out side.

3. Quantity of sample must be adequate as shown in schedule and


thespecification with which the samples is to be tested shall be
clearlymentioned 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 except Saturday and between 10:30
a.m. and12 noon on Saturday.

188
5. For issuing additional copies or duplicate copies, Rs.30/- will be
charged for each copy. Request for additional duplicate copy
shouldbe made in writing by site-in-charge or higher officers of
the userdepartment.

6. Cement samples should be forwarded in sealed air tight


container withone 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


forwardedin 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
asper the condition mentioned in the relevant tender. The samples
thus taken shall be sent to the municipal testing laboratory within
4 daysfrom 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.

From the 5th day to 7th day from date of laying of Asphalt mix Rs
A
on site 10000/-
th th
From the 8 day to 14 day from date of laying of Asphalt mix Rs
B
on site 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 contractors bills by the respective user department
189
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.
12) 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.

13) Sample of wood: As per I.S 11215-1991, clause no. 4.2.3.


14) 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.

15) Sample shall be carefully brought and unloaded at Lab without


any defects.

16) 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.

190
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.

191
SECTION 14
BILL OF QUANTITY ( B.O.Q )

192
Municipal Corporation of Greater Mumbai
Hydraulic Engineer's Department
Bill Of Quantity (Abstract)
PART- A
Name of Work : Replacement of 1200 mm dia Old Tansa, New Tansa & 800 mm dia
Vihar main by 1500 mm dia M.S.W.M. from Hindamata Junction upto
Sane Guruji Marg Jn. along Dr. B.A.Road (Phase - II)

Sr.
Item NO. Description Qty Unit Rate Amount
No.
Excavation by
pneumatic breaker
hammer drilling
1 CS-EW-4 6850.00 Cum 873.00 5980050.00
compressor breaker in
bituminous macadam
as per item.
Excavation in
reinforced or pavement,
2 RW-10-55 grade concrete M20 5500.00 Cum 2187.00 12028500.00
and above etc. as per
item..
Excavation for water
bound macadam, wet
3 CS-EW-3 13700.00 Cum 362.00 4959400.00
mixed macadam and
soft rock as per item.
Excavation for
foundation
4 CS-EW-1 55050.00 Cum 220.00 12111000.00
substructures upto 1.5
m etc as per item
Extra over above item
CS-EW-2-
5 CS-EW-1 for lift from 21750.00 Cum 48.00 1044000.00
a
1.5m to 3.0m
Extra over above item
CS-EW-2-
6 CS-EW-1 for lift from 15200.00 Cum 71.00 1079200.00
b
3.0m to 4.5m
Extra over above item
CS-EW-2-
7 CS-EW-1 for lift from 2800.00 Cum 115.00 322000.00
c
4.5m to 6.0m
Extra over the items
CS-EW-7- CS-EW-03 to CS-EW-
8 3900.00 Cum 85.00 331500.00
a 06 for lift from 1.5m to
3.0m.
Extra over the items
CS-EW-7- CS-EW-03 to CS-EW-
9 2700.00 Cum 153.00 413100.00
b 06 for lift from 3m to
4.5m.

193
Extra over the items
CS-EW-7- CS-EW-03 to CS-EW-
10 700.00 Cum 220.00 154000.00
c 06 for lift from 4.5m to
6.0m.
Excavation in hard
rock using splitter
11 CS-EW-5 1450.00 Cum 2229.00 3232050.00
machine upto 1.5m
depth etc as per item
Cutting down stone /
12 RW-7-05 500.00 Cum 212.00 106000.00
brick mesonary work…
Cutting down existing
13 SWD-35 lime or cement 1950.00 Cum 858.00 1673100.00
work…etc
P/L 200mm.thick
14 HE-8-4 handset dry rubble 25500.00 Sqm 205.00 5227500.00
soiling etc.as per item.
P/L M-15 R.M.C. in
15 SWD-15-A foundation including 1825.00 Cu.M 5861.00 10696325.00
boxing…etc
Providing M-20 Ready
16 RW-10-29 mix cement concrete 27575.00 Cu.M 5815.00 160348625.00
encasement…etc

17 HE-2-1-c S/F/T M.S. Pipe…etc

150mm 6 thick 50.00 Rm. 1596.00 79800.00


18 HE-2-1-d 225-250mm 6 thick 50.00 Rm. 2621.00 131050.00
19 HE-2-1-e 300mm 6 thick 50.00 Rm. 3133.00 156650.00
20 HE-2-1-f 450mm 6mm thick 385.00 Rm. 4669.00 1797565.00
600mm dia pipe - 6mm
21 HE-2-1-g 230.00 Rm. 6208.00 1427840.00
thick
22 HE-2-1-i 750mm 8mm thick 120.00 Rm. 10332.00 1239840.00
900 mm dia pipe - 8
23 HE-2-1-k 150.00 Rm. 12430.00 1864500.00
mm thk
1200 mm dia pipe - 12
24 HE-2-1-n 100.00 Rm. 24830.00 2483000.00
mm thk
1500 mm dia pipe - 12
25 HE-2-1-p 2540.00 Rm. 30880.00 78435200.00
mm thk
S/L/T and lowering in
26 HE-1-6-c trenches DI pipes etc.
as per item
150mm, 6mm thick 665.00 Rm. 1661.00 1104565.00
27 HE-1-6-d 250mm, 6mm thick 380.00 Rm. 2844.00 1080720.00
28 HE-1-6-e 300mm, 6mm thick 305.00 Rm. 3565.00 1087325.00
S/F/T M.S. Specials
29 HE-2-2-c
etc. as per the item
150mm, 6mm thick 50.00 Rm. 1637.00 81850.00

194
30 HE-2-2-d 250mm, 6 thick 50.00 Rm. 2688.00 134400.00
31 HE-2-2-e 300mm, 6mm thick 50.00 Rm. 3213.00 160650.00
32 HE-2-2-f 450mm, 6mm thick 35.00 Rm. 4789.00 167615.00
33 HE-2-2-g 600mm, 6mm thick 35.00 Rm. 6367.00 222845.00
34 HE-2-2-j 750mm, 8mm thick 10.00 Rm. 10630.00 106300.00
35 HE-2-2-k 900 mm, 8 mm thk 30.00 Rm. 12749.00 382470.00
36 HE-2-2-m 1200 mm, 10mm thk 30.00 Rm. 21256.00 637680.00
Transporting within 500
meters, laying in
37 HE-2-9-A
position to the correct
line and level..etc
upto 250mm 100.00 MTR 1157.00 115700.00
Above 250mm upto
38 HE-2-9-B 435.00 MTR 1174.00 510690.00
500mm dia
Above 500mm upto
39 HE-2-9-C 350.00 MTR 1183.00 414050.00
750mm dia
Above 750mm upto
40 HE-2-9-D 150.00 MTR 1192.00 178800.00
1000mm dia
Above 1000 mm upto
41 HE-2-10-B 100.00 MTR 1390.00 139000.00
1250 mm dia
Above 1250mm upto
42 HE-2-10-C 2465.00 MTR 1601.00 3946465.00
1500mm dia
Transporting within 500
meters,MS specials
43 HE-2-8-A laying in position to the
correct line and
level..etc
upto 250mm 100.00 Rm. 1331.00 133100.00
Above 250mm upto
44 HE-2-8-B 85.00 Rm. 1351.00 114835.00
500mm dia
Above 500mm upto
45 HE-2-8-C 45.00 Rm. 1361.00 61245.00
750mm dia
Above 750mm upto
46 HE-2-8-D 30.00 Rm. 1371.00 41130.00
1000mm dia
Transporting within 500
meters,MS Specials
47 HE-2-11-B laying in position to the
correct line and
level..etc
Above 1000mm upto
30.00 Rm. 1738.00 52140.00
1250mm dia
Above 1250mm upto
48 HE-2-11-C 75.00 Rm. 2002.00 150150.00
1500mm dia
P/F CI mechanical Joint
49 HE-6-1-c
/Split Collars ….etc.

Provisional Qty.
150 mm dia. 10 Each 8761.00 87610.00

195
50 HE-6-1-e 250 mm dia. 10 Each 13608.00 136080.00
51 HE-6-1-f 300 mm dia. 10 Each 18308.00 183080.00
52 HE-6-1-i 450 mm dia 10 Each 37299.00 372990.00
53 HE-6-1-k 600 mm dia 10 Each 53043.00 530430.00
54 HE-6-1-l 750 mm dia. 10 Each 74078.00 740780.00

P/F CI mechanical joint


55 HE-6-2-d
all Socket Tees …..etc.

Provisional Qty.
150 x 150 x 80 mm
10 Each 6898.00 68980.00
dia.
150 x 150 x 150 mm
56 HE-6-2-f 10 Each 8697.00 86970.00
dia.
250 x 250 x 80 mm
57 HE-6-2-k 10 Each 11948.00 119480.00
dia.
250 x 250 x 150 mm
58 HE-6-2-m 10 Each 13688.00 136880.00
dia.
250 x 250 x 250 mm
59 HE-6-2-o 10 Each 16685.00 166850.00
dia.
60 HE-6-2-p 300 x 300 x 80 mm dia. 10 Each 14224.00 142240.00
300 x 300 x 150 mm
61 HE-6-2-r 10 Each 17580.00 175800.00
dia
300 x 300 x 250 mm
62 HE-6-2-t 10 Each 21325.00 213250.00
dia
300 x 300 x 300 mm
63 HE-6-2-u 10 Each 23431.00 234310.00
dia.
P/F CI mechanical Joint
64 HE-6-3-c Double socket any
degree bends.
Provisional Qty.
150 mm dia. 25 Each 4360.00 109000.00
65 HE-6-3-e 250 mm dia. 25 Each 8283.00 207075.00
66 HE-6-3-f 300 mm dia. 25 Each 11514.00 287850.00
CI mechanical joint
double socket with
67 HE-6-4-e
Branch FlangedTees
etc.
Provisional Qty.
150 x 150 x 80 mm dia. 20 Each 6875.00 137500.00
150 x 150 x 150 mm
68 HE-6-4-g 5 Each 8500.00 42500.00
dia.
69 HE-6-4-l 250 x 250 x 80 mm dia. 10 Each 11107.00 111070.00
250 x 250 x 150 mm
70 HE-6-4-n 5 Each 12955.00 64775.00
dia.
250 x 250 x 250 mm
71 HE-6-4-p 5 Each 16043.00 80215.00
dia.
72 HE-6-4-q 300 x 300 x 80 mm dia. 10 Each 14198.00 141980.00

196
300 x 300 x 150 mm
73 HE-6-4-s 5 Each 17183.00 85915.00
dia.
300 x 300 x 250 mm
74 HE-6-4-u 5 Each 20869.00 104345.00
dia.
300 x 300 x 300 mm
75 HE-6-4-v 5 Each 23603.00 118015.00
dia.
P/F mechanical joint CI
76 HE-6-5-c flanged socket tail
piece etc.
150 mm 25 Each 3602.00 90050.00
77 HE-6-5-e 250 mm 13 Each 6246.00 81198.00
78 HE-6-5-f 300 mm 15 Each 8258.00 123870.00
Make lead and spun
79 HE-1-16-c
yarn joints etc…
150 mm 25 Each 834.00 20850.00
80 HE-1-16-d 250 mm 13 Each 1352.00 17576.00
81 HE-1-16-e 300 mm 15 Each 1572.00 23580.00
P/L R.M.C. M-10 C.C.
having avg.
compressive strength
82 RW-10-27 13.5 Mpa grade in 10975.00 Cu.M 5404.00 59308900.00
foundation /
encasement /
pavement …etc
Supplying loading,
transporting on site
83 HE-3-6-d
unloading Sluice Valve
PN 1.0…etc
150mm 35 Each 34943.00 1223005.00
84 HE-3-6-f 250mm 18 Each 69109.00 1243962.00
85 HE-3-6-g 300mm 16 Each 83088.00 1329408.00
Supplying loading,
transporting on site
86 HE-3-16-b
unloading butterfly
valves PN 1.0 …etc
450mm 17 Each 218733.00 3718461.00
87 HE-3-16-c 600 mm 10 Each 313479.00 3134790.00
88 HE-3-16-d 750mm 5 Each 452280.00 2261400.00
89 HE-3-16-e 900 mm 7 Each 603011.00 4221077.00
90 HE-3-16-f 1200 mm 6 Each 1370927.00 8225562.00
91 HE-3-16-h 1500 mm 6 Each 2250968.00 13505808.00
Supplying, transporting
92 HE-3-30-e on site and fixing kinetic
air valves...etc
e) 200 mm dia. 7 Each 131501.00 920507.00

197
Making connection on
live water main of
93 HE-4-1-f
various size of water
main…etc
150mm x 150mm 15 Each 14873.00 223095.00
94 HE-4-1-i 250mm x 150mm 8 Each 23742.00 189936.00
95 HE-4-1-j 250mm x 250mm 10 Each 26736.00 267360.00
96 HE-4-1-m 300mm x 150mm 8 Each 39019.00 312152.00
97 HE-4-1-n 300mm x 250mm 7 Each 34391.00 240737.00
98 HE-4-1-o 300mm x 300mm 15 Each 36495.00 547425.00
Making cross
connection on live MS
99 HE-4-5-e
water main of various
size etc. as per item.
450 mm x450 mm 9 Each 32470.00 292230.00
100 HE-4-5-k 600 mm x 600 mm 3 Each 37720.00 113160.00
101 HE-4-5-z 900 mm x 900 mm 2 Each 82752.00 165504.00
102 HE-4-5-ai 1200 mm x 1200 mm 2 Each 130474.00 260948.00
103 HE-4-5-bb 1500 mm x 1200 mm 2 Each 148627.00 297254.00
104 HE-4-5-bd 1500 mm x 1500 mm 2 Each 171438.00 342876.00
P/F S.P. Fire
105 HE-8-26 40.00 Each 19111.00 764440.00
Hydrants…etc
Discarding of water
106 HE-4-7-b
main…etc
100 mm 6 Each 7250.00 43500.00
107 HE-4-7-c 150 mm 28 Each 9556.00 267568.00
108 HE-4-7-d 250 mm 17 Each 14607.00 248319.00
109 HE-4-7-e 300 mm 23 Each 20458.00 470534.00
110 HE-4-7-f 450 mm 12 Each 42058.00 504696.00
P/L M15 P.C.C for
111 SE-2-4 210.00 Cum 5228.00 1097880.00
bedding…etc
P/L 1:2:4 c.c. for coping
112 SE-2-6 195.00 Cum 6289.00 1226355.00
etc.as per
CS-MW-1- Providing brick
113 800.00 Cum 5754.00 4603200.00
b masonary in1:5 C.M.

Providing plaster
114 SE-4-3 2450.00 Sqm 240.00 588000.00
20mm.thick 1:2 C.M.

Providing plaster
115 SE-4-5 3100.00 Sqm 311.00 964100.00
25mm.thick 1:2 C.M.
S / F M.S.fabricated
116 HE-2-3 material on site as per 20.00 M.T. 70617.00 1412340.00
item.

198
P & F in position M.S
angles, tees, plates, …
117 HE-2-15 84000.00 Kg 76.00 6384000.00
M.S covers on valve
chambers etc complete.
Providing cement
mortor lining by using
118 HE-10-4-d
mortar lining
machine..etc
450 mm 365.00 Rm. 758.00 276670.00
119 HE-10-4-e 600 mm 210.00 Rm. 789.00 165690.00
120 HE-10-4-f 750 mm 100.00 Rm. 881.00 88100.00
121 HE-10-4-g 900 mm 130.00 Rm. 985.00 128050.00
Providing cement
122 HE-10-5-d mortor lining by hand
lining..etc
450 mm 30.00 Rm. 580.00 17400.00
123 HE-10-5-e 600 mm 25.00 Rm. 692.00 17300.00
124 HE-10-5-f 750 mm 15.00 Rm. 837.00 12555.00
125 HE-10-5-g 900 mm 15.00 Rm. 868.00 13020.00
Providing cement
126 WSP-2-19 mortor lining by using 12400.00 SqM 317.00 3930800.00
machine..etc
Providing cement
127 WSP-2-20 mortor lining by hand 500.00 SqM 340.00 170000.00
lining..etc
Scraping & cleaning of
128 WSP-2-21 the interor surface of 14500.00 Sqm 46.00 667000.00
pipe line..etc
Making access opening
on all sizes of
underground
129 WSP-2-22 pipeline.The work 50 No 9476.00 473800.00
includes excavation,
shoring, dewatering …
etc
Making 600 mm dia
manhole access
opening on all sizes of
underground
130 WSP-2-23 50.00 No 7978.00 398900.00
pipeline.The work
includes excavation,
shoring, dewatering …
etc
WSP-2- a) Hydraulic testing M.S
131
18-a-i pipe line upto 1km..etc

600 mm dia. 3 Km. 22408.00 67224.00


WSP-2-
132 750 mm dia. 2 Km. 22965.00 45930.00
18-a-ii

199
WSP-2-
133 900 mm dia. 2 Km. 23643.00 47286.00
18-a-iii
WSP-2-
134 1200 mm dia 2 Km. 25374.00 50748.00
18-a-v
WSP-2-
135 1500mm dia. 8 Km. 28288.00 226304.00
18-a-vi
b)Extra over & above
rates for hydraulic
WSP-2-
136 testing beyond 1Km for
18-b-vi
every additional Km or
part thereof.
1500mm dia. 3 Km. 2829.00 8487.00
Field welding in all
137 HE-2-12-c position with require
number of runs…etc
6 mm thick plate 500.00 Rm. 940.00 470000.00
138 HE-2-12-e 8 mm thick place 350.00 Rm. 1249.00 437150.00
139 HE-2-12-g 12 mm plate thickness. 2700.00 Rm. 1636.00 4417200.00
Field welding in all
140 HE-2-13-c position with require
number of runs…etc
6 mm plate thickness 150.00 R.m 401.00 60150.00
141 HE-2-13-d 8 mm plate thickness 125.00 R.m 534.00 66750.00
142 HE-2-13-a 12 mm plate thickness. 500.00 Rm. 874.00 437000.00
Gas cutting (either
square cut or V cut)
143 HE-2-14-b
pipes, plates etc. of
thickness :-
Above 5mm to 10mm
450.00 Rm. 166.00 74700.00
thick plate
Above 10mm to 14mm
144 HE-2-14-c 650.00 Rm. 221.00 143650.00
thick plate
Cutting of C.I / D.I pipes
145 HE-1-9-c
… etc
150 mm 20.00 Each 425.00 8500.00
146 HE-1-9-d 225 - 250 mm 15.00 Each 502.00 7530.00
147 HE-1-9-e 300 mm 15.00 Each 639.00 9585.00
Providing & fixing in
CS-CW-
148 position mild steel 29.00 M.T 66781.00 1936649.00
35-a
reinforcement etc..
P/L 300mm dia. R.C.C.
hume pipes, NP2 class,
149 RW-8-03 300.00 Rm. 946.00 283800.00
jointing, filletting in 1:1
C.M…etc
P/L 450 mm dia R.C.
150 SWD-76-A 610.00 Rm. 2184.00 1332240.00
pipes NP3 calss…etc

200
P/L 600 mm dia R.C.
151 SWD-78-A 690.00 Rm. 3095.00 2135550.00
pipes NP3 calss…etc

P/L 800 mm dia R.C.


152 SWD-80-A 20.00 Rm. 4986.00 99720.00
pipes NP3 calss…etc

P/L 900 mm dia R.C.


153 SWD-81-A 830.00 Rm. 6185.00 5133550.00
pipes NP3 calss…etc

P/L 1000 mm dia R.C.


154 SWD-82-A 50.00 Rm. 6807.00 340350.00
pipes NP3 calss…etc

P/L 1200 mm dia R.C.


155 SWD-83-A 80.00 Rm. 8628.00 690240.00
pipes NP3 calss…etc

P/L 150 mm dia


156 SE-5-1-a 50.00 Rm. 459.00 22950.00
stoneware pipe..etc

P/L 230 mm dia


157 SE-5-1-b 325.00 Rm. 729.00 236925.00
stoneware pipe..etc
Providing&laying
M15c.c.For full
encasement, craddle
158 SWD-16-A 2100.00 Cum 6117.00 12845700.00
etc. complete as
specified and as
directed.
Demolishing existing
single or double water
entrances, including
cutting down of old
159 SWD-130 130.00 Each 563.00 73190.00
brick masonry and
concrete, removing of
all serviceable material
…etc
Constructing single
160 SWD-142 water entrance of size 50.00 Each 7399.00 369950.00
0.5m x 0.6m etc..
Constructing double
161 SWD-141 water entrance of size 80.00 Each 10926.00 874080.00
0.6m x 1.2m etc..
Manufacturing and
supplying R.C.C M:20
SWD-
162 precast runners for 625.00 Rm. 593.00 370625.00
135A
single and double water
entrances…etc
Supply of M.S.
Galvanised hinge type
single grating size
163 SWD-175 50.00 Each 9135.00 456750.00
780mm x 680mm of
clear internal size 500 x
500 mm etc as per
201
item.

Supply of M.S.
Galvanised double
grating size 1354 mm X
164 SWD-176 780 mm of clear 80 each 16407.00 1312560.00
internal size 1174 mm
X 600 mm. (without
slot)
Remooving body
165 HE-8-2-a
water…etc
5 H.P. pump 1000 Shift 1691.00 1691000.00
166 HE-8-2-b 10 H.P. pump 1000 Shift 2473.00 2473000.00
167 HE-8-2-c 15 H.P. pump 750 Shift 3847.00 2885250.00
DIRECTION Board –
Providing, fabricating,
168 RT-16-21 30 Nos. 76997.00 2309910.00
erecting on site
Direction Board
Mandatory &
Cautionary Board –
Providing, fabricating,
169 RT-16-25 250 Nos. 8820.00 2205000.00
erecting on site
mandatory & cautionary
boards..etc
P/F & fixing M.S.
170 RT-16-01 Railing of 10 guage 10 Rm. 3618.00 36180.00
….etc as per item
Cutting of exsisting
cement concrete road
171 HE-8-27-a upto specified depth by
using Diamond Saw
machine etc.
a) Upto 350 mm depth
7200 Rmt. 1308.00 9417600.00
of cutting
Dewatering the
HP
172 CS-EW-10 excavated trenches/pits 230400 49.00 11289600.00
/Hr.
etc.
P/L Sub base20
173 RW-2-08 1000 Sq.M. 443.00 443000.00
cm…etc
Supplying & speading
174 RW-2-13 2000 Sq.M. 214.00 428000.00
60mm metal…etc
P/L Hot premix Dense
175 RW-5-44 bituminous 1000 Sq.M. 480.00 480000.00
macadam..etc

202
P/L Hot premix
176 RW-5-40 bituminous 1000 Sq.M. 479.00 479000.00
concrete..etc
Providing and applying
177 RW-5-28 1000 Sq.M. 27.00 27000.00
Tack Coat..etc
Constructing on sewer
brick masonry conical
178 SE-6-2-b 15 Each 49371.00 740565.00
manhole 1.5M. dia.etc.
as per item.
Extra for above
manhole per metre
m.
179 SE-6-2-c depth above 2.3M and 15 13100.00 196500.00
depth
upto 5M etc as per
item..
Filling in embankment
180 CS-EW-21 or / and low lying 10000 Cu.M 685.00 6850000.00
area…etc as per item
Providing & removing
open or close shoring
181 SE-1-4 4800 Sqm 369.00 1771200.00
and strutting in
trenches etc..
Leaving Shoring in
182 SE-1-5 500 Sqm 1793.00 896500.00
trenches
Hire charges for
supplying & providing
C.C.T.V. camera for
183 HE-10-6 50 Shift 10200.00 510000.00
inspection of water
mains of any
diameter
184 HE-7-2-a P/L C'class G.I. Pipes
a) 15 mm dia. 100.00 Each 147.00 14700.00
185 HE-7-2-b b) 20 mm dia. 100.00 Each 178.00 17800.00
186 HE-7-2-c c) 25 mm dia. 100.00 Each 252.00 25200.00
187 HE-7-2-d d) 32 mm dia. 100.00 Each 310.00 31000.00
188 HE-7-2-e e)40mm dia. 100.00 Each 367.00 36700.00
189 HE-7-2-f f)50mm dia. 100.00 Each 481.00 48100.00
Transfer of Existing
190 service connection etc
HE-7-4-a as per item
a) 15 mm dia. 100.00 Each 1590.00 159000.00
191 HE-7-4-b b) 20 mm dia. 100.00 Each 1888.00 188800.00
192 HE-7-4-c c) 25 mm dia. 100.00 Each 2235.00 223500.00
193 HE-7-4-d d) 32 mm dia. 100.00 Each 3579.00 357900.00
194 HE-7-4-e e)40mm dia. 100.00 Each 4142.00 414200.00
195 HE-7-4-f f)50mm dia. 100.00 Each 5706.00 570600.00
196 HE-7-5-a P/F G.I. Union
203
a) 15 mm dia. 100.00 Each 132.00 13200.00
197 HE-7-5-b b) 20 mm dia. 200.00 Each 151.00 30200.00
198 HE-7-5-c c) 25 mm dia. 200.00 Each 190.00 38000.00
199 HE-7-5-d d) 32 mm dia. 200.00 Each 206.00 41200.00
200 HE-7-5-e e)40mm dia. 200.00 Each 236.00 47200.00
201 HE-7-5-f f)50mm dia. 200.00 Each 301.00 60200.00
202 HE-7-7-a P/F G.I. Barrel nipple
a) 15 mm dia. 100.00 Each 40.00 4000.00
203 HE-7-7-b b) 20 mm dia. 100.00 Each 53.00 5300.00
204 HE-7-7-c c) 25 mm dia. 100.00 Each 71.00 7100.00
205 HE-7-7-d d) 32 mm dia. 100.00 Each 98.00 9800.00
206 HE-7-7-e e)40mm dia. 100.00 Each 127.00 12700.00
207 HE-7-7-f f)50mm dia. 100.00 Each 167.00 16700.00
208 HE-7-9-a P/F G.I. Coupling
a) 15 mm dia. 100.00 Each 36.00 3600.00
209 HE-7-9-b b) 20 mm dia. 100.00 Each 45.00 4500.00
210 HE-7-9-c c) 25 mm dia. 100.00 Each 55.00 5500.00
211 HE-7-9-d d) 32 mm dia. 100.00 Each 75.00 7500.00
212 HE-7-9-e e)40mm dia. 100.00 Each 93.00 9300.00
213 HE-7-9-f f)50mm dia. 100.00 Each 126.00 12600.00
214 HE-7-11-a P/F G.I Plug
a) 15 mm dia. 100.00 Each 35.00 3500.00
215 HE-7-11-b b) 20 mm dia. 100.00 Each 42.00 4200.00
216 HE-7-11-c c) 25 mm dia. 100.00 Each 58.00 5800.00
217 HE-7-11-d d) 32 mm dia. 100.00 Each 81.00 8100.00
218 HE-7-11-e e)40mm dia. 100.00 Each 100.00 10000.00
219 HE-7-11-f f)50mm dia. 100.00 Each 126.00 12600.00
220 HE-7-13-a P/F G.I. Elbow
a) 15 mm dia. 100.00 Each 39.00 3900.00
221 HE-7-13-b b) 20 mm dia. 100.00 Each 47.00 4700.00
222 HE-7-13-c c) 25 mm dia. 100.00 Each 61.00 6100.00
223 HE-7-13-d d) 32 mm dia. 100.00 Each 84.00 8400.00
224 HE-7-13-e e)40mm dia. 100.00 Each 106.00 10600.00
225 HE-7-13-f f)50mm dia. 100.00 Each 140.00 14000.00
226 HE-7-15-a P/F G.I. Bend
a) 15 mm dia. 100.00 Each 60.00 6000.00
227 HE-7-15-b b) 20 mm dia. 100.00 Each 78.00 7800.00
228 HE-7-15-c c) 25 mm dia. 100.00 Each 99.00 9900.00
229 HE-7-15-d d) 32 mm dia. 100.00 Each 138.00 13800.00

204
230 HE-7-15-e e)40mm dia. 100.00 Each 178.00 17800.00
231 HE-7-15-f f)50mm dia. 100.00 Each 241.00 24100.00
232 HE-7-17-a P/F Reducing Tees
50mm x 15mm 10.00 Each 339.00 3390.00
233 HE-7-17-b 50mm x 20mm 10.00 Each 386.00 3860.00
234 HE-7-17-c 50mm x 25mm 10.00 Each 405.00 4050.00
235 HE-7-17-d 50mm x 32mm 10.00 Each 492.00 4920.00
236 HE-7-17-e 50mm x 40mm 10.00 Each 652.00 6520.00
Providing & laying
237 RW-10-18 waterproof paper of 40 19150 Sqm 13.00 248950.00
GSM including overlap
CS-CW- Rebate for Centering
238 9800 Sqm -223.00 -2185400.00
30-a and shuttering etc.

Total Amount Part A ( Rs ) 531764406.00


Say (Rs) 531764406.00

205
Municipal Corporation of Greater Mumbai
Hydraulic Engineer's Department

Bill Of Quantity (Abstract)


PART - B
Name of Replacement of 1200 mm dia Old Tansa, New Tansa & 800 mm dia
Work : Vihar main by 1500 mm dia M.S.W.M. from Hindamata Junction upto
Sane Guruji Marg Jn. along Dr. B.A.Road (Phase - II)

Sr. Item
Description Qty Rate Unit Amount
No. NO.

Excavation by pneumatic
breaker hammer drilling
CS-EW-
1 compressor breaker in 1000.00 873.00 Cum 873000.00
4
bituminous macadam as
per item.
Excavation in reinforced
RW-10- or pavement, grade
2 200.00 2187.00 Cum 437400.00
55 concrete M20 and above
etc. as per item..
Excavation for water
CS-EW- bound macadam, wet
3 500.00 362.00 Cum 181000.00
3 mixed macadam and soft
rock as per item.

Excavation for foundation


CS-EW-
4 substructures upto 1.5 m 9350.00 220.00 Cum 2057000.00
1
etc as per item

P/L R.M.C. M-10 C.C.


having avg. compressive
RW-10- strength 13.5 Mpa grade
5 3475.00 5404.00 Cu.M 18778900.00
27 in foundation /
encasement / pavement
…etc
P/L ready mix cement
RW-10- concrete M-15cc having
6 150.00 5682.00 Cum 852300.00
26 avg compressive strength
18.5 Mpa…etc

P/L, Spreading &


compacting specified
7 RW-2-21 crushed stone in granular 5350.00 2484.00 Cum 13289400.00
sub-base course etc as
per item…

206
P/L, Spreading &
compacting specified
crushed stone aggregate
8 RW-2-20 3000.00 2768.00 Cum 8304000.00
to wet mix macadam with
sensor paver on prepared
GSB.

Providing & laying M-40


RW-10- C.C avg. compressive
9 2725.00 6652.00 Cum 18126700.00
33 strength 45Mpa and
avg…etc
Extra & over for providing
RW-10-
10 and using specil 2725.00 1642.00 Cum 4474450.00
39
admixtures..etc
P/L RCC running beam in
RW-10- M40 …Beam size b)
11 1090.00 850.00 Rm. 926500.00
06 23cm x 30 cm …….etc as
per item

Cutting of construction &


RW-10-
12 dummy joints of M-35 & 1700.00 82.00 Rm. 139400.00
11
above A) Transverse…etc

Cutting of construction &


RW-10- dummy joints of M-35 &
13 2500.00 82.00 Rm. 205000.00
12 above B)
Longitudinal…etc
Providing & placing 5mm
thick thermocole in
RW-10-
14 dummy & construction 600.00 56.00 Sqm 33600.00
14
joints immediately after
cutting of joints…etc
Providing & constructing
cement vatas in cm (1:10)
at 0.6m *0.6m
c/c/admeasuring 0.09m at
RW-10- bottom,0.04m at top
15 9700.00 65.00 Sqm 630500.00
19 0.075m deep &
maintaining the same
throughout 14 days curing
& removing the same
…etc
Providing & fixing in
RW-10- position premoulded
16 50.00 614.00 Sqm 30700.00
13 asphalt filler 12mm thick
confirming…etc

207
Dressing of M-35 & above
new C.C.
RW-10- pavement,dummy,transve
17 2200.00 85.00 Rm. 187000.00
23 rse, longitudinal &
expansion joints
A)Transverse..

Dressing of M-35 & above


new C.C.
RW-10- pavement,dummy,transve
18 3500.00 85.00 Rm. 297500.00
24 rse, longitudinal &
expansion joints B)
Longitudinal..
Providing & laying
RW-10-
19 waterproof paper of 40 9700.00 13.00 Sqm. 126100.00
18
GSM including overlap
Providing & fixing in
position M.S. dowel bars
RW-10-
20 of 32mm dia 55cm long & 2.00 61548.00 M.T. 123096.00
17
30cm C/C whenever
directed…etc

Providing & fixing high


density polythene pipe of
RW-10-
21 approved quality to fit 500.00 26.00 Each 13000.00
15
around the dowel bars of
32mm dia..etc
Providing & fixing in
position mild steel in tie
RW-10- bars of 12mm dia 55cm
22 3.20 69775.00 M.T. 223280.00
16 long & 45cm C/C
whenever directed
including handling..etc
P/L 150mm dia. R.C.C.
hume pipes, NP2 class,
23 RW-8-1 300.00 535.00 Rm. 160500.00
jointing, filletting in 1:1
C.M…etc
P/L 250mm dia. R.C.C.
hume pipes, NP2 class,
24 RW-8-2 300.00 758.00 Rm. 227400.00
jointing, filletting in 1:1
C.M…etc
P/L 300mm dia. R.C.C.
hume pipes, NP2 class,
25 RW-8-3 297.00 946.00 Rm. 280962.00
jointing, filletting in 1:1
C.M…etc
P/L Hot premix Dense
26 RW-5-44 500.00 480.00 Sqm 240000.00
bituminous macadam..etc

208
P/L Hot premix
27 RW-5-40 825.00 479.00 Sqm 395175.00
bituminous concrete..etc

Providing and applying


28 RW-5-28 830.00 27.00 Sqm 22410.00
Tack Coat..etc

Providing and fixing of the


29 RW-4-01 1500.00 506.00 Rm. 759000.00
precast kerb stone …etc

Removing & resetting


30 RW-4-02 600.00 305.00 Rm 183000.00
kerb stones …etc

Raising or lowering
31 RW-6-03 circular manholes to the 15 949.00 Each 14235.00
required level upto 20 cm.

Raising or lowering
rectangular manholes to
32 RW-6-05 5 1993.00 each 9965.00
the required level upto 30
cm.

S/F 0.53 Mtr. dia circular


SWD-
33 C.I. Manhole frame and 15 19676.00 Each 295140.00
145
cover heavy duty..etc

Supplying and fixing 0.91


SWD- M.X 0.61M. rectanguler
34 5 24740.00 Each 123700.00
148 C.I. Manhole frame and
cover, heavy duty…etc
Providing & Fixing 80 mm
35 RW-3-11 3000 951.00 Sqm 2853000.00
thick paver blocks..etc
Removing & Fixing 80
36 RW-3-13 mm thick paver 2150 311.00 Sqm 668650.00
blocks..etc
Providing & Fixing 100
37 RW-3-19 mm thick paver 9050 1137.00 Sqm 10289850.00
blocks..etc
Providing & Fixing 100
38 RW-3-20 mm thick paver 175 1337.00 Sqm 233975.00
blocks..etc ( Terra Cotta)
Providing & Fixing 60 mm
39 RW-3-17 thick lacquer paver 5300 938.00 Sqm 4971400.00
blocks..etc
DIRECTION Board –
RT-16- Providing, fabricating,
40 6 76997.00 Nos. 461982.00
21 erecting on site Direction
Board

209
Mandatory & Cautionary
Board – Providing,
RT-16-
41 fabricating, erecting on 75 8820.00 Nos. 661500.00
25
site mandatory &
cautionary boards..etc
Total Amount Part- B (Rs.) 93161670.00
Say (Rs.) 93161700.00
Total
624926106.00
A+B=

210
Municipal Corporation of Greater Mumbai
Hydraulic Engineer's Department
Summary of the Estimated Cost

Name of Work : Replacement of 1200 mm dia Old Tansa, New Tansa & 800 mm
dia Vihar main by 1500 mm dia M.S.W.M. from Hindamata Junction upto Sane Guruji
Marg Jn. along Dr. B.A.Road (Phase - II)

Sr.
Part Estimared cost in Rs.
No.
Nature Of Work
531764406.00
1 Part A
H.E's Work
93161700.00
2 Part B
Road Work
Total Estimated Cost 624926106.00
(Rs.)

211
Name Of Work :
Reinstatement of the work of replacement of 1200mm dia. Old Tansa,
New Tansa & 800mm dia. Vihar main by 1500mm dia M.S.W.M.
along Dr. B.A. Road from Hindamata junction to Sane Guruji Marg
junction in F/S wards.

TYPICAL CROSS SECTION OF TRENCH

Avg. 3.25 m
Road Level
0.85-1.0 mtr

Proposed Road Crust


( As directed )
M: 10 R.M.C. ( wherever required)
M : 20 C.C. Encasement

2.2-2.3
1500 mm mtr
4.1 Dia.
mtr M.S.W.M.

M: 15 Bedding 150 mm thk.

Soling 200 mm thk.


(as per site condition, 2 Layers )

Avg.2.75 m
NOTE :
(1) The above shown trench details are for reference purpose only. (2)
Skecth is N.T.S. (3)The shown trench details will vary for various dia. of
water mains and various road surface as per site conditions. (4) No extra
payment will be made for higher widths than specified & directed.

212
SECTION 15
FINANCIAL BID FORM

213
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 Part „A‟ : Rs 531764406.00
Part „B‟ : Rs. 93161700.00
Total (Part „A‟ & Part‟B‟) : Rs. 624926106.00
(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
214
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. :
______________________________________________________________

Signature of the Tenderer of the Firm

Full Names and Residential 1.


address and Tel. nos. of all 2.
partnersconstituting the 3.
firms: 4.
(A separate sheet shall be attached for Names and addresses if necessary)

215
SECTION 16
ADDENDUM / CORRIGENDUM /
CLARIFICATIONS ISSUED ( IF ANY
PUBLISHED ) FROM TIME TO TIME

216
16.0 Addendum / Corrigendum / Clarifications to the Tendering
Documents

a. Before the deadline for submission of tenders, the M.C.G.M. may


modify the tendering documents by issuing addendum/
corrigendum OR publishing on portal of M.C.G.M OR e-mail.
b. Any addendum/corrigendum/ clarifications thus issued as per ‘a’
above shall be part of the tendering documents. The
addendum/corrigendum/ clarifications thus issued shall be
downloaded and uploaded along with the tender.
c. In order to give prospective tenderers reasonable time to
consider the addendum/corrigendum/clarifications before
submitting and uploading their bids, the M.C.G.M. may extend
as necessary the deadline for submission and uploading of
tenders.

217

You might also like